Loading...
HomeMy WebLinkAboutNCDMS Technical Proposal_NCDMS Whiskey Jug_SAW-2023-00270 Wildlands Engineering, Inc. (P) 704.332.7754 • (F) 704.332.3306 • 1430 South Mint St, Suite 104 • Charlotte, NC 28203 September 19, 2023 Ms. Sharon McCalop NC DEQ-Division of Mitigation Services 217 West Jones Street, Suite 3409-I Raleigh, NC 27603 RE: Wildlands Engineering, Inc. Proposal – Whiskey Jug Mitigation Site Catawba River Basin Cataloging Unit 03050101; Catawba County, NC In response to RFP 16-707025112 – Full Delivery Project Dear Ms. McCalop, As an authorized representative of Wildlands Engineering, Inc. (Wildlands), I am pleased to present to the NC Division of Mitigation Services (DMS) the following proposal to provide stream and wetland credits in the Catawba River Basin (Cataloging Unit 03050101) in response to RFP 16-707025112. This proposal is a firm offer from Wildlands and remains open for acceptance by the NC Department of Environmental Quality (DEQ) until March 17, 2024, which is 180 days from the closing date of the above- referenced RFP. As a fully licensed engineering firm, Wildlands will serve as the contracting entity and lead designer. The key individuals on the Wildlands Team have worked together on numerous projects over multiple years and will operate smoothly as a cohesive unit. Wildlands is committed to creating an excellent ecological restoration project at the Whiskey Jug Mitigation Site (Site) and is proposing to provide 8,970 warm stream credits and 3.969 riparian wetland credits through a combination of restoration and preservation of streams as well as the creation and re- establishment of project wetlands. The Site has already been reviewed by the IRT, survey has been completed, and the concept design has begun as a privately-owned mitigation bank, so Wildlands is positioned to quickly move into the full design phase of work. The Site is located in a Water Supply Watershed and Targeted Resource Areas (TRAs) for Water Quality, Habitat, and Hydrology. The project will improve water quality and ecology through stream and wetland restoration activities, cattle exclusion, riparian buffer enhancement and reestablishment, and treatment of invasive species. Wildlands’ Whiskey Jug Mitigation Site submittal includes a cost proposal, technical proposal, execution document, the RFP in its entirety, required addendum, completed attachments, and scoresheet. Wildlands has read the RFP in its entirety, including all links and all addenda released in conjunction with the RFP. Wildlands agrees to perform in accordance with the scope of work, requirements, and specifications and will comply with all instructions, terms and conditions, and attachments. With our diverse, yet unified team we offer the expertise, understanding, and commitment to ensure this project’s success. Sincerely, Shawn D. Wilkerson, CEO WILDLANDS ENGINEERING WHISKEY JUG MITIGATION SITE CATAWBA RIVER BASIN 03050101 RFP #16-707025112 TECHNICAL PROPOSAL PROPOSAL OPENING DATE: SEPTEMBER 19, 2023 at 2:00 PM WILDLANDS E N GI N EERI N G Wildlands Engineering, Inc. 1430 S. Mint Street, Suite 104, Charlotte, NC 28203 PHONE: (704) 332-7754 FAX: (704) 332-3306 Wildlands' Authorized Representative: Shawn Wilkerson SUBMITTED TO, ~ Ver: 03/2023 STATE OF NORTH CAROLINA Request for Proposal # 16-707025112 ______________________________________________________ For internal State agency processing, including tabulation of proposals, provide your company’s eVP (Electronic Vendor Portal) Number. Pursuant to G.S. 132-1.10(b) this identification number shall not be released to the public. This page will be removed and shredded, or otherwise kept confidential, before the procurement file is made available for public inspection. This page shall be filled out and returned with your proposal. Failure to do so may subject your proposal to rejection. ___________________________________________________ Vendor Name ______________________________ Vendor eVP# Note: For a contract to be awarded to you, your company (you) must be a North Carolina registered vendor in good standing. You must enter the vendor number assigned through eVP (Electronic Vendor Portal). If you do not have a vendor number, register at https://vendor.ncgov.com/vendor/login Wildlands Engineering, Inc. 98344 Proposal Number: 16-707025112 Vendor: __________________________________________ Ver: 03/2023 Refer ALL Inquiries regarding this RFP to the procurement lead, Sharon McCalop, through the Message Board in the Sourcing Tool. See section 2.6 for details: Request for Proposal #: 16-707025112 Proposals will be publicly opened: September 19, 2023 Using Agency: Division of Mitigation Services Commodity No. and Description: 701617 Ecosystems Requisition No.: n/a EXECUTION In compliance with this Request for Proposals (RFP), and subject to all the conditions herein, the undersigned Vendor offers and agrees to furnish and deliver any or all items upon which prices are bid, at the prices set opposite each item within the time specified herein. By executing this proposal, the undersigned Vendor understands that false certification is a Class I felony and certifies that: ▪this proposal is submitted competitively and without collusion (G.S. 143-54), ▪none of its officers, directors, or owners of an unincorporated business entity has been convicted of any violations of Chapt er 78A of the General Statutes, the Securities Act of 1933, or the Securities Exchange Act of 1934 (G.S. 143-59.2), and ▪it is not an ineligible Vendor as set forth in G.S. 143-59.1. Furthermore, by executing this proposal, the undersigned certifies to the best of Vendor’s knowledge and belief, that: ▪it and its principals are not presently debarred, suspended, proposed for debarment, declared ineligible or voluntarily excluded from covered transactions by any Federal or State department or agency. As required by G.S. 143-48.5, the undersigned Vendor certifies that it, and each of its sub-Contractors for any Contract awarded as a result of this RFP, complies with the requirements of Article 2 of Chapter 64 of the NC General Statutes, including the requirement for each employer with more than 25 employees in North Carolina to verify the work authorization of its employees through the federal E-Verify system. As required by Executive Order 24 (2017), the undersigned vendor certifies will comply with all Federal and State requirement s concerning fair employment and that it does not and will not discriminate, harass, or retaliate against any employee in connection with performance of any Contract arising from this solicitation. G.S. 133-32 and Executive Order 24 (2009) prohibit the offer to, or acceptance by, any State Employee associated with the preparing plans, specifications, estimates for public contracts; or awarding or administering public contracts; or inspecting or supervising delivery of the public contract of any gift from anyone with a contract with the State, or from any person seeking to do business with the State. By execution of this response to the RFP, the undersigned certifies, for Vendor’s entire organization and its employees or agents, that Vendor is not aware that any such gift has been offered, accepted, or promised by any employees of your organization. By executing this bid, Vendor certifies that it has read and agreed to the INSTRUCTION TO VENDORS and the NORTH CAROLINA GENERAL TERMS AND CONDITIONS incorporated herein. These documents can be accessed from the Ariba Sourcing Tool. Failure to execute/sign proposal prior to submittal may render proposal invalid and it MAY BE REJECTED. Late proposals shall not be accepted. COMPLETE/FORMAL NAME OF VENDOR: STREET ADDRESS: P.O. BOX: ZIP: CITY & STATE & ZIP: TELEPHONE NUMBER: TOLL FREE TEL. NO: STATE OF NORTH CAROLINA Division of Mitigation Services Wildlands Engineering, Inc. 1430 S. Mint Street, Suite 104 Charlotte, NC 28203 n/a 704-332-7754 n/a 28203 Wildlands Engineering, Inc. Proposal Number: 16-707025112 Vendor: __________________________________________ Ver: 03/2023 2 PRINCIPAL PLACE OF BUSINESS ADDRESS IF DIFFERENT FROM ABOVE (SEE INSTRUCTIONS TO VENDORS ITEM #21): PRINT NAME & TITLE OF PERSON SIGNING ON BEHALF OF VENDOR: FAX NUMBER: VENDOR’S AUTHORIZED SIGNATURE*: DATE: EMAIL: VALIDITY PERIOD Offer shall be valid for at least sixty (60) days from date of bid opening, unless otherwise stated here: 180 days, or if extended by mutual agreement of the parties in writing. Any withdrawal of this offer shall be made in writing, effective upon receipt by the agency issuing this RFP. ACCEPTANCE OF PROPOSAL If your proposal is accepted, all provisions of this RFP, along with the written results of any negotiations, shall constitute the written agreement between the parties (“Contract”). The NORTH CAROLINA GENERAL TERMS AND CONDITIONS are incorporated herein and shall apply. Depending upon the Goods or Services being offered, other terms and conditions may apply, as mutually agreed. FOR STATE USE ONLY: Offer accepted and Contract awarded this________ day of __________, 20____, as indicated on The attached certification, by ____________________________________________________________________. (Authorized Representative of Department of Environmental Quality) n/a Shawn D. Wilkerson 704-332-3306 swilkerson@wildlandseng.com09/19/2023 Wildlands Engineering, Inc. A ~.'..l}.'.l I Proposal Number: 16-707025112 Vendor: __________________________________________ Ver: 03/2023 3 Contents 1.0 PURPOSE AND BACKGROUND ............................................................................................ 5 1.1 CONTRACT TERM ................................................................................................................. 5 2.0 GENERAL INFORMATION ...................................................................................................... 5 2.1 REQUEST FOR PROPOSAL DOCUMENT ............................................................................ 5 2.2 E-PROCUREMENT FEE ......................................................................................................... 5 2.3 NOTICE TO VENDORS REGARDING RFP TERMS AND CONDITIONS............................... 5 2.4 RFP SCHEDULE .................................................................................................................... 6 2.5 PRE-PROPOSAL CONFERENCE .......................................................................................... 6 2.6 PROPOSAL QUESTIONS ...................................................................................................... 7 2.7 PROPOSAL SUBMITTAL ....................................................................................................... 7 2.8 PROPOSAL CONTENTS ........................................................................................................ 8 2.9 IMPORTANT INFORMATION AND RESTRICTIONS ............................................................. 9 2.10 ALTERNATE BIDS ............................................................................................................... 10 2.11 TEMPLATES, TECHNICAL SCORESHEETS, TARGET WATERSHEDS, AND MAPS ........... 10 2.12 DEFINITIONS, ACRONYMS, AND ABBREVIATIONS ............................................................. 10 3.0 METHOD OF AWARD AND PROPOSAL EVALUATION PROCESS ................................... 14 3.1 METHOD OF AWARD .......................................................................................................... 14 3.2 CONFIDENTIALITY AND PROHIBITED COMMUNICATIONS DURING EVALUATION ...... 15 3.3 PROPOSAL EVALUATION PROCESS ................................................................................ 15 3.4 EVALUATION CRITERIA ..................................................................................................... 16 3.5 PERFORMANCE OUTSIDE THE UNITED STATES ............................................................ 17 3.6 INTERPRETATION OF TERMS AND PHRASES ................................................................. 17 4.0 REQUIREMENTS ................................................................................................................... 17 4.1 PRICING ............................................................................................................................... 18 4.2 DOWNWARD PAYMENT ADJUSTMENTS .......................................................................... 18 4.3 INVOICES ............................................................................................................................. 18 4.4 PAYMENT TERMS ............................................................................................................... 18 4.5 FINANCIAL STABILITY ........................................................................................................ 18 4.6 FINANCIAL ASSURANCE ................................................................................................... 19 4.7 HUB PARTICIPATION .......................................................................................................... 19 4.8 VENDOR QUALIFICATIONS AND EXPERIENCE ............................................................... 19 4.9 REFERENCES ...................................................................................................................... 20 Wildlands Engineering, Inc. Proposal Number: 16-707025112 Vendor: __________________________________________ Ver: 03/2023 4 4.10 BACKGROUND CHECKS .................................................................................................... 20 4.11 PERSONNEL ........................................................................................................................ 20 4.12 VENDOR’S REPRESENTATIONS ....................................................................................... 20 5.0 SPECIFICATIONS AND SCOPE…………………………………………………………………… 21 5.1 GENERAL……………………………………………………………………………………………… 21 5.2 OBJECTIVES……………………………………………………………………………………………21 5.3 TASKS/DELIVERABLES ...................................................................................................... 22 5.4 PAYMENT SCHEDULE AND DESCRIPTION OF MILESTONE ........................................... 24 5.5 TECHNICAL APPROACH………………………………………………………………………………24 6.0 CONTRACT ADMINISTRATION ............................................................................................ 27 6.1 CONTRACT MANAGER AND CUSTOMER SERVICE ......................................................... 27 6.2 PROJECT MANAGER AND CUSTOMER SERVICE ............................................................ 27 6.3 CONTINUOUS IMPROVEMENT ........................................................................................... 27 6.4 ACCEPTANCE OF WORK ................................................................................................... 27 6.5 DISPUTE RESOLUTION ...................................................................................................... 27 6.6 CONTRACT CHANGES ....................................................................................................... 27 6.7 ATTACHMENTS ................................................................................................................... 27 ATTACHMENT A: PRICING FORM ATTACHMENT B: INSTRUCTIONS TO VENDORS ATTACHMENT C: NC GENERAL TERMS AND CONDITIONS ATTACHMENT D: HUB SUPPLEMENTAL VENDOR INFORMATION ATTACHMENT E: VENDOR INFORMATION ATTACHMENT F: LOCATION OF WORKERS ATTACHMENT G: CERTIFICATION OF FINANCIAL CONDITION ATTACHMENT H: TASKS AND DELIVERABLES MATRIX Wildlands Engineering, Inc. Proposal Number: 16-707025112 Vendor: __________________________________________ Ver: 03/2023 5 1.0 PURPOSE AND BACKGROUND The mission of NCMS is to provide cost-effective mitigation alternatives that improve the state’s water resources. This RFP is soliciting Proposals from qualified Vendors for needed mitigation as described herein for the NCDMS to successful ly meet permit conditions mandated by the regulatory agencies. This RFP is not an offer for a Contract, nor does the Department’s acceptance of any Technical/Cost Proposal guarantee a Cont ract with the Department. The Department reserves the right to reject any or all p roposals deemed not to be in the best interest of the State of North Carolina. The intent of this solicitation is to award an Agency Specific Contract. 1.1 CONTRACT TERM The Contract shall have an initial term of ten (10) years, beginning on the date of final Contract execution (the “Effective Date”) or [insert date], whichever is later. The Vendor shall begin work under the Contract within seven (7) business days of the Effective Date. Proposals shall be submitted in accordance with the terms and conditions of this RFP and any addenda issued hereto. 2.0 GENERAL INFORMATION 2.1 REQUEST FOR PROPOSAL DOCUMENT This RFP is comprised of the base RFP document, any attachments, and any addenda released before Contract award , which are incorporated herein by reference. 2.2 E-PROCUREMENT FEE ATTENTION: This is an NC eProcurement solicitation facilitated by the Ariba Network. The E-Procurement fee may apply to this solicitation. See the paragraph entitled ELECTRONIC PROCUREMENT of the North Carolina General Terms and Conditions. General information on the E-Procurement Services can be found at: http://eprocurement.nc.gov/. What is the Ariba Network? The Ariba Network is a web-based platform that serves as a connection point for buyers and vendors. Vendors can log in to the Ariba Network to view purchase orders, respond to electronic requests for quotes, participate in Sourcing Events, and collaborate with buyers on contract documents. For training on how to use the Sourcing Tool to view solicitations, submit questions, develop responses, upload documents, an d submit offers to the State, Vendors should go to the following site: http://eprocurement.nc.gov/training/vendor-training. 2.3 NOTICE TO VENDORS REGARDING RFP TERMS AND CONDITIONS It shall be the Vendor’s responsibility to read the Instructions to Vendors, the North Carolina General Terms and Conditions, all relevant exhibits and attachments, and any other components made a part of this RFP and comply with all requirements and specifications herein. Vendors are also responsible for obtaining and complying with all Addenda and other changes that may be issued in connection with this RFP. If Vendors have questions, issues, regarding any component of this RFP, those must be submitted as questions in accordance with the instructions in the PROPOSAL QUESTIONS Section. If the State determines that any changes will be made as a result of the questions asked, then such decisions will be communicated in the form of an RFP addendum. The State may also elect to leave Wildlands Engineering, Inc. Proposal Number: 16-707025112 Vendor: __________________________________________ Ver: 03/2023 6 open the possibility for later negotiation of specific provisions of the Contract that have been addressed during the question-and- answer period, prior to contract award. Other than through the process of negotiation under 01 NCAC 05B.0503, the State rejects and will not be required to evaluate or consider any additional or modified terms and conditions submitted with Vendor’s proposal or otherwise. This applies to any language appearing in or attached to the document as part of the Vendor’s proposal that purports to vary any terms and conditions or Vendors’ instructions herein or to render the proposal non-binding or subject to further negotiation. Vendor’s proposal shall constitute a firm offer that shall be held open for the period required herein (“Validity Period” above). The State may exercise in its discretion to consider Vendor proposed modifications. By execution and delivery of this RFP Response, the Vendor agrees that any additional or modified terms and conditions, whether submitted purposely or inadvertently, shall have no force or effect, and will be disregarded unless expressly agreed upon through negotiations and incorporated by way of a Best and Final Offer (BAFO). Noncompliance with, or any attempt to alter or delete, this paragraph shall constitute sufficient grounds to reject Vendor’s proposal as nonresponsive. 2.4 RFP SCHEDULE The table below shows the intended schedule for this RFP. The State will make every effort to adhere to this schedule. Event Responsibility Date and Time Issue RFP State June 7, 2023, 5:00 PM ET Urged & Cautioned Pre-Proposal Conference State June 14, 2023, 10:00 AM ET Submit Written Questions Vendor June 27, 2023, 5:00 PM ET Submit Proposals Vendor September 19, 2023, 2:00 ET Contract Award State TBD Contract Effective Date State TBD 2.5 PRE-PROPOSAL CONFERENCE Virtual, Urged and Cautioned Pre-Proposal Conference Date: 6/14/2023 Time: 10:00 AM Eastern Time Location: Microsoft TEAMS Contact #: 919-707-8451 Instructions: Vendor representatives are URGED and CAUTIONED to attend the pre-proposal conference and apprise themselves of the conditions and requirements which will affect the performance of the work called for by this RFP. A pre-proposal conference is scheduled for this RFP. Submission of a proposal shall constitute sufficient evidence of this compliance and no allowance will be made for unreported conditions which a prudent Vendor would recognize as affecting the performance of the work called for in this RFP. Vendor is cautioned that any information released to attendees during the pre-proposal conference, other than that involving the physical aspects of the facility referenced above, and which conflicts with, supersedes, or adds to requirements in this RFP, must be confirmed by written addendum before it can be considered to be a part of this RFP and any resulting contract. Vendor representatives may request an invitation to the pre -bid by submitting an e-mail to sharon.mccalop@deq.nc.gov on or before the pre-proposal conference date specified above. Vendors should enter “RFP# 16-707025112: Request to Attend Virtual Pre-bid” as the subject line for the email. Vendor invitation will be limited to two (2) representatives. An email invitation to a Microsoft TEAMS meeting will be sent to the email address(es) provided. (MS TEAMS is an online communication tool which allo ws Wildlands Engineering, Inc. Proposal Number: 16-707025112 Vendor: __________________________________________ Ver: 03/2023 7 a virtual meeting setting to share information. The app is approved by the NC DEQ Division of Information Technology (IT) and there is no purchase required for download and use.) Attendees are reminded to enter the MS TEAMS with camera selected to the off position, and microphone muted. It is up to the vendor to check their internet connection ahead of time as DMS will not be responsible for any connection issues vendors may experience during the conference. DMS will provide attendees with a brief instructional overview for navigational guidance. 2.6 PROPOSAL QUESTIONS Upon review of the RFP documents, Vendors may have questions to clarify or interpret the RFP in order to submit the best prop osal possible. To accommodate the Proposal Questions process, Vendors shall submit any such questions by the “Submit Written Questions” date and time provided in the RFP SCHEDULE Section above, unless modified by Addendum. Questions related to the content of the solicitation, or the procurement process should be directed to the person on the titl e page of this document via the Sourcing Tool's message board by the date and time specified in the RFP SCHEDULE Section of this RFP. Vendors will enter “RFP #16-707025112– Questions” as the subject of the message. Question submittals should include a reference to the applicable RFP section. This is the only manner in which questions will be received. Questions or issues related to using the Sourcing Tool itself can be directed to the North Carolina eProcurement Help Desk at 888 - 211-7440, Option 2. Help Desk representatives are available Monday through Friday from 7:30 AM ET to 5:00 PM ET. Questions received prior to the submission deadline date, the State’s response, and any additional terms deemed necessary by the State will be posted in the Sourcing Tool in the form of an addendum and shall become an Addendum to this RFP. No information, instruction or advice provided orally or informally by any State personnel, whether made in response to a question or otherwise in connection with this RFP, shall be considered authoritative or binding. Vendors shall rely only on written material contained in the RFP and an addendum to this RFP. 2.7 PROPOSAL SUBMITTAL IMPORTANT NOTE: This is an absolute requirement. Late bids, regardless of cause, will not be opened or considered, and will be automatically disqualified from further consideration. Vendor shall bear the sole risk of late submission due to unintended or unanticipated delay. It is the Vendor’s sole responsibility to ensure its proposal has been received as described in this RFP by the specified time and date of opening. Failure to submit a proposal in strict accordance with instructions provided shall constitute sufficient cause to reject a Vendor’s proposal(s). Solicitation responses are subject to Sealed Bid ding requirements. Vendor’s proposals for this procurement must be submitted through the So urcing Tool. For training on how to use the Sourcing Tool to view solicitations, submit questions, develop responses, upload documents, and submit offers to the State, Vendors sh ould go to the following site: https://eprocurement.nc.gov/training/vendor-training Questions or issues related to using the Sourcing Tool itself can be directed to the North Carolina eProcurement Help Desk at 888- 211-7440, Option 2. Help Desk representatives are available Monday through Friday from 7:30 AM EST to 5:00 PM EST. Tips for Using the Sourcing Tool 1. Vendors should review available training and confirm that they are able to access the Sourcing Event, enter responses, and upload files well in advance of the date and time response are due to allow sufficient time to seek assistance from the North Carolina eProcurement Help Desk. 2. Vendors may submit their responses early to make sure there are no issues, and then submit a revised response any time prior to the response due date and time. The State will only review the most recent response. 3. Vendors should respond to all relevant sections of the Sourcing Event. Certain questions or items are required in order to submit a response and are denoted with an asterisk. The Sourcing Tool will not allow a response to be submitted unless all required items are completed. The Sourcing Tool will provide error messages to help identify any required information that is missing when response is submitted. Wildlands Engineering, Inc. Proposal Number: 16-707025112 Vendor: __________________________________________ Ver: 03/2023 8 4. Simply saving your response in the Sourcing Tool is not the same as submitting your response to the State. Vendors should make sure they complete the submission process and receive a message that their response was successfull y submitted. If confidential and proprietary information is included in the proposal, also submit one (1) signed, REDACTED copy of the proposal. Such information may include trade secrets defined by N.C. Gen. Stat. § 66 -152 and other information exempted from the Public Records Act pursuant to N.C. Gen. Stat. §132- 1.2. Vendor may designate information, Products, Services or appropriate portions of its response as confidential, consistent with and to the extent permitted under the statutes and rule s set forth above. By so redacting any page, or portion of a page, the Vendor warrants that it has formed a good faith opinion, having received such necessary or proper review by counsel and other knowledgeable advisors, that the portions determined to be confidential and proprietary and redacted as such, meet the requirements of the Rules and Statutes set forth above. However, under no circumstances shall price information be designated as confidential. If the Vendor does not provide a redacted version of the proposal with its proposal submission, the Department may release an unredacted version if a record request is received. 2.8 PROPOSAL CONTENTS Vendors shall provide responses to all questions and complete all attachments for this RFP that require the Vendor t o provide information and upload them to the Sourcing Event in the Sourcing Tool. Vendor may not be able to submit its response in the Sourcing Tool unless all required items are addressed. Vendors shall provide authorized signatures where requested. Failure to provide all required items, or Vendor’s submission of incomplete items, may result in the State rejecting Vendor’s proposal, in the State’s sole discretion. Vendor shall include the following items and attachments in the Sourcing Tool: a) Completed and signed version of ATTACHMENT A: PRICING (each pricing PDF needs to be uploaded as a separate attachment in the Sourcing Tool – more information will be found in section 5 of the Sourcing Tool) b) Vendor’s Response including: 1. Cover Letter, which must contain the following: (i)a statement that confirms that the proposer has read the RFP in its entirety, including all links, and all Addenda released in conjunction with the RFP ; (ii) a statement that the Vendor agrees to perform in accordance with the scope of work, requirements, and specifications contained herein; and (iii) Vendor’s agreement to comply with all instructions, terms and conditions, and attachments . 2. Title Page: Include the company name, address, phone number and authorized representative a long with the Proposal Number. 3. Completed and signed version of all EXECUTION PAGES, along with the RFP in its entirety, and signed receipt pages of any ADDENDA released in conjunction with this RFP (ONLY if addenda are required to be returned). 4. Executive Summary: The executive summary shall consist of highlights of the general contents of the proposal and shall clearly state the anticipated mitigation type and number of credits proposed. If the Vendor is proposing multiple mitigation options, each option shall be specifically described in this section. (Submitted Mitigation credits as stated in the Executive Summary shall match the credit tables shown in the Technical approach section of the submittal. This credit total also shall match the amount on the Sealed Bid Proposal (attachment A). 