HomeMy WebLinkAbout24-033 - Washington State Department of Natural Resources - Interagency Agreement: Site Assessment & Restoration24-033
Council Approval 3/18/24
INTE GENCY AG ' EMENT
DEPARTMENT OF NATU' L RESOURCES (DNR)
CONTRACT NO. 93-106600
PI: 248, NZH
Funding Source: State
Grant Funded: 0 Yes CI No
OMWBE: 0 Small Business 0 Veteran Owned Z Not Applicable
Procurement method: Z Exempt DES Policy DES-140-00 Section 5., Item 2. Exceptions to the
competitive solicitation requirement, listed under RCW 39.26.125(10), Intergovernmental
agreements awarded to any governmental entity, whether federal, state, or local and any
department, division, or subdivision thereof.
This Agreement is made and entered into between the Washington State Department of Natural
Resources, hereinafter referred to as "DNR/AGENCY", and the below named firm, hereinafter
referred to as "CONTRACTOR".
DNR and CONTRACTOR enter into this agreement under Chapter 39.34, Interlocal Cooperation
Act.
City of Tukwila Parks and Recreation
6200 Southcenter Boulevard
Tukwila, WA 98188
Phone: 206-433-1800
Fax: 206-433-1833
Email: mayor • tukwilawa.gov
WA State UBI Number: 179-000-208
Federal Taxpayer Identification Number: 91-6001519
Statewide Vendor # (SWV): SWV0018023
Agreement No. 93-106600
1 of 13
Form update date: 2023.04.20
IT IS MUTUALLY AGREED THAT:
1.0 Purpose. The purpose of this Agreement is to invest in urban forestry for the City of
Tukwila. Funds will be used to hire a subcontractor to conduct site assessments and compose an
Assessment and Restoration Plan for four (4) parks in the City of Tukwila and to perform forestry
restoration activities in Southgate Park.
2.0 Scope of Work. CONTRACTOR shall furnish the necessary personnel, equipment,
material, and/or services and otherwise do all things necessary for or incidental to performing work
set forth in the Exhibit A — Scope of Work/Deliverables.
3.0 Period of Performance. The period of performance under this contract will be from date
of execution through June 1, 2025.
4.0 Payment. Total compensation under this agreement shall not exceed One Hundred
Twenty -Five Thousand Dollars ($125,000) and shall be based on the rates and terms described in
Exhibit B — Budget.
Unless otherwise determined by DNR, funding for this contract is provided by the Washington
State 2023-2025 Urban and Community Forestry Budget, DNR Program Index: 248, Project Code:
NZH
Continued performance under this agreement is subject to funding availability; should funding be
repealed, unappropriated, unobligated, or otherwise removed from spending authority, all billable
work will cease immediately upon notification and termination of the agreement will take effect
immediately.
Expenses
No expenses are allowed under this contract.
5.0 Billing Procedures. CONTRACTOR shall submit invoices twice during the period of
performance with Mid-term Report and Final Report; Mid-term Report by October 1, 2024, and
Final Report by June 1, 2025. CONTRACTOR shall only submit invoices for completed
activities, tasks, and/or deliverables clearly identified in Exhibit A — Scope of
Work/Deliverables. Invoices containing partially completed work will be rejected.
Fiscal Year/Biennial Closure: Under fiscal year/biennial closing procedures, CONTRACTOR
must submit all invoices and/or billings for services or material supplied under this contract
through June 30 to DNR no later than July 10 of that same calendar year.
Each invoice submitted to the DNR Project Manager shall include information needed by DNR
to determine the exact nature of all expenditures and completed work. At a minimum, each
invoice shall specify the following:
1. Contract number 93-106600
2. Invoice date
3. Organization and primary contact name
Agreement No. 93-106600 2 of 13
Form update date: 2023.04.20
4. Primary contact phone number and email address
5. Narrative description of the work performed to complete the activity(s) and/or task(s)
1. The order in which the completed activity(s) and task(s) are listed on the invoice
shall reflect the order in which they listed in the Scope of Work/Deliverables.
