Loading...
Item G02BOARD OF COUNTY COMMISSIONERS AGENDA ITEM SUMMARY Meeting Date: Aug 19, 2009 Division: —Growth Mana emg_ eent _ Bulk Item: Yes X No _ Department: Land Steward Staff Contact Person/Phone #: Beth Berah (x 2511) AGENDA ITEM WORDING: Approval of a grant task assignment with the Florida Fish & Wildlife Conservation Commission (FFWCC) to receive a $176,000 grant for the removal of invasive exotic plant species from conservation lands that are owned or managed by Monroe County. ITEM BACKGROUND: For the fifth consecutive year Monroe County has been awarded grant funds for invasive exotic plant removal from FFWCC through the Florida Keys Invasive Exotics Task Force. This agenda item covers the upcoming State 2009-10 fiscal year and will build on the success of the four prior grants. The grant funds will be used to hire Invasive Exotic Technicians (temporary employees) and contractors to perform exotic plant removal on conservation lands that are owned or managed by the County. The local match requirement of $96,868 will be funded by mitigation fees paid by developers into the Environmental Land Management and Restoration Fund (no ad valorem funds) to cover the costs of the Land Steward's time, purchase / use of equipment, disposal fees and restoration costs. PREVIOUS RELEVANT BOCC ACTION: February 18, 2004 — approval of a 10 year contract for funding to remove invasive exotic plants The Board has approved annual task assignments for grant funding since 2005. CONTRACT/AGREEMENT CHANGES: None STAFF RECOMMENDATIONS: Approval TOTAL COST: $272,868 INDIRECT COST: BUDGETED: Yes X No DIFFERENTIAL OF LOCAL PREFERENCE: NA COST TO COUNTY:. $96,868 (local match) —SOURCE OF FUNDS: Fund 160 —Env Restoration Fund REVENUE PRODUCING: Yes No X AMOUNT PER MONTH Year } APPROVED BY: County Atty ' OMB/Purchasing } Risk Management DOCUMENTATION: Included X Not Required DISPOSITION: AGENDA ITEM # Revised 7/09 MONROE COUNTY BOARD OF COUNTY COMMISSIONERS CONTRACT SUMMARY Contract with: FFWCC Contract # 08150-FK090 Effective Date: Upon execution Expiration Date: June 1, 2010 Contract Purpose/Description: Task Assignment # FK -090. Invasive Exotics Removal Grant - Removal of invasive exotic plant species from publiclowned conservation lands in Monroe County. Contract Manager: Beth Bergh 2511 Growth Management / 11 (Name) (Ext.) (Department/Stop #) for BOCC meeting on 8/19/09 Agenda Deadline: 8/4/09 CONTRACT COSTS Total Dollar Value of Contract: $ 176,000 Current Year Portion: $ Budgeted? Yes® No ❑ Account Codes:—(:; - _ ��- Grant: $ 176,000 - - - - County Match: $ 96,868 (in kind) - - - - ADDITIONAL COSTS Estimated Ongoing Costs: $ /yr For: (Not included in dollar value above) (eg. maintenance, utilities, janitorial, sE Division Director Risk Mana ement U n,�°i O.M.B./Pur&2 ing County Attorney Comments: CONTRACT REVIEW Changes Date In Needed Reviewer fNo9 Yes[] NoW 7A01 Yes[] No[� Yes[] NoW rC__ 2 1-v9 Yes❑ No® OM13 Form Revised M7/01 MCP #2 etc.) Date Out 01/Y //109 9&,Yf TASK ASSIGNMENT NOTIFICATION FORM FWC CONTRACT NO.08150 Task Assignment Number: FK-090 Contractor Name: Monroe County Contractor's Contract Manager: Elizabeth Bergh (305) 852-2511 Project Title: Monroe County 09-10 Date: July 7, 2009 FWC Contract Manager: Greg Jubinsky 850-245-2821 FWC Site Manager: Jackie Smith 561-772-2479 PID#: 97849391000 Task Description and Payment Schedule: Exhibit 1 describes the scope of work for this project. The Contractor is not authorized to perform work on any additional sites until such time as the FWC and the Contractor have fully executed a Change Order for said additional work. Any work performed by the Contractor contrary to this Task Assignment shall be at the Contractors expense. The contractor is allowed to subcontract. Task Assignment Conditions and Deliverables_ 1. Control is defined as treatment effective in preventing re -sprout of treated target vegetation. 2. if 95% kill rate is not achieved for any area of the project after two months following project completion, one additional thorough treatment of the plant will be the responsibility of the contractor at no cost to the contracting entities. 3. The Contractor shall notify the designated site manager prior to entering the work -site. 4. The Contractor shall provide written notification to the Contract Manager upon completion of treatment event(s). 5. Upon Site Manager approval, the Contractor is authorized to control incidental occurrences of any current EPPC category one or category two invasive exotic plant species encountered within the Project Site(s). Costs for these control operations shall not exceed the established Task Assignment amount, and must not jeopardize the Contractor's ability to achieve the required level of control for the primary target species. It is the responsibility of the Contractor to determine that all control operations do not exceed the established Task Assignment amount. Task Assignment Start Date: Upon execution Task Assignment Type: Cost Reimbursement Total Task Assignment Value Funding Information: Final Treatment Completion Date: June 1, 2010 Amount Not To Exceed: $176,000.00 $ I76,000.00 Org. Code IE.O. IObiect Code (Fund ISaec. Cat_ IProiect # (Year (Amount 1 77358090200 ;_02 _1 139940 1 1102334 1 FK-090109-10 1$176,000.00`--- I 1$ I MONROE COUNTY FLORIDA FISH AND WILDLIFE CONSERVATION MMISSION ZILO Contract Manager Date GreOubiskyAontract Manager Date Department Director Date ?,Vate � o t Cente A mi istrator r $L_ M0NRQf,C0U TIflRNEY C . 3 AP VED S T FORA Section Leader y Date lftts: '' z v 6V62t=ls" Division Date M. Contracts Office Contracts Disbursements FWC Contract No. 081150, Task Assignment No. FK-090, Page 1 of 2 TASK ASSIGNMENT RESPONSIBILITIES RESPONSIBILITIES OF THE CONTRACTOR: 1. Upon full execution of the Task Assignment, the Contractor will coordinate with the FWC Site Manager to establish a mutually agreeable work schedule. 2. A Ground Crew Supervisor, employed by the Contractor, will be present at all times when work on the site is underway; 3. Ground Crew Supervisors will be responsible for all control activities and safety on project sites. The Ground Crew Supervisor will assure contract crews are knowledgeable of, and remain within property and treatment boundaries. Every effort shall be made by the Contractor to avoid damage to native vegetation and wildlife; 4. Ground Crew Supervisors will be pesticide applicators possessing current certification by the Florida Department of Agriculture and Consumer Services (FDACS) in the Forestry or Right -of -Way categories. A copy of each supervisor's FDACS certification will be provided to the FWC Site Manager prior to initiation of on -site supervisory duties; 5. The Ground Crew Supervisor may supervise a maximum of eight (8) field employees at any given time, unless otherwise noted in the Task Assignment; 6. The Ground Crew Supervisor shall be responsible for the collection, recording, and timely submission of all data and reports required. At weekly intervals and at the completion of initial treatments and site reassessment, a complete report will be submitted to the Site Manager detailing sites treated, number and size of plants killed, and type of treatment used. This data will be recorded on the FWC "Daily Progress Report Form". 