5. Project Staffing and Organization: Response to section 4.8 VENDOR QUALIFICATIONS AND EXPERIENCE 6. Technical Approach: Response to section 5.5 7. ATTACHMENT B: INSTRUCTIONS TO VENDORS ATTACHMENT C: NORTH CAROLINA GENERAL TERMS & CONDITIONS 8. Completed ATTACHMENT D: HUB SUPPLEMENTAL VENDOR INFORMATION 9. Completed ATTACHMENT E: SUPPLEMENTAL VENDOR INFORMATION 10. Completed ATTACHMENT F: LOCATION OF WORKERS UTILIZED BY VENDOR 11. Completed ATTACHMENT G: CERTIFICATION OF FINANCIAL CONDITION Wildlands Engineering, Inc. Proposal Number: 16-707025112 Vendor: __________________________________________ Ver: 03/2023 9 12. ATTACHMENT H: TASKS AND DELIVERABLES MATRIX 13. Completed version of TECHNICAL SCORESHEET (optional) Attachments are to be downloaded from the Sourcing tool. Attachments A, B, C, D, E, F and G are required to be returned as part of the RFP in its entirety as part of vendor’s response. Vendors response should be one PDF containing the RFP in its entirety and all required information described above (minus attachment A which is to be uploaded separately into section 5 of Ariba). Maps diagrams, and/or photographs may be used to supplement the text. c) Submit the boundaries of the proposed project as an additional attachment to section 6.1 of the Sourcing Tool (where you are uploading your PDF technical proposal). The boundary can be the proposed easement(s) or the general project area. NCDMS expects the submitted file to closely match the project area(s) shown in the project proposal location map. The file representing the proposed project boundaries must: 1) Consist of an ArcMap multipart polygon format (.shp or geodataba se); 2) Project in the State Plane Coordinate System (NAD 83) using a base unit of meters or feet; 3) Include the *.prj file holdi ng the coordinate system information; 4) Adhere to the following convention within the attribute table. Each record represents a single boundary configuration in its entirety as proposed for consideration. If more than one boundary configuration is proposed, a separate and discrete record is required. Each record must have the following attribute information: Vendor name; Site_Name (as named in proposal); Configuration/Option (as named in proposal); Project_Type (Stream, Wetland, Buffer, or Combination); Coordinate_System (SP Meters or SP Feet). If a technical proposal does not meet all the Department’s requirements, it will be rejected, and the corresponding sealed cost proposal will not be opened. 2.9 IMPORTANT INFORMATION AND RESTRICTIONS a) The DMS recognizes that a Vendor(s) might not be able to find one site that provides the total amount of mitigation requested for the cataloging unit listed above. Therefore, proposals may be submitted in any of the following categories: ▪ One or more sites providing all the requested mitigation credits; or ▪ One or more sites providing a portion of the requested mitigation credits. b) Unless the Vendor states in both the cover letter and the Executive Summary of the technical proposal that multiple mitigation options are being offered for a site, and specifically describes each option, the Department shall only consider the full proposal amount and will not extend an offer to contract for less than the full amount indicated in the proposal. c) Proposals will NOT be accepted using the following types of sites: 1. Property purchased with Clean Water Management Trust Fund monies 2. Property that is enrolled in the Conservation Reserve Enhancement Program, Conservation Reserve Program, Wetlands Reserve Program, or any other state or federal program that provides funds for any of the tasks outlined in this RFP 3. Property that has been used for compensatory mitigation under Section 404 and/or 401 of the Clean Water Act 4. Properties that are in the control of the State or currently in negotiation for compensatory mitigation needs by any state agency 5. Properties that are controlled by any federal agency Wildlands Engineering, Inc. Proposal Number: 16-707025112 Vendor: __________________________________________ Ver: 03/2023 10 6. Properties that have been timbered, filled, or manipulated (stream channel dredging or channel re-alignment) in violation of federal or state rules or statutes. d) Please note that the State of North Carolina will NOT accept fee simple title to any property as a result of this RFP. As stated in the TASKS section, long-term protection of the selected properties must be provided by a conservation easement held by the State of North Carolina. 2.10 ALTERNATE BIDS The Sourcing Tool is set up to only allow one (1) bid per Vendor (per eVP number), however a Vendor may submit “alternate bids” for any subsequent sites they have to offer all within their one (1) bid. Alternate bid(s) must specifically identify a ll the RFP requirements required in “Proposal Contents” above. If a Vendor chooses to respond with more than one (1) site, Vendor shall follow the specific instructions for uploading Alter nate Bids in section 6.6 in the Sourcing Tool. Each bid must be for a separate site and must include a separate Attachment A: P ricing form (to be uploaded separately in section 5.1 in the Sourcing Tool). For example, if Acme Solutions (eVP #1234) has two sites they wish to submit they would log into the Sourcing Tool and complete all the necessary sections for the first site. Site #1 has 2 options and will have: Site #1, Option #1 pricing form uploaded to section 5.1, Site #1, Option #2 pricing form uploaded as a SEPARATE pdf also to section 5.1, and technical proposal pdf uploaded to sections 6.1 that cover both options for Site #1, all necessary shapefiles for Site #1 will also be uploaded as a separate, subsequent attachment (zip file) to section 6.1. Acme Solutions (eVP#1234) now has a second site they want to submi t with 3 options. Site #2 will have: three (3) separate pricing forms uploaded to section 5.2 as separate/subsequent attachments and a compressed zip file uploaded to section 6.6 containing all the necessary RFP requirements. Clear and precise labeling is crucial to success. 2.11 TEMPLATES, TECHNICAL SCORESHEETS, TARGET WATERSHEDS, AND MAPS The latest required report templates, technical scoresheets, target watersheds and mapping applicable to this RFP are found at: https://deq.nc.gov/about/divisions/mitigation-services/dms-vendors/templates-guidelines-tools-projects 2.12 DEFINITIONS, ACRONYMS, AND ABBREVIATIONS Relevant definitions for this RFP are provided in 01 NCAC 05A .0112 and in the Instructions to Vendors found in the Sourcing Tool, which are incorporated herein by this reference. The following definitions, acronyms, and abbreviations are also relevant to this RFP: Adjusted Credit Cost – The Credit Cost of a Site divided by the Proposal Rating; units are Dollars per Wetland Mitigation Credit, Stream Mitigation credits, Buffer Mitigation credits, or Nutrient Offset Credits. Agencies – The regulatory and advisory units of the state and federal government in North Carolina which are involved in permitting and/or commenting on proposed activities in wetlands, streams, or riparian areas and in approving and/or commenting on proposed compensatory wetland, stream, riparian buffer, or nutrient offset mitigation. As-Built Drawings – Scale drawings depicting the final configuration, dimensions, and locations of all pertinent features of a Site after all implementation activities have been completed. Baseline Monitoring Document – A written document, supplemented with graphics that describes in detail the implemented mitigation site, the goals established for the project, how it was implemented, how it will be monitored, the amount of mitigation credits the project will generate, and the criteria by which its success will be determined. Wildlands Engineering, Inc. Proposal Number: 16-707025112 Vendor: __________________________________________ Ver: 03/2023 11 Cataloging Unit (“CU”) – A geographic area representing part or all of a River Basin and identified by an 8 -digit number as depicted on the “Hydrologic Unit Map – 1974, State of North Carolina, published by the U.S. Department of Interior, Geological Survey”. Categorical Exclusion – Categories of actions that do not individually or cumulatively have a significant effect on the human or natural environment and for which, therefore, neither an Environmental Assessment nor an Environmental Impact Statement is required. The Categorical Exclusion will be satisfied by completing the Categorical Exclusion Action Form and Document. The Categorical Exclusion must be approved by the Federal Highway Administration (FHWA). Coastal Wetland – As defined in North Carolina General Statute 113-229(n)(3) and described in the CAMA Handbook for Development in Coastal North Carolina – Section 2(A)(4). Conservation Easement – A restriction that landowners voluntarily place on specified uses of their property to protect its natural, productive, or cultural features. It is recorded as a written legal agreement between the landowner and the “holder” of the easement. The State of North Carolina must receive from the landowner a conservation easement as prepared and facilitated by the full delivery provider for all NC Division of Mitigation Services full delivery projects. Credit – A unit of measure (e.g., a functional or a real measure or other suitable metric) representing the accrual or attainment of aquatic functions at a compensatory mitigation site, as approved by the regulatory agencies. The measure of aquatic functions is based on the resources restored (rehabilitated), established, enhanced , or preserved. Credit Cost – Total bid cost divided by the number of offered credits for each type of mitigation. Credit Release Schedule - The timeline established for the periodic release of mitigation credits based upon the successful implementation of the approved Mitigation Plan, including construction and post -construction monitoring. Department – The North Carolina Department of Environmental Quality (NCDEQ) Division of Financial Services – Contracting arm of NCDEQ. Division of Water Resources-Division in NCDEQ that is responsible for state water quality regulations. DOA/P&C – The North Carolina Department of Administration, Division of Purchase and Contract. Financial Assurance – Financial security assuring the ability of the provider to deliver the contracted for mitigation credits. Financial Assurance must be provided through Performance Bonds, Letters of Credit or Casualty Insurance. Hydrologic Unit (“HU”) – A geographic area representing a portion of a Cataloging Unit as depicted on the “Hydrologic Unit Map – 1974, State of North Carolina, published by the U.S. Department of Interior, Geological Survey,” and identified by a 14- digit number. Interagency Review Team (IRT) – A group of federal, tribal, state, and/or local regulatory and resource agency representatives that review documentation for and advises the USACE di strict engineer on the establishment and management of a stream and/or wetland mitigation bank or an in-lieu fee program. Intermittent Stream – A well-defined channel that contains water for only part of the year, typically during winter and spring when the aquatic bed is below the water table. The flow may be heavily supplemented by storm water runoff. An intermittent stream should score at least 19 points using the NC Division of Water Quality Classification Manual, Version 4.11, 2010, effective September 1, 2010. Jurisdictional Wetland - A wetland as defined in the 1987 Corps of Engineers Wetlands Delineation Manual. Local Watershed Plan (LWP) – an NCDMS watershed plan that is conducted in specific priority areas (typically one or more 12- digit Hydrologic Units) where NCDMS and the local community have identified a need to address critical watershed issues. Wildlands Engineering, Inc. Proposal Number: 16-707025112 Vendor: __________________________________________ Ver: 03/2023 12 Through this planning process, NCDMS collaborates with local stakeholders and resource professionals to identify projects and management strategies to restore, enhance and protect local watershed resources. LWPs can be found by County or River Basin at: https://deq.nc.gov/about/divisions/mitigation-services/dms-planning/watershed-planning-documents Long Term Protection – as defined in the Federal Code of Regulations (Federal Register/Vol. 73, No. 70/Thursday, April 10, 2008/ Rules and Regulations – Section 332.7 Management, the Long Term Protection of a mitigation site may be provided through real estate instruments such as conservation easements held by entities such as federal, tribal, state or local resou rce agencies, non-profit conservation organizations, or private land managers; the transfer of title to such entities; or by restrictive covenants. The use of conservation easements and/or restrictive covenants must receive prior approval by the United States Army Corps of Engineers (USACE) – District Engineer. As noted in the Federal Code of Regulations, the USACE District Engineer shall consider relevant legal constraints on the use of conservation easements and/or restrictive covenants in determining whether such mechanisms provide sufficient protection. Mitigation Plan – A written document, supplemented with graphics, which describes: the existing site conditions, the goals and objectives of the project and other pertinent information. The Mitigation Plan is developed and submitted prior to the implementation of the project. Monitoring Report – A written document, supplemented with graphics due on December 1st of each year during the monitoring period following the completion of construction. This report contains results of the measured success criteria as defined in the Baseline Monitoring Document. NCDMS – The North Carolina Division of Mitigation Services. Non-Riparian Wetland – An area underlain with hydric soils that is NOT located in a geomorphic floodplain or natural crenulation and NOT contiguous to natural lakes greater than 20 acres in size or artificial impoundments. Non-Riparian Wetlands are typically found on flats in interstream divides (pocosins), side slopes (seeps), and in depressions surrounded b y uplands (mafic depressions, lime sinks and Carolina Bays). The hydrology of no n-riparian wetlands is driven by precipitation and is characterized by groundwater being at or near the surface for much of the year. Must meet US Army Corps of Engineers wetlands definition (33 CFR 328.3(b)). Opening Date – The location, date, and time that the Sealed Technical Proposal and Sealed Cost Proposal must be delivered to NCDMS. Proposals will not be accepted by NCDMS after the opening date/time. Perennial Stream – A well-defined channel that contains water year-round during a year of normal rainfall, with the aquatic bed located below the water table for most of the year. A perennial stream should score at least 30 points using the NC Division of Water Quality Stream Classification Manual, Version 4.11, 2010, effective September 1, 2010. Preliminary Findings Report – An NCDMS report that is developed during the Local Watershed Planning process that contains an evaluation of available data sources and an initial determination of watershed conditions; identifies data gaps; and inclu des a plan for a detailed evaluation of the watershed and its water quality, habitat, and hydrologic functions. Project Area – For the purposes of this RFP, project area is defined as the area within the proposed conservation easement for the project. Project Milestones – A deliverable, such as a document or completed action that signifies that the endo of a task in the Scope of Service. Property– A Site may be comprised of one or more pieces of real Property owned by one or more individual . Proposal – The response to the RFP from an interested Vendor consisting of a signed Sealed Cost Proposal and a Sealed Technical Proposal. Wildlands Engineering, Inc. Proposal Number: 16-707025112 Vendor: __________________________________________ Ver: 03/2023 13 Proposed Project - a site that is in a pre-construction state and that is not associated with, or a part of, an approved (signed, fully executed) Mitigation Banking Instrument by the closing date of this RFP. Proposal Rating (“PR”) – A value (number) that is calculated for each Proposal based upon the evaluation of the Proposal by the PRC. The PR is established by dividing the points scored by the total amount of po tential points. Proposal Review Committee (“PRC”) - A committee established by the NCDMS to review and evaluate each Proposal received and to make recommendations to the NCDMS Director and Procurement Manager. Release of Credits – means a determination by the USACE district engineer in consultation with the IRT, that credits associated with an approved mitigation plan are available for sale or transfer as defined under the Federal Guidance for the Establishme nt, Use and Operation of Mitigation Banks (Federal Register April 10, 2008, Volume 70, Number 73, pp 19594-19705). DWR provides determinations related to riparian buffer and nutrient offset credits. Regional Watershed Plan (RWP) – an NCDMS watershed plan that is conducted in specific priority areas (typically several 12- digit Hydrologic Units) where NCDMS has identified a need to address critical watershed issues. Through this planning process, NCDMS collaborates with local stakeholders and resource professionals to identify management strategies to restore, enhance and protect local watershed resources. RWPs can be found by County or River Basin at: https://deq.nc.gov/about/divisions/mitigation-services/dms-planning/watershed-planning-documents Riparian Buffer Mitigation Credit- The unit of measurement of the extent of riparian buffer mitigation being offered in a Proposal. Riparian Wetlands – An area that is underlain with hydric soils and located within a geomorphic floodplain or natural crenulation, or contiguous with NATURAL water bodies greater than 20 acres in size. River Basin – The largest category of surface water drainage; there are seventeen (17) river basins in North Carolina. River Basin Restoration Priorities - A planning document prepared by the NCDMS that targets specific watersheds (TLWs and TRAs) with descriptions of existing degradation and protection needs for restoration project implementation. Scope of Services – All services, actions, and physical work required by the Department to achieve the purpose and objectives defined in the RFP; such services may include the furnishing of all required labor, equipment, supplies and materials except as specifically stated. Sealed Cost Proposal – The completed Sealed Cost Proposal form included in the RFP signed by the Vendor specifying the total compensation requested for the performance of the specified scope of services as defined by the RFP. If more than one Site is proposed, a separate Sealed Cost Proposal must be submitted for each Site. If the Vendor is willing to offer multiple options (i.e., different quantities of mitigation at different credit costs) for one proposed site, a separate Cost Proposal must be submitted for each option offered. Service Area – 1) A geographic area where mitigation credits from a mitigation site can generally be utilized to satisfy permit requirements. 2) A geographic area where a mitigation requirement can be satisfied. Site – Property or properties identified by a Vendor in a Proposal as having potential to provide either wetland, stream, buffer, or nutrient offset mitigation. A proposed project shall describe mitigation activities that occur on a single property parcel, or which occur on multiple property parcels. Project proposals shall demonstrate hydrologic connectivity and/or habitat continuity such that the functional relationships between the project components, encompassed within each parcel is evident. DMS shall have the sole discretion to determine whether the project components have sufficient hydrologic connectivity and/or habitat continuity to be considered in a single project proposal. Stream Mitigation Credit – The unit of measurement of the extent of stream mitigation being offered in a Proposal. Wildlands Engineering, Inc. Proposal Number: 16-707025112 Vendor: __________________________________________ Ver: 03/2023 14 Targeted Local Watershed (TLW) – A 14-digit Hydrologic Unit identified as a targeted area in the RBRP. In past planning efforts, these watersheds were identified because they may have had environmental characteristics that could be improved through restoration projects. TLWs have been replaced by TRAs. Targeted Resource Area (TRA) – Natural geographic grouping (cluster) of NHD-Plus catchments with high predicted uplift potential for one or more functions (hydrology, water quality, habitat); replace TLWs as the basic priority unit in the updat ed RBRP methodology. TRAs have defined boundaries based on an area of influence or an area of habitat extent NOT necessarily defined by a watershed boundary. Technical Proposal – One of the two parts of the Proposal which contains a technical description of the proposed mitigation. USACE – United States Army Corps of Engineers, Regulatory Branch, Wilmington District USGS – United States Geological Survey. Wetland Enhancement - means the manipulation of the physical, chemical, and biological characteristics of a site to heighten, intensify, or improve a specific aquatic resource function(s). Enhancement results in the gain of selected aquatic resource function(s) but may also lead to a decline in other aquatic resource function(s). Enhancement does not result in a gain in aquatic resource area. Wetland Preservation - means the removal of a threat to, or preventing the decline of, aquatic resources by an action in or near those aquatic resources. This term includes those activities normally associated with the protection and maintenance of aquatic resources through the implementation of appropriate legal and physical mechanisms. Preservation does not result in a gain in aquatic resource area or functions. Wetland Restoration - means the manipulation of the physical, chemical, and biological characteristics of a site with the goal of returning natural/historic functions to a former or degraded aquatic resource. Wetland restoration is divided into two categories: Re-establishment and Rehabilitation. See definition of Wetland Re-establishment and Wetland Rehabilitation. Wetland Re-establishment – means the manipulation of the physical, chemical, and biological characteristics of a site with the goal of returning natural/historic functions to a former aquatic resource. Re -establishment results in rebuilding a former aquatic resource and results in a gain in aquatic resource area and function. Wetland Rehabilitation – means the manipulation of the physical, chemical, and biological characteristics of a site with the goal of returning most, if not all the natural/historic functions to a degraded aquatic resource. Rehabilitation results in a gain in aquatic resource function but does not result in a gain in aquatic resource area. Wetland Mitigation Credit – The unit of measurement of the extent of wetland mitigation being offered in a Proposal. 3.0 METHOD OF AWARD AND PROPOSAL EVALUATION PROCESS 3.1 METHOD OF AWARD North Carolina G.S. 143-52 provides a general list of criteria the State shall use to award contracts, as supplemented by the additional criteria herein. The Goods or Services being procured shall dictate the application and order of criteria ; however, all award decisions shall be in the State’s best interest. All qualified proposals will be evaluated, and awards will be made to the Vendor(s) meeting the specific RFP Specifications and achieving the highest and best final evaluation, based on the criteria described below. The NCDMS Procurement Manager and the Director, will analyze the ranked sites, determine the proposal selectio ns, and submit recommendations to the DEPARTMENT’S Purchasing Director and General Council in accordance with the Special Delegation Agreement made pursuant to G.S. 143 -53 and 01 NCAC 05B .1603 between Division of Purchase and Services and DEQ , for approval. The following information will be considered: Wildlands Engineering, Inc. Proposal Number: 16-707025112 Vendor: __________________________________________ Ver: 03/2023 15 ▪ adjusted credit cost ▪ credit cost ▪ available funds ▪ mitigation needs at the time of selection ▪ the best interest of the State of North Carolina While the intent of this RFP is to award a Contract(s) to a single Vendor, the State reserves the right to make separate awards to different Vendors for one or more line-items, to not award one or more line-items or to cancel this RFP in its entirety without awarding a Contract, if it is considered to be most advantageous to the State to do so. The State reserves the right to waive any minor informality or technicality in proposals received. 3.2 CONFIDENTIALITY AND PROHIBITED COMMUNICATIONS DURING EVALUATION While this RFP is under evaluation, the responding Vendor, including any subcontractors and suppliers, is prohibited from engaging in conversations intended to influence the outcome of the evaluation. See Paragraph 29 of the Instructions to Vendors entitled COMMUNICATIONS BY VENDORS. Each Vendor submitting a proposal to this RFP, including its employees, agents, subcontractors, suppliers, subsidiaries and affiliates, is prohibited from having any communications with any person inside or outside the using agency; issuing agency; other government agency office or body (including the purchaser named above, any department secretary, agency head, members of the General Assembly and Governor’s office); or private entity, if th e communication refers to the content of Vendor’s proposal or qualifications, the content of another Vendor’s proposal, another Vendor’s qualifications or ability to perform a resulting c ontract, and/or the transmittal of any other communication of informa tion that could be reasonably considered to have the effect of directly or indirectly influencing the evaluation of proposals, the award of a contract, or both. Any Vendor not in compliance with this provision shall be disqualified from evaluation and aw ard. A Vendor’s proposal may be disqualified if its subcontractor and/or supplier engage in any of the foregoing communications during the time that the procurement is active (i.e., the issuance date of the procurement until the date of contract award or cancellation of the procurement). Only those discussions, communications or transmittals of information authorized or initiated by the issuing ag ency for this RFP or inquiries directed to the purchaser named in this RFP regarding requirements of the RFP (prior to proposal submission) or the status of the award (after submission) are excepted from this provision. 3.3 PROPOSAL EVALUATION PROCESS Only responsive submissions will be evaluated. The State will conduct a Two-Step evaluation of Proposals: Proposals will be received from each Vendor as two separate volumes - the Technical Proposal and the Cost Proposal. Both proposals (Technical and Cost) shall be signed and dated by an official authorized to bind the firm. Unsigned proposals will not be considered. NOTE: No technical information shall be contained in the cost proposal. No cost information shall be cont ained in the technical proposal. Inclusion of any cost information in the technical proposal and/or any technical information in the cost proposal shall constitute sufficient grounds to reject Vendor’s proposal. All proposals must be received by the issuing agency not later than the date and time specified in the RFP SCHEDULE Section above, unless modified by Addendum. Vendors are cautioned that this is a request for proposals, not a request to contract, and the State reserves the unqualified right to reject any and all offers at any time if such rejection is deemed to be in the best interest of the State. Wildlands Engineering, Inc. ---- Proposal Number: 16-707025112 Vendor: __________________________________________ Ver: 03/2023 16 At that date and time, the package containing the technical proposals from each responding firm will be public ly opened and the name of each Vendor announced publicly via TEAMS. Vendor representatives may request an invitation to the opening to the person on the title page of this document via the Sourcing Tool's message board or via email on or before the openin g date specified above. Vendors should enter “RFP # 16-707025112: Request to Attend Virtual Opening” as the subject line for the correspondence. (MS TEAMS is an online communication tool which allows a virtual meeting setting to share information. The app is approved by the NC DEQ Division of Information Technology (IT) and there is no purchase required for download and use.) Attendees are reminded to enter the MS TEAMS with camera selected to the off position, and microphone muted. It is up to the vendor to check their internet connection ahead of time as DMS will not be responsible for any connection i ssues vendors may experience during the conference. A notation will also be made whether a separate sealed cost proposal has been received. Cost proposals will be placed in safekeeping until opened at a later date. Upon completion of the technical evaluation, the cost proposals of those Vendors whose technical proposals have been deemed acceptable will be publicly opened. The total cost offered by each Vendor will be tabulated and become a matter of public record. Interested parties are cautioned that these costs and their components are subject to further evaluation for completeness and correctness and therefore may not be an exact indicator of a Vendor’s pricing position. If negotiation is anticipated under 01 NCAC 05B.0503, pricing may not be public unt il award. At their sole option, the evaluators may request oral presentations or discussion s with any or all Vendors for the purpose of clarification or to amplify the materials presented in any part of the proposal. Vendors are cautioned, however, that the evaluators are not required to request presentations or other c larification—and often do not. Proposals will generally be evaluated according to completeness, content, experience with similar projects, ability of the Vendor and its staff, and cost. Specific evaluation criteria are listed section 3.4 EVALUATION CRITERIA, below. Upon completion of the evaluation process, the State will make award(s) based on the evaluation and post the award(s) under the RFP number for this solicitation. Award of a Contract to one Vendor does not mean that the other proposals lacked merit, but that, all factors considered, the selected proposal was deemed most advantageous and represented the best value to the State. The State reserves the right to negotiate with one or more vendors, or to reject all original offers and negotiate with one o r more sources of supply that may be capable of satisfying the requirement, and in either case to require Vendor to submit a Best and Final Offer (BAFO) based on discussions and negotiations with the State. 