2. Language used to describe completed activity(s) and task(s) shall reflect the
language in Exhibit A, Scope of Work/Deliverables.
6. Detail of the expenses being billed
1. Expenses for each activity and/or task shall be broken down by cost type using the
format in Exhibit B, Budget, Table 1. Cost by Activity.
2. DNR reserves the right to request an additional expense detail by line item using
the format in Exhibit B, Budget, Table 2. Cost by Line Item.
7. Supporting documentation for all expenses being billed
1. The specific activity or task completed must be accompanied by the respective
invoice(s), receipt(s), and any other appropriate supporting documentation (unless
noted otherwise above) in order to receive reimbursement.
8. Total invoice amount
Special Budget Provisions: Transfer of funds between tasks is allowed with advance written
permission of the DNR Project Manager and shall not exceed 10% of the total budget. If the
cumulative amount of these transfers exceeds or is expected to exceed 10% of the total budget,
this is subject to a justification and a contract amendment.
6.0 Outreach and Printed Materials. All printed materials, signs, and other products
including websites resulting from this agreement must be reviewed by DNR prior to publishing.
All projects must include an acknowledgement of funding sources, and may be recognized as
follows:
"Funds for this project were provided by the State of Washington Department of Natural
Resources Urban and Community Forestry Program."
Appropriate agency logos may be used in addition to the above statement and will be supplied to
CONTRACTOR. Use of agency logos must be reviewed and approved by the funding agencies
prior to publishing.
7.0 Records Maintenance. CONTRACTOR shall maintain books, records, documents, and
other evidence to sufficiently document all direct and indirect costs incurred by CONTRACTOR
in providing the services. These records shall be available for inspection, review, or audit by
personnel of DNR, other personnel authorized by DNR, the Office of the State Auditor, and
federal officials as authorized by law. CONTRACTOR shall keep all books, records, documents,
and other material relevant to this Agreement for six (6) years after agreement expiration. The
Office of the State Auditor, federal auditors, and any persons authorized by the parties shall have
full access to and the right to examine any of these materials during this period.
Records and other documents in any medium furnished by one party to this agreement to the
other party, will remain the property of the furnishing party, unless otherwise agreed. The
receiving party will not disclose this material to any third parties without first notifying the
furnishing party and giving it a reasonable opportunity to respond. Each party will use
Agreement No. 93-106600 3 of 13
Form update date: 2023.04.20
reasonable security procedures and protections to assure that records and documents provided by
the other party are not erroneously disclosed to third parties.
8.0 Rights to Data. Unless otherwise agreed, data originating from this Agreement shall be
'works for hire' as defined by as defined by Title 17 U.S.C., Section 101 and shall be owned by
DNR. Data shall include, but not be limited to, reports, documents, pamphlets, advertisements,
books, magazines, surveys, studies, computer programs, films, tapes, and/or sound
reproductions. Ownership includes the right to use, copyright, patent, register and the ability to
transfer these rights.
9.0 Independent Capacity. The employees or agents of each party who are engaged in
performing this Agreement shall continue to be employees or agents of that party and shall not
be considered for any purpose to be employees or agents of the other party.
10.0 Amendments. This Agreement may be amended by mutual agreement of the parties.
Amendments shall be in writing and signed by personnel authorized to bind each of the parties.
11.0 Termination for Convenience. Either party may terminate this Agreement upon 30
calendar days' prior written notice to the other party. If this Agreement is terminated, the parties
shall be liable only for performance rendered or costs incurred in accordance with the terms of
this Agreement prior to the effective date of termination.