7. The Contractor will strictly adhere to all herbicide label application, precautionary, and safety statements; 8. All control efforts (except cogon grass treatment) shall be at least 95% effective in preventing re -sprout of treated target vegetation. If 95% kill rate is not achieved for any area of the project after two months following project completion, one additional thorough treatment of the plant species listed under "Project Goals" in the project area will be the responsibility of the Contractor at no cost to the FWC; 9. Cogon grass treatments shall be 100% effective in killing above ground portions (top kill) of target vegetation. if I00%top kill rate is not achieved for any area of the project after 30 days following project completion, one additional thorough treatment of the plant species listed under "Project Goals" in the project area will be the responsibility of the Contractor at no cost to the FWC; 10. The Contractor shall forward an original invoice along with all corresponding Daily Progress Report Forms, completed and approved, to the Bureau of Invasive Plant Management, 3915 Commonwealth Boulevard, MS 710, Tallahassee, Florida 32399-3000 within ten (10) working days of work completion; RESPONSIBILITIES OF THE FWC SITE MANAGER: 1. The Site Manager reserves the right to inspect, at any time, the Contractor's procedure, spray system(s), spray solution(s), and other ancillary equipment, and to approve operating personnel. Inspection, however, will not relieve the Contractor of any obligations or responsibilities nor will it transfer any liability to the lands listed under "Project Location."; 2. No additional work can be added to this Task Assignment without a fully executed Change Order. Additional work includes additional treatment areas or change in treatment methodology. 3. The site management agency authorizes Bureau of Invasive Plant Management staff to approve invoice payments of all funds encumbered under this Task Assignment. Payment will be approved only for that work approved by the Site Manager. A copy of the approved invoice will be forwarded to the site management agency. FWC Contract No. 08150, Task Assignment No. FK-090, Page 2 of 2 Exhibit i Project Title: Monroe County Invasive Exotic Plant Removal (2009-2010) Working Group: Florida Keys Invasive Exotics Task Force Site Manager: Beth Bergh Monroe County Land Steward 2798 Overseas Highway Marathon, Florida 33050-2227 Phone: (305) 289-2511 Cell: (305) 304-4442 Email: bergh-beth@monroecounty-fl.gov Grant Type: Cost reimbursement Project Goals The project goal is the eradication of invasive exotic plants from publicly owned conservation lands owned or managed by Monroe County. Section 1: Monroe County Invasive Exotic Plant Removal Crew Funds requested: $96,000 Section 2: Monroe County Mechanical / Contracted Invasive Exotic Plant Removal Funds requested: $80,000 Section 1 Monroe County Invasive Exotic Plant Removal Crew Project Description Monroe County currently employs four invasive exotic plant technicians who work on lands owned or managed by Monroe County. This grant will allow the County to continue employing this crew and will build on the success of the past four years of invasive exotic species control. The crew will continue to eradicate woody and herbaceous invasive exotic plants from designated conservation lands under the direction of the Monroe County Land Steward. The Land Steward will arrange for and/or conduct training, as well as supervise and schedule the work of the crew on the various sites. Training will consist of instruction in plant identification, herbicide handling, and application techniques. Additionally, the grant funds will be used to leverage restoration funds available from the Monroe County Environmental Land Management and Restoration Fund (MCELMR). The MCELMR funds will continue to be utilized for trash removal, native plantings and other restoration efforts following exotic removal. The most common invasive exotic plant species encountered on these lands and their FLEPPC Category ranking are as follows: Brazilian pepper (I - Schinus terebinthifolius), lead tree (II - Leucaena leucocephala), Australian pine (I - Casuarina spp.), beach naupaka (I — Scaevola sericea), seaside mahoe (I - Thespesia populnea), latherleaf (I — Colubrina asiatica), oyster plant (I - Tradescantia spathacea), woman's tongue (I — Albizia lebbek), mahoe (II Hibiscus tiliaceous), castor bean (II — Ricinus communis), bowstring hemp (II — Sanseviera hyacinthoides), wedelia (II Wedelia trilobata), and Guinea grass (II —Panicum maximum). In addition, any other FLEPPC listed species found on the conservation lands will be removed. FWC Contract No. 08150, Task Assignment No. FK-090, Exhibit 1, Page 1 of 15 Exhibit 1 One other species, Night -blooming cactus (Hylocereus undatus), will also be removed although it is not listed with FLEPPC. This plant has become a problem in some conservation lands where it was likely introduced from discarded landscape debris or persists from an abandoned homestead. Project Location Lands in this project area consist of public conservation lands located throughout the Florida Keys either owned or managed by Monroe County (as the Board of County Commissioners or the Land Authority). Monroe County owns over 3,000 parcels of scattered conservation lands throughout the Florida Keys. Additionally, the County has entered into a management lease with the State of Florida for the management of 495 parcels recently purchased through the Florida Forever program. The focus for the 2009-2010 project will be the maintenance of previously treated sites and the treatment of County managed parcels recently purchased under the Florida Forever program. The majority of the subject sites fall within the following list of subdivisions. Note that most of the sites are adjacent to larger natural areas. KEY SUBDIVISION HABITAT TYPE ADJACENT NATURAL AREA Key Largo Largo City Hammock Pennekamp State Park Key Largo Oceana Hammock Key Largo Anglers Park Hammock Key Lazo Winston Waterways Hammock Pennekamp State Park Key Largo Pamela Villa Hammock Pennekamp State Park Key Largo Silver Lake Park Hammock Pennekam State Park Ke Laro Sunset Gardens Hammock Key Largo Thom sons FW Wetland Key Largo Adobe Casa Court Hammock FWC - WEA Ke Lazo BR Haven Hammock I Wetlands FWC - WEA Tavernier Palma Sola Hammock FWC - WEA Tavernier Harris Ocean Park Hammock / Wetlands FWC - WEA Tavernier Old Settlers Park Disturbed / hammock Duck Center Island FW Wetland Bijz Pine Long Beach Coastal berm I beach USFWS Refuge Big Pine Sands Subdivision Pinelands / Disturbed USFWS Refuge Big Pine Eden Pines Pinelands / Disturbed USFWS Refuge Big Pine Kinercha Pinelands I Disturbed USFWS Refuge Big Pine Doctor's Arm Disturbed/ buttonwood USFWS Refuge Torches Windswept Beach Wetlands FWC-)WEA Torches Torch Key Estates Hammock / Wetlands FWC - WEA Torches Gato Farms Hammock / wetlands FWC - WEA Torches Ladies Acre Wetlands / Hammock FWC - WEA Ramrod Ramrod Shores Hammock / Wetlands FWC - WEA Summerland Summerland Estates Hammock / Wetlands Summerland Niles Channel Wetlands USFWS Refuge FWC Contract No. 08150, Task Assignment No. FK-090, Exhibit 1, Page 2 of 15 Exhibit 1 Cud'oe Cutthroat Harbor Hammock / Wetlands USFWS Refuge Cud'oe Cud'oe Acres Pinelands / Disturbed USFWS