3.4 EVALUATION CRITERIA In addition to the general criteria in G.S. 143-52 which may or may not be relevant to this RFP, all qualified proposals will be evaluated, and award made based on considering the following criteria, to result in an award most advantageous to the State. A proposal may be rejected during any phase of review if DMS staff determines that the prop osal has not provided the requested information in the specified format, has determined that the firm is not qualified to perform the services, and/or if it has been determined that the proposal cannot provide the mitigation indicated in the proposal. Each proposal will be reviewed and assigned a proposal rating prior to opening any cost proposal. Proposals will generally be evaluated according to completeness, content, experience with similar projects, ability of the of fer or and its staff, and cost. Specific evaluation criteria are listed below: Technical a) Technical Proposals will be reviewed for length, format requirements and qualifications of firm and project Wildlands Engineering, Inc. Proposal Number: 16-707025112 Vendor: __________________________________________ Ver: 03/2023 17 approach by the Contract Administrator and Purchasing Agent. Only vendors who meet these initial qualifications will move forward. b) Upon completion of the initial review, a field review and evaluation of the proposed site will be conducted by the PRC. c) Each Vendor will be scored based on the Technical Scoresheet. Price a) Sealed cost proposals for all proposals still under consideration will be opened a nd tabulated. b) The adjusted credit cost is a combined technical and cost measure and used for ranking sites. This is a best value determination by NCDMS after evaluating all factors in the technical proposal and then evaluating the cost proposal. The adjusted credit cost will be calculated and determined using the following formula: Credit Cost ÷ Proposal Rating (Technical Score) 3.5 PERFORMANCE OUTSIDE THE UNITED STATES Vendor shall complete ATTACHMENT F: LOCATION OF WORKERS UTILIZED BY VENDOR. In addition to any other evaluation criteria identified in this RFP, the State may also consider, for purposes of evaluating proposed or actual contract performance outside of the United States, how that performance may affect the following factors to ensure that any award will be in the best interest of the State: a) Total cost to the State b) Level of quality provided by the Vendor c) Process and performance capability across multiple jurisdictions d) Protection of the State’s information and intellectual property e) Availability of pertinent skills f) Ability to understand the State’s business requirements and internal operational culture g) Particular risk factors such as the security of the State’s information technology h) Relations with citizens and employees i) Contract enforcement jurisdictional issues 3.6 INTERPRETATION OF TERMS AND PHRASES This RFP serves two functions: (1) to advise potential Vendors of the parameters of the solution being sought by the State; and (2) to provide (together with other specified documents) the terms of the Contract resulting from this procurement. The use of phrases such as “shall,” “must,” and “requirements” are intended to create enforceable contract conditions. In determining whether proposals should be evaluated or rejected, the State will take into consideration the degree to which Vendors have proposed or failed to propose solutions that will satisfy the State’s needs as described in the RFP. Except as specifically stated in the RFP, no one requirement shall automatically disqualify a Vendor from consideration. However, failure to comply with any single requirement may result in the State exercising its discretion to reject a proposal in its entirety. 4.0 REQUIREMENTS This Section lists the requirements related to this RFP. By submitting a proposal, the Vendor agrees to meet all stated requirements in this Section as well as any other specifications, requirements , and terms and conditions stated in this RFP. If a Vendor is unclear about a requirement or specification or believes a change to a requirement would allow for the State to receive a better proposal, the Vendor is urged to submit these items in the form of a question during the question-and-answer period in accordance with the Proposal Questions Section above. Wildlands Engineering, Inc. Proposal Number: 16-707025112 Vendor: __________________________________________ Ver: 03/2023 18 4.1 PRICING Proposal price shall constitute the total cost to the State for complete performance in accordance with the requirements and specifications herein, including all applicable charges for handling, transportation, administrative and other similar fees. Download, complete ATTACHMENT A: PRICING FORM and upload in the Sourcing Tool. The pricing provided in ATTACHMENT A, or resulting from any negotiations, is incorporated herein and shall become part of any resulting Contract. 4.2 DOWNWARD PAYMENT ADJUSTMENTS Payment by the Department will be based on the number of credits the vendor is able to provide at the credit price first esta blished by the cost proposal pursuant to the proposal review process and credits identified in the technical proposal. To ensure that the Department does not overpay at the end of the process, periodic adjustments may be made so that the final total payment equal s the final number of mitigation credits, as determin ed by the IRT and/or DWR as applicable, delivered by the vendor multiplied by the original per credit price. Payment adjustments may be made after the initial contract is executed based on the number of mitigation credits the project is anticipated to pro vide as documented after contract execution, including but not limited to: completion of the mitigation plan; site restoration (earthwork/planting), completion of the baseline monitoring document; the post construction monitoring period, and/or after final determination of mitigation credits by the IRT and/or DWR as applicable. 4.3 INVOICES Vendor shall invoice the Purchasing Agency as follows: a) Invoices are to be submitted to the NCDMS after its approval of each individual task/deliverable. b) The Vendor must follow the NCDMS Invoice Guidelines dated March 1, 2014. c) Final invoice must be received by the DEPARTMENT within 45 days after the end of the contract period. d) Invoices must bear the correct contract number to ensure prompt payment. The Vendor’s failure to include the correct contract number may cause delay in payment. e) Invoices may either be submitted electronically to Debby.Davis@deq.nc.gov ; or hardcopies may be submitted to the following address: NC Department of Environmental Quality Division of Mitigation Services Attn: Debby Davis 1652 Mail Service Center Raleigh, NC 27699-1652 4.4 PAYMENT TERMS The Vendor will be compensated at the rates quoted in the Vendor’s Cost Proposal (as per the Payment Schedule provided in section 5.4). The Vendor will be paid net thirty (30) calendar days after the Vendor’s invoice is approved by the State. 4.5 FINANCIAL STABILITY As a condition of contract award, the Vendor must certify that it has the financial capacity to perform and to continue to perform its obligations under the Contract; that Vendor has no constructive or actual knowledge of an actual or potential legal proce eding being brought against Vendor that could materially adversely affect performance of this Contract; and that entering into this Contract is not prohibited by any contract, or order by any court of competent jurisdiction. Each Vendor shall certify it is financially stable by completing ATTACHMENT G: CERTIFICATION OF FINANCIAL CONDITION. The State is requiring this certification to minimize potential issues from contracting with a Vendor that is financially unstable. Fro m the date Wildlands Engineering, Inc. Proposal Number: 16-707025112 Vendor: __________________________________________ Ver: 03/2023 19 of the Certification to the expiration of the Contract, the Vendor shall notify the State within thirty (30) days of any occurrence or condition that materially alters the truth of any statement made in this Certification. The Contract Manager may require annu al recertification of the Vendor’s financial stability. 4.6 FINANCIAL ASSURANCE The vendor must provide financial assurance in one of the following forms: a) Performance Bonding- The vendor must provide security in the form of an acceptable performance bond as described in the following paragraph to guarantee delivery of the maximum number of originally contracted credits. The performance bond must be obtained from a company licensed in North Carolina as shown in the Federal Treasury Listing of Approved Sureties (Circular 570). The maximum allowable amount provided by a surety may not exceed the “underwriting limitation” for the surety as identified in the Federal Treasury Listing. Although this RFP is a request for mitigation and not construction, the performance bond shall follow the prescribed wording provided in N.C.G.S. § 44A -33. The performance bond must be for 55% of the total value of the contract and must be in effect and s ubmitted with the Task 3 deliverable before DMS will authorize payment for that deliverable. The bond must remain in effect until the vendor has received written notification from the DMS that the requirements of Task 6 (submittal of baseline monitoring re port) have been met (the financial assurance document must indicate that it is in effect through approval of task 6 by DMS and must include the NCDEQ contract number). After the successful completion of Task 6, the bond can be retired. b) Letters of Credit- LOCs must be drawn from a reputable bank identified by the FDIC as “Well Capitalized” or “Adequately Capitalized” and follow the submittal timing, contract amounts and schedules for reduction as those described above for the performance bonds. Evergreen or irrevocable LOCs shall be required to provide a 120-day notice of cancellation, termination, or non-renewal. c) Casualty Insurance- on underlying performance of credits of mitigation, must follow the same submittal timing, contract amounts and reduction schedules as those described above in performance bonds. The insurance must contain the following information: i. The “NCDEQ DMS,” the contract number and the Insured Property must be named in the insurance document. NCDEQ shall have the sole right to place a claim against the policy; ii. Casualty Insurance can be written effective for one year, but notice from the Vendor, stating that it is currently in the process of replacing the current policy, must be submitted to NCDMS at least one month before policy expiration date. 4.7 HUB PARTICIPATION Pursuant to North Carolina General Statute G.S. 143-48, it is State policy to encourage and promote the use of small, minority, physically handicapped, and women contractors in purchasing Goods and Services. As such, this RFP will serve to identify tho se Vendors that are minority owned or have a strategic pl an to support the State’s Historically Underutilized Business program by meeting or exceeding the goal of 10% utilization of diverse firms as 1st or 2nd tier subcontractors. Vendor shall complete ATTACHMENT D: HUB SUPPLEMENTAL VENDOR INFORMATION. 4.8 VENDOR QUALIFICATIONS AND EXPERIENCE In its Proposal, Vendor shall include the proposed staffing, deployment, and organization of personnel to be assigned to this project. The offeror shall provide information as to the qualifications and experience of all profess ional personnel to be assigned to this project, related experience with similar projects and the responsibilities to be assigned to each person. DMS reserves the right to request corporate background and experience, as needed. If requested, the vendor sha ll include background information on the organization and should give details of experience with similar public and/or private projects in size and complexity. Vendor shall provide information as to the qualifications and experience of all executive, mana gerial, legal, and professional personnel to be assigned to this project, including resumes citing experience with similar projects and the responsibilities to be assigned to each person. A list of references (including contact persons and telephone number s) for whom similar work has been performed shall be included and the list shall include all similar contracts performed by the offeror i n the Wildlands Engineering, Inc. Proposal Number: 16-707025112 Vendor: __________________________________________ Ver: 03/2023 20 past three years. The evaluators may check references sources to determine whether offeror has listed all contrac ts for similar work within the designated period. 4.9 REFERENCES The State reserves the right to request and verify references. Upon request, references must be submitted within three (3) b usiness days. Failure to provide references will cause your proposal to be rejected. 4.10 BACKGROUND CHECKS Vendor and its personnel are required to provide or undergo background checks at Vendor’s expense prior to beginning work wit h the State. As part of Vendor background, the following details must be provided to the State: a) Any regulatory sanctions levied against Vendor or any of its officers, directors or its professional employees expected to provide Services on this project by any state or federal regulatory agencies within the past three years or a statement that there are none. As used herein, the term “regulatory sanctions” includes the revocation or suspension of any license or certification, the levying of any monetary penalties or fines, and the issuance of any written warnings; b) Any regulatory investigations pending against Vendor or any of its officers, directors or its professional employees expected to provide Services on this project by any state or federal regulatory agencies of which Vendor has knowledge or a statement that there are none. Vendor’s response to these requests shall be considered a continuing representation, and Vendor’s failure to notify the State within thirty (30) days of any criminal litigation, investigation or proceeding involving Vendor or its then current officers, direc tors or persons providing Services under this Contract during its term shall constitute a material breach of contract. The provisions of this paragraph shall also apply to any subcontractor utilized by Vendor to perform Services under this Contract. 4.11 PERSONNEL Vendor warrants that qualified personnel shall provide Services under this Contract in a professional manner. “Professional manner” means that the personnel performing the Services will possess the skill and competence consistent with the prevailing business standards in the industry. Vendor will serve as the prime contractor under this Contract and shall be responsible for the performance and payment of all subcontractor(s) that may be approved by the State. Names of any third -party Vendors or subcontractors of Vendor may appear for purposes of convenience in Contract documents; and shall not limit Vendor’s obligations hereunder. Vendor will retain executive representation for functional and technical expertise as needed in order to incorpor ate any work by third party subcontractor(s). Should the Vendor’s proposal result in an award, the Vendor shall be required to agree that it will not substitute key person nel assigned to the performance of the Contract without prior written approval by the Contract Lead. Vendor shall further agree that it will notify the Contract Lead of any desired substitution, including the name(s) and references of Vendor’s recommended substitute personnel. The State will approve or disapprove the requested substitution in a timely ma nner. The State may, in its sole discretion, terminate the Services of any person providing Services under this Contract. Upon such termination, the Sta te may request acceptable substitute personnel or terminate the contract Services provided by such per sonnel. 4.12 VENDOR’S REPRESENTATIONS If Vendor’s Proposal results in an award, Vendor agrees that it will not enter any agreement with a third party that may abri dge any rights of the State under the Contract. If any Services, deliverables, functions, or resp onsibilities not specifically described in this solicitation are required for Vendor’s proper performance, provision and delivery of the Service and deliverables under a resulting Contract, or are an inherent part of or necessary sub-task included within such Service, they will be deemed to be implied by and included within the scope of the Contract to the same extent and in the same manner as if specifically described in th e Contract. Unless otherwise expressly provided herein, Vendor will furnish all of its own necessary management, supervision, labor, Wildlands Engineering, Inc. Proposal Number: 16-707025112 Vendor: __________________________________________ Ver: 03/2023 21 facilities, furniture, computer and telecommunications equipment, software, supplies and materials necessary for the Vendor to provide and deliver the Services and/or other Deliverables. 5.0 SPECIFICATIONS AND SCOPE OF WORK 5.1 GENERAL The mission of NCDMS is to provide cost-effective mitigation alternatives that improve the state’s water resources. This RFP is soliciting Proposals from qualified Vendors for needed mitigation as described herein for the NCDMS to successfully meet permit conditions mandated by the regulatory agencies. 5.2 OBJECTIVES The Department desires to acquire Mitigation Credits quantified in the table below, and occurring in the Cataloging Unit 03050101 of the Catawba River basin, which can be found on the DMS website at the following link: https://deq.nc.gov/about/divisions/mitigation-services/dms-vendors/templates-guidelines-tools-projects Proposals can be submitted outside of the designated Targeted Resource Areas (TRAs); however, proposals that are within finalized DMS identified watershed planning areas and address specified w atershed needs will be awarded additional points during the technical review process. RIVER BASIN CATALOGING UNIT(S) Catawba 03050101 Mitigation Type Requested Credits Thermal Regime Stream 12,000* Warm Riparian Wetland 7* *Preservation credits shall not exceed 10% of total credits. Credit Combinations Acceptable for this Submission Stream Only YES Riparian Wetland Only YES Stream & Riparian Wetland YES DMS is not seeking Riparian Buffer credits at this time. On the Cost Proposal form (Attachment A ), there is a line for an optional riparian buffer credit cost. If DMS has a riparian buffer credit need during the contracted project lifetime, an amendment can be made to the contract payable to the contracted vendor for the amount per credit delivered (and accepted by DWR) as indicated by the optional cost. Vendors must provide an optional cost for Riparian Buffer credits if they wish DMS to purchase these credits from the vendor. Mitigation must be consistent with the Consolidated Buffer Mitigation Rule (15A NCAC 02B .0295). General Mitigation Information Stream Mitigation: The definitions of stream restoration, enhancement levels I and II, and preservation are defined in the Stream Mitigation Guidelines (U.S. Army Corps of Engineers, Wilmington District, April 2003) available on their website. For the purposes of Wildlands Engineering, Inc. Proposal Number: 16-707025112 Vendor: __________________________________________ Ver: 03/2023 22 this RFP (the technical proposal, and any contract(s) that may result from this RFP), all mitigation must be consistent with 2003 USACE Stream Mitigation Guidelines and the Wilmington District Stream and Wetland Compensatory Mitigation Update (NCIRT-October 24, 2016). Wetland Mitigation: Information, including soil boring logs prepared by a Licensed Soil Scientist (LSS), must be provided in the technical propos al to demonstrate that areas proposed for restoration consist predominantly of hydric soils, and: 1. Are not currently jurisdictional wetlands as defined in the 1987 US Army Corps of Engineers Wetland Delineation Manual and USACE regional supplements, (Wetland Re-establishment). 2. Are degraded (poorly functioning) jurisdictional wetlands that have been drained or otherwise manipulated resulting in a significant loss of wetland function (Wetland Rehabilitation). Wetland Rehabilitation should restore most, if not all natural and/or historic functions to a degraded wetland. 3. Are degraded (poorly to moderately functioning) jurisdictional wetlands that have been manipulated resulting in a loss of wetland function (Wetland Enhancement) – Wetland Enhancement results in the gain of selected wetland function(s) but may also lead to a decline in other aquatic resource function(s). 5.3 TASKS/DELIVERABLES Task deliverables must meet the latest required report templates described in section 2.11. Deliverable quantity, format, and method of delivery are provided in Attachment H. Deliverables will not be approved without the strict adherence to the current version of the DMS digital/spatial data formatting requirements (spatial data submission tool). The Vendor may elect to complete Task 3 (site specific Mitigation Plan), including the requirement for financial assurance (S ee FINANCIAL ASSURANCE section) prior to completion of Task 2. Task 1 Environmental and Project Screening: 1. Conduct an on-site meeting with DWR and DMS to discuss proposed mitigation plan and obtain concurrence on planned work and crediting. Document and distribute site visit through notes and receive approval via communication from DWR (e-mail or letter). 2. Follow procedure from most recent DMS and FHWA ‘Environmental Screening and Documentation Guidelines for DMS Projects’ for compliance with environmental laws and regulations. This screening tool and associated documentation must be reviewed and approved by DMS and FHWA to meet categorical exclusion requirements and demonstrate project will not have a significant environmental impact. 3. If applicable, provide a signed and dated DMS Full Delivery Landowner Authorization form prior to post-contract site visit in accordance with USACE requirements. 4. If applicable, satisfy the public notification process in accordance with USACE requirements. Task 2 Property: Vendor will review and adhere to provisions in all applicable templates and guidance documents posted on DMS Templates, Guidance & Tools for Projects page. •DMS Protection Mechanism Guidance Document •Conservation Easement Template •Landowner Contact Template •As-built Requirements Guidance The Vendor shall convey to the State of North Carolina, including but not limited to, stream, wetlands, riparian buffer, and nutrient offset mitigation credits, derived from each site and within the area of the conservation easement. Wildlands Engineering, Inc. Proposal Number: 16-707025112 Vendor: __________________________________________ Ver: 03/2023 23 Step One: Preliminary Process and Review The Vendor shall provide the following task deliverables associated with the conservation easement(s): The Vendor shall electronically send the following Six (6) items to the DMS Project Manager and State Property Office (SPO) Manager Blane Rice (Blane.Rice@doa.nc.gov), and DMS Property Specialist Jeff Horton (jeffrey.horton@ncdenr.gov) for review: 1.Draft Conservation Easement 2.Preliminary Survey Plat 3.Digital Easement Files 4.Copy of the attorney’s report on title based on 30-year search with deeds and documentation 5.Title attorney’s “Schedule A” with title insurance commitment 6.Completed Landowner Contacts Template Step Two: Approval for Closing 1.SPO and DMS will review, and issue written approval to record to the vendor after the preliminary submittal meets requirements. 2.The Vendor shall record the final approved easement and plat and obtain all necessary approvals from the County Review Officer. Step Three: Task 2 Payment The Vendor will complete and provide the five (5) listed deliverables. 1.Copy of the Recorded Conservation Easement in Adobe PDF format 2.Copy of the Recorded Survey Plat in Adobe PDF format 3.Final digital easement files in AutoCAD (.dwg) and Esri shapefile (.shp) format 4.Updated attorneys report on title with title binder or commitment in the name of the State of North Carolina 5.As soon as available, the original title insurance policy and original recorded conservation easement shall be mailed to th e State Property Office at the following address: North Carolina Department of Administration State Property Office attn. Blane Rice 1321 Mail Service Center Raleigh, NC 27699 - 1321 ALLOWANCES: 1.The Vendor may elect to install monumentation and boundary marking during Task 6 preparation. No payment for Task 6 will be approved prior to installation. 2.The Vendor may elect to complete Task 3 (site specific Mitigation Plan), including the requirement for financial assurance (See FINANCIAL ASSURANCE section) prior to completion of Task 2. Please be advised, however, that subsequent failure of the Vendor to convey an acceptable conservation easement to the State of North Carolina, or to provide for the Long -Term Protection of the site through other methods acceptable to DMS, will require the Vendor to fully reimburse the State for any payment(s) made to the Vendor for completion of Task 3. TASK 3 Develop a site-specific Draft mitigation plan, as appropriate for each site, and submit it to the DMS for review, comment, and approval. Submit a Final Draft mitigation plan for DWR review. Submit a final mitigation plan with PCNs for permitting (if necessary). FINANCIAL ASSURANCE is also due as part of this deliverable. If applicable, vendor must identify and evaluate all riparian buffer features for convertibility to nutrient offset (both Nitrogen and Phosphorus) in the Mitigation Plan. Similarly, nutrient offset features must be evaluated for convertibility to riparian buffer. Vendor should utilize definitions in the DWR Consolidated Rule and u tilize the Project Credit Table Template approved by DWR in the 11/21/2019 ‘Clarified Procedures for Calculating Buffer Mitigation Credits & Nutrient Offset Credits’ memorandum availabl e at the following link: https://deq.nc.gov/about/divisions/water-resources/water-quality-permitting/401-buffer-permitting-branch/nutrient In service areas where Nitrogen and Phosphorus are regulated, nutrient offset features should include both Nitrogen and Phosphorus credits. Wildlands Engineering, Inc. Proposal Number: 16-707025112 Vendor: __________________________________________ Ver: 03/2023 24 TASK 4 Secure any necessary permits and/or certifications (i.e., Erosion and Sedimentation Control permit, etc.). Submit applicable permits, certifications, etc. to DMS prior to implementation of the earthwork portion of the mitigation project. Upon complet ion of earthwork, notify DMS in writing of completion date. TASK 5 Complete planting of the mitigation site and install all monitoring devices/plots. Vegetation must be planted at least six mo nths before vegetation monitoring activities are conducted at the end of the growing season. Upon completion of planting and installation of monitoring devices/plots, notify DMS in writing of completion date. TASK 6 Prepare the baseline monitoring document and as -built drawings. The as-built drawings (final record of project construction) should be submitted with the following criteria: a. Pre-Construction Plan design b. As-built survey (on same sheets as Pre-Construction Plan design) c. Must bear Professional Land Surveyor (PLS) seal and/or Professional Engineer (PE) seal where applicable d. Annotation and corrections of the Pre-Construction Plan design TASKS 7-13 Monitor the mitigation site as stipulated in the mitigation plan and baseline monitoring report to assess the success of the restored site for a period of at least seven (7) years. Each annual monitoring report must be submitted to the DMS by December 1st of the year during which the monitoring was conducted. The 7 th year monitoring report (or final year in cases where monitoring has been extended beyond 7 years) must include an assessment of the monitoring data collected from the entire monitoring period. The Vendor must attend preparation closeout meetings and present the final project to the IRT in closeout office/onsite meetings. FINAL (Task 13) payment will be made after IRT credit approval, and the vendor removes all monitorin g devices from the site. The vendor should notify DMS in writing once Task 13 is complete. 5.4 PAYMENT SCHEDULE AND DESCRIPTION OF MILESTONE Project Milestones and Payment Schedule Task Project Milestone Payment^ (% of Contract Value*) 1 Regulatory Site Visit & Environmental Screening 5 2 Submit Recorded Conservation Easement on the Site 20 3 Mitigation Plan (Final Draft) and Financial Assurance 15 4 Mitigation Site Earthwork completed 15 5 Mitigation Site Planting and Installation of Monitoring Devices 10 6 Baseline Monitoring Report & As-Built Drawings 1 10 7 Submit Monitoring Report #1 to DMS (meets success criteria*)1 5 8 Submit Monitoring Report #2 to DMS (meets success criteria*)1 2 9 Submit Monitoring Report #3 to DMS (meets success criteria*)1 2 10 Submit Monitoring Report #4 to DMS (meets success criteria*)1 2 11 Submit Monitoring Report #5 to DMS (meets success criteria*)1 2 12 Submit Monitoring Report #6 to DMS (meets success criteria*)1 2 13 Submit Monitoring Report #7 to DMS and complete project Close- Out process (meets success criteria*)1 10 TOTAL 100 ^Vendor is only eligible for payment after DMS has approved the task/deliverable. *If site fails to meet success criteria, as indicated in any monitoring report, payment of the monitoring task may be made if a suitable contingency plan is submitted to and accepted by the DMS. 1For any year, beginning with delivery of Task 6; if credits are withheld by the regulatory agencies or credits are lost for Wildlands Engineering, Inc. Proposal Number: 16-707025112 Vendor: __________________________________________ Ver: 03/2023 25 other reasons, and deliverable payments must be adjusted, then all future yearly payments will be made following IRT yearly release of the credits. 