12.0 Termination for Cause. If for any cause either party does not fulfill in a timely and
proper manner its obligations under this Agreement, or if either party violates any of the terms
and conditions, the aggrieved party will give the other party written notice of the failure or
violation. The aggrieved party will give the other party 15 working days to correct the violation
or failure. If the failure or violation is not corrected within 15 days, the aggrieved party may
immediately terminate this Agreement by notifying the other party in writing.
13.0 Disputes. If a dispute arises, each party will make a good faith effort to resolve issues at
the lowest possible level in their respective agencies. If they cannot resolve an issue, they will
elevate the issue within their respective chains of command to resolve it.
In the event that a dispute arises under this Agreement that cannot be resolved under the
preceding paragraph, it shall be determined by a Dispute Board in the following manner: Each
party to this Agreement shall appoint one member to the Dispute Board. The members so
appointed shall jointly appoint an additional member to the Dispute Board. The Dispute Board
shall evaluate the facts, Agreement terms, applicable statutes and rules, and make a
determination of the dispute. The determination of the Dispute Board shall be final and binding
on both parties. The cost of resolution will be borne as allocated by the Dispute Board.
Alternatively, the parties may pursue a third -party dispute resolution as the Parties mutually
agree to in writing.
14.0 Governance. This contract is entered into the authority granted by the laws of the State
of Washington and any applicable federal laws. The provisions of this agreement shall be
construed to conform to those laws.
Agreement No. 93-106600 4 of 13
Form update date: 2023.04.20
If there is an inconsistency in the terms of this Agreement, or between its terms and any
applicable statute or rule, the inconsistency shall be resolved by giving precedence in the
following order:
(1) Applicable federal statutes and rules
(2) State of Washington statutes and regulations
(3) Special terms and conditions as contained in this basic contract instrument
(4) Scope of Work/Deliverables, attached as Exhibit A
(5) Budget, attached as Exhibit B
(6) Any other provisions of the agreement, including materials incorporated by
reference.
15.0 Assignment. The work to be provided under this Agreement and any claim arising from
this Agreement cannot be assigned or delegated in whole or in part by either party, without the
express prior written consent of the other party. Neither party shall unreasonably withhold
consent.
16.0 Waiver. A party that fails to exercise its rights under this agreement is not precluded
from subsequently exercising its rights. A party's rights may only be waived through a written
amendment to this agreement.
17.0 Harassment. Per RCW 43.01.135, Sexual harassment in the workplace, Agency
contractors hereby have access to DNR Policy PO01-052 Sexual Harassment:
haps://www.dnr,wa.gov/publications/em harassment revention policy.pdf.
DNR's Policy PO01-051 Safe and Respectful Workplace, linked below, outlines DNR's
commitment and the expectations for
contractors: wwwdnrwagov/pub1ications/em safe respectful workplace policy.pdf.
DNR's Policy PO01-037 Harassment Prevention outlines DNR's commitment and the
expectations for
contractors: wwwdnrwa. gov/publications/em harassment prevention olicy 037.pdf.
18.0 Nondiscrimination.
a) Nondiscrimination Requirement: During the term of this Contract, CONTRACTOR,
including any subcontractor, shall not discriminate on the bases enumerated at RCW
49.60.530(3). In addition, CONTRACTOR, including any subcontractor, shall give
written notice of this nondiscrimination requirement to any labor organizations with
which CONTRACTOR, or subcontractor, has a collective bargaining or other agreement.
b) Obligation to Cooperate: CONTRACTOR, including any subcontractor, shall cooperate
and comply with any Washington state agency investigation regarding any allegation that
CONTRACTOR, including any subcontractor, has engaged in discrimination prohibited
by this Contract pursuant to RCW 49.60.530(3).