Refuge Cud'oe Sacarma Hammock / wetlands FWC - WEA Sugarloaf Sugarloaf Townsite Wetlands / hammock Sugarloaf Indian Mound Estates Hammock / wetlands Near FWC & USFWS Sugarloaf Sugarloaf Shores Wetlands FWC - WEA All Follow-up work on Variety of habitats FWC, USFWS, DEP Parks Overseas Heritage Trail All Acreages and other Varie of habitats FWC, USFWS, DEP Parks Parcels Most individual parcels are only 0.1 acre in size, but many are contiguous and combine to form m... , larger management units. All properties are public lands that Monroe County intends to managt, perpetuity for conservation and natural resource protection. As illustrated in the table above, a variety of habitats are represented on these conservation lat cis including coastal beaches, buttonwood wetlands, rockland and maritime hammocks, and pine rocklands, all of which range in condition from disturbed to pristine. These areas provide habitat . nd resources for a myriad of wildlife, including resident and migratory birds, and endemic plant species. The non-native plants that invade these areas decrease habitat value and lower biodiversity. Just a few of the state and federally listed endangered and threatened species of animals and plants that utilize these habitats include: green turtle (Chelonia mydas), eastern indigo snake (Drymarchon corals couperi), key mud turtle (Kinosternon baurii), piping plover (Charadrius melodus), white crowned pigeon (Columba leucocephala), Key Largo cotton mouse (Peromyscus gossypinus allapaticola), Lower Keys marsh rabbit (Sylvilagus palustris hefneri), Key deer (Odocoileu,, virginianus clavium), Blodgett's wild mercury (Argythamnia blodgettii), Cupania (Cupania glabrca); skyblue clustervine (Jacguemontia pentanthos), brittle thatch palm (Thrinax morrisit), and Garber' spurge (Chamaesyce garberi). Proposed Budget The proposed budget for this section of the project is as follows: Grant Funds Requested: $96,000 Wages for 120 Monroe Co technician hrs/week for 32 weeks @ $25.00 / hour In -Kind Match: Land Steward — Supervisor 8 hrs / week for 32 weeks @ $28.33 / hr + 44 % in benefits $10,444 Project Administration — Personnel & Payroll Staff Time 8 hrs/month for 8 months @ $25 / hr $1,600 FWC Contract No. 08150, Task Assignment No. FK-090, Exhibit 1, Page 3 of 15 Exhibit I Herbicides 5 — 2.5 gallons of Garlon 4 @ $250 each $1,250 5 2.5 gallons of Garlon 3A @ $ 250 each $1,250 Supplies and Equipment Sprayers, gloves, saws, etc. $2,000 Disposal fees (vegetative debris) $7,000 - includes tipping fees and use of clam truck with crew Vehicles 1 pickup truck for 1,280 hrs @ $16.501 hr $21,120 1 pickup truck for 640 hrs @ $16.50 l hr $10,560 Cell phones (2 phones) $1,200 Total In -Kind Match for this portion: $56,424 (59% of Grant Funds Requested) Work Specifications Work performance will consist of furnishing all labor, herbicides, diluents, small equipment, transportation, spray equipment, and performing all operations necessary to control the exotic plants listed under "Project Goals" using proven techniques on the individual sped L s If heavy equipment (bucket truck, dump truck, etc.) or a chipper is required for some tasl,, the equipment will be provided as an in -kind match by Monroe County Division of Public Works. or in partnership with other land managers. The exotic plant control technicians shall be responsible for maintaining a daily work log th. will record date, name of site, and hours of work along with other data that will be submitted to the ,and Steward at the end of each week. Monroe County will submit periodic invoices to the Florida I sh & Wildlife Conservation Commission (FWC), Invasive Plant Management Section, for reimburs -ment of exotic plant control activities based on the work logs. The exotic plant species listed under "Project Description" will be treated according to deve aped effective control techniques. Depending upon the species treated and the type of habitat, plans may be hand -pulled, treated in place, removed from site, or chipped on site. Decisions regarding spLcific plant treatment methods on each site will be made by the Land Steward. Treating vegetation in ,lace and allowing it to decompose in situ is cost effective and biologically sound. However, phi.. ical removal of vegetation from the site will be the preferred treatment method in the folio, -ing situations: where fuel loading may be a concern; where excessive mulching may preclude native seedling recruitment or negatively affect wildlife; where falling trees could pose a hazard to roaLl s or structures; or where aesthetics are a concern. It is anticipated that most work areas will reveg 1te naturally without artificial seeding or revegetation. However, for severely degraded sites with distant native seed sources, planting of natives will be considered utilizing funds from Monroe County's Environmental Land Management and Restoration Fund. FWC Contract No. 08150, Task Assignment No. FK-090, Exhibit 1, Page 4 of 15 Exhibit 1 Every effort shall be made by the exotic plant control technicians to avoid damaging native vegetation or disturbing wildlife. The crew will abide by all herbicide label application, precautionary, safety, cleaning, and disposal information. Specimen labels and MSDS information for all chemicals used will be kept with the chemicals, and the crew shall be provided with first aid kits and emergency contact numbers while working in the field. Data Collection The exotic plant control technicians will be responsible for conducting field work and keeping daily work logs. Work logs will record date, weather conditions, name of site, specific location of site, hours of work, species treated, estimates of species abundance in each work location, treatment method, herbicide, concentration, and amount applied. Logs will be submitted weekly to the Monroe County Land Steward to track management activities on all County conservation lands. Public Education/Outreach The Monroe County Land Steward and the exotic plant control technicians will work to educate neighbors of natural areas by providing "Monroe County Conservation Lands" brochures and by discussing invasive exotics with them. Due to the scattered nature of the County's parcels there is ample opportunity to interact with neighbors and the crew is very visible to the public. Additionally, the crew will be easily recognized by signage posted on the work site and the presence of a County labeled vehicle. The crew and the Land Steward will continue to coordinate with The Nature Conservancy (TNC), the Institute for Regional Conservation (IRC) and neighbors of conservation lands to work towards the removal of exotics from adjacent private lands. Proiect Time Frame The project will begin as soon as funding is available and conclude by June 1, 2010, with the Monroe County Land Steward providing a comprehensive final report to accompany the final invoice for cost reimbursement to the FWC no later than June 30, 2010. Due to weather constraints, it is envisioned that most of the work will occur during the eight -month period from October to June. FWC Contract No. 08150, Task Assignment No. FK-090, Exhibit 1, Page 5 of 15 Exhibit 1 Section 1 Location Maps: Maps do not show all Monroe County owned or managed parcels. Map 1. Key Largo Focus Areas including Largo City, Anglers