5.5 TECHNICAL APPROACH Vendor’s proposal shall include, in narrative, outline, and/or graph form the Vendor's approach to accomplishing the tasks outlined in the Scope of Work section of this RFP. A description of each task and deliverable and the schedule for accomplis hing each shall be included. This section shall include and be completed in the following sequence: • Project Goals and Objectives- Specifically describe how the proposed project will address DMS watershed planning goals, identified in the River Basin Restoration Plan (RBRP), Targeted Resource Areas (TRAs) identified in the RFP map, and/or any applicable Regional or Local Watershed Plans. The proposal should identify plans applicable to the project area and should document the objectives that will be used to accomp lish watershed planning goals. Unless otherwise specified in the RFP, the proposed ecological benefits and functional uplift the project could provide may be determined at the discretion of the Vendor. If a proposed site addresses more than one of the watershed goals, it will be taken into consideration in the site rating. o RBRPs can be found at: https://deq.nc.gov/about/divisions/mitigation-services/dms-planning/watershed-planning-documents (searchable by river basin) • Project Description- Provide a detailed description of the project including, but not limited t o a description of the site in its existing condition; watershed (including County and 14-digit Hydrologic Unit) and its condition; soils and geology; anticipated cultural resources, protected species issues, and known site constraints (i.e., other easemen ts, crossings, site access, etc.). Note: due to concerns regarding waterfowl attraction in the vicinity of air transport facilities, the project description must include a site location map that identifies any air transport facility located within 5 miles of the project site. The presence of an air transport facility will not exclude the proposal from consideration. - The proposal shall include a map(s) with topographic background that includes mapping of proposed mitigation areas (Restoration, Enhancement, etc.) • Project Development – Describe in detail how the proposed changes will be made. Describe in detail reasons for the anticipated activities and why these activities are warranted to the level proposed. Clearly state the anticipated ecological uplift for each activity on the project. The project development description must include: - A general description for all stream crossings, fords, roads etc. The description must include the location, width, and type of crossing (ford, culvert, bridge etc.). Crossings that utilize bridges and/or culverts with fencing that permanently prevent livestock access both upstream and downstream of the crossing (so that livestock exclusion is not dependent on the use of gates) provide better protection of the riparian a rea, and possibly gaining more points on the Technical Proposal Scoresheet. • Proposed Mitigation - Provide a description of the mitigation credits proposed. Include an explanation of how the proposed credits were derived and a table of anticipated mitigation credits. The table shall include a total for each type of mitigation (i.e., restoration, etc.) being offered. If multiple options are proposed, a table for each option shall be provided. If using wider buffers or benthic or water quality to justify add itional credits, provide methodology, tables, maps and/or calculations to justify those credits. Mitigation credits shall match information provided in the sealed cost sheets (Appendix A: Pricing). • Current Ownership and Long-Term Protection - Identify the ownership of all parcels which will be affected by the project. Include the landowners name and parcel number and the proposed method for providing long term protection of the mitigation site. The long-term protection may be provided through real estate instruments such as conservation easements held by entities such as federal, tribal, state, or local resource agencies, non -profit conservation organizations, or private land managers; the transfer of title to such entities; or by restrictive Wildlands Engineering, Inc. Proposal Number: 16-707025112 Vendor: __________________________________________ Ver: 03/2023 26 covenants. i. In this section of the technical proposal, it should be clearly stated that conveyance of a conservation easement to the State is the method that will be used to provide long term protection of the mitigation site. ii. A signed, witnessed option agreement valid for a period of at least one year from the closing date of this RFP, and recorded in the applicable County(ies) or other suitable documentation of real property interest must be provided for each parcel. Any extension, amendment, execution or change of the existing agreement(s) must also be recorded. • Project Phasing – Provide a complete schedule for completing the tasks for the project as identified in this RFP. Describe methods for completing these tasks. The proposed schedule must be based on completion of the project. Proposed schedules shall include either five (5) year monitoring period within an eight (8) year contract, or seven (7) year monitoring period within a ten (10) year contract period, as applicable. The proposed schedule should be based on the number of months (from contract issuance) needed to complete each of the tasks listed in the scope of work. • Success Criteria – Identify specific performance standards that are anticipated to be utilized to measure success of the project. The success criteria must be directly related to the anticipated ecological uplift identified in paragraph Project Development above. • Quality Control – This section shall describe the Vendor’s quality control program and other procedures that will be used to ensure: 1) each deliverable is submitted in accordance with the schedule established in the technical proposal, it follows the format(s) established by NCDMS, it contains all required information, and is grammatically/typographically correct; and 2) sufficient oversight is provided during the construction/planting phase so that the project is completed on schedule and is in compliance with any required federal, state or local permit(s). Wildlands Engineering, Inc. Proposal Number: 16-707025112 Vendor: __________________________________________ Ver: 03/2023 27 6.0 CONTRACT ADMINISTRATION All Contract Administration requirements are conditioned on an award resulting from this solicitation. This information is provided for the Vendor’s planning purposes. 6.1 CONTRACT MANAGER AND CUSTOMER SERVICE Kristie Corson is designated the Contract Administrator for the Department for the purposes of this RFP. 6.2 PROJECT MANAGER AND CUSTOMER SERVICE The Vendor shall be required to designate and make available to the State a project manager. The project manager shall be the State’s point of contact for Contract related issues and issues concerning performance, progress review, scheduling, and serv ice. 6.3 CONTINUOUS IMPROVEMENT The State encourages the Vendor to identify opportun ities to reduce the total cost the State. A continuous improvement effort consists of various ways to enhance business efficiencies as performance progresses. 6.4 ACCEPTANCE OF WORK In the event acceptance criteria for any work or deliverables is not described in contract documents or work orders hereunder, the State shall have the obligation to notify Vendor, in writing thirty (30) calendar days following completion of such work or d eliverable described in the Contract that it is not acceptable. The notice shall specify in reasonable detail the reason(s) it is unacceptable. Acceptance by the State shall not be unreasonably withheld; but may be conditioned or delayed as required for reasonable revi ew, evaluation, installation, or testing, as applicable of the work or deliverable. Final acceptance is expressly conditioned upon completion of all applicable assessment procedures. Should the work or deliverables fail to meet any requirements, acceptance criteria or otherwise fail to conform to the contract, the State may exercise any and all rights hereunder, including, for deliverables, such rights provided by the Uniform Commercial Code as adopted in North Carolina. 6.5 DISPUTE RESOLUTION During the performance of the Contract, the parties agree that it is in their mutual interest to resolve disputes informally. Any claims by the Vendor shall be submitted in writing to the State’s Contract Manager for resolution. Any claims by the State shall be submitted in writing to the Vendor’s Project Manager for resolution. The Parties shall agree to negotiate in good faith and use all reasonable efforts to resolve such dispute(s). During the time the Parties are attempting to resolve any dispute, each shall proceed diligently to perform their respective duties and responsibilities under this Contract. The Parties will agree on a reasonable amount of time to resolve a dispute. If a dispute cannot be resolved between the Parties within the agreed upon period, either Party may elect to exercise any other remedies available under the Contract, or at law. This provision, when agreed in the Contract, shall not constitute an agreement by either party to mediate or arbitrate any dispute. 6.6 CONTRACT CHANGES Contract changes, if any, over the life of the Contract shall be implemented by contract amendments agreed to in writing by the State and Vendor. Amendments to the contract can only be through the contract administrator. 6.7 ATTACHMENTS ALL attachments shall be found, and can be downloaded, from the Sourcing tool. For this RFP all attachments are required to be returned as part of the RFP in its entirety. Wildlands Engineering, Inc. Proposal Number: 16-707025112 Vendor: __________________________________________ Ver: 03/2023 28 THE REMAINDER OF THIS PAGE IS INTENTIONALLY LEFT BLANK Wildlands Engineering, Inc. North Carolina Instructions to Vendors Version Date: 09/2021 Page | 1 NORTH CAROLINA INSTRUCTIONS TO VENDORS I.READ, REVIEW AND COMPLY It shall be the Vendor’s responsibility to read this entire document; review all enclosures, attachments, and any Addenda; and comply with all requirements specified, whether appearing in these Instructions to Vendors or elsewhere in the Solicitation document. Any gender-specific pronouns used herein, whether masculine or feminine, shall be read and construed as gender neutral, and the singular of any word or phrase shall be read to include the plural and vice versa. II.REQUEST FOR OFFERS Vendors are cautioned that this is a request for Offers, not an offer or request to contract, and the State reserves the unqualified right to reject any and all bids at any time if such rejection is deemed to be in the best interest of the State. By submitting Your Bid or Proposal, You are offering to enter into a contract with the State. The Contract is a separate document that represents the Vendor’s and the State’s entire agreement. If Your bid is accepted and results in a Contract, You will be expected to accept the North Carolina General Terms And Conditions included in the Solicitation document as part of the Contract. Depending upon the good or service being offered, other terms and conditions may apply. III.DUTY TO INQUIRE Offeror, by submitting an Offer, represents that it has read and understands the Solicitation and that its Offer is made in compliance with the Solicitation. Offerors are expected to examine the Solicitation thoroughly and should request an explanation for any ambiguities, discrepancies, errors, omissions, or conflicting statements in the Solicitation. Failure to do so will be at the Offeror's risk. All ambiguities, discrepancies, errors, omissions, or conflicting statements in the Solicitation shall be interpreted to require the better quality or greater quantity of work and/or materials, unless otherwise directed by Addendum. Offeror assumes responsibility for any patent ambiguity in the Solicitation that Offeror does not bring to the State's attention. IV.DEFINITIONS, ACRONYMS AND ABBREVIATIONS The following definitions, acronyms, and abbreviations may be used within the Solicitation document. 1.AGENCY SPECIFIC TERM CONTRACT: A contract generally intended to cover all normal requirements for a commodity for a specified period of time based on estimated quantities for a single entity. 2.ADDENDUM: a document issued to supplement or modify the original Solicitation document. Addenda may be issued following a pre-bid/pre-proposal conference or as a result of a specification or work scope changes to the Solicitation. 3.BAFO: Best and Final Offer, submitted by a Vendor to alter its initial bid, made in response to a request by the issuing agency. 4.BUYER: The employee of the State or Other Eligible Entity that places an order with the Vendor. 5.COMMUNITY COLLEGE: Any of the fifty-eight (58) public North Carolina Community Colleges. 6.CONTRACT: A contract resulting from or arising out of Vendor responses to this Solicitation. 7.CONTRACT LEAD: Representative of the agency identified on the first page of the Solicitation document who will correspond with potential Vendors concerning Solicitation issues, will contract with the Vendor providing the best offer to the State, and is the individual who will administer the Contract for the State. 8.E-PROCUREMENT SERVICES: The program, system, and associated services through which the State conducts electronic procurement. 9.FOB-DESTINATION: Title changes hand from Vendor to purchaser at the destination point of the ATTACHMENT B North Carolina Instructions to Vendors Version Date: 09/2021 Page | 2 shipment; Vendor owns the commodity in transit and files any claims. Vendor pays all freight and any related transportation charges. A Solicitation may request that a Vendor separately identify freight charges in its bid, but no amount or charge not included as part of the total bid price will be paid. 10.HUB: Historically Underutilized Business https://ncadmin.nc.gov/businesses/hub 11.IFB: Invitation for Bids (a type of Solicitation document) 12.IPS: Interactive Purchasing Service 13.LOT: A grouping of similar products within this Solicitation document. 14.OFFER: the bid or proposal submitted in response this Solicitation. The terms Bid and Proposal are used interchangeably with the term Offer. 15.OFFEROR: the single legal entity submitting the Offer. The term Bidder is used interchangeably with the term Offeror. See bidding provisions entitled Signing Your Offer and Bid/Proposal As Offer To Contract. 16.ON-TIME DELIVERY: The delivery of all items within a single order to the receiving point designated by the ordering entity within the delivery time required. 17.QUALIFIED BID/PROPOSAL: A responsive bid submitted by a responsible Vendor. 18.RESPONSIBLE: Refers to a Vendor who demonstrates in its Offer that it has the capability to perform the requirements of the Solicitation. 19.RESPONSIVE: Refers to an Offer that conforms to the Requirements of the Solicitation in all respects to be considered by the State for award. 20.RFI: Request for Information (an information gathering tool that does not result in a contract) 21.RFP: Request for Proposals (a type of Solicitation document) 22.RFPQ: Request for Pre-Qualifications (a type of Solicitation document) 23.RFQ: Request for Quotes (a type of Solicitation document) 24.STATE: The State of North Carolina, including any of its sub-units recognized under North Carolina law. 25.STATE AGENCY: Any of the more than 400 sub-units within the executive branch of the State, including its departments, institutions, boards, commissions, universities, and units of the State. 26.STATE DEPARTMENTS: Department of Administration, Department of Agriculture and Consumer Services, Department of Commerce, Department of Natural and Cultural Resources, Department of Environmental Quality, Department of Health and Human Services, Department of Information Technology, Department of Insurance, Department of Justice, Department of Labor, Department of Military and Veteran Affairs, Department of Public Instruction, Department of Public Safety, Department of Revenue, Department of State Treasurer, Office of the Secretary of the State, Department of Transportation, Wildlife Resources Commission, Office of Budget and Management, Office of the Governor, Office of the Lieutenant Governor, Office of The State Auditor, Office of the State Controller. 27.VENDOR: The supplier, bidder, proposer, company, firm, corporation, partnership, individual or other entity submitting a response to a Solicitation document. Following award of a contract, the term refers to an entity receiving such an award. 28.WORK: All labor, materials, equipment, services, or property of any type, provided or to be provided by the Contractor to fulfill the Contractor's obligations under the Contract. 29.YOU and YOUR: Offeror. V.INTERPRETATION OF TERMS AND PHRASES The Solicitation document serves to advise potential Vendors of the parameters of the solution being sought by the State. The use of phrases such as “shall,” “must,” and “requirements” are intended to create enforceable contract conditions. In determining whether bids should be evaluated or rejected, the State will take into consideration the degree to which Vendors have proposed or failed to propose solutions that will satisfy the State’s needs as described in the Solicitation. Except as specifically stated in the Solicitation, North Carolina Instructions to Vendors Version Date: 09/2021 Page | 3 no one requirement shall automatically disqualify a Vendor from consideration. However, failure to comply with any single requirement, if determined to be essential under the circumstances then existing, may result in the State exercising its discretion to reject a bid in its entirety. VI.BID SUBMISSION 1.VENDOR’S REPRESENTATIVE: Each Vendor shall submit with its bid the name, address, and telephone number of the person(s) with authority to bind the Vendor and answer questions or provide clarification concerning the Vendor’s bid. 2.SIGNING YOUR OFFER: Every Offer must be signed by an individual with actual authority to bind the Offeror. a)If the Offeror is an individual, the Offer must be signed by that individual. If the Offeror is an individual doing business as a firm, the Offer must be submitted in the firm name, signed by the individual, and state that the individual is doing business as a firm. b)If the Offeror is a partnership, the Offer must be submitted in the partnership name, followed by the words by its Partner, and signed by a general partner. c)If the Offeror is a corporation, the Offer must be submitted in the corporate name, followed by the signature and title of the person authorized to sign. d)An Offer may be submitted by a joint venture involving any combination of individuals, partnerships, or corporations. If the Offeror is a joint venture, the Offer must be submitted in the name of the Joint Venture and signed by every participant in the joint venture in the manner prescribed in paragraphs (a) through (c) above for each type of participant. e)If an Offer is signed by an agent, other than as stated in subparagraphs (a) through (d) above, the Offer must state that is has been signed by an Agent. Upon request, Offeror must provide proof of the agent's authorization to bind the principal. 3.EXECUTION: Failure to sign the Execution Page (numbered page 1 of the Solicitation document) in the indicated space may render an Offer nonresponsive, and it may be rejected. 4.STATE OFFICE CLOSINGS: If an emergency or unanticipated event interrupts normal government processes so that Offers cannot be received at the State office designated for receipt of bids by the exact time specified in the Solicitation, the time specified for receipt of Offers will be deemed to be extended to the same time of day specified in the Solicitation on the first work day on which normal government processes resume. In lieu of an automatic extension, an Addendum may be issued to reschedule the bid opening. If State offices are closed at the time a pre-bid or pre-proposal conference is scheduled, an Addendum will be issued to reschedule the conference. 5.BID IN ENGLISH and DOLLARS: Offers submitted in response to this Solicitation shall be in the English language and in US dollars, unless otherwise permitted by the Solicitation. 6.LATE BIDS: Late bids, regardless of cause, will not be opened or considered, and will automatically be disqualified from further consideration. It shall be the Vendor’s sole responsibility to ensure delivery at the designated office by the designated time. a)Vendor shall bear the risk for late submission due to unintended or unanticipated delay— whether submitted electronically, delivered by hand, U.S. Postal Service, courier or other delivery service. It is the Vendor’s sole responsibility to ensure that its bid has been received by this Office by the specified time and date of opening. The date and time of submission will be marked on each bid when received, and any bid received after the bid submission deadline will be rejected. b)For proposals submitted via U.S. mail, please note that the U.S. Postal Service generally does not deliver mail to a specified street address but to the State’s Mail Service Center. Vendors are cautioned that proposals sent via U.S. Mail, including Express Mail, may not be delivered by the Mail Service Center to the agency’s purchasing office on the due date in time to meet the proposal deadline. All Vendors are urged to take the possibility of delay into account when submitting a proposal by U.S. Postal Service, courier, or other delivery service. 7.DETERMINATION OF RESPONSIVENESS: Any Offer which fails to conform to the material requirements of the Solicitation may be rejected as nonresponsive. Offers which impose conditions that modify material requirements of the Solicitation may be rejected. If a fixed price is required, an Offer North Carolina Instructions to Vendors Version Date: 09/2021 Page | 4 will be rejected if the total possible cost to the State cannot be determined. Offerors will not be given an opportunity to correct any material nonconformity. Any deficiency resulting from a minor informality may be cured or waived at the sole discretion of the Procurement Officer. 8. CONTENTS OF OFFER: a) Offers should be complete and carefully worded and should convey all of the information requested. b) Offers should be prepared simply and economically, providing a straightforward, concise description of the Offeror's capabilities to satisfy the requirements of the Solicitation. Emphasis should be on completeness and clarity of content. c) If Your Offer includes any comment over and above the specific information requested in the Solicitation, You are to include this information as a separate appendix to Your Offer. Offers which include either modifications to any of the Solicitation's contractual requirements or an Offeror's standard terms and conditions may be deemed non-responsive and not considered for award at the State’s discretion. 9. MULTIPLE OFFERS. If specifically stated in the Solicitation document, Offerors may submit more than one Offer, provided that each Offer has significant differences other than price. Each separate Offer must satisfy all Solicitation requirements. 10. CLARIFICATION: The State may elect to communicate with You after bid opening for the purpose of clarifying either Your Offer or the requirements of the Solicitation. Such communications may be conducted only with Offerors who have submitted an Offer which obviously conforms in all material aspects to the Solicitation. Clarification of an Offer must be documented in writing and included with the Offer. Clarifications may not be used to revise an Offer or the Solicitation. 11. ACCEPTANCE AND REJECTION: The State reserves the right to reject any and all bids, to waive any informality in bids and, unless otherwise specified by the Vendor, to accept any item in the bid. If either a unit price or an extended price is obviously in error and the other is obviously correct, the incorrect price will be disregarded. Regardless of error or omission, a Vendor shall not be permitted to increase its pricing after the deadline for submitting bids. 12. BASIS FOR REJECTION: Pursuant to 01 NCAC 05B .0501, the State reserves the right to reject any and all Offers, in whole or in part, by deeming the Offer unsatisfactory as to quality or quantity, delivery, price or service offered, non-compliance with the requirements or intent of this Solicitation, lack of competitiveness, error(s) in specifications or indications that revision would be advantageous to the State, cancellation or other changes in the intended project or any other determination that the proposed requirement is no longer needed, limitation or lack of available funds, circumstances that prevent determination of the best offer, or any other determination that rejection would be in the best interest of the State. 13. INFORMATION AND DESCRIPTIVE LITERATURE: Vendor shall furnish all information requested in the Solicitation document. Further, if required elsewhere in this bid, each Vendor shall submit with its bid any sketches, descriptive literature, and/or complete specifications covering the goods and services offered. Reference to literature submitted with a previous bid or available elsewhere will not satisfy this provision. Do not submit bid samples or descriptive literature unless expressly requested. Unsolicited bid samples or descriptive literature will not be examined or tested, will not be used to determine responsiveness, and will not be deemed to vary any of the provisions of the Solicitation. Failure comply with these requirements shall constitute sufficient cause to reject a bid without further consideration. 14. WITHDRAWAL OF BID OR PROPOSAL: Proposals submitted electronically may be withdrawn at any time prior to the date for bid opening identified on the cover page of this Solicitation document (or such later date included in an Addendum). Proposals that have been delivered by hand, U.S. Postal Service, courier, or other delivery service may be withdrawn only in writing and if receipt is acknowledged by the office issuing the Solicitation document prior to the time for opening identified on the cover page of the Solicitation document (or such later date included in an Addendum). Written withdrawal requests shall be submitted on the Vendor’s letterhead and signed by an official of the Vendor authorized to make such request. Any withdrawal request made after bid opening shall be allowed only for good cause shown and in the sole discretion of the Division of Purchase and Contract. 15. COST FOR BID OR PROPOSAL PREPARATION: Any costs incurred by Vendor in preparing or submitting Offers are the Vendor’s sole responsibility. North Carolina Instructions to Vendors Version Date: 09/2021 Page | 5 16.INSPECTION AT VENDOR’S SITE: The State reserves the right to inspect, at a reasonable time, the equipment, item, plant, or other facilities of a prospective Vendor prior to Contract award, and during the Contract term as necessary for the State’s determination that such equipment, item, plant, or other facilities conform with the specifications/requirements and are adequate and suitable for the proper and effective performance of the Contract. 17.RECYCLING AND SOURCE REDUCTION: It is the policy of the State to encourage and promote the purchase of products with recycled content to the extent economically practicable, and to purchase items which are reusable, refillable, repairable, more durable, and less toxic to the extent that the purchase or use is practicable and cost-effective. We also encourage and promote using minimal packaging and the use of recycled/recyclable products in the packaging of commodities purchased. However, no sacrifice in quality of packaging will be acceptable. The company remains responsible for providing packaging that will adequately protect the commodity and contain it for its intended use. Companies are strongly urged to bring to the attention of purchasers those products or packaging they offer which have recycled content and that are recyclable. 18.CERTIFICATE TO TRANSACT BUSINESS IN NORTH CAROLINA: As a condition of Contract award, each out-of-State Vendor that is a corporation, limited-liability company, or limited-liability partnership shall have received, and shall maintain throughout the term of The Contract, a Certificate of Authority to Transact Business in North Carolina from the North Carolina Secretary of State, as required by North Carolina law. A State contract requiring only an isolated transaction completed within a period of six months, and not in the course of a number of repeated transactions of like nature, shall not be considered transacting business in North Carolina and shall not require a Certificate of Authority to Transact Business. 19.SUSTAINABILITY: To support the sustainability efforts of the State of North Carolina we solicit Your cooperation in this effort. Pursuant to Executive Order 156 (1999), it is desirable that all responses meet the following: a)If paper copies are requested, all copies of the bid are printed double sided. All submittals and copies are printed on recycled paper with a minimum post-consumer content of 30%. b)Unless absolutely necessary, all bids and copies should minimize or eliminate use of non- recyclable or non-reusable materials such as plastic report covers, plastic dividers, vinyl sleeves, and GBC binding. Three-ringed binders, glued materials, paper clips, and staples are acceptable. c)Materials should be submitted in a format which allows for easy removal, filing and/or recycling of paper and binder materials. Use of oversized paper is strongly discouraged unless necessary for clarity or legibility. 20.HISTORICALLY UNDERUTILIZED BUSINESSES (HUB): The State is committed to retaining Vendors from diverse backgrounds, and it invites and encourages participation in the procurement process by businesses owned by minorities, women, disabled, disabled business enterprises and non-profit work centers for the blind and severely disabled. In particular, the State encourages participation by Vendors certified by the State Office of Historically Underutilized Businesses, as well as the use of HUB-certified vendors as subcontractors on State contracts. 