c) Default: Notwithstanding any provision to the contrary, DNR may suspend
CONTRACTOR, including any subcontractor, upon notice of a failure to participate and
Agreement No. 93-106600 5 of 13
Form update date: 2023.04.20
cooperate with any state agency investigation into alleged discrimination prohibited by
this Contract, pursuant to RCW 49.60.530(3). Any such suspension will remain in place
until DNR receives notification that CONTRACTOR, including any subcontractor, is
cooperating with the investigating state agency. In the event CONTRACTOR, or
subcontractor, is determined to have engaged in discrimination identified at RCW
49.60.530(3), DNR may terminate this Contract in whole or in part, and
CONTRACTOR, subcontractor, or both, may be referred for debarment as provided in
RCW 39.26.200. CONTRACTOR or subcontractor may be given a reasonable time in
which to cure this noncompliance, including implementing conditions consistent with any
court -ordered injunctive relief or settlement agreement.
d) Remedies for Breach: Notwithstanding any provision to the contrary, in the event of
Contract termination or suspension for engaging in discrimination, CONTRACTOR,
subcontractor, or both, shall be liable for contract damages as authorized by law
including, but not limited to, any cost difference between the original contract and the
replacement or cover contract and all administrative costs directly related to the
replacement contract, which damages are distinct from any penalties imposed under
Chanter 49.60 RCW. DNR shall have the right to deduct from any monies due to
CONTRACTOR or subcontractor, or that thereafter become due, an amount for damages
CONTRACTOR or subcontractor will owe DNR for default under this provision.
19.0 Severability. The provisions of this agreement are severable. If any provision of this
Agreement or any provision of any document incorporated by reference should be held invalid,
the other provisions of this Agreement without the invalid provision remain valid.
20.0 Responsibilities of the Parties/Indemnification. To the fullest extent permitted by law,
CONTRACTOR shall indemnify, defend (with counsel acceptable to DNR), and hold harmless
DNR, its officials, agents, and employees, from and against all claims arising out of or resulting
from the performance of the Agreement. "Claim" as used in this Agreement means any financial
loss, claim, suit, action, damage, or expense, including but not limited to attorneys' fees,
attributable for bodily injury, sickness, disease or death, or injury to or destruction of tangible
property including loss of use resulting therefrom. CONTRACTOR's obligation to indemnify,
defend, and hold harmless includes any claim by CONTRACTOR's employees, representatives,
any subcontractor or its employees, or any third party.
However, CONTRACTOR shall not indemnify, defend, or hold harmless DNR, its officials,
agents, and employees for claims caused by or resulting from the sole negligence of DNR, its
officials, agents, and employees and in the event of concurrent negligence by (1)
CONTRACTOR, its agents, employees, representatives, any subcontractor or its employees, or
any third party and (2) DNR, its officials, agents, and employees, then CONTRACTOR's
obligation to indemnify, defend, and hold harmless DNR, its officials, agents, and employees
shall be valid and enforceable only to the extent of CONTRACTOR, its agents, employees,
representatives, any subcontractor or its employees, or any third party's share of any concurrent
negligence.
CONTRACTOR waives its immunity under Title 51 RCW to the extent it is required to
indemnify, defend and hold harmless DNR and its officials, agents or employees.
Agreement No. 93-106600 6 of 13
Form update date: 2023.04.20
21.0 Insurance. Before using any of said rights granted herein and its own expense,
CONTRACTOR shall purchase and maintain, or require its agent(s)/subcontractor to purchase
and maintain, the insurance described below for the entire duration of this Agreement. Failure to
purchase and maintain the required insurance may result in the termination of the Agreement at
DNR's option.
All insurance provided in compliance with this Agreement shall be primary as to any other
insurance or self-insurance programs afforded to, or maintained by, the State of Washington,
Department of Natural Resources.
CONTRACTOR shall provide DNR with certificates of insurance, executed by a duly authorized
representative of each insurer, showing compliance with the insurance requirements specified in
this Agreement before using any of said rights granted herein. The description section of the
certificate shall contain the Contract Number and the name of the DNR Project Manager.
CONTRACTOR shall also provide renewal certificates as appropriate during the term of this
Agreement.