Park, and Pamela Villa Subdivisions. Map 2. Key Largo Focus Areas including Silver Lake Park, Thompsons, and Sunset Gardens Subdivisions. FWC Contract No. 08150, Task Assignment No. FK-090, Exhibit 1, Page 6 of 15 Exhibit I Map 3. Tavernier Focus Areas including Bay Haven, Adobe Casa Court, Harris Ocean Park, and Palma Sola Subdivisions. Map 4. Duck Key Focus Area including Center Island Subdivision. FWC Contract No. 08150, Task Assignment No. FK-090, Exhibit 1, Page 7 of 15 Exhibit 1 Map 5. Big Pine, Torches and Ramrod Focus Areas including Sands, Eden Pines, Doctors Arm, Windswept Beach, Torch Key Estates, and Ramrod Shores Subdivisions. Map 6. Summerland and Cudjoe Focus Areas including Niles Channel, Summerland Estates, Cutthroat Harbor and Cudjoe Acres Subdivisions. FWC Contract No. 08150, Task Assignment No. FK-090, Exhibit 1, Page 8 of 15 Exhibit 1 Map 7. Upper and Lower Sugarloaf Focus Areas including Indian Mound Estates, Sugarloaf Townsite, and Sugarloaf Shores Subdivisions. FWC Contract No. 08150, Task Assignment No. FK-090, Exhibit 1, Page 9 of 15 Exhibit 1 Section 2 Monroe County Mechanical / Contracted Invasive Exotic Plant Removal Project Description The proposed project will build on the success of the last four years of invasive exotic removal work on Monroe County conservation lands by enabling the County to hire contractors to remove Category I and II invasive plant species. The project will remove stands of invasive exotic vegetation that are either too large or located too close to improvements (such as power lines, roads and buildings) to be safely removed by the County's Land Steward and the Invasive Exotic Plant Removal Crew. Additionally, the grant funds will be used to leverage restoration funds available from the Monroe County Environmental Land Management and Restoration Fund (MCELMR). The MCELMR funds will continue to be utilized for invasive exotic removal, trash removal, native plantings and other restoration efforts. The most common invasive exotic plant species found within the project area includes the following: Brazilian pepper (I - Schinus terebinthifolius), Australian pine (I - Casuarina spp.), seaside mahoe (I - Thespesia populnea), and latherleaf (I — Col ubrina asiatica). In addition, any other FLEPPC listed species found on the conservation lands will be removed. Project Location Lands in this project area consist of public conservation lands located throughout the Florida Keys either owned or managed by Monroe County (as the Board of County Commissioners or the Land Authority). Monroe County owns over 3,000 parcels of scattered conservation lands throughout the Florida Keys. Additionally, the County has entered into a management lease with the State of Florida for the management of 495 parcels recently purchased through the Florida Forever program. The focus for the 2009-2010 project will be the County managed parcels recently purchased under the Florida Forever program and any remaining untreated parcels owned by Monroe County. The majority of the subject sites fall within the following list of subdivisions. Note that most of the sites are adjacent to larger natural areas. KEY SUBDIVISION HABITAT TYPE ADJACENT NATURAL AREA Key Largo Silver Lake Park Hammock Pennekamp State Park Big Pine Sands Subdivision Pinelands / Disturbed USFWS Refuge Torches Windswept Beach Wetlands FWC- WEA Torches Ladies Acre Wetlands / Hammock FWC - WEA Ramrod Ramrod Shores Hammock / Wetlands FWC - WEA Summerland Summerland Estates Hammock / Wetlands Sugarloaf Sugarloaf Townsite Wetlands / hammock Sugarloaf Indian Mound Estates Hammock / wetlands Near FWC & USFWS All Acreages and other parcels Variety of habitats FWC, USFWS, DEP Parks Most individual parcels are only 0.1 acre in size, but many are contiguous and combine to form much larger management units. All properties are public lands that Monroe County intends to manage in perpetuity for conservation and natural resource protection. FWC Contract No. 08150, Task Assignment No. FK 090, Exhibit 1, Page 10 of 15 Exhibit 1 The areas proposed for invasive plant eradication encompass the range of habitat types within the Florida Keys. As illustrated in the table above, a variety of habitats are represented on these conservation lands including coastal beaches, buttonwood wetlands, rockland and maritime hammocks, and pine rocklands, all of which range in condition from disturbed to pristine. These areas provide habitat and resources for a myriad of wildlife, including resident and migratory birds, and endemic plant species. The non-native plants that invade these areas decrease habitat value and lower biodiversity. Just a few of the state and federally listed endangered and threatened species of animals and plants that utilize these habitats include: green turtle (Chelonia mydas), eastern indigo snake (Drymarchon corals couperi), key mud turtle (Kinosternon baurii), piping plover (Charadrius melodus), white -crowned pigeon (Columba leucocephala), Key Largo cotton mouse (Peromyscus gossypinus allapaticola), Lower Keys marsh rabbit (Sylvilagus palustris hefneri), Key deer (Qdocoileus virginianus clavium), Blodgett's wild mercury (Argythamnia blodgettii), Cupania (Cupania glabra); skyblue clustervine (Jacquemontia pentanthos), brittle thatch palm (Thrinax morrisii), and Garber's spurge (Chamaesyce garberi). Proposed Budget The proposed budget for this section of the project is as follows: Grant Funds Requested: In -Kind Match: $80,000 Project Administration - Land Steward 8 hrs / week for 32 weeks @ $28.33 / hr + 44 % in benefits $10,444 Invasive Exotic Removal Costs $10,000 Related Clean-up / Restoration Costs $20,000 Total In -Kind Match for this portion: $40,444 (51 % of Grant Funds Requested) Work Specifications The contractor will remove the exotic vegetation from designated conservation lands under the direction of the Monroe County Land Steward. Work performance will consist of the contractor furnishing all labor, herbicides, diluents, small equipment, transportation, spray equipment, etc. and all operations necessary to eradicate the exotic vegetation as described in the Project Goals section. Monroe County Public Works or a County contractor will provide heavy equipment (clam truck, dump truck, etc) as required to remove and dispose of vegetative debris and to cleanup sites as needed. Daily work logs recording date, name of site, and hours of work along with other data will be maintained by the Land Steward. Monroe County will submit periodic invoices to the Florida Fish and Wildlife Conservation Commission (FWC), Invasive Plant Management Section, for reimbursement for exotic plant control activities based on the work logs. FWC Contract No. 08150, Task Assignment No. FK-090, Exhibit 1, Page 11 of 15 Exhibit 1 The exotic plant species listed under "Project Description" will be treated according to di:we!oped effective control techniques. Depending upon the species treated and the type of habitat, plants may be hand -pulled, treated in place, removed from site, or chipped on site. Decisions regarding specific plant treatment methods on each site will be made by the Land Steward. Treating vegetation in place and allowing it to decompose in situ is cost effective and biologically sound. Removing, vegetation from the site will be the