21.RECIPROCAL PREFERENCE: G.S. 143-59 establishes a reciprocal preference requirement to discourage other states from favoring their own resident Vendors by applying a percentage increase to the price of any bid from a North Carolina resident Vendor. To the extent another state does so, North Carolina applies the same percentage increase to the bid of a Vendor resident in that state. Residency is determined by a Vendor’s “Principal Place of Business,” defined as that principal place from which the overall trade or business of the Vendor is directed or managed. 22.INELIGIBLE VENDORS: As provided in G.S. 147-86.59 and G.S. 147-86.82, the following companies are ineligible to contract with the State of North Carolina or any political subdivision of the State: a)any company identified as engaging in investment activities in Iran, as determined by appearing on the Final Divestment List created by the State Treasurer pursuant to G.S. 147-86.58, and b)any company identified as engaged in a boycott of Israel as determined by appearing on the List of restricted companies created by the State Treasurer pursuant to G.S. 147-86.81. A contract with the State or any of its political subdivisions by any company identified in a) or b) above shall be void ab initio. North Carolina Instructions to Vendors Version Date: 09/2021 Page | 6 23.VALID TAXPAYER INFORMATION: All persons or entities desiring to do business with the State must provide correct taxpayer information on North Carolina specified forms. The Substitute W-9 and Instructions are here: https://files.nc.gov/ncosc/documents/NCAS_forms/State_of_North_Carolina_Sub_W-9_01292019.pdf 24.VENDOR REGISTRATION AND SOLICITATION NOTIFICATION SYSTEM: The North Carolina electronic Vendor Portal (eVP) allows Vendors to electronically register free with the State to receive electronic notification of current procurement opportunities available on the Interactive Purchasing System (IPS), as well as notifications of status changes to those Solicitations. Online registration and other purchasing information is available at the following website: http://ncadmin.nc.gov/about- doa/divisions/purchase-contract. 25.The status of a Vendor’s E-Procurement Services account(s) shall be considered a relevant factor in determining whether to approve the award of a Contract resulting from this Solicitation document. Any Vendor with an E-Procurement Services account that is in arrears by 91 days or more at the time of bid opening may be suspended or deactivated, at the State’s discretion, and may be disqualified from further evaluation or consideration. 26.TABULATIONS: Bid tabulations can be electronically retrieved at the Interactive Purchasing System (IPS), https://www.ips.state.nc.us/ips/BidNumberSearch.aspx. Click on the IPS BIDS icon, click on Search for Bid, enter the bid number, and then search. Tabulations will normally be available at this web site not later than one working day after the bid opening. If negotiation is anticipated under 01 NCAC 05B.0503, pricing may not be public until award. Lengthy or complex tabulations may be summarized, with other details not made available on IPS. Requests for additional details or information concerning such tabulations cannot be honored. 27.NC BIDS: NC BIDS is an electronic bidding application that allows an agency to receive Vendor responses electronically for specified Solicitations, saving time and money by eliminating the need to print and ship paper proposal packages. Each individual Solicitation document will indicate whether responses must be submitted electronically through NC BIDS or whether paper responses are required. Submissions that do not comply with the stated submission method will be deemed non-responsive. For more information and online training on NC Bids, visit https://ncadmin.nc.gov/about- doa/divisions/purchase-and-contract/nc-bids/nc-bids-vendors 28.CONFIDENTIAL INFORMATION: To the extent permitted by applicable statutes and rules, the State will maintain as confidential trade secrets in bids that the Vendor does not wish disclosed. As a condition to confidential treatment, each page containing trade secret information shall be identified in boldface at the top and bottom as “CONFIDENTIAL” by the Vendor, with specific trade secret information enclosed in boxes, marked in a distinctive color or by similar indication. Cost information shall not be deemed confidential under any circumstances. Regardless of what a Vendor may label as a trade secret, the determination whether it is or is not entitled to protection will be determined in accordance with G.S. 132-1.2. Any material labeled confidential constitutes a representation by the Vendor that it has made a reasonable effort in good faith to determine that such material is, in fact, a trade secret under G.S. 132-1.2. Vendors are urged to limit the marking of information as a trade secret or as confidential so far as is possible. If a legal action is brought to require the disclosure of any material so marked confidential, the State will notify Vendor of such action and allow Vendor to defend the confidential status of its information. 29.COMMUNICATIONS BY VENDORS: In submitting its bid, the Vendor agrees not to discuss or otherwise reveal the contents of its bid to any source, government or private, outside of the using or issuing agency until after the award of the Contract or cancellation of this Solicitation. All Vendors are forbidden from having any communications with the using or issuing agency, or any other representative of the State concerning the Solicitation, during the evaluation of the bids (i.e., after the public opening of the bids and before the award of the Contract), unless the State directly contacts the Vendor(s) for purposes of seeking clarification or another reason permitted by the Solicitation. A Vendor shall not: (a) transmit to the issuing and/or using agency any information commenting on the ability or qualifications of any other Vendor to provide the advertised good, equipment, commodity; (b) identify defects, errors and/or omissions in any other Vendor’s bid and/or prices at any time during the procurement process; and/or (c) engage in or attempt any other communication or conduct that could influence the evaluation or award of a Contract related to this Solicitation. Failure to comply with this requirement shall constitute sufficient justification to disqualify a Vendor from a Contract award. Only North Carolina Instructions to Vendors Version Date: 09/2021 Page | 7 those communications with the using agency or issuing agency authorized by this Solicitation are permitted. 30.INFORMAL COMMENTS: The State shall not be bound by informal explanations, instructions or information given at any time by anyone on behalf of the State during the competitive process or after award. The State is bound only by information provided in writing in this Solicitation document and in formal Addenda. 31.PROTEST PROCEDURES: The offeror will submit a written request for a protest meeting to the DEQ purchasing director that must be received within 30 consecutive calendar days of contract execution by all parties. In the event of multiple awards, receipt must occur within 30 consecutive days of contract execution by all parties. The offeror’s request should contain specific reasons and supporting documentation for why there is a concern about the award. If the request does not contain this information, or if the purchasing director determines that a meeting would serve no purpose, then the purchasing director may respond to the offeror and refuse the protest meeting request. If the protest meeting is not granted, then the vendor may pursue remedy with the Office of Administrative Hearings. If the protest meeting is granted, the purchasing director shall attempt to schedule the meeting within 30 consecutive calendar days after receipt of the letter or as soon as possible thereafter. Within 10 consecutive calendar days after the protest meeting, the purchasing director shall respond to the offeror in writing with the decision. Should the vendor wish to elevate the protest beyond DEQ, they may do so with the Office of Administrative Hearings. Note: Contract award notices are sent only to the Vendor actually awarded the contract, and not to every person or firm responding to a Solicitation. Award notices are posted on IPS at https://www.ips.state.nc.us/ips/. All protests will be handled pursuant to the North Carolina Administrative Code, 01 NCAC 05B .1519. 32.ORDER OF PRECEDENCE: In cases of conflict between specific provisions in this Solicitation or those in any resulting Contract documents, the order of precedence shall be (high to low) (1) any special terms and conditions specific to this Solicitation document, including any negotiated terms, (2) requirements and specifications and administration, (3) North Carolina General Terms and Conditions in North Carolina General Terms And Conditions, (4) Instructions To Vendors, (5) Pricing, and (6) Vendor’s Bid. 33.ADDENDA: Critical updated information may be included in Addenda to the Solicitation. It is important that all Vendors bidding on the Solicitation periodically check for any Addenda that may be issued prior to the bid opening date. All Vendors shall be deemed to have read and understood all information in the Solicitation document and all Addenda thereto. Vendors are also responsible for obtaining and complying with all Addenda and other changes that may be issued concerning the Solicitation. 34.ORAL EXPLANATIONS NON-BINDING: Oral explanations or instructions will not be binding. Any information given a prospective Offeror concerning a Solicitation will be furnished promptly to all other prospective Offerors as an Addendum to the Solicitation, if that information is necessary for submitting offers or if the lack of it would be prejudicial to other prospective Offerors. See clause herein entitled "Duty to Inquire." The State will not identify You in its answer to Your question. 35.MAXIMUM COMPETITION: The State seeks to permit the maximum practicable competition. Offerors are urged to advise the State, as soon as possible, regarding any aspect of this procurement, including any aspect of the Solicitation that unnecessarily or inappropriately limits full and open competition. If the State determines that any changes will be made resulting from the questions asked, then such decisions will be communicated in the form of an Addendum. 36.FIRM OFFER: Vendor’s bid shall constitute a firm offer. By execution and delivery of a bid in response to a Solicitation, the Vendor agrees that any additional or modified terms and conditions, whether submitted purposefully or inadvertently, shall have no force or effect, and will be disregarded. Any bid that contains language that indicates the bid is non-binding or subject to further negotiation before a contractual document may be signed shall be rejected. North Carolina General Terms and Conditions Version Date: 11/2021 Page | 1 NORTH CAROLINA GENERAL TERMS & CONDITIONS 1.PERFORMANCE: a)It is anticipated that the tasks and duties undertaken by the Vendor under the contract which results from the State solicitation in this matter (Contract) shall include Services, and/or the manufacturing, furnishing, or development of goods and other tangible features or components, as deliverables. b)Except as provided herein, and unless otherwise mutually agreed in writing prior to award, any deliverables not subject to an agreed Vendor license and provided by Vendor in performance of this Contract shall be and remain property of the State. During performance, Vendor may provide proprietary components as part of the deliverables that are identified in this Contract. Vendor grants the State a personal, permanent, non-transferable license to use such proprietary components of the deliverables and other functionalities, as provided under this Contract. Any technical and business information owned by Vendor or its suppliers or licensors made accessible or furnished to the State shall be and remain the property of the Vendor or such other party, respectively. Vendor agrees to perform under the Contract in at least the same or similar manner provided to comparable users and customers. The State shall notify the Vendor of any defects or deficiencies in performance or failure of deliverables to conform to the standards and specifications provided in this Contract. Vendor agrees to timely remedy defective performance or any nonconforming deliverables on its own or upon such notice provided by the State. c)Vendor has a limited, non-exclusive license to access and use State Data provided to Vendor, but solely for performing its obligations under and during this Agreement and in confidence as further provided for herein or by law. d)Vendor or its suppliers, as specified and agreed in the Contract, shall provide support assistance to the State related to all Services performed or other deliverables procured hereunder during the State’s normal business hours. Vendor warrants that its support, customer service, and assistance will be performed at a minimum in accordance with generally accepted and applicable industry standards. e)The State may document and take into account in awarding or renewing future procurement contracts the general reputation, performance and performance capabilities of the Vendor under this Contract as provided by G.S. 143-52 and 143-135.9 (a) and (b) (Best Value). 2.DEFAULT AND TERMINATION: a)In the event of default by the Vendor, the State may, as provided by NC law, procure goods and services necessary to complete performance hereunder from other sources and hold the Vendor responsible for any excess cost occasioned thereby. See, G.S. 25-2-712. In addition, and in the event of default by the Vendor under the Contract, or upon the Vendor filing a petition for bankruptcy or the entering of a judgment of bankruptcy by or against the Vendor, the State may immediately cease doing business with the Vendor, terminate the Contract for cause, and take action to recover relevant damages, and if permitted by applicable law, debar the Vendor from doing future business with the State. 01 NCAC 05B.1520. b)If, through any cause, Vendor shall fail to fulfill in a timely and proper manner the obligations under the Contract, including, without limitation, in these North Carolina General Terms and Conditions, the State shall have the right to terminate the Contract by giving written notice to the Vendor and specifying the effective date thereof. In that event, any or all finished or unfinished deliverables that are prepared by the Vendor under the Contract shall, at the option of the State, become the property of the State (and under any applicable Vendor license to the extent necessary for the ATTACHMENT C North Carolina General Terms and Conditions Version Date: 11/2021 Page | 2 State to use such property); and the Vendor shall be entitled to receive just and equitable compensation for units actually produced, if any, in an amount determined by reducing the total amount due had the full number of units been produced pro rata, such that the ratio of the final compensation actually paid to the original total amount due in accordance with Attachment A (as amended, if applicable) is equal to the ratio of the units actually generated to the total units identified in Attachment A. Notwithstanding, Vendor shall not be relieved of liability to the State for damages sustained by the State by virtue of any breach of the Contract, and the State may withhold any payment due the Vendor for the purpose of setoff until such time as the exact amount of damages due the State from such breach can be determined. The State, if insecure as to receiving proper performance or provision of goods deliverables, or if documented Vendor Services performance issues exist, under this Contract, may require at any time a performance bond or other alternative performance guarantees from a Vendor without expense to the State as provided by applicable law. G.S. 143-52(a); 01 NCAC 05B.1521; G.S. 25-2-609. c) If this Contract contemplates deliveries or performance over a period of time, the State may terminate this Contract for convenience at any time by providing 60 days’ notice in writing from the State to the Vendor. In that event, any or all finished or unfinished deliverables prepared by the Vendor under this Contract shall, at the option of the State, become its property, and under any applicable Vendor license to the extent necessary for the State to use such property. If the Contract is terminated by the State for convenience, the State shall pay for those items or Services for which such option is exercised, less any payment or compensation previously made. 3. INTERPRETATION, CONFLICT OF TERMS: a) The definitions in the Instructions to Vendors in the relevant solicitation for this Contract, and in 01 NCAC 05A.0112 are specifically incorporated herein. b) If federal funds are involved in the transactions under this Contract, the Vendor shall comply with all applicable state and federal requirements and laws, except where State requirements are more restrictive. See the additional federal requirements included in the “Federal Funds Provisions” section below. c) “Purchasing Agency” herein is as defined in 01 NCAC 05A.0112, except that if this Contract has been entered into by the NC Department of Administration, Division of Purchase and Contract (P&C) as indicated in the Contract (e.g., a State Term Contract), then P&C will then be a Purchasing Agency for the purposes herein and in the Federal Funds Provisions, below. d) Contracts made in contravention of General Statutes, Chapter 143, Article 3 and the Rules in 05 NCAC Chapter 5, are void. G.S. 143-58. e) In cases of conflict between specific provisions in this Contract and any other referenced documents, the Order of Precedence shall be (high to low) (1) any special terms and conditions specific to this Contract, including any negotiated terms; (2) requirements, specifications and administrative terms; (3) these NORTH CAROLINA GENERAL TERMS AND CONDITIONS, including the Federal Funds Provisions; (4) Definitions and other provisions in INSTRUCTIONS TO VENDORS in this solicitation, which is specifically incorporated in this Contract; (5) PRICING, and (6) Vendor’s Bid, to the extent specifically and mutually incorporated into this Contract. f) In the event of conflict of terms between applicable provisions of the Federal Funds Provisions and the other provisions of these North Carolina General Contract Terms and Conditions, the more restrictive provision will govern. 4. GOVERNMENTAL RESTRICTIONS: In the event any Governmental restrictions are imposed which necessitate alteration of the goods, material, quality, workmanship, or performance of the Services offered, prior to acceptance, it shall be the responsibility of the Vendor to notify the State Contract Lead or Administrator indicated in the Contract at once, in writing, indicating the specific regulation which requires such alterations. The State reserves the right to accept any such alterations, including any price adjustments occasioned thereby, or to cancel the Contract. 5. AVAILABILITY OF FUNDS: Any and all payments to the Vendor shall be dependent upon and subject to the availability of funds appropriated or allocated to the agency for the purpose set forth in the North Carolina General Terms and Conditions Version Date: 11/2021 Page | 3 Contract. 6. TAXES: Any applicable taxes shall be invoiced as a separate item. a) G.S. 143-59.1 bars the Secretary of Administration from entering into Contracts with Vendors if the Vendor or its affiliates meet one of the conditions of G.S. 105-164.8(b) and refuses to collect use tax on sales of tangible personal property to purchasers in North Carolina. Conditions under G.S. 105-164.8(b) include: (1) Maintenance of a retail establishment or office, (2) Presence of representatives in the State that solicit sales or transact business on behalf of the Vendor and (3) Systematic exploitation of the market by media-assisted, media-facilitated, or media-solicited means. By execution of the proposal document the Vendor certifies that it and all of its affiliates, (if it has affiliates), collect(s) the appropriate taxes. b) The agency(ies) participating in the Contract are exempt from Federal Taxes, such as excise and transportation. Exemption forms submitted by the Vendor will be executed and returned by the using agency. c) Prices offered are not to include any personal property taxes, nor any sales or use tax (or fees) unless required by the North Carolina Department of Revenue. 7. SITUS AND GOVERNING LAWS: a) This Contract is made under and shall be governed by and construed in accordance with the laws of the State of North Carolina, including, without limitation, the relevant provisions of G.S. Chapter 143, Article 3, and the Rules in 01 NCAC Chapter 05, and any applicable successor provisions, without regard to its conflict of laws rules, and within which State all matters, whether sounding in Contract, tort or otherwise, relating to its validity, construction, interpretation and enforcement shall be determined. G.S. 22B-3. b) Vendor shall comply with all laws, ordinances, codes, rules, regulations, and licensing requirements that are applicable to the conduct of its business and its performance in accordance with the Contract, including those of federal, state, and local agencies having jurisdiction and/or authority, and including, without limitation, the applicable requirements in the Federal Funds Provisions, below. c) Non-resident Vendor corporations not formed under NC law must be domesticated in the Office of the NC Secretary of State in order to contract with the State of North Carolina. G.S. 55A-15- 01. 8. NON-DISCRIMINATION COMPLIANCE: Wholly State Funded Contracts. a) The Vendor will take affirmative action in complying with all State requirements and laws concerning fair employment and employment of people with disabilities, and concerning the treatment of all employees without regard to discrimination by reason of race, color, religion, sex, national origin or disability or rights, such as preserved by Governor Roy Cooper Order E.O. 24 or 25, and will take necessary action to ensure that its internal employee policies and procedures are consistent with Executive Order #82 (Roy Cooper, December 6, 2018), which extends workplace protections and accommodations to pregnant employees. b) Federal Law, such as the following, applies as provided for therein: Titles VI and VII of the Civil Rights Act of 1964 (PL 88-352), and the regulations issued pursuant thereto (prohibiting discrimination on the basis race, color, national origin and ensuring that individuals are employed, and that employees are treated during employment, without regard to their race, color, creed, national origin, sex, or age); Title IX of the Education Amendments of 1972 (codified as amended at 20 U.S.C. § 1681 et seq.) (prohibiting discrimination on the basis of sex); Titles I, II, III, IV, and V of the Americans with Disability Act of 1990 (prohibiting discrimination on the basis of disability); Section 504 of the Rehabilitation Act of 1973 (codified North Carolina General Terms and Conditions Version Date: 11/2021 Page | 4 as amended at 29 U.S.C. § 794) (prohibiting discrimination on the basis of handicap); the Age Discrimination Act of 1975 (codified as amended at 42 U.S.C. § 6101 et seq.) (prohibiting age discrimination); Executive Order 11063 as amended by Executive Order 2259; and Section 109 of the Housing and Community Development Act of 1974, as amended. Contracts Partially or Wholly Federally Funded. To the extent federal funding is involved in this procurement, in whole or in part, compliance with the following is required: c) The Vendor shall comply with all Federal Funds Provisions requirements (below) and not discriminate against any employee or applicant for employment because of race, color, religion, sex, sexual orientation, gender identity, or national origin. The Vendor 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 Vendor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided setting forth the provisions of this nondiscrimination clause. d) The Vendor shall, in all solicitations or advertisements for employees placed by or on behalf of the Vendor, state that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex, sexual orientation, gender identity, or national origin: e) The Vendor 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 Vendor's legal duty to furnish information. f) The Vendor 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 advising the said labor union or workers' representatives of the Vendor's commitments under this section, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. g) The Vendor shall 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. h) The Vendor shall furnish all information and reports required by Executive Order 11246 of September 24, 1965, and by rules, regulations, and orders of the Secretary of Labor, or pursuant thereto, and shall permit access to his books, records, and accounts by the administering agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders. i) In the event of the Vendor's noncompliance with the nondiscrimination clauses of this Contract or with any of the said rules, regulations, or orders, this Contract may be canceled, terminated, or suspended in whole or in part and the Vendor may be declared ineligible for further Government contracts or federally assisted construction 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. North Carolina General Terms and Conditions Version Date: 11/2021 Page | 5 j) The Vendor shall include the portion of the sentence immediately preceding paragraph (a) and the provisions of paragraphs (a) through (g) in every subcontract or purchase order unless exempted by rules, regulations, or orders of the Secretary of Labor issued pursuant to section 204 of Executive Order 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor. The Vendor will take such action with respect to any subcontract or purchase order as the administering agency may direct as a means of enforcing such provisions, including sanctions for noncompliance: Provided, however, that in the event a Vendor (or herein “applicant,” as applicable in context within these Federal Funds Provisions) becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction by the administering agency, the Vendor may request the United States to enter into such litigation to protect the interests of the United States. k) The Vendor further agrees that it shall be bound by the above equal opportunity clause with respect to its own employment practices when it participates in federally assisted construction work: Provided, that if the Vendor so participating is a State or local government, the above equal opportunity clause is not applicable to any agency, instrumentality or subdivision of such government which does not participate in work on or under the Contract. l) The Vendor agrees that it shall assist and cooperate actively with the administering agency and the Secretary of Labor in obtaining the compliance of Vendors and subcontractors with the equal opportunity clause and the rules, regulations, and relevant orders of the Secretary of Labor, that it shall furnish the administering agency and the Secretary of Labor such information as they may require for the supervision of such compliance, and that it shall otherwise assist the administering agency in the discharge of the agency's primary responsibility for securing compliance. m) The Vendor further agrees that it shall refrain from entering into any contract or contract modification subject to Executive Order 11246 of September 24, 1965, with a Vendor debarred from, or who has not demonstrated eligibility for, Government Contracts and federally assisted construction contracts pursuant to the Executive Order and will carry out such sanctions and penalties for violation of the equal opportunity clause as may be imposed upon Vendors and subcontractors by the administering agency or the Secretary of Labor pursuant to Part II, Subpart D of the Executive Order. In addition, the Vendor agrees that if it fails or refuses to comply with these undertakings, the administering agency may take any or all of the following actions: Cancel, terminate, or suspend in whole or in part any relevant grant (contract, loan, insurance, guarantee); refrain from extending any further assistance to the Vendor under the program with respect to which the failure or refund occurred until satisfactory assurance of future compliance has been received from such Vendor; and refer the case to the Department of Justice for appropriate legal proceedings. 9. PAYMENT TERMS: Payment terms are net not later than 30 days after receipt of a correct invoice or acceptance of goods, whichever is later. The Procuring Agency is responsible for all payments to the Vendor under the Contract. Payment by some agencies may be made by procurement card. If the Vendor accepts Visa, MasterCard, etc., from other customers, it shall accept procurement card payment by the State under the terms provided for the procurement card. 01 NCAC 05B.1523. If payment is made by procurement card, then payment for amounts then due may be processed immediately by the Vendor. The State does not agree in advance, in contract, pursuant to Constitutional limitations, to pay costs such as interest, late fees, penalties or attorney’s fees. This Contract will not be construed as an agreement by the State to pay such costs and will be paid only as ordered by a court of competent jurisdiction. 10. CONDITION AND PACKAGING: Unless otherwise expressly provided by special terms and conditions or specifications in the Contract or by express, specific federal law or rule, it is understood and agreed that any item offered or shipped has not been sold or used for any purpose, is newly manufactured, North Carolina General Terms and Conditions Version Date: 11/2021 Page | 6 and shall be in first class condition. All containers/packaging shall be suitable for handling, storage or shipment. 