CONTRACTOR shall include all subcontractors and agents as insured under all required
insurance policies or shall provide separate certificates of insurance for each subcontractor or
agent. Failure of CONTRACTOR to have its subcontractors and agents comply with the
insurance requirements contained herein does not limit CONTRACTOR's liability or
responsibility.
INSURANCE TYPES & LIMITS: The limits of insurance, which may be increased by State,
as deemed necessary, shall not be less than as follows:
Commercial General Liability (CGL) Insurance: CONTRACTOR shall purchase and maintain
commercial general liability insurance with a limit of not less than $1,000,000 per each
occurrence. If such CGL insurance contains aggregate limits, the general aggregate limits shall
be at least twice the "each occurrence" limit, and the products -completed operations aggregate
limit shall be at least twice the "each occurrence" limit. All insurance must cover liability arising
out of premises, operations, independent contractors, products completed operations, personal
injury and advertising injury, and liability assumed under an insured contract (including the tort
liability of another party assumed in a business contract) and contain separation of insured
(cross -liability) condition.
Employer's Liability ("Stop Gap") Insurance: CONTRACTOR shall purchase and maintain
employer's liability insurance and if necessary, commercial umbrella liability insurance with
limits not less than $1,000,000 each accident for bodily injury by accident and $1,000,000 each
employee for bodily injury by disease.
Business Auto Policy (BAP) Insurance: CONTRACTOR shall purchase and maintain business
auto insurance and if necessary, commercial umbrella liability insurance with a limit of not less
than $1,000,000 per accident, with such insurance covering liability arising out of "Any Auto".
The policy shall be endorsed to provide contractual liability coverage and cover a "covered
pollution cost or expense." CONTRACTOR waives all rights of subrogation against State for
Agreement No. 93-106600 7 of 13
Form update date: 2023.04.20
the recovery of damages to the extent they are covered by business auto liability or commercial
umbrella liability insurance.
Industrial Insurance (Workers Compensation): CONTRACTOR shall comply with or provide
Federal Workers Compensation insurance or coverage under Title 51 RCW by maintaining
workers compensation insurance for its employees. CONTRACTOR waives all rights of
subrogation against State for recovery of damages to the extent they are covered by Industrial
Insurance, employer's liability, general liability, excess, or umbrella insurance. CONTRACTOR
waives its Title 51 RCW immunity to the extent it is required by its indemnity obligation under
this Agreement.
ADDITIONAL PROVISIONS:
Additional Insured: The State of Washington, Department of Natural Resources, its officials,
agents, and employees shall be named as additional insured by endorsement on all general
liability, excess, and umbrella insurance policies.
Cancellation: DNR shall be provided written notice before cancellation or non -renewal of any
insurance referred to therein, in accord with the following specifications.
1 Insurers subject to Chapter 48.18 RCW (Admitted and Regulated by the Insurance
Commissioner): The insurer shall give the State 45 days advance notice of cancellation
or nonrenewal. If cancellation is due to non-payment of premium, the State shall be given
10 days advance notice of cancellation.
2. Insurers subject to Chapter 48.15 RCW (Surplus Lines): The State shall be given 20 days
advance notice of cancellation. If cancellation is due to non-payment of premium, the
State shall be given 10 days advance notice of cancellation.
Insurance Carrier Rating: All insurance shall be issued by companies admitted to do business in
the State of Washington and have a rating of A-, Class VII, or better. Any exception must be
reviewed and approved by the DNR Risk Manager or the DNR Contracts Manager, in the Risk
Manager's absence. If an insurer is not admitted to do business in the State of Washington, all
insurance policies and procedures for issuing the insurance policies must comply with Chapters
4815 RCW and 284-15 WAC.
Self -Insurance: If CONTRACTOR is self -insured, evidence of its status as a self -insured entity
shall be provided to State. The evidence should demonstrate that CONTRACTOR's self-
insurance meets all of the required insurance coverage of this Agreement to the satisfaction of
State including the description of the funding mechanism and its financial condition. If the
funding mechanism or financial condition of the self-insurance program of CONTRACTOR is
inadequate, then State may require the purchase of additional commercial insurance to comply
with this Agreement.