preferred treatment method in habitats where fuel loading may be a concern, where excessive mulching would preclude native seedling recruitment or negatively affect wildlife, where falling trees could pose a hazard to roads or structures, or where aesthetics are a concern. It is anticipated that most work areas will revegetate naturally without artificial seeding or reve;7etation. However, for severely degraded sites with distant native seed sources, planting of natives will be considered with funds from Monroe County's Environmental Land Management and Restoration Fund. Every effort shall be made by the contractor to avoid damaging native vegetation or c ,turbing wildlife. The contractor will abide by all herbicide label application, precautionary, safety leaning, and disposal information. Decontamination Contractors working on invasive exotic removal project within the Florida Keys must a 11 ere to the following protocol: • Mandatory decontamination protocols must be followed for vehicles and equipment prior to entering Monroe County from areas outside of the County. • When moving equipment from site to site within Monroe County, decontamination requirements will be at the discretion of the project manager will be dependent upon the exotic species that were treated at the previous site, and will depend on the nature of the treatment sites. • If decontamination is required by the project manager then the contractor must utilize a designated decontamination site within Monroe County. The project manager shall supply the contractor with a list of designated decontamination sites (these may include Monroe County Transfer Stations and DOT storage sites). Decontamination protocols: • All equipment including but not limited to vehicles, trailer, ATV's, and chippers must be cleaned with a pressure washer (at a facility approved by the managing agency's project manager). Decontamination protocols include spraying down all equipment surfaces including the undercarriage and tires to insure that mud, vegetative debris and other debris is not transported from the previous treatment site. Special attention will be paid to equipment that has worked at sites where Lygodium, Cogon grass and other exotics specific to the mainland were treated to prevent the spread of these species into Monroe County. • Equipment such as chain saws, loppers, etc. used for cut stump treatment must be wiped down and cleaned so that they are free of debris. FWC Contract No. 08150, Task Assignment No. FK-090, Exhibit 1, Page 12 of 15 Exhibit 1 Prior to the commencement of an invasive species removal project, the contractor and the project manager shall discuss the necessity for a decontamination plan. If the project manager requires a plan, then the contractor shall submit a brief decontamination plan in writing, to the project manager for approval. The decontamination plan shall identity specific decontamination procedures and decontamination sites. Decontamination protocols may vary depending upon the nature of the treatment site, type of treatment conducted at the site, and the exotic species that were treated. It will be the responsibility of the project manager to inspect all equipment prior to work commencing on the first day at the project site. Failure to comply with decontamination protocols constitutes reason for contract cancellation and dismissal of the contractor. Data Collection The Land Steward will be responsible for overseeing contractors conducting field work and keeping daily work logs. Work logs will record date, weather conditions, name of site, specific location of site, hours of work, species treated, estimates of species abundance in each work location, treatment method, herbicide, concentration, and amount applied. Logs will be used for final report preparation and to track management activities on all County conservation lands. Public Education/Outreach The Land Steward will coordinate discussions with neighbors and neighborhood associations prior to contractor work to explain the purpose and importance of the work. The Land Steward will work in partnership with The Nature Conservancy's invasive exotic program to recruit adjacent private landowners to allow volunteer exotic plant eradication efforts on their property. Proiect Time Frame The project will begin as soon as funding is available and conclude by June 1, 2010, with the Monroe County Land Steward providing a comprehensive final report to accompany the final invoice for cost reimbursement to the FWC Invasive Plant Management Section no later than June 30, 2010. Due to weather constraints, it is envisioned that most of the work will occur during the eight -month period from October to June. FWC Contract No. 08150, Task Assignment No. FK-090, Exhibit 1, Page 13 of 15 Exhibit 1 Section 2 Location Maas: Maps do not show all Monroe County owned or managed parcels. Map 1. Key Largo Focus Areas including Silver Lake Park and Thompsons Subdivisions Map 2. Big Pine, Torches and Ramrod Focus Areas including Sands, Windswept Beach, and Ramrod Shores Subdivisions. FWC Contract No. 08150, Task Assignment No. FK-090, Exhibit 1, Page 14 of 15 Exhibit 1 Map 3. Summerland Areas including Summerland Estates Subdivision. Map 4. Upper Sugarloaf Focus Areas including Indian Mound Estates and Sugarloaf Townsite Subdivisions. FWC Contract No. 08150, Task Assignment No. FK-090, Exhibit 1, Page 15 of 15 DEP Contract No. PL029 THIS CONTRACT is entered into between the STATE OF FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTi_CTION, whose address is 3900 Commonwealth Boulevard, Tallahassee, Florida 32399-3000 (hereinafter 'Department") and MONR3040 (h COUNTY nafte BOARD OF COUNTY COMMISSIONERS, whose addn s is 1�00 Simoref ntoto s the n Street Key west, Florida, 33040 (hereinafter referred to exotic plant control services. as the 'Contractor"), a local government, to provide upland invasive In consideration of the mutual benefits to be derived herefrom, the Department and Contractor do h as follows; here agree 1. The Department does hereby retain the Contractor to perform on a Task Assignment basis (copies of the Task Assignment Forand invasive m and Task exotic plant control services Form are attached hereto as Attachments A and B, ask Assignment Change Order es hereby agree to perform such services upon the terms andscoedf confined ditions forth ein and hin this aContract Attachment C (Scope of Services) and all attachments and exhibits named herein which are attached hereto and incorporated by reference. 2• The Contractor shall satisfactorily perform Task Assignment Change Order. Any and the services described in each executed Task Assignment and all equipment, products, or materials esa Contract shall be supplied by the Contractor, unless otherwise s peclffed hereir7' Perform this n, 3. The Contractor shall perform as an independent contractor and not as an agent, representative, or employee of the Department. A• A. As consideration for the services rendered by the Contractor under the terms of this Contract, the Department shall pay the Contractor on a combination fixed price/fee schedule basis as specified in each executed Task Assignment. Any authorized fee schedule costs will be identified In the Task Assignment and will reflect actual costs to the Contractor. Travel costs are not eligible for reimbursement under this Contract. 