11. INTELLECTUAL PROPERTY WARRANTY AND INDEMNITY: Vendor shall hold and save the State, its officers, agents and employees, harmless from liability of any kind, including costs and expenses, resulting from infringement of the rights of any third party in any Services or copyrighted material, patented or patent-pending invention, article, device or appliance delivered in connection with the Contract. a) Vendor warrants to the best of its knowledge that: 1. Performance under the Contract does not infringe upon any intellectual property rights of any third party; and 2. There are no actual or threatened actions arising from, or alleged under, any intellectual property rights of any third party. b) Should any deliverables supplied by Vendor become the subject of a claim of infringement of a patent, copyright, trademark or a trade secret in the United States, the Vendor, shall at its option and expense, either procure for the State the right to continue using the deliverables, or replace or modify the same to become non-infringing. If neither of these options can reasonably be taken in Vendor’s judgment, or if further use shall be prevented by injunction, the Vendor agrees to cease provision of any affected deliverables and refund any sums the State has paid Vendor for such deliverables and make every reasonable effort to assist the State in procuring substitute deliverables. If, in the sole opinion of the State, the cessation of use by the State of any such deliverables due to infringement issues makes the retention of other items acquired from the Vendor under this Agreement impractical, the State shall then have the option of terminating the Agreement, or applicable portions thereof, without penalty or termination charge; and Vendor agrees to refund any sums the State paid for unused Services or other deliverables. c) The Vendor, at its own expense, shall defend any action brought against the State to the extent that such action is based upon a claim that the deliverables supplied by the Vendor, their use or operation, infringe on a patent, copyright, trademark or violate a trade secret in the United States. The Vendor shall pay those costs and damages finally awarded or agreed in a settlement against the State in any such action. Such defense and payment shall be conditioned on the following: 1. That the Vendor shall be notified within a reasonable time in writing by the State of any such claim; and 2. That the Vendor shall have the sole control of the defense of any action on such claim and all negotiations for its settlement or compromise provided, however, that the State shall have the option to participate in such action at its own expense. d) Vendor will not be required to defend or indemnify the State to the extent any claim by a third party against the State for infringement or misappropriation results solely from the State’s material alteration of any Vendor-branded deliverables or Services, or from the continued use of the Services or other deliverables after receiving written notice from the Vendor of the claimed infringement. 12. ADVERTISING: Vendor agrees not to use the existence of the Contract or the name of the State of North Carolina as part of any commercial advertising or marketing of products or Services except as provided in 01 NCAC 05B.1516. A Vendor may inquire whether the State is willing to be included on a listing of its existing customers. 13. ACCESS TO PERSONS AND RECORDS: During, and after the term hereof during the relevant period required for retention of records by State law (G.S. 121-5, 132-1 et seq., typically five years), the State Auditor and any Purchasing Agency’s internal auditors shall have access to persons and records related to the Contract to verify accounts and data affecting fees or performance under the Contract, as provided in G.S. 143-49(9). However, if any audit, litigation or other action arising out of or related North Carolina General Terms and Conditions Version Date: 11/2021 Page | 7 in any way to this project is commenced before the end of the such retention of records period, the records shall be retained for one (1) year after all issues arising out of the action are finally resolved or until the end of the record retentions period, whichever is later. 14. ASSIGNMENT OR DELEGATION OF DUTIES: a) As a convenience to the Vendor, the State may include any person or entity designated by the Vendor in writing as a joint payee on the Vendor’s payment check. In no event shall such approval and action obligate the State to anyone other than the Vendor. b) If Vendor requests any assignment, or delegation of duties, the Vendor shall remain responsible for fulfillment of all Contract obligations. Upon written request, the State may, in its unfettered discretion, approve an assignment or delegation to another responsible entity acceptable to the State, such as the surviving entity of a merger, acquisition or a corporate reorganization if made as part of the transfer of all or substantially all of the Vendor’s assets. 01 NCAC 05B.1507. Any purported assignment or delegation made in violation of this provision shall be void and a material breach of the Contract. G.S. 143-58. 15. INSURANCE: This section provides minimum insurance coverage rates that are applicable to most moderate risk solicitations. Agency Risk Analysis will determine if higher insurance coverage amounts are needed based on the likelihood and severity of exposure to the State. The analysis is documented in writing in the official file and considers the following non-exclusive factors: 1. Potential for damage to State property or property of a third party, 2. Potential for bodily injury to State employees or third parties, 3. Whether Vendor will transport State property, clients, or employees, 4. Use of a vehicle to accomplish the work or to travel to or from State locations, 5. Anticipated physical contacts of the Vendor with the State, 6. Anticipated number and activity of Vendor personnel within the State, and 7. Any other unique considerations that could result in harm, bodily injury, or property damage. The Purchasing Agency has specified elsewhere in this Contract any increase in the minimum insurance coverage requirements below if the risk from the above factors is high. a) REQUIREMENTS - Providing and maintaining adequate insurance coverage is a material obligation of the Vendor and is of the essence of the Contract. All such insurance shall meet all laws of the State of North Carolina. Such insurance coverage shall be obtained from companies that are authorized to provide such coverage and that are authorized by the NC Commissioner of Insurance to do business in North Carolina. The Vendor shall at all times comply with the terms of such insurance policies, and all requirements of the insurer under any such insurance policies, except as they may conflict with existing North Carolina laws or the Contract. The limits of coverage under each insurance policy maintained by the Vendor shall not be interpreted as limiting the Vendor’s liability and obligations or the indemnification requirements under the Contract. As provided above, a State agency is authorized, upon written evaluation and substantiation in the official file of the significant risk of bodily injury and/or property or other damage in the contract, to require and enforce higher coverage limits to mitigate the potential risk of liability to the State. b) COVERAGE - During the term of the Contract, the Vendor at its sole cost and expense shall provide commercial insurance of such type and with such terms and limits as may be reasonably associated with the Contract. At a minimum, the Vendor shall provide and maintain the following coverage and limits, subject to higher requirements by an agency after the risk analysis indicated above: 1. For Small Purchases as defined under North Carolina Administrative Code 01 NCAC 05A.0112 (35) and 05B.0301 (1), the minimum applicable insurance requirements for Worker’s Compensation and Automobile Liability will apply as required by North Carolina law. The Purchasing Agency may require Commercial General Liability coverage consistent with the assessed risks involved in the procurement. 2. For Contracts valued in excess of the Small Purchase threshold, but up to $1,000,000.00 the following limits shall apply: North Carolina General Terms and Conditions Version Date: 11/2021 Page | 8 i. Worker’s Compensation - The Vendor shall provide and maintain Worker’s Compensation Insurance, as may be required by the laws of North Carolina, as well as employer’s liability coverage, with minimum limits of $250,000.00, covering all of Vendor’s employees who are engaged in any work under the Contract in North Carolina. If any work is sub-Contracted, the Vendor shall require the sub-contractor to provide the same coverage for any of its employees engaged in any work under the Contract within the State. ii. Commercial General Liability - General Liability Coverage on a Comprehensive Broad Form on an occurrence basis in the minimum amount of $500,000.00 Combined Single Limit. Defense costs shall be in excess of the limit of liability. iii. Automobile - Automobile Liability Insurance, to include liability coverage covering all owned, hired and non-owned vehicles, used within North Carolina in connection with the Contract. The minimum combined single limit shall be $250,000.00 bodily injury and property damage; $250,000.00 uninsured/under insured motorist; and $2,500.00 medical payment. 3. For Contracts valued in excess of $1,000,000.00 the following limits shall apply: i. Worker’s Compensation - The Vendor shall provide and maintain Worker’s Compensation Insurance, as may be required by the laws of North Carolina, as well as employer’s liability coverage, with minimum limits of $500,000.00, covering all of Vendor’s employees who are engaged in any work under the Contract in North Carolina. If any work is sub-Contracted, the Vendor shall require the sub-contractor to provide the same coverage for any of its employees engaged in any work under the Contract within the State. ii. Commercial General Liability - General Liability Coverage on a Comprehensive Broad Form on an occurrence basis in the minimum amount of $1,000,000.00 Combined Single Limit. Defense costs shall be in excess of the limit of liability. iii. Automobile - Automobile Liability Insurance, to include liability coverage covering all owned, hired and non-owned vehicles, used within North Carolina in connection with the Contract. The minimum combined single limit shall be $500,000.00 bodily injury and property damage; $500,000.00 uninsured/under insured motorist; and $5,000.00 medical payment. 16. GENERAL INDEMNITY: a) The Vendor shall indemnify, defend and hold and save the State, its officers, agents, and employees, harmless from liability of any kind, including all claims and losses accruing or resulting to any other person, firm, or corporation furnishing or supplying work, Services, materials, or supplies in connection with the performance of the Contract, and also from any and all claims and losses accruing or resulting to any person, firm, or corporation that may be injured or damaged by the Vendor in the performance of the Contract that are attributable to the negligence or intentionally tortious acts of the Vendor, provided that the Vendor is notified in writing within 30 days from the date that the State has knowledge of such claims. b) The Vendor, at its own expense shall defend any action brought against the State, under this section. The Vendor shall have the sole control of the defense of any action on such claim and all negotiations for its settlement or compromise, provided, however, that the State shall have the option to participate in such action at its own expense. c) The Vendor represents and warrants that it shall make no claim of any kind or nature against the State’s agents who are involved in the delivery or processing of Vendor deliverables or Services as part of this Contract with the State. North Carolina General Terms and Conditions Version Date: 11/2021 Page | 9 d) As part of this provision for General indemnity, if federal funds are involved in this procurement, the Vendor warrants that it will comply with all relevant and applicable federal requirements and laws, and will indemnify, defend and hold and save the State harmless from any claims or losses resulting to the State from the Vendor’s noncompliance with such federal requirements or law in the performance of this Contract. The representations and warranties in the preceding two sentences shall survive the termination or expiration of the Contract. e) The State does not participate in indemnification due to Constitutional restrictions, or arbitration, which effectively and unacceptably waives jury trial. See, G.S. 22B-3, -10. 17. ELECTRONIC PROCUREMENT: (G.S. 143-48.3) GENERALLY APPLICABLE TO GOODS AND SERVICES PURCHASES: a) Purchasing shall be conducted through the Statewide E-Procurement Service. The State’s third-party agent shall serve as the Supplier Manager for this E-Procurement Service. The Vendor shall register for the Statewide E-Procurement Service within two (2) business days of notification of award in order to receive an electronic purchase order resulting from award of this Contract. b) The Supplier Manager will capture an order from a State approved user, including the shipping and payment information, and submit the order in accordance with E-Procurement Service procedures. Subsequently, the Supplier Manager will send those orders to the appropriate Vendor on State Contract. The State or State-approved user, not the Supplier Manager, shall be responsible for the solicitation, bids received, evaluation of bids received, award of Contract, and the payment for goods delivered. c) Vendor shall at all times maintain the confidentiality of its username and password for the Statewide E-Procurement Services. Vendor shall be responsible for all activity and all charges by its agents or employees. Vendor agrees not to permit a third party to use its E-Procurement Services account. If there is a breach of security through the Vendor’s account, Vendor shall immediately change its password and notify the Supplier Manager of the security breach by email. Vendor shall cooperate with the State and the Supplier Manager to mitigate and correct any security breach. E-PROCUREMENT FEES – APPLICABLE ONLY TO GOODS PURCHASES d) THE SUCCESSFUL BIDDER(S) SHALL PAY A TRANSACTION FEE, CURRENTLY 1.75% (.0175), ON THE TOTAL DOLLAR AMOUNT (EXCLUDING SALES TAXES) FOR THE AMOUNT OF ANY GOODS INCLUDED ON EACH PURCHASE ORDER ISSUED THROUGH THE STATEWIDE E-PROCUREMENT SERVICE (OR ANY OFFICIAL REPLACEMENT SERVICE). G.S. 66-58.12; See, NC E-Procurement Terms of Use. This applies to all purchase orders, regardless of the quantity or dollar amount of the purchase order. The transaction fee shall not be stated or included as a separate item on the invoice. Vendor will receive a credit for transaction fees they paid for the purchase of any item(s) if an item(s) is returned through no fault of the Vendor. Transaction fees are non-refundable when an item is rejected and returned, or declined, due to the Vendor’s failure to perform or comply with specifications or requirements of the Contract. e) Vendor or its Authorized Reseller, as applicable, will be invoiced monthly for the State’s transaction fee by the E-Procurement Supplier Manager (Supplier Manager), based on a) purchase activity for the prior month, or b) purchases for which the supplier invoice has been paid. Unless the Supplier Manager receives written notice from the Vendor identifying with specificity any errors in an invoice for the transaction fee within thirty (30) days of the receipt of invoice, such invoice shall be deemed to be correct and Vendor shall have waived its right to later dispute the accuracy and completeness of the invoice. Payment of the transaction fee by the Vendor is due to the account designated by the State within thirty (30) days after receipt of the invoice for the transaction fee, or it shall be considered a material breach of Contract. North Carolina General Terms and Conditions Version Date: 11/2021 Page | 10 Pursuant to G.S. 147-86.23, the service will charge 1) interest on past due balances at the rate set by the Secretary of Revenue pursuant to G.S. 105-241.21 as of the date the balances are past due, and, 2) late payment penalties, currently ten percent (10%) of the account receivable. No interest shall be charged on disputed and overdue amounts to the extent the State agrees to reduce or adjust the amount in dispute. The Supplier Manager shall provide, whenever reasonably requested by the Vendor in writing (including electronic documents), supporting documentation from the E-Procurement Service that accounts for the amount of the invoice. 18. SUBCONTRACTING: Performance under the Contract by the Vendor shall not be subcontracted without prior written approval of the State’s assigned Contract Lead. Unless otherwise agreed in writing, acceptance of a Vendor’s proposal shall include approval to use the subcontractor(s) that have been specified therein. 19. CONFIDENTIALITY: Vendor information that cannot be shown to be, e.g., a trade secret, may be subject to public disclosure under the terms of the State Public Records Act (SPRA), beginning at G.S. 132.1. Blanket assertions of confidentiality are not favored, but confidentiality of specific material meeting one or more exceptions in the SPRA will be honored. Vendors are notified that if the confidentiality of material is challenged by other parties, the Vendor has the responsibility of defending the assertion of confidentiality. G.S. 143-52(a). 20. CARE OF STATE DATA AND PROPERTY: Any State property, information, data, instruments, documents, studies or reports given to or prepared or assembled by or provided to the Vendor under the Contract shall be kept as confidential, used only for the purpose(s) required to perform the Contract and not divulged or made available to any individual or organization without the prior written approval of the State. The State’s data and property in the hands of the Vendor shall be protected from unauthorized disclosure, loss, damage, destruction by a natural event or another eventuality. The Vendor agrees to reimburse the State for loss or damage of State property while in Vendor’s custody. Such State Data shall be returned to the State in a form acceptable to the State upon the termination or expiration of this Agreement. The Vendor shall notify the State of any security breaches within 24 hours as required by G.S. 143B- 1379. For further information, see, G.S. 75-60 et seq. Notice is given to the Vendor that the NC Department of Information Technology (DIT) has requirements relating to the security of the State network, and rules relating to the use of the State network, IT software and equipment, that the Vendor must comply with, as applicable. See, e.g., G.S. 143B-1376. 21. OUTSOURCING: Any Vendor or subcontractor providing call or contact center services to the State of North Carolina or any of its agencies shall disclose to inbound callers the location from which the call or contact center services are being provided. If, after award of a Contract, and consistent with any applicable NC DIT security provisions, the Contractor wishes to relocate or outsource any portion of performance to a location outside the United States, or to contract with a subcontractor for any such performance, which subcontractor and nature of the work has not previously been disclosed to the State in writing, prior written approval must be obtained from the State Purchasing Agency. Vendor shall give notice to the Purchasing Agency of any relocation of the Vendor, employees of the Vendor, subcontractors of the Vendor, or other persons providing performance under a State Contract to a location outside of the United States. See, G.S. 143- 59.4. 22. ENTIRE AGREEMENT: The Contract (including any documents mutually incorporated specifically therein) resulting from a relevant solicitation represents the entire agreement between the parties and supersedes all prior oral or written statements or agreements. All promises, requirements, terms, conditions, provisions, representations, guarantees, and warranties contained herein shall survive the Contract expiration or termination date unless specifically provided otherwise herein, or unless superseded by applicable Federal or State statutes of limitation. 23. ELECTRONIC RECORDS: The State will digitize all Vendor responses to the relevant solicitation, if not received electronically, as well as any awarded Contract together with associated procurement- related documents. These electronic copies shall constitute a preservation record and shall serve as the official record of this procurement with the same force and effect as the original written documents North Carolina General Terms and Conditions Version Date: 11/2021 Page | 11 comprising such record. Any official electronic copy, printout or other output readable by sight shown to reflect such record accurately shall constitute an "original." 24. AMENDMENTS: This Contract may be amended only by a written amendment duly executed by the State and the Vendor. 25. NO WAIVER: Notwithstanding any other language or provision in the Contract or in any Vendor- supplied material, nothing herein is intended nor shall be interpreted as a waiver of any right or remedy otherwise available to the State under applicable law. The waiver by the State of any right or remedy on any one occasion or instance shall not constitute or be interpreted as a waiver of that or any other right or remedy on any other occasion or instance. 26. FORCE MAJEURE: Neither party shall be deemed to be in default of its obligations hereunder if and so long as it is prevented from performing such obligations as a result of events beyond its reasonable control, including, without limitation, fire, power failures, any act of war, hostile foreign action, nuclear explosion, riot, strikes or failures or refusals to perform under subcontracts, civil insurrection, earthquake, hurricane, tornado, other catastrophic epidemic or pandemic, natural event or Act of God. 27. SOVEREIGN IMMUNITY: Notwithstanding any other term or provision in the Contract, nothing herein is intended nor shall be interpreted as waiving any claim or defense based on the principle of sovereign immunity or other State or federal constitutional provision or principle that otherwise would be available to the State under applicable law. 28. FEDERAL FUNDS PROVISIONS: Where federal funds are utilized in connection with this procurement, and to the extent applicable and absent stricter or controlling State provisions, the following federal provisions (in addition to the North Carolina General Terms and Conditions above) may apply consistent with Uniform Guidance in 2 C.F.R. § 200.326 and 2 C.F.R. Part 200, and its Appendix II. Relevant federal authorities may require additional provisions depending on the scope and context of the Contract. Failure or unwillingness of the Vendor to continually meet any of these requirements, as applicable, may result in Contract termination. Any links to websites not maintained by the State are provided as a courtesy. The State does not warrant or guarantee the accuracy of the hyperlink or the information contained therein. a) No governmental non-competes. Vendor shall not impose or enforce any non-competition agreement upon the employees included in Vendor’s bid that would prevent those employees from accepting any offer of employment from the State of North Carolina outside of the first Term of the Contract. By executing this Contract, the Vendor affirms this condition. This affirmation is a material condition for the State’s award of any work under this Contract. b) Program Monitoring. Vendor agrees to assist and cooperate with the Federal grantor or funding agency and the relevant Purchasing Agency or their duly designated representatives in the monitoring of the project or projects to which this Contract relates, and to provide in form and manner approved by the Purchasing Agency such monitoring reports, progress reports, and the like as may be required and to provide such reports at the times specified. c) Remedies and Termination. For purposes of this section the State Remedies and Termination provisions above apply as written. d) Contract Work Hours and Safety Standards Act (40 U.S.C. 3701-3708). Compliance with the Contract Work Hours and Safety Standards Act. 1. Overtime requirements. No Vendor or subcontractor contracting for any part of the Contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one- North Carolina General Terms and Conditions Version Date: 11/2021 Page | 12 half times the basic rate of pay for all hours worked in excess of forty hours in such workweek. 2. Violation; liability for unpaid wages; liquidated damages. In the event of any violation of the clause set forth in 29 C.F.R. §5.5(b)(1) the Vendor and any subcontractor responsible therefor shall be liable for the unpaid wages. In addition, such Vendor and subcontractor shall be liable to the United States (in the case of work done under contract for the District of Columbia or a territory, to such District or to such territory), for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in 29 C.F.R. §5.5(b)(1), in the sum of $26 for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in 29 C.F.R. §5.5(b)(1). 3. Withholding for unpaid wages and liquidated damages. The Purchasing Agency shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld, from any moneys payable on account of work performed by the Vendor or subcontractor under any such contract or any other Federal contract with the same prime Vendor, or any other federally-assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime Vendor, such sums as may be determined to be necessary to satisfy any liabilities of such Vendor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in 29 C.F.R. §5.5(b)(2). 4. SubContracts. The Vendor or subcontractor shall insert in any subcontracts the clauses set forth in paragraph (b)(1) through (4) of 29 C.F.R. §5.5 and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime Vendor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in 29 C.F.R. §5.5(b)(2) through (4). e) CLEAN AIR ACT AND THE FEDERAL WATER POLLUTION CONTROL ACT. Clean Air Act 1. The Vendor agrees to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act, as amended, 42 U.S.C. § 7401 et seq. 2. The Vendor agrees to report each violation to the Purchasing Agency and understands and agrees that the Purchasing Agency will, in turn, report each violation as required to assure notification to the Federal Emergency Management Agency, and the appropriate Environmental Protection Agency Regional Office. 3. The Vendor agrees to include these requirements in each subcontract exceeding $150,000 financed in whole or in part with Federal assistance. Federal Water Pollution Control Act 1. The Vendor agrees to comply with all applicable standards, orders, or regulations issued pursuant to the Federal Water Pollution Control Act, as amended, 33 U.S.C. 1251 et seq. 2. The Vendor agrees to report each violation to the Purchasing Agency and understands and agrees that the Purchasing Agency will, in turn, report each violation as required to assure notification to the federal agency providing funds hereunder, and the appropriate Environmental Protection Agency Regional Office. 3. The Vendor agrees that these requirements will be included in each subcontract exceeding $150,000 financed in whole or in part with Federal assistance. North Carolina General Terms and Conditions Version Date: 11/2021 Page | 13 f) Debarment and Suspension. 1. This Contract, if federal funding is used, is a covered transaction for purposes of 2 C.F.R. pt. 180 and 2 C.F.R. pt. 3000. As such, the Vendor is required to verify that none of the Vendor’s principals (defined at 2 C.F.R. § 180.995) or its affiliates (defined at 2 C.F.R. § 180.905) are excluded (defined at 2 C.F.R. § 180.940) or disqualified (defined at 2 C.F.R. § 180.935). 2. The Vendor must comply with 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C, and must include a requirement to comply with these regulations in any lower tier covered transaction it enters into. 3. This certification is a material representation of fact relied upon by a federal agency providing federal funds herein and the Purchasing Agency. If it is later determined that the Vendor did not comply with 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C, in addition to remedies available to federal agency providing federal funds herein and the Purchasing Agency, the Federal Government may pursue available remedies, including but not limited to suspension and/or debarment. 4. The Vendor agrees to comply with the requirements of 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C while this offer is valid and throughout the period of the Contract resulting from a relevant solicitation herein. The Vendor further agrees to include a provision requiring such compliance in its lower tier covered transactions. g) Byrd Anti-Lobbying Amendment (31 U.S.C. 1352) (as Amended). To the extent applicable, Vendors that apply or bid for an award of $100,000 or more shall file the required certification. 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 shall 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 recipient who in turn will forward the certification(s) to the awarding agency. Required Certification. If applicable, Vendors must sign and submit to the Purchasing Agency the certification. See the latest version of “Certification for Contracts, Grants, Loans, and Cooperative Agreements” found at https://ncadmin.nc.gov/documents/vendor-forms. h) Procurement of Recovered Materials. 1. Unless specified otherwise in the Contract, in the performance of this Contract, the Vendor shall make maximum use of products containing recovered materials that are EPA- designated items unless the product cannot be acquired: • Competitively within a timeframe providing for compliance with the Contract performance schedule; • Meeting Contract performance requirements; or • At a reasonable price. 