Waiver: CONTRACTOR waives all rights of subrogation against State for recovery of damages
to the extent these damages are covered by general liability, excess, or umbrella insurance
maintained pursuant to this Agreement.
22.0 Limited Waiver of Sovereign Immunity.
Agreement No. 93-106600
8 of 13
Form update date: 2023.04.20
Not applicable for this contract.
23.0 Complete Agreement in Writing. This Agreement contains all the terms and conditions
agreed upon by the parties. No other understanding, oral or otherwise, regarding the subject
matter of this Agreement shall be deemed to exist or to bind any of the parties.
24.0 Contract Mana ement.
CONT " , CTOR Contract Manager Information
DNR Contract Manager Information
David Rosen
City of Tukwila Parks and Recreation
12424 42nd Ave S
Tukwila, WA 98168
Phone: 206-767-2310
Email address: David.rosenhantukwilawa.gov
Sajjad Alokozai
Department of Natural Resources
1111 Washington Street SE
Olympia, WA 98504-7013
Phone: 360-915-3944
Email address:
saijudallah.alokozaikhdnr.wa.gov
.
CONTRACTOR Project Manager Information
.
DNR Project Manager Information
Olena Perry
City of Tukwila Parks and Recreation
12424 42"d Ave S
Tukwila, WA 98168
Phone: 206-767-2315
Email address: Olena. en- k ' a a. ov
Ben Thompson
Department of Natural Resources
1111 Washington Street SE
Olympia, WA 98504-'7013
Phone: 360-485-8651
Email address: ben.tho so di -. a.gov
25.0 Treatment of Assets.
Not applicable for this contract.
Agreement No. 93-106600 9 of 13
Forrn update date: 2023.04.20
DocuSign Envelope ID: 26269F30-2E28-4570-814E-CCC93EAF6DDF
26.0 Approval. By signature below, the Parties certify that the individuals listed in this
document, as representatives of the Parties, are authorized to act in their respective areas for
matters related to this instrument.
IN WITNESS WHEREOF, the Parties have executed this Agreement.
CITY OF TUKWILA PARKS AND
RECREATION
,—DocuSigned by:
WaS NAV
.---8EE24380545B44C.
Signature
Thomas McLeod
STATE OF WASHINGTON
DEPARTMENT OF NATURAL
RESOURCES
3/20/2024 I 4:41 PM PDT
Date
Mayor
Title
6200 Southcenter Boulevard
Tukwila, WA 98188
Address
206-433-1850
Telephone
DocuSigned by:
itAAAAA
(patIcits 3/25/2024
-6-54F-243D2 40B4A1,..
Signature
Jennifer Watkins
Name
Forest Resilience Division Manager
Title
1111 Washington Street SE
MS 47013
Olympia, WA 98504-7013
Address
360-338-1688
Date
Telephone
Agreement No. 93-106600 10 of 13
Form update date: 2023.04.20
EXHIBIT A — SCOPE OF WORK/DELIVERABLES
Activity 1: Site Assessment & Restoration Plans Creation
Riverton, Codiga, Southgate, and Crestview parks, all local neighborhood parks except for
Southgate, which is a naturally forested park, will have site assessments and restoration plans
written through completion of this Activity. Said restoration plans will inform current city
investment, allow for more thorough stewardship of the planned areas, and allow for volunteer
deployment for future work. Prospective subcontractor has confirmed capacity to finish work by
June 2025.