8. Funding under this Contract shall be authorized by and for each executed Task by the Department. The Contractor is not authorized to Assignment as issued commodities that exceed the funding amount authorized for each Taskany services gnment. U purchase any and Payment payent of a Task Assignment, any funds remaining from that particular TaskAssignment completion subcontractors shall not commence work on a shall be unencumbered by the Department The Contractor hereby agrees that the Contractor or its Task Assignment until said Task Assignment has been fully executed by both the Department and the Contractor. C. the Contractor shall submit invoices to the Department in accordance with the invoice schedule/frequency established in each Task Assignment, Each invoice shall be submitted in detail Sufficient for a pre -audit and post -audit review. The final invoice for each task must be submitted no later than thirty (30) days followingthe completion date established for each Task Assignment, to assure the availability of funding for final payment. The Department shall have twenty (20) business days to inspect and approve the services for payment. D• upon execution of this Contract, the parties understand and agree that the signature blocks contained in Attachments A and B identify the representatives for each entity with the authority to execute Task Assignments/Task Assignment Change Orders under this Contract. 5. This Contract shall begin upon execution by both parties and remain in effect for ten (10) years, inclusive, In accordance with Section 287.058�;2), Florida Statutes, the Contractor shall not be eligible for reimbursement for services rendered prior to the execution date of this Contract. This Contract may be renewed for an additional term not to exceed three (3) years or the original term ctof the Contract, whichever period is longer. Renewal of this Contract shall be in writing and subject to the same terms and conditions of this Contract. All renewals are contingent upon satisfactory performance by the Contractor and the availability of funds. 6. The State of Florida's performance and obligation to pay under this Contract is contingent upon an annual appropriation by the Legislature. 7. Pursuant to Section 215.422, Fiorida Statutes, the Department's Contract Manager shall have five (5) worsting days, unless otherwise specified herein, to inspect and approve the services for payment; the Department must submit a request for payment to the Florida Department of Financial Services within twenty (20) days, and the Department of Financial Services is given ten (10) days to issue a warrant. Days are calculated from the latter date the Invoice is received or services received, Inspected, and approved, Invoice payment requirements do not start until a proper and correct invoice has been received. Invoices which have to be returned to a contractor for correction(s) will result In a delay in the payment, A Vendor Ombudsman has been established within the Florida Department of Financial Services who may be contacted if Contractor is experiencing problems ;n obtaining timely payimment(s) from a State of Florida agency. The Vendor Ombudsman may be contacted at 850/410-9724 or 1-800-848-3792. s. In accordance with Section 215.422, Florida Statutes, the Department shall pay the Contractor, interest at a rate as established by Section 55.03(1). Florida Statutes on the unpaid balance, if a warrant in payment of an invoice is not Issued within forty f40) days after receipt of a correct Invoice and receipt, inspection, and approval of the goods and services. interest payments of less than $1 will not be enforced unless a contractor requests payment. The interest rate established pursuant to Section 55,03(1), Florida Statutes may be obtained by calling the Department of Financial Services, Vendor Ombudsman at the telephone number provided above or the Department's Procurement Section at 850/922-5942. 9. Each party hereto agrees that it shall be solely responsible for the negligent or wrongful acts of its employees and agents. However, nothing contained herein shall constitute a waiver by either party Of its sovereign immunity or the provisions of Section 768.28. Florida Statutes. 10. A. The Department may terminate this Contract at any time in the event of the failure of the Contractor to fulfill any of its obligations under this Contract. Prior to termination, the Department shall provide ten (10) calendar days written notice of its intent to terminate and shall provide the Contractor an opportunity to consult with the Department regarding the reason(s) for termination. B. The Department may terminate this Contract for convenience by giving the Contractor thirty (30) calendar days written notice. If terminated for convenience, the Contractor shall be reimbursed for services satisfactorily performed up through the date of termination. C. Notice shall be sufficient if delivered personally or by certified mail to the address set forth in paragraph 11. 11_ Any and all notices shall be delivered to the parties at the following addresses; Laurie McHargue WAdWeM Greg Jubinsky, MS4710 Growth Management Division Bureau of Invasive Plant Management 2798 Overseas Highway, Suite 400 Florida Department of Environmental Protection Marathon, FL 33050 3900 Commonwealth Blvd. Tallahassee, FL 32399 3oo0 DEP Contract No. PL029. Page 2 of r, 12. This Contract may be unilaterally canceled by the Department for refusal by the Contractor to allow public access to all documents, papers, letters, or other material made or received by the Contractor in conjunction with this Contract, unless the records are exempt from Section 24(a) of Article I of the State constitution and Section 119.07(1), Florida Statutes. 13. The Contractor shall maintain books, records and documents directly pertinent to performance under this Contract in accordance with generally accepted accounting principles consistently applied. The Department, the State, or their authorized representatives shall have access to such records for audit purposes during the term of this Contract and for five years following Contract completion. In the event any work is subcontracted, the Contractor shall similarly require each subcontractor to maintain and allow access to such records for audit purposes. 14. Tha Department's Contract Manager is Greg Jubinsky, Environmental Adminlstrator, Telephone number 850/245-2821. The Site Manager's name and telephone number will be designated in each Task Assignment, The Contractor's Contract Manager is Laurie McNargue, Telephone number (305) 852-7112, All matters shall be directed to the Contract Managers for appropriate action or disposition. 15. The Contractor warrants that it has not employed or retained any company or person, other than a bona fide employee working solely for the Contractor to solicit or secure this Contract and that it has not paid or agreed to pay any person, company, corporation, individual, or firm, other than a bona fide employee working solely for the Contractor any fee, commission, percentage, gift or other consideration contingent upon or resulting from the award or making of this Contract. 