2. Information about this requirement, along with the list of EPA designated items, is available at EPA’s Comprehensive Procurement Guidelines web site: https://www.epa.gov/smm/comprehensive-procurement-guideline-cpg-program 3. The Vendor also agrees to comply with all other applicable requirements of Section 6002 of the Solid Waste Disposal Act.” North Carolina General Terms and Conditions Version Date: 11/2021 Page | 14 i) Access to Records. In addition to the North Carolina General Contract Terms & Conditions section entitled “ACCESS TO PERSONS AND RECORDS” included in this Contract, the following access to records requirements apply to this Contract: 1. The Vendor agrees to provide the Purchasing Agency, the Administrator of the federal agency providing funds hereunder, the Comptroller General of the United States, or any of their authorized representatives access to any books, documents, papers, and records of the Vendor which are directly pertinent to this Contract for the purposes of making audits, examinations, excerpts, and transcriptions. 2. The Vendor agrees to permit any of the foregoing parties to reproduce by any means whatsoever or to copy excerpts and transcriptions as reasonably needed. 3. The Vendor agrees to provide the Administrator of the federal agency providing funds hereunder or his authorized representative access to construction or other work sites pertaining to the work being completed under the Contract. 4. In compliance with the Disaster Recovery Act of 2018, the Purchasing Agency and the Vendor acknowledge and agree that no language in this Contract is intended to prohibit audits or internal reviews by the Administrator of the federal agency providing funds hereunder or the Comptroller General of the United States. j) Modifications to Contract. Modifications to the Contract are governed by the North Carolina General Contract Terms & Conditions section above entitled “AMENDMENTS,” except as approval and signature by any federal official may also be required. k) Records Retention. All records required to be kept on the project shall be maintained for at least five (5) years after final payments and until all other pending matters under the grant for this project have been closed. However, if any audit, litigation or other action arising out of or related in any way to this project is commenced before the end of the five (5) year period, the records shall be retained for one (1) year after all issues arising out of the action are finally resolved or until the end of the five (5) year period, whichever is later. l) Energy Efficiency. All participants in the projects funded hereby shall recognize mandatory standards and policies relating to energy efficiency, which are contained in the state energy conservation plan issued in compliance with the Energy Policy and Conservation Act (PL 94-163). m) Program Fraud and False or Fraudulent Statements or Related Acts. Vendor acknowledges that 31 U.S.C. Chapter 38 (Administrative Remedies for False Claims and Statements) applies to its actions pertaining to the Contract. n) No Obligation by Federal Government. The Federal Government is not a party to this Contract and is not subject to any obligations or liabilities to the non-Federal entity, Vendor, or any other party pertaining to any matter resulting from the Contract. o) Compliance with Federal Law, Regulations, and Executive Orders. This is an acknowledgement that federal financial assistance will be used to fund all or a portion of the Contract. The Vendor will comply with all applicable Federal law, regulations, executive orders, the policies of the federal agency(ies) providing funding, procedures, and directives. p) Federal Seals, Logos, and Flags. In addition to the prohibitions of the North Carolina General Contract Terms & Conditions section above entitled “ADVERTISING,” the Vendor shall not use the seal(s), logos, crests, or reproductions of flags of a federal agency providing funding herein, or likenesses of federal agency officials without specific pre-approval of the relevant federal agency. q) System for Awards Management. Vendor shall be responsible to ensure that it has checked the federal System for Awards Management (SAM) https://www.sam.gov/SAM/ and the State Debarred Vendors Listing, https://ncadmin.nc.gov/documents/nc-debarred-vendors to verify that Contractors North Carolina General Terms and Conditions Version Date: 11/2021 Page | 15 or sub-Recipients have not been suspended or debarred from doing business with federal or State government. North Carolina HUB Supplemental Vendor Information Version Date: 09/2021 Page | 1 ATTACHMENT D: HUB Supplemental Vendor Information Solicitation #: __________________________ Vendor Name: __________________________ Historically Underutilized Businesses (HUBs) consist of minority, women, and disabled business firms that are at least fifty-one percent owned and operated by an individual(s) from one of these categories. Also included in this category are disabled business enterprises and non-profit work centers for the blind and severely disabled. Pursuant to G.S. 143B-1361(a), 143-48 and 143-128.4, the State invites and encourages participation in this procurement process by businesses owned by minorities, women, the disable, disabled business enterprises, and non-profit work centers for the blind and severely disabled. This includes utilizing individual(s) from these categories as subcontractors to perform the functions required in this Solicitation. The Vendor shall respond to questions below, as applicable. PART I: HUB CERTIFICATION Is Vendor a NC-certified HUB entity? Yes No If yes, provide Vendor #: _________________________ If no, does Vendor qualify for certification as HUB? Yes No Vendors that check “yes” will be referred to the HUB Office for assistance in acquiring certification. PART II: PROCUREMENT OF GOODS - SUPPLIERS For Goods procurements, are you using Tier 2 suppliers? Yes No If yes, then provide the following information: Company Name Company Address Website Address Contact Name Contact Email Contact Phone NC HUB certified? Percent of total bid price 16-707025112 Wildlands Engineering, Inc. X X X □ □ □ □ □ □ North Carolina HUB Supplemental Vendor Information Version Date: 09/2021 Page | 2 PART III: PROCUREMENT OF SERVICES - SUBCONTRACTORS For Services procurements, are you using Subcontractors to perform any of the services being procured under this solicitation? Yes No If yes, then provide the following information: Company Name Company Address Website Address Contact Name Contact Email Contact Phone NC HUB certified? Percent of total bid price Need more information? Questions concerning the completion of this form should be presented during the Q&A period through the process defined in the Solicitation document. Questions concerning NC HUB certification, contact the North Carolina Office of Historically Underutilized Businesses at 984-236-0130 or huboffice.doa@doa.nc.gov . X TBD □ □ ATTACHMENT E: VENDOR’S INFORMATION Vendors Primary Contact (or Project Manager) Name: Agency: Title: Address: City: State/ Zip: Telephone: Fax: Email: Vendors Execution Address (Where the contract should be mailed for signature) Name: Agency: Title: Address: City: State/ Zip: Telephone: Fax: Email: Vendors Payment (Remit To) Address (Where the checks should be mailed) This address should agree with the “Remit-To” address associated with the Vendor’s Tax ID. This information must be verified with the Vendor’s Corporate Accounting Office. Name: Agency: Title: Address: City: State/ Zip: Telephone: Fax: Email: VENDOR’S INFORMATION ƌŝĐEĞƵŚĂƵƐ tŝůĚůĂŶĚƐŶŐŝŶĞĞƌŝŶŐ͕/ŶĐ͘ WƌŽũĞĐƚDĂŶĂŐĞƌ ϭϯϬϰϳ<ŝŶŐƐƚŽŶWŝŬĞ <ŶŽdžǀŝůůĞ dE͕ϯϳϵϯϰ ϳϬϰͲϯϯϮͲϯϯϬϲϴϲϱͲϯϵϮͲϭϬϬϯ ĞŶĞƵŚĂƵƐΛǁŝůĚůĂŶĚƐĞŶŐ͘ĐŽŵ ^ŚĂǁŶ͘tŝůŬĞƌƐŽŶ tŝůĚůĂŶĚƐŶŐŝŶĞĞƌŝŶŐ͕/ŶĐ͘ K ϭϰϯϬ^͘DŝŶƚ^ƚƌĞĞƚ͕^ƵŝƚĞϭϬϰ ŚĂƌůŽƚƚĞ E͕ϮϴϮϬϯ ϳϬϰͲϯϯϮͲϳϳϱϰ ϳϬϰͲϯϯϮͲϯϯϬϲ ^ŚĂǁŶ͘tŝůŬĞƌƐŽŶ tŝůĚůĂŶĚƐŶŐŝŶĞĞƌŝŶŐ͕/ŶĐ͘ K ϭϰϯϬ^͘DŝŶƚ^ƚƌĞĞƚ͕^ƵŝƚĞϭϬϰ ŚĂƌůŽƚƚĞ E͕ϮϴϮϬϯ ϳϬϰͲϯϯϮͲϳϳϱϰ ϳϬϰͲϯϯϮͲϯϯϬϲ ƐǁŝůŬĞƌƐŽŶΛǁŝůĚůĂŶĚƐĞŶŐ͘ĐŽŵ ƐǁŝůŬĞƌƐŽŶΛǁŝůĚůĂŶĚƐĞŶŐ͘ĐŽŵ North Carolina Location of Workers Version Date: 09/2021 Page | 1 ATTACHMENT F: LOCATION OF WORKERS UTILIZED BY VENDOR Solicitation #: __________________________ Vendor Name: __________________________ In accordance with NC General Statute G.S. 143-59.4, Vendor shall detail the location(s) at which performance will occur, as well as the manner in which it intends to utilize resources or workers outside of the United States in the performance of The Contract. Vendor shall complete items 1 and 2 below. If “YES”: a) List the location(s) outside of the United States where work under the Contract will be performed by the Vendor, any subcontractors, employees, or any other persons performing work under the Contract. b) Specify the manner in which the resources or workers will be utilized: 2. Where within the United States will work be performed? _________________________________________________________________________________ 1. Will any work under this Contract be performed outside of the United States?YES NO NOTES: 1. The State will evaluate the additional risks, costs, and other factors associated with the utilization of workers outside of the United States prior to making an award. 2. Vendor shall provide notice in writing to the State of the relocation of the Vendor, employees of the Vendor, subcontractors of the Vendor, or other persons performing services under the Contract to a location outside of the United States. 3. All Vendor or subcontractor personnel providing call or contact center services to the State of North Carolina under the Contract shall disclose to inbound callers the location from which the call or contact center services are being provided. 16-707025112 Wildlands Engineering, Inc. X n/a n/a North Carolina and Tennessee □ □ North Carolina Certification of Financial Condition Version Date: 09/2021 Page | 1 ATTACHMENT G: CERTIFICATION OF FINANCIAL CONDITION Solicitation #: __________________________ Vendor Name: __________________________ The undersigned hereby certifies that: [check all applicable boxes] ܆ The Vendor is in sound financial condition and, if applicable, has received an unqualified audit opinion for the latest audit of its financial statements. Date of latest audit: ____________________ (If no audit within past 18 months, explain reason below.) ܆ The Vendor has no outstanding liabilities, including tax and judgment liens, to the Internal Revenue Service or any other government entity. ܆ The Vendor is current in all amounts due for payments of federal and state taxes and required employment-related contributions and withholdings. ܆ The Vendor is not the subject of any current litigation or findings of noncompliance under federal or state law. ܆ The Vendor has not been the subject of any past or current litigation, findings in any past litigation, or findings of noncompliance under federal or state law that may impact in any way its ability to fulfill the requirements of this Contract. ܆ He or she is authorized to make the foregoing statements on behalf of the Vendor. Note: This shall constitute a continuing certification and Vendor shall notify the Contract Lead within 30 days of any material change to any of the representations made herein. If any one or more of the foregoing boxes is NOT checked, Vendor shall explain the reason(s) in the space below. Failure to include an explanation may result in Vendor being deemed non- responsive and its submission rejected in its entirety. _________________________________________ _______________________________ Signature Date _________________________________________ _______________________________ Printed Name Title [This Certification must be signed by an individual authorized to speak for the Vendor] 16-707025112 Wildlands Engineering, Inc. n/a Box #1: Our CPA has recommended that a full audit is not necessary for firm of our size. Our CPA performs an annual CPA review of our financials for our bonding company, produces quarterly statements for our bonding company, and is actively involved in reconciliations and our other regular accounting duties on a monthly basis. Wildlands is in sound financial condition. 09/19/2023 CEOShawn D. Wilkerson - ---- - Proposal Number: 16-707025112 Vendor: __________________________________________ Ver: 03/2023 30 Wildlands Engineering, Inc. Tasks and ~erab l es ·-· T..a 0-..-W.N , ............ .... ._... .. , ~ .. ,-,...-........ Oi~e..-, -.. ~~_,-..,,;a .. ,... --·------'""'-"-C-.-U.'-Sui- 0foftA _,...~r--__., .O,o,ftna,.1,._,.,,...~A• ' -........ ~~ 1 Aioo1 eo.-...-.E..-),-. 1 .... ...-a-(,o "-'11»-• .. 1 ~ ...... -.-~ 1 w. .. n-...-ffllAlodoa ·-· rat~ , ............ ._._... .. , 0.-oft ..... tloill._ 2 "-'°"""-.-.. ....... ~ ...................... )1-, 3 ,..,..,.., --1 • --· -- l'ilo,d"'11u.,,,tiMI''-2 '°'.,..-~~OMS• 2 ii'-...._,\>...,,_,,, .... . -----• ....... U.-i ..... ----Or-oft~~..--. ....... ---1 • ...... ,..,....,.._..._ ~,r-.~ fiNl ....,..Mu~r-,.-a... l),~ ....... ........u..~ 1 , ........... .....,......u...-......... & ............ o,,.n....,_,.~-..,n&-dilllfN 1 --,,, ---...... .---.-.--..._.dt,IW -·-t o,..n.....-i~,......,,.,, 1 tw-,i&.d\;Wl1..._.w.. " ........,..v_,.,.. -""""· ..... -... ...... ..i..~.-,ft.'1, 1 0.-••~1 .. 1-..... F<>nnat ..... .., ... _,, ---o.t,illf,..,.._..._._ ~.....,...., X X -..., .... ..., ..... ..., -·-X X X X X X X X X X X X X X ..__~ __ p _t _i l);pol S..-k b:p.ol ~lt. ..... ,.,, __,.,,.... I ?b•&lio .... X X X X X X X X X X X X X X X X X X X X • Oef.iv erv Method ·- X X ........ X X X X X X X X ·- X X X X X X X X X X X • - ,___.,. ___ ........... t .-~.._.~oac. __ ......,._._.:l'IIO.U.C..-.~of ............... St.l. ~c...---.t1ti.:..uu ...... ,...._e-.biioiti"'-NCl'NM •Uh ,.. • ...,..., • ..__....,_..._._....,. .. u.~~oaic..c. .. .._......._.....,..c. .... ~.r ......... ....,.!it_ ~o.c.-.a i..11..._ou.-.11Sc,,,ir;,sc.,1a-~NC.:t1"tt.JJ2s ,; ......... .....__~,..ct,---ai.i...,,___D<I .. ~, .. fl---lbf N_ ....... __ ~._.,t,MS ....... "1-.. ,,...._.,_.., ,....c,.,__.,......_. OlolS ..... ....., ... AN!"Oo-..1\,...,C.,,....._ ... _.,sau-,w.""'..,,.. e,,.,._..__..,"""1blt.-.""'...., ..... Ld,l,Cf"....,ll'M. A-:Md ,_,......_ri.~-.._.,......._.~,.-o~"""" r-, ....... _..G_. CI.MS .... ...___..._.~""'""""""USAC(. \/'~~-,_ Milit;olillll'-•t!!.-~lllli.on .. w_..,_,_ .... ...._. • ._ .. ti.~"-- ~ . ~--........ --........ tt ... lliniofta ..... .. ,_, .. 1Me..-~1.._,..l'Oi10-!.IS.-,U,-,d-l oe .... 1'CfW1t1 ... "-'-.0.,,...__...., ... .._,__,._._.f'Cll_.ll•Aw~ .. "'-to-.CU.....-ofW_._,_...,.__.___.,..,,...,._ti. •--• .tooi-U.•1 • til•~~-0, .... ~C...#i> .... t~ ._.,__.,_.~a.M;.l-•~-::'fho ...... -=:f~-~, ... ...,.._ . ~...._ .. lf-sor-'11 ....... ,.. e..•--~"'--t-->,,. ... 0i:-"C>lohJIICr:a.w-.'11W_._.,....,~ ~., ............ _.....,__..__._...,_t _l_ --ud-~,u,f...-t:l(li.,~olta-GCIL _._ ~ ...... ~u:11.,~ ...... ~......,.-ill --"11:t...,., ..... .........._,_. ... IIIC OMo:.e.~ ...._ ... ...._ • .-~ ... ,..._-"""'•---"-' ... ii.:..t- l n ... t.~bf11,d ... _,j-=,-t.__,~O.,.(l(Jli,. ~~11-.illlSot.l~, .. -i 11....,_.-'tl..io,,,d• .... -1•1tw1oC.~fllW•i..__ ...... _ ......... .-...... pr-"""I....._Ao.o-....~-t ......... _ ~..,_,.,t_Ci,1~~-(ji.,_ ATTA CHMENT H: Tasks & De liver abl es M atrix f or Stre am /We t la nd North Carolina Solicitation Addendum Version Date: 7/2023 Page | 1 SOLICITATION ADDENDUM THIS ADDENDUM MUST BE RETURNED WITH YOUR PROPOSAL. The Solicitation is hereby modified and State’s Response to question#3 has been amended as follows: Issuing Agency: DEQ/Division of Mitigation Services Solicitation Number: 16-707025112 Solicitation Description: Full Delivery Projects to Provide Stream and Riparian Wetland Mitigation Credits within the Cataloguing Unit 03050101 of the Catawba River Basin as described in the Scope of Work Solicitation Opening Date and Time: September 19, 2023 2:00PM EST Addendum Number: 2 Addendum Date: 07/26/2023 Purchasing Agent: Sharon McCalop SOLICITATION NUMBER: 16-707025112 ADDENDUM NUMBER: 2 North Carolina Solicitation Addendum Version Date: 7/2023 Page | 2 Modification # Solicitation Section Current Solicitation Language Updated Solicitation Language 1 4.10 BACKGROUND CHECKS Vendor and its personnel are required to provide or undergo background checks at Vendor’s expense prior to beginning work with the State. As part of Vendor background, the following details must be provided to the State: a)Any regulatory sanctions levied against Vendor or any of its officers, directors or its professional employees expected to provide Services on this project by any state or federal regulatory agencies within the past three years or a statement that there are none. As used herein, the term “regulatory sanctions” includes the revocation or suspension of any license or certification, the levying of any monetary penalties or fines, and the issuance of any written warnings; b)Any regulatory investigations pending against Vendor or any of its officers, directors or its professional employees expected to provide Services on this project by any state or federal regulatory agencies of which Vendor has knowledge or a statement that there are none. Vendor’s response to these requests shall be considered a continuing representation, and Vendor’s failure to notify the State within thirty (30) days of any criminal litigation, investigation or proceeding involving Vendor or its then current officers, directors or persons providing Services under this Contract during its term shall constitute a material breach of contract. The provisions of this paragraph shall also apply to any subcontractor utilized by Vendor to perform Services under this Contract. Any personnel or agent of Vendor performing Services under any Contract arising from this RFP may be required to undergo a background check at the expense of the Vendor, if so requested by the State. As part of Vendor background, the following details must be provided to the State: c)Any regulatory sanctions levied against Vendor or any of its officers, directors or its professional employees expected to provide Services on this project by any state or federal regulatory agencies within the past three years or a statement that there are none. As used herein, the term “regulatory sanctions” includes the revocation or suspension of any license or certification, the levying of any monetary penalties or fines, and the issuance of any written warnings; d)Any regulatory investigations pending against Vendor or any of its officers, directors or its professional employees expected to provide Services on this project by any state or federal regulatory agencies of which Vendor has knowledge or a statement that there are none. Vendor’s response to these requests shall be considered a continuing representation, and Vendor’s failure to notify the State within thirty (30) days of any criminal litigation, investigation or proceeding involving Vendor or its then current officers, directors or persons providing Services under this Contract during its term shall constitute a material breach of contract. The provisions of this paragraph shall also apply to any subcontractor utilized by Vendor to perform Services under this Contract. 2 ATTACHMENT C: NC Instructions to Vendors (9_2021) NC instructions to Vendors 7-10-2023-eVP go-live version (See Below) SOLICITATION NUMBER: 16-707025112 ADDENDUM NUMBER: 2 North Carolina Solicitation Addendum Version Date: 7/2023 Page | 3 Question# Document Section Vendor’s Question State’s Response 3 Section 5.2 Objectives Section 5.2 of RFP indicates stream credits are to be generated on streams with a “warm” thermal regime. Is there a GIS layer (NHD,etc.) that DEQ has attributed to identify these streams? CORRECTION The stream thermal habitat layer is available at: https://ncdenr.maps.arcgis.com/apps/webappviewer/index.html?id=7e832df39bd843b893f3a1b781b21339 North Carolina Instructions to Vendors Version Date: 07/2023 Page | 1 NORTH CAROLINA INSTRUCTIONS TO VENDORS I.READ, REVIEW AND COMPLY It shall be the Vendor’s responsibility to read this entire document; review all enclosures, attachments, and any Addenda; and comply with all requirements specified, whether appearing in these Instructions to Vendors or elsewhere in the Solicitation document. Any gender-specific pronouns used herein, whether masculine or feminine, shall be read and construed as gender neutral, and the singular of any word or phrase shall be read to include the plural and vice versa. II.REQUEST FOR OFFERS Vendors are cautioned that this is a request for Offers, not an offer or request to contract, and the State reserves the unqualified right to reject any and all bids at any time if such rejection is deemed to be in the best interest of the State. By submitting Your Bid or Proposal, You are offering to enter into a contract with the State. The Contract is a separate document that represents the Vendor’s and the State’s entire agreement. If Your bid is accepted and results in a Contract, You will be expected to accept the North Carolina General Terms And Conditions included in the Solicitation document as part of the Contract. Depending upon the good or service being offered, other terms and conditions may apply. III.DUTY TO INQUIRE Offeror, by submitting an Offer, represents that it has read and understands the Solicitation and that its Offer is made in compliance with the Solicitation. Offerors are expected to examine the Solicitation thoroughly and should request an explanation for any ambiguities, discrepancies, errors, omissions, or conflicting statements in the Solicitation. Failure to do so will be at the Offeror's risk. All ambiguities, discrepancies, errors, omissions, or conflicting statements in the Solicitation shall be interpreted to require the better quality or greater quantity of work and/or materials, unless otherwise directed by Addendum. Offeror assumes responsibility for any patent ambiguity in the Solicitation that Offeror does not bring to the State's attention. IV.DEFINITIONS, ACRONYMS AND ABBREVIATIONS The following definitions, acronyms, and abbreviations may be used within the Solicitation document. 1.AGENCY SPECIFIC TERM CONTRACT: A contract generally intended to cover all normal requirements for a commodity for a specified period of time based on estimated quantities for a single entity. 2.ADDENDUM: a document issued to supplement or modify the original Solicitation document. Addenda may be issued following a pre-bid/pre-proposal conference or as a result of a specification or work scope changes to the Solicitation. 3.BAFO: Best and Final Offer, submitted by a Vendor to alter its initial bid, made in response to a request by the issuing agency. 4.BUYER: The employee of the State or Other Eligible Entity that places an order with the Vendor. 5.COMMUNITY COLLEGE: Any of the fifty-eight (58) public North Carolina Community Colleges. 6.CONTRACT: A contract resulting from or arising out of Vendor responses to this Solicitation. 7.CONTRACT ADMINISTRATOR: A representative of the Agency who is responsible for the functions that are performed after all parties have signed a contract, including any modifications to the contract. 8.CONTRACT MANAGER: A representative of the agency or awarded vendor who ensures compliance with the contract terms and conditions while giving attention to the achievement of the stated output and outcome of the contract. North Carolina Instructions to Vendors Version Date: 07/2023 Page | 2 9.Electronic Vendor Portal (eVP): System for vendors to do business with the State of North Carolina, including registering to do business, responding to bid opportunities, and certifying as a HUB and/or NCSBE 10.E-PROCUREMENT SERVICES: The program, system, and associated services through which the State conducts electronic procurement. 11.FOB-DESTINATION: Title changes hand from Vendor to purchaser at the destination point of the shipment; Vendor owns the commodity in transit and files any claims. Vendor pays all freight and any related transportation charges. A Solicitation may request that a Vendor separately identify freight charges in its bid, but no amount or charge not included as part of the total bid price will be paid. 12.HUB: Historically Underutilized Business https://ncadmin.nc.gov/businesses/hub 13.IFB: Invitation for Bids (a type of Solicitation document) 14.LOT: A grouping of similar products within this Solicitation document. 15.OFFER: the bid or proposal submitted in response this Solicitation. The terms Bid and Proposal are used interchangeably with the term Offer. 16.OFFEROR: the single legal entity submitting the Offer. The term Bidder is used interchangeably with the term Offeror. See bidding provisions entitled Signing Your Offer and Bid/Proposal As Offer To Contract. 17.ON-TIME DELIVERY: The delivery of all items within a single order to the receiving point designated by the ordering entity within the delivery time required. 18.PROCUREMENT LEAD: Representative of the agency identified on the first page of the Solicitation document who will correspond with potential Vendors concerning Solicitation issues, will contract with the Vendor providing the best offer to the State, and is the individual who will administer the Contract for the State. 19.QUALIFIED BID/PROPOSAL: A responsive bid submitted by a responsible Vendor. 20.RESPONSIBLE: Refers to a Vendor who demonstrates in its Offer that it has the capability to perform the requirements of the Solicitation. 21.RESPONSIVE: Refers to an Offer that conforms to the Requirements of the Solicitation in all respects to be considered by the State for award. 22.RFI: Request for Information (an information gathering tool that does not result in a contract) 23.RFP: Request for Proposals (a type of Solicitation document) 24.RFPQ: Request for Pre-Qualifications (a type of Solicitation document) 25.RFQ: Request for Quotes (a type of Solicitation document) 26.STATE: The State of North Carolina, including any of its sub-units recognized under North Carolina law. 27.STATE AGENCY: Any of the more than 400 sub-units within the executive branch of the State, including its departments, institutions, boards, commissions, universities, and units of the State. 28.STATE DEPARTMENTS: Department of Administration, Department of Agriculture and Consumer Services, Department of Commerce, Department of Natural and Cultural Resources, Department of Environmental Quality, Department of Health and Human Services, Department of Information Technology, Department of Insurance, Department of Justice, Department of Labor, Department of Military and Veteran Affairs, Department of Public Instruction, Department of Public Safety, Department of Revenue, Department of State Treasurer, Office of the Secretary of the State, Department of Transportation, Wildlife Resources Commission, Office of Budget and Management, Office of the Governor, Office of the Lieutenant Governor, Office of The State Auditor, Office of the State Controller. 29.VENDOR: The supplier, bidder, proposer, company, firm, corporation, partnership, individual or other entity submitting a response to a Solicitation document. Following award of a contract, the term refers to an entity receiving such an award. 30.WORK: All labor, materials, equipment, services, or property of any type, provided or to be provided by the Contractor to fulfill the Contractor's obligations under the Contract. 31.YOU and YOUR: Offeror. V.INTERPRETATION OF TERMS AND PHRASES The Solicitation document serves to advise potential Vendors of the parameters of the solution being sought by the State. The use of phrases such as “shall,” “must,” and “requirements” are intended to create enforceable contract conditions. In determining whether bids should be evaluated or rejected, the State will take into consideration the North Carolina Instructions to Vendors Version Date: 07/2023 Page | 3 degree to which Vendors have proposed or failed to propose solutions that will satisfy the State’s needs as described in the Solicitation. Except as specifically stated in the Solicitation, no one requirement shall automatically disqualify a Vendor from consideration. However, failure to comply with any single requirement, if determined to be essential under the circumstances then existing, may result in the State exercising its discretion to reject a bid in its entirety. VI.BID SUBMISSION 1.VENDOR’S REPRESENTATIVE: Each Vendor shall submit with its bid the name, address, and telephone number of the person(s) with authority to bind the Vendor and answer questions or provide clarification concerning the Vendor’s bid. 2.SIGNING YOUR OFFER: Every Offer must be signed by an individual with actual authority to bind the Offeror. a)If the Offeror is an individual, the Offer must be signed by that individual. If the Offeror is an individual doing business as a firm, the Offer must be submitted in the firm name, signed by the individual, and state that the individual is doing business as a firm. b)If the Offeror is a partnership, the Offer must be submitted in the partnership name, followed by the words by its Partner, and signed by a general partner. c)If the Offeror is a corporation, the Offer must be submitted in the corporate name, followed by the signature and title of the person authorized to sign. d)An Offer may be submitted by a joint venture involving any combination of individuals, partnerships, or corporations. If the Offeror is a joint venture, the Offer must be submitted in the name of the Joint Venture and signed by every participant in the joint venture in the manner prescribed in paragraphs (a) through (c) above for each type of participant. e)If an Offer is signed by an agent, other than as stated in subparagraphs (a) through (d) above, the Offer must state that is has been signed by an Agent. Upon request, Offeror must provide proof of the agent's authorization to bind the principal. 3.EXECUTION: Failure to sign the Execution Page (numbered page 1 of the Solicitation document) in the indicated space may render an Offer nonresponsive, and it may be rejected. 4.STATE OFFICE CLOSINGS: If an emergency or unanticipated event interrupts normal government processes so that Offers cannot be received at the State office designated for receipt of bids by the exact time specified in the Solicitation, the time specified for receipt of Offers will be deemed to be extended to the same time of day specified in the Solicitation on the first work day on which normal government processes resume. In lieu of an automatic extension, an Addendum may be issued to reschedule the bid opening. If State offices are closed at the time a pre-bid or pre-proposal conference is scheduled, an Addendum will be issued to reschedule the conference. 