Task
Deliverable
Completion
Date
Estimated
Cost
1A. Draft Site
Assessment &
Restoration Plan for
Codiga Park
• PDF Copy of Assessment & Plan
including the following sections at a
minimum: 1) Background and
Introduction, 2) Map of Management
Units, 3) Existing Site Conditions, and
4) Management Recommendations and
Priorities
• Documentation of paid invoice from
Contractor to Subcontractor.
June 1, 2025
$ 10,000
1B. Draft Site
Assessment &
Restoration Plan for
Riverton Park
• PDF Copy of Assessment & Plan
including the following sections at a
minimum: 1) Background and
Introduction, 2) Map of Management
Units, 3) Existing Site Conditions, and
4) Management Recommendations and
Priorities
• Documentation of paid invoice from
Contractor to Subcontractor.
June 1, 2025
$ 10,000
1C. Draft Site
Assessment &
Restoration Plan for
Crestview Park
• PDF Copy of Assessment & Plan
including the following sections at a
minimum: 1) Background and
Introduction, 2) Map of Management
Units, 3) Existing Site Conditions, and
4) Management Recommendations and
Priorities
• Documentation of paid invoice from
Contractor to Subcontractor.
June 1, 2025
$ 10,000
1D. Draft Site
Assessment &
Restoration Plan for
Southgate Park
• PDF Copy of Assessment & Plan
including the following sections at a
minimum: 1) Background and
Introduction, 2) Map of Management
Units, 3) Existing Site Conditions, and
June 1, 2025
10,000
Agreement No. 93-106600
11 of 13
Form update date: 2023.04.20
4) Management Recommendations and
Priorities
Documentation of paid invoice from
Contractor to Subcontractor.
Activity 2 Total
$40,000
Activity 1: Southgate Park — Phase 1 Restoration
Southgate Park, an approximately 9.2 acre naturally forested park, is currently inaccessible and
losing tree canopy due to invasive English Ivy, creating an urgent need for professional crew work
to protect and save said canopy and restore access to the natural area for community members.
Completion of this work will enable further activation of the site by volunteers to continue
restoration and stewardship and prepare the site for future plantings. Prospective subcontractor has
confirmed capacity to finish work by June 2025.
Task
Deliverable
Completion
Date
Estimated
Cost
2A. Restoration
activities across
more than 3acres of
land within park to
include a mix of the
following:
1.At least 140 Tree
Survival Rings
2At least 100,000
Square Feet of
Herbicide
Application
3.At least 20,000
Square Feet Ground
Ivy Removal
4. At least 500
Trees/Shrubs
treated with
herbicidal
injections.
Report of activities to include:
• After -Action Report from Subcontractor
• At least 5before and after photos
documenting completed work.
• Provided records of:
o Sq. footage of Groundlvy cleared.
o # of tree survival rings installed
o Sq. footage of herbicide
application performed.
o # of trees/shrubs treated with
herbicidal injection
• Documentation of paid invoice from
Contractor to Subcontractor.
June 1, 2025
$85,000
Activity 1 Total
$85,000
Total for Activities 1-2
$125,000
Agreement No. 93-106600
12 of 13
Form update date: 2023.04.20
EXHIBIT B — BUDGET
The total budget is $125,000. See the Scope of Work/Deliverables for activity and task
descriptions.
Table 1. Cost bv Activit
Activities
Personnel
and Benefits
Travel
Supplies
Contractual
Total
Activity 1
$0
$0
$0
$40,000
$40,000
Activity 2
$0
$0
$0
$85,000
$85,000
Total
$0
$0
$0
$125,000
$125,000
Table 2. Cost bv Line Item
Contractual
Subcontractor with Extensive Restoration & Stewardship Planning Experience
Multiple Park assessments and restoration plans (Activity 1) covering all Tasks
necessary for completion/fulfillment of activity.
$40,000
Subcontractor with Extensive Restoration & Stewardship Planning Experience
Completion of restoration activities as described in Activity 2.
$85,000
Total
$125,000
Agreement No. 93-106600 13 of 13
Form update date: 2023.04.20