16. The Contractor covenants that it presently has no interest and shall not acquire any Interest which would conflict in any manner or degree with the performance of services required. V. This Contract has been delivered In the State of Florida and shall be construed in accordance with the laws of Florida. Wherever possible, each provision of this Contract shall be interpreted in such manner as to be effective and valid under applicable law, but if any provision of this Contract shall be prohibited or invalid under applicable law, such provision shall be ineffective to the extent of such prohibition or Invalidity, without invalidating the remainder of such provision or the remaining provisions of this Contract. Any action hereon or in connection herewith shall be brought in Leon County, Florida. 18. No delay or failure to exercise any right, power or remedy accruingto either party upon breach or default by either party under this Contract, shall impair any such right, power or remedy of either party; nor shall such delay or failure be construed as a waiver of any such breach or default, or any similar breach or default thereafter. 19. The Contractor recognizes that the State of Florida, by virtue of its sovereignty, is not required to pay any taxes on the services or goods purchased under the terms of this Contract. 20. This Contract is neither intended nor shall it be construed to grant any rights, privileges or interest in any third party without the mutual written agreement of the parties hereto. 21. A. No person, on the grounds of race, creed, color, national origin, age, sex, or disability, shall be excluded from participation m; be denied the proceeds or benefits of; or be otherwise subjected to discrimination in performance of this Contract. a. An entity or affiliate who has been placed on the discriminatory vendor list may not submit a bid on a contract to provide goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of rea. property to a pubic entity, may not award or perform work as a contractor, supplier, subcontractor, or consultant under contract with any public entity, and may not transact business with any pubic entity. The Ronda Department of Management Services Is responsiblefor maintaining the discriminatory vendor list and intends to post the list on its website. Questions regarding the discriminatory vendor list may be d. rected to the Florida Department of Management Services, Office of Supplier Divers!ty at 850/487 0915. DEP Contract No. PI_029, Page 3 of 5 22. This Contract is an exclusive contract for services and may not be assigned in whole or in part without the written approval of the Department. 23. A The Contractor shall not subcontract, assign, or transfer any work under this Contract without the prior written consent of the Department's Contract Manager. The Contractor agrees to be responsible for the fulfillment of all work elements included in any subcontract consented to by the Department and agrees to be responsible for the payment of all monies due under any subcontract. It is understood and agreed by the Contractor that the Department shall not be liable to arty subcontractor for any expenses or liabilities incurred under the subcontract and that the Contractor shall be solely liable to the subcontractor for all expenses and liabilities Incurred under the subcontract. 8. The Department of Environmental Protection supports diversity in'its procurement program and requests that all subcontracting opportunities afforded by this Contract embrace diversity enthusiastically. The award of subcontracts should reflect the full diversity of the citizens of the State of Florida. The Department wilt be glad to furnish a list of minority owned businesses for consideration in subcontracting opportunities. 24. To the extent required by law, the Contractor will be self -insured against, or will secure and maintain during the life of this Contract, Workers' Compensation insurance for all of his employees connected with the work of this project and, in case any work is subcontracted, the Contractor shall require the subcontractor similarly to provide Workers' Compensation Insurance for all of the latters employees unless such employees are covered by the protection afforded by the Contractor. Such self-insurance program or insurance coverage shall comply fully with the Florida Workers' Compensation law. In case any class of employees engaged in hazardous work under this Contract is not protected under Workers' Compensation statutes, the Contractor shall provide, and cause each subcontractor to provide, adequate insurance satisfactory to the Department, for the protection of his employees not otherwise protected. 25. The Contractor warrants and represents that it is self -funded for liab lity Insurance, appropriate and allowable under Florida law, and that such self-insurance offers protection applicable to the Contractors officers, employees, servants and agents while acting within the scope of their employment with the Contractor. 26. The purchase of non -expendable personal property or equipment costing $1,000 or more is not authorized under the terms of this Contract. 27. The Department may at anytime, by written order designated to be a change order, make any change in the work within the general scope of this Contract (e.g., specifications, time, method or manner of performance, requirements, etc.). All change orders are subject to the mutual agreement of both parties as evidenced in writing. Any change order which causes an increase or decrease in the Contractor's cost or bme, excluding Task Assignment Change Orders which modify the cost or time of the work described in an executed Task Assignment Form issued under the terms of the Contract, shall require formal amendment to this Contract 28. A person or affillate who has been placed on the convicted vendor list following a conviction for a public entity crime may not perform work as a grantee, contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017, F.S., for Category Two. for a period of 36 months from the date of being placed on the convicted vendor list. 29. The Contractor shall comply with all applicable federal, state and kxml rules and regulations in providing services to the Department under this Contract. The Contractor acknowledges that this requirement includes compliance with all applicable federal, state and local health and safety rules and regulations. The Contractor further agrees to include this provision in all subcontracts issued as a result of this Contract. 30. This Contract represents the entire agreement of the parties. Any alterations, variations, changes. modificatlons or waivers of provisions of this Contract shall only be valid when they have been reduced to writing, duly signed by each of the parties hereto, and attached to the original of this Contract, unless otherwise provided herein. DEP Contract No. PL029, Page 4 of 5 below. IN WITNESS WHEREOF, the parties have caused this Contract to be duly executed, the day and year last written MONROE COUNTY BOARD OF STATE OF FLORIDA DEP TMENT OF COUNTY COMMISSIONERS ENVIRONMENTAL PRnN By*. r- Title*: Mayor/Chaipian _. Date: February 1.8, 2004 Monroe County Growth Management Division 2798 Overseas Highway, Suite 400 Marathon, Florida 33050 FEID No.: 9. *For contracts with governmental boards/commissions: If someone other than the Chairman signs this Contract, a resolution, statement or other document authorizing that person to sign the Contract on behalf of the Contractor must accompany the Contract. List of attachments/exhibits included as part of this Contract: IYRQ-- Letter/Number inn fln[ ii�rin t.bef Of liceeSi Attachment A Task Assignment Notification Form (i page) Attachment B Task Assignment Change Order Form (I page) Attachment C Scope of Services (1 page) Attachment D Dally Reporting Form (I page) RE&WNDER OF PAGE INTENTIONALLY LEFT BLANK a e49" APP G A 4FORM: 40 - G aai�..R . wt��.FE CNEEF %lSIS7 . zjAuNTYff!NkY DEP Contract No. PL029. Page 5 of 5 ATTACHMENT A TASK ASSIGNMENT NOTIFICATION FORM DEP CONTRACT NO. PL029 Task Assignment Number: Contractor Name: Contractor Contract Manager, Phone #: DEP Contract Manager: Phone #: DEP Site Manager. Phone #: Task Description (Use addibonal sheets If necessary): Deliverables Payment SeheduleAnvoicing Frequency Task Assignment Term: Execution of Task Assignment through Task Assignment Type; Amount Not To Exceed - Fixed Price 3 Fee Schedule $ TOTAL TASK ASSIGNMENT VALUE $ FUNDING INFORMATION: CONTRACTOR FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION Contract Manager Date CC' Gwenn Godfrey, Contracts Office (MS93) Bureau of Finance & Accounting (MS78) - 2 copies DEP Contract Manager Date Reviewing Authority Date Funding Authority Date DEP Site Manager DEP Contract No. PL029, Attachment A, Page I of 1 Date Task Assignment Number. Contractor Name: ATTACHM ENT B TASK ASSIGNMENT CHANGE ORDER FORM DEP CONTRACT NO. PLO29 Change Order #: Contractor Contract Manager Phone M DEP Contract Manager: Phone #: DEP Site Manager Phone #: Description of Change (Use additional sheets if necessary): i Original task amount: Task amount prior to this change order. Net increaWdecrease in task amount: Task amourd with all change orders: CHANGE IN TASK AMOUNT Fee __t=ixed PriFeSchedule CHANGE IN TASK TIME Original task completion date: Completion date prior to this change: Net increaseldecrease in task period: Completion date with all change orders: Change In Funding Information: CONTRACTOR FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION Contract Manager Date cc. Gwenn Godfrey, Contracts Office (MS93) Bureau of Finance & Accounting (MS78) - 2 copies DEP Contract Manager Date Reviewing Authority Data Funding Authority Date DEP Site Manager Date DEP Contract No. PLO29, Attachment 8, Page 1 of 1 ArrACHMENT C SCOPE OF SERVICES The work to be performed consists of the Contractor furnishing all labor, equipment, and herbicides as described herein for the control of invasive upland exotic plants on public conservation lands within their jurisdiction. The Contractor shall be directed by the Site Manager per the task assignment to perform upland Invasive exotic plant control operations. The location of work sites and the upland exotic plant control operations to be performed will be specified by the Department of Environmental Protection's upland Invasive Exotic Plant Program Manager (Contract Manager} In the task assignment. The Contractor shall at all times provide on site a ground crew supervisor that Is certified by the Florida Department of Agriculture and Consumer Services as part of the work force. Ground crew supervisors will be responsible for. 1) coordination with program site manager on a daily/weekly basis; 2) all control activities and safety on project sites; 3) assuring that all contract crews are knowledgeable of, and remain within property and treatment boundaries; 4) assuring appropriate herbicide labels, Material Safety Data Sheets (MSDS), and a copy of the fully executed task assignment with maps are on site; 5) avoid damage to native vegetation and wildlife; and 6) strict adherence to all herbicide label application, precautionary, and safety statements. For herbicidal control operations, the ground crew supervisor shall be certified by the Florida Department of Agriculture and Consumer Services In the Forestry, Flight -of - Way, or Aquatics category. All ground crew supervisors shall obtain certification In the Natural Areas category within six months of contract execution. The Contractor will be responsible for providing applicators with all supplies and equipment for upland invasive exotic plant control, including vehicles, watercraft for transportation to work sites, GIPS equipment for collecting site positions, herbicides and adjuvants, sprayers, machetes, hand tools, chainsaws, brush cutters, safety equipment, potable water, and suitable communications capability to facilitate operational coordination and safety of crew members. The Contractor shall be responsible for obtaining all permits related to the control and disposal of targeted vegetation unless otherwise noted in the Task Assignment. The Contractor shall provide the Department, at the conclusion of each Task Assignment, a written record of. - (a) total gallons/Ibs of herbicides and adjuvants applied, (b) total number of individuals and types of upland Invasive exotic plants treated, (c) total hours of operating time, (d) total hours of Iay tme, (e) total hours of adverse weather lost time. (f) wind data measurements as applicable under the Florida Pesticide Law and Rules This information snail be submitted to the Department on Daily Reporting Form, attached hereto and made a part hereof as Attachment D. One hundred percent (100%; of target vegetation identified in approved scopes of work shall be controlled to prevent re -sprouting, If 95% kill rate is not achieved in any assigned treatment zone(s) of the project after two months following project completion; the Contractor shall be responsible for one additional thorough re -treatment of the target species listed in the Task Assignment. This retreatment will be the responsibility of the Contractor at no cost to the Department. REMAINDER OF PAGE INTENTIONALLY LEFT BLANK DEP Contract No. PL029, Attachment C, Page 1 of 1 ATTACHMENT D DEP DAILY PROGRESS REPORT FOR INVASIVE PLANT CONTROL DATE DEP CONTRACT NUMBER PROJECT NAME PROJECT NUMBER Dist each appiicatomfirst and last names, the time they started and ended and the total hours worked for each applicator and the total hours worked for all applicators. For mechanical control list all employees involved. Stiperviscirs, please document Restricted Pesticide Certificatlon Number after name, Time In Time Nit Applicator Name Hours Wnrkfui Time In rime (hit Applicator Name Hours wnrkarf Supervisor FDACS * TOTAL SUPERVISOR HOURS TOTAL CREW HOURS TOTAL EQUIPMENT OPERATOR Listthe name of each plant oontrolied (Australian Pine. Brazilian Pepper) the control method (cut stump. basal bark, mechanical), the total number of plants controlled (or area where appropriate), the herbicide and adjuvants used. the rates and total quantity used of spray mbr herbicide concentrate• and aQiuvarns in gallons. Eauioment Use: List all eaujament used (chain saws. ehinnera_ hnnte_ A7V'a hPaw Pni anrn Pnt Pt& 5 Item Use Quantity Item Use Quantity Weather Conditions: 0 Sunny ❑ Cloudy CT Rain { Start Time Duration ) Wind Speed Temperature Other: COMMENTS: I hereby knowledge that the data presented in this form is accurate. Contractor. DEP Representative: (Site Manager) DEP Contract No. PL029. Attachment 0. Page 1 of 1