5.BID IN ENGLISH and DOLLARS: Offers submitted in response to this Solicitation shall be in the English language and in US dollars, unless otherwise permitted by the Solicitation. 6.LATE BIDS: Late bids, regardless of cause, will not be opened or considered, and will automatically be disqualified from further consideration. It shall be the Vendor’s sole responsibility to ensure delivery at the designated office by the designated time. a)Vendor shall bear the risk for late submission due to unintended or unanticipated delay— whether submitted electronically, delivered by hand, U.S. Postal Service, courier or other delivery service. It is the Vendor’s sole responsibility to ensure that its bid has been received by this Office by the specified time and date of opening. The date and time of submission will be marked on each bid when received, and any bid received after the bid submission deadline will be rejected. b)For proposals submitted via U.S. mail, please note that the U.S. Postal Service generally does not deliver mail to a specified street address but to the State’s Mail Service Center. Vendors are cautioned that proposals sent via U.S. Mail, including Express Mail, may not be delivered by the Mail Service Center to the agency’s purchasing office on the due date in time to meet the proposal deadline. All Vendors are urged to take the possibility of delay into account when submitting a proposal by U.S. Postal Service, courier, or other delivery service. 7.DETERMINATION OF RESPONSIVENESS: Any Offer which fails to conform to the material requirements of the Solicitation may be rejected as nonresponsive. Offers which impose conditions that modify material requirements North Carolina Instructions to Vendors Version Date: 07/2023 Page | 4 of the Solicitation may be rejected. If a fixed price is required, an Offer will be rejected if the total possible cost to the State cannot be determined. Offerors will not be given an opportunity to correct any material nonconformity. Any deficiency resulting from a minor informality may be cured or waived at the sole discretion of the Procurement Officer. 8.CONTENTS OF OFFER: a)Offers should be complete and carefully worded and should convey all of the information requested. b)Offers should be prepared simply and economically, providing a straightforward, concise description of the Offeror's capabilities to satisfy the requirements of the Solicitation. Emphasis should be on completeness and clarity of content. c)If Your Offer includes any comment over and above the specific information requested in the Solicitation, You are to include this information as a separate appendix to Your Offer. Offers which include either modifications to any of the Solicitation's contractual requirements or an Offeror's standard terms and conditions may be deemed non-responsive and not considered for award at the State’s discretion. 9.MULTIPLE OFFERS. If specifically stated in the Solicitation document, Offerors may submit more than one Offer, provided that each Offer has significant differences other than price. Each separate Offer must satisfy all Solicitation requirements. 10.CLARIFICATION: The State may elect to communicate with You after bid opening for the purpose of clarifying either Your Offer or the requirements of the Solicitation. Such communications may be conducted only with Offerors who have submitted an Offer which obviously conforms in all material aspects to the Solicitation. Clarification of an Offer must be documented in writing and included with the Offer. Clarifications may not be used to revise an Offer or the Solicitation. 11.ACCEPTANCE AND REJECTION: The State reserves the right to reject any and all bids, to waive any informality in bids and, unless otherwise specified by the Vendor, to accept any item in the bid. If either a unit price or an extended price is obviously in error and the other is obviously correct, the incorrect price will be disregarded. Regardless of error or omission, a Vendor shall not be permitted to increase its pricing after the deadline for submitting bids. 12.BASIS FOR REJECTION: Pursuant to 01 NCAC 05B .0501, the State reserves the right to reject any and all Offers, in whole or in part, by deeming the Offer unsatisfactory as to quality or quantity, delivery, price or service offered, non-compliance with the requirements or intent of this Solicitation, lack of competitiveness, error(s) in specifications or indications that revision would be advantageous to the State, cancellation or other changes in the intended project or any other determination that the proposed requirement is no longer needed, limitation or lack of available funds, circumstances that prevent determination of the best offer, or any other determination that rejection would be in the best interest of the State. 13.INFORMATION AND DESCRIPTIVE LITERATURE: Vendor shall furnish all information requested in the Solicitation document. Further, if required elsewhere in this bid, each Vendor shall submit with its bid any sketches, descriptive literature, and/or complete specifications covering the goods and services offered. Reference to literature submitted with a previous bid or available elsewhere will not satisfy this provision. Do not submit bid samples or descriptive literature unless expressly requested. Unsolicited bid samples or descriptive literature will not be examined or tested, will not be used to determine responsiveness, and will not be deemed to vary any of the provisions of the Solicitation. Failure comply with these requirements shall constitute sufficient cause to reject a bid without further consideration. 14.WITHDRAWAL OF BID OR PROPOSAL: Proposals submitted electronically may be withdrawn at any time prior to the date for bid opening identified on the cover page of this Solicitation document (or such later date included in an Addendum). Proposals that have been delivered by hand, U.S. Postal Service, courier, or other delivery service may be withdrawn only in writing and if receipt is acknowledged by the office issuing the Solicitation document prior to the time for opening identified on the cover page of the Solicitation document (or such later date included in an Addendum). Written withdrawal requests shall be submitted on the Vendor’s letterhead and signed by an official of the Vendor authorized to make such request. Any withdrawal request made after bid opening shall be allowed only for good cause shown and in the sole discretion of the Division of Purchase and Contract. 15.COST FOR BID OR PROPOSAL PREPARATION: Any costs incurred by Vendor in preparing or submitting Offers North Carolina Instructions to Vendors Version Date: 07/2023 Page | 5 are the Vendor’s sole responsibility. 16.INSPECTION AT VENDOR’S SITE: The State reserves the right to inspect, at a reasonable time, the equipment, item, plant, or other facilities of a prospective Vendor prior to Contract award, and during the Contract term as necessary for the State’s determination that such equipment, item, plant, or other facilities conform with the specifications/requirements and are adequate and suitable for the proper and effective performance of the Contract. 17.RECYCLING AND SOURCE REDUCTION: It is the policy of the State to encourage and promote the purchase of products with recycled content to the extent economically practicable, and to purchase items which are reusable, refillable, repairable, more durable, and less toxic to the extent that the purchase or use is practicable and cost-effective. We also encourage and promote using minimal packaging and the use of recycled/recyclable products in the packaging of commodities purchased. However, no sacrifice in quality of packaging will be acceptable. The company remains responsible for providing packaging that will adequately protect the commodity and contain it for its intended use. Companies are strongly urged to bring to the attention of purchasers those products or packaging they offer which have recycled content and that are recyclable. 18.CERTIFICATE TO TRANSACT BUSINESS IN NORTH CAROLINA: As a condition of Contract award, each out-of-State Vendor that is a corporation, limited-liability company, or limited-liability partnership shall have received, and shall maintain throughout the term of The Contract, a Certificate of Authority to Transact Business in North Carolina from the North Carolina Secretary of State, as required by North Carolina law. A State contract requiring only an isolated transaction completed within a period of six months, and not in the course of a number of repeated transactions of like nature, shall not be considered transacting business in North Carolina and shall not require a Certificate of Authority to Transact Business. 19.SUSTAINABILITY: To support the sustainability efforts of the State of North Carolina we solicit Your cooperation in this effort. Pursuant to Executive Order 156 (1999), it is desirable that all responses meet the following: a)If paper copies are requested, all copies of the bid are printed double sided. All submittals and copies are printed on recycled paper with a minimum post-consumer content of 30%. b)Unless absolutely necessary, all bids and copies should minimize or eliminate use of non- recyclable or non- reusable materials such as plastic report covers, plastic dividers, vinyl sleeves, and GBC binding. Three- ringed binders, glued materials, paper clips, and staples are acceptable. c)Materials should be submitted in a format which allows for easy removal, filing and/or recycling of paper and binder materials. Use of oversized paper is strongly discouraged unless necessary for clarity or legibility. 20.HISTORICALLY UNDERUTILIZED BUSINESSES (HUB): The State is committed to retaining Vendors from diverse backgrounds, and it invites and encourages participation in the procurement process by businesses owned by minorities, women, disabled, disabled business enterprises and non-profit work centers for the blind and severely disabled. In particular, the State encourages participation by Vendors certified by the State Office of Historically Underutilized Businesses, as well as the use of HUB-certified vendors as subcontractors on State contracts. 21.RECIPROCAL PREFERENCE: G.S. 143-59 establishes a reciprocal preference requirement to discourage other states from favoring their own resident Vendors by applying a percentage increase to the price of any bid from a North Carolina resident Vendor. To the extent another state does so, North Carolina applies the same percentage increase to the bid of a Vendor resident in that state. Residency is determined by a Vendor’s “Principal Place of Business,” defined as that principal place from which the overall trade or business of the Vendor is directed or managed. 22.INELIGIBLE VENDORS: As provided in G.S. 147-86.59 and G.S. 147-86.82, the following companies are ineligible to contract with the State of North Carolina or any political subdivision of the State: a)any company identified as engaging in investment activities in Iran, as determined by appearing on the Final Divestment List created by the State Treasurer pursuant to G.S. 147-86.58, and b)any company identified as engaged in a boycott of Israel as determined by appearing on the List of restricted companies created by the State Treasurer pursuant to G.S. 147-86.81. A contract with the State or any of its political subdivisions by any company identified in a) or b) above shall be void ab initio. North Carolina Instructions to Vendors Version Date: 07/2023 Page | 6 23.VALID TAXPAYER INFORMATION: All persons or entities desiring to do business with the State must provide correct taxpayer information on North Carolina specified forms. The Substitute W-9 and Instructions are here: https://files.nc.gov/ncosc/documents/NCAS_forms/State_of_North_Carolina_Sub_W-9_01292019.pdf 24.VENDOR REGISTRATION AND SOLICITATION NOTIFICATION SYSTEM: The North Carolina electronic Vendor Portal (eVP) allows Vendors to electronically register free with the State to receive electronic notification of current procurement opportunities available as well as notifications of status changes to those Solicitations. Online registration and other purchasing information is available at the following website: https://evp.nc.gov. 25.The status of a Vendor’s E-Procurement Services account(s) shall be considered a relevant factor in determining whether to approve the award of a Contract resulting from this Solicitation document. Any Vendor with an E- Procurement Services account that is in arrears by 91 days or more at the time of bid opening may be suspended or deactivated, at the State’s discretion, and may be disqualified from further evaluation or consideration. 26.TABULATIONS: Bid tabulations can be electronically retrieved at the Electronic Vendor Portal (eVP), https://evp.nc.gov.. Tabulations will normally be available at this web site not later than one working day after the bid opening. If negotiation is anticipated under 01 NCAC 05B.0503, pricing may not be public until award. Lengthy or complex tabulations may be summarized, with other details not made available on eVP. Requests for additional details or information concerning such tabulations cannot be honored. 27.CONFIDENTIAL INFORMATION: To the extent permitted by applicable statutes and rules, the State will maintain as confidential trade secrets in bids that the Vendor does not wish disclosed. As a condition to confidential treatment, each page containing trade secret information shall be identified in boldface at the top and bottom as “CONFIDENTIAL” by the Vendor, with specific trade secret information enclosed in boxes, marked in a distinctive color or by similar indication. Cost information shall not be deemed confidential under any circumstances. Regardless of what a Vendor may label as a trade secret, the determination whether it is or is not entitled to protection will be determined in accordance with G.S. 132-1.2. Any material labeled confidential constitutes a representation by the Vendor that it has made a reasonable effort in good faith to determine that such material is, in fact, a trade secret under G.S. 132-1.2. Vendors are urged to limit the marking of information as a trade secret or as confidential so far as is possible. If a legal action is brought to require the disclosure of any material so marked confidential, the State will notify Vendor of such action and allow Vendor to defend the confidential status of its information. 28.COMMUNICATIONS BY VENDORS: In submitting its bid, the Vendor agrees not to discuss or otherwise reveal the contents of its bid to any source, government or private, outside of the using or issuing agency until after the award of the Contract or cancellation of this Solicitation. All Vendors are forbidden from having any communications with the using or issuing agency, or any other representative of the State concerning the Solicitation, during the evaluation of the bids (i.e., after the public opening of the bids and before the award of the Contract), unless the State directly contacts the Vendor(s) for purposes of seeking clarification or another reason permitted by the Solicitation. A Vendor shall not: (a) transmit to the issuing and/or using agency any information commenting on the ability or qualifications of any other Vendor to provide the advertised good, equipment, commodity; (b) identify defects, errors and/or omissions in any other Vendor’s bid and/or prices at any time during the procurement process; and/or (c) engage in or attempt any other communication or conduct that could influence the evaluation or award of a Contract related to this Solicitation. Failure to comply with this requirement shall constitute sufficient justification to disqualify a Vendor from a Contract award. Only those communications with the using agency or issuing agency authorized by this Solicitation are permitted. 29.INFORMAL COMMENTS: The State shall not be bound by informal explanations, instructions or information given at any time by anyone on behalf of the State during the competitive process or after award. The State is bound only by information provided in writing in this Solicitation document and in formal Addenda. 30.PROTEST PROCEDURES: When a Vendor wishes to protest a contract awarded by the Division of Purchase and Contract or awarded by an agency when the award amount exceeds the agency’s general delegation and the contract is not subject to a special delegation or exemption, a Vendor shall submit a written request addressed to the State Purchasing Officer at: Division of Purchase and Contract, 1305 Mail Service Center, Raleigh, NC 27699-1305. When a Vendor wishes to protest a contract awarded by an agency when the award amount is less than an agency’s general delegation or when the contract is subject to a special delegation or exemption the Vendor shall submit a written request to protest to the purchasing officer of the agency that issued the award. North Carolina Instructions to Vendors Version Date: 07/2023 Page | 7 The protest request must be received in the proper office within thirty (30) consecutive calendar days from the date of the Contract award. Protest letters shall contain specific grounds and reasons for the protest, how the protesting party was harmed by the award made and any documentation providing support for the protesting party’s claims. Note: Contract award notices are sent only to the Vendor actually awarded the contract, and not to every person or firm responding to a Solicitation. Award notices are posted on eVP at https://evp.nc.gov. All protests will be handled pursuant to the North Carolina Administrative Code, 01 NCAC 05B .1519. 31.ORDER OF PRECEDENCE: In cases of conflict between specific provisions in this Solicitation or those in any resulting Contract documents, the order of precedence shall be (high to low) (1) any special terms and conditions specific to this Solicitation document, including any negotiated terms, (2) requirements and specifications and administration, (3) North Carolina General Terms and Conditions in North Carolina General Terms And Conditions, (4) Instructions To Vendors, (5) Pricing, and (6) Vendor’s Bid. 32.ADDENDA: Critical updated information may be included in Addenda to the Solicitation. It is important that all Vendors bidding on the Solicitation periodically check for any Addenda that may be issued prior to the bid opening date. All Vendors shall be deemed to have read and understood all information in the Solicitation document and all Addenda thereto. Vendors are also responsible for obtaining and complying with all Addenda and other changes that may be issued concerning the Solicitation. 33.ORAL EXPLANATIONS NON-BINDING: Oral explanations or instructions will not be binding. Any information given a prospective Offeror concerning a Solicitation will be furnished promptly to all other prospective Offerors as an Addendum to the Solicitation, if that information is necessary for submitting offers or if the lack of it would be prejudicial to other prospective Offerors. See clause herein entitled "Duty to Inquire." The State will not identify You in its answer to Your question. 34.MAXIMUM COMPETITION: The State seeks to permit the maximum practicable competition. Offerors are urged to advise the State, as soon as possible, regarding any aspect of this procurement, including any aspect of the Solicitation that unnecessarily or inappropriately limits full and open competition. If the State determines that any changes will be made resulting from the questions asked, then such decisions will be communicated in the form of an Addendum. 35.FIRM OFFER: Vendor’s bid shall constitute a firm offer. By execution and delivery of a bid in response to a Solicitation, the Vendor agrees that any additional or modified terms and conditions, whether submitted purposefully or inadvertently, shall have no force or effect, and will be disregarded. Any bid that contains language that indicates the bid is non-binding or subject to further negotiation before a contractual document may be signed shall be rejected. SO L I C I T A T I O N NU M B E R : 16 -70 7 0 2 5 1 1 2 AD D E N D U M NU M B E R : 2 No r t h C a r o l i n a S o l i c i t a t i o n A d d e n d u m Ve r s i o n D a t e : 7 / 2 0 2 3 Pa g e | 8 Ch e c k ON L Y O N E of t h e f o l l o w i n g o p t i o n s a n d r e t u r n o n e p r o p e r l y e x e c u t e d c o p y o f t h i s A d d e n d u m pr i o r to t h e S o l i c i t a t i o n op e n i n g t i m e a n d d a t e . ☐ A r e s p o n s e w a s s u b m i t t e d p r i o r t o t h i s A d d e n d u m . A n u p d a t e d r e s p o n s e h a s b e e n s u b m i t t e d t o ad d r e s s t h e c h a n g e s r e s u l t i n g fr o m t h i s A d d e n d u m . ☐ A r e s p o n s e w a s s u b m i t t e d p r i o r t o t h i s A d d e n d u m . NO C H A N G E S h a v e r e s u l t e d fr o m t h i s Ad d e n d u m . A r e s p o n s e w a s no t su b m i t t e d p r i o r t o t h i s A d d e n d u m . AN Y C H A N G E S r e s u l t i n g fr o m t h i s Ad d e n d u m a r e i n c l u d e d i n o u r r e s p o n s e . AL L OT H ER TE R M S AN D C O N D I T I O N S RE M A I N TH E SA M E __ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ __ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ Au t h o r i z e d S i g n a t u r e Da t e __ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ __ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ Pr i n t e d N a m e Ti t l e Sh a w n D . W i l k e r s o n CE O 09 / 1 9 / 2 0 2 3 ☐Xt Whiskey Jug Mitigation Site - PART 4 Wildlands Engineering, Inc. Page 4.1 PART 4 - Executive Summary Wildlands Engineering, Inc. (Wildlands) is proposing to provide 8,970 warm stream credits and 3.969 riparian wetland credits within the Catawba River Basin Catalog Unit 03050101 at the Whiskey Jug Mitigation Site (Site) in Catawba County, NC. Wildlands has recorded an option to acquire a conservation easement on approximately 47 acres on the Site. The Site has already been reviewed by the IRT as a privately-owned mitigation bank, so Wildlands is positioned to quickly move into the design phase of work. The project will include restoration and preservation of seven unnamed tributaries (referred to in this proposal as UT to Lyle Creek, UT1, UT2, UT3, UT4, UT5, and UT6) to Lyle Creek, as well as the creation and re-establishment of riparian wetlands. The Site is in hydrologic, habitat, and water quality TRAs and located in a water supply watershed. The Site is located on five parcels between Wike Road and Oxford School Road and surrounded by agricultural and forested land. Most of the Site is agricultural land consisting of active cattle pastures and rotating corn and wheat row crops. Minor patches of previously cleared buffer have been allowed to reforest, including a mature wetland upstream of UT6. With the exception of UT4, the streams are highly incised and are actively eroding. UT4, UT5, and much of UT to Lyle Creek are impaired due to livestock access. Most portions of existing wooded riparian areas are dominated by Chinese privet (Ligustrum sinense). Multiflora rose (Rosa multiflora) is prevalent along UT5, UT6, and sections of UT to Lyle Creek Reach 3. Instream habitat has been impacted by land use and is either severely degraded or absent in project streams. The presence of large woody debris (LWD) is limited in non-forested reaches of the Site. This project will improve water quality and ecology through riparian buffer enhancement and establishment, stream and wetland restoration activities, and treatment of invasive vegetation. These activities will result in a decrease in nutrient and sediment loads from the Site and improved aquatic and terrestrial habitat. The specific evaluation criteria outlined in the DMS Request for Proposals will be met as summarized in Part 6 of this proposal. In summary, the mitigation plan for the Site will include the following: • Reconnection of incised streams to their historic floodplain and riparian wetlands; • Reduction in sediment loss through restoring highly eroding streams; • Enhancement of habitat functions through in-stream structure placement; • Creation and re-establishment of riparian wetland hydrology and habitat; and • Long term protection of riparian functions from further channel degradation through the execution of a perpetual conservation easement upon approximately 47 acres. Bank Erosion at Whiskey Jug Mitigation Site Whiskey Jug Mitigation Site - PART 5 Wildlands Engineering, Inc. Page 5.1 PART 5 - Project Staffing and Organization 1.0 Organizational Chart The following illustrates the organization of personnel that will be assigned to this project. 2.0 Qualifications and Experience Brief resumes presenting the qualifications, experience, and assigned project responsibilities of each project team member are presented on the following pages. Mitigation Services EN VIRON MENTA L QUALITY Principal-in-Charge Project Manager QA/QC Manager Shawn Wilkerson Eric Neuhaus, PE Emily Reinicker, PE, CFM Categorical Exclusions Existing Conditions Assessment Conservation Easement Ac uisition Design Kirsten Gimbert Sara Thompson Permitting Mimi Caddell Jessica Waller Richard Wright, PE Ben McGuire Tammy Pfaff Construction Administration Mimi Caddell Ben McGuire Jessica Waller Christine Blackwelder ■ WILDLANDS Charlotte, NC Office ■ WI LDLANDS Kn oxvi ll e, TN Office ■ W ILD LAN DS Asheville, NC Office Monitoring Eric Neuhaus, PE Richard Wright, PE Matthew Tolson, El M im i Caddell Jessica Waller Ed Blevins En gi neering services will be performed by employees of licensed corporate entities . Whiskey Jug Mitigation Site - PART 5 Wildlands Engineering, Inc. Page 5.2 Shawn Wilkerson, CEO ROLE: Principal-In-Charge Mr. Wilkerson has 25 years of professional experience in water resources, focusing on surface water hydrology and ecological restoration. He has managed and designed a diverse range of projects; including wetland/BMP construction and monitoring, stream restoration and enhancement, and watershed planning for flood control and water quality improvements. In the role of principal-in-charge or project manager, Mr. Wilkerson has overseen the design and construction for more than 115 miles of stream restoration projects. Most of his key projects have involved mitigation banking and full-delivery and design-build mitigation solutions. Mr. Wilkerson centers on integrating ecologically responsible projects within the constraints of impacted landscapes while using his experience and education to manage and create innovative and successful projects. PROJECT NAME DETAILS ROLE Banner Farm Full-Delivery Mitigation Site, Henderson County, NC 6,294 stream credits; 34.0 wetland credits Principal-in-Charge Wyant Lands Full-Delivery Mitigation Site, Lincoln County, NC 6,864 stream credits; 13.0 wetland credits Principal-in-Charge Laurel Valley Full-Delivery Mitigation Site, Burke County, NC 4,875 stream credits Principal-in-Charge Henry Fork Full-Delivery Mitigation Site, Catawba County, NC 4,808 stream credits; 4.0 wetland credits Principal-in-Charge Lyle Creek Full-Delivery Mitigation Site, Catawba County, NC 5,571 stream credits; 7.0 wetland credits Project Manager; Principal-in-Charge Carpenter Bottom Full- Delivery Mitigation Site, Gaston County, NC 3,050 stream credits; 8.0 wetland credits Principal-in-Charge Owl’s Den Full-Delivery Mitigation Site, Lincoln County, NC 2,453 stream credits; 8.0 wetland credits Principal-in-Charge Alexander Farm Full-Delivery Mitigation Site, Alexander County, NC 4,258 stream credits Principal-in-Charge Oak Hill Dairy Full-Delivery Mitigation Site, Gaston County, NC 4,630 stream credits; 7.0 wetland credits Principal-in-Charge Lone Hickory Full-Delivery Mitigation Site, Yadkin County, NC 13,164 stream credits; 9.5 wetland credits Principal-in-Charge EDUCATION: MS, Civil Engineering, University of North Carolina at Charlotte, 1998 BA, English Literature, Appalachian State University, 1993 PROFESSIONAL REGISTRATIONS: Real Estate Broker, NC ADDITIONAL TRAINING: • Rosgen Level I-IV, 1998-2003 • PSMJ Project Manager Boot Camp, 2004, 2014 • Mecklenburg habitat Assessment Protocol Training, 2000 Whiskey Jug Mitigation Site - PART 5 Wildlands Engineering, Inc. Page 5.3 Eric Neuhaus, PE, Water Resources Engineer ROLE: Project Manager, Design Mr. Neuhaus serves as a water resources engineer and project manager for Wildlands in the Knoxville, TN office. Mr. Neuhaus has 12 years of experience working on a variety of projects including stream and wetland restoration, stormwater management, erosion and sediment control, hydrologic modeling, and groundwater modeling. Mr. Neuhaus' duties include project management, mitigation solution design and development, site analysis, design development, and construction administration. He also provides hydrologic modeling, water budget analysis, preliminary site evaluation, and design for wetland restoration projects. PROJECT NAME DETAILS ROLE Bridgefork Dairy Full- Delivery Mitigation Site, Cleveland County, NC 10,994 stream credits; 2.0 wetland credits Project Manager Banner Farm Full-Delivery Mitigation Site, Henderson County, NC 6,294 stream credits; 34.0 wetland credits Project Manager Laurel Valley Full-Delivery Mitigation Site, Burke County, NC 4,875 stream credits Project Manager Wyant Lands Full-Delivery Mitigation Site, Lincoln County, NC 6,864 stream credits; 13.0 wetland credits Project Manager Catawba Umbrella Mitigation Bank: Firestone Mitigation Site, Wildlands-owned Bank, Catawba County, NC 4,846 stream credits Project Manager Carpenter Bottom Full- Delivery Mitigation Site, Gaston County, NC 3,050 stream credits; 8.0 wetland credits Project Manager Big Harris Creek Design-Build Stream Mitigation Project, Cleveland County, NC 25,836 stream credits; 9 BMPs Construction Administration Owl’s Den Full-Delivery Mitigation Site, Lincoln County, NC 2,453 stream credits; 8.0 wetland credits Designer; Construction Administration Yadkin Valley Umbrella Mitigation Bank: Plantation Branch Mitigation Site, Wildlands-owned Bank, Surry County, NC 5,268 stream credits Project Manager EDUCATION: MS, Biological Systems Engineering, Virginia Tech, 2013 BS, Civil Engineering, University of Tennessee, 2010 PROFESSIONAL REGISTRATIONS: Professional Engineer, #042660 NC, #121419 TN ADDITIONAL TRAINING: • PSMJ Principals Bootcamp, 2021 • Stream Simulation: AOP, USFS, 2020 • Rosgen Levels I-IV, 2015- 2018 • Tennessee Levels I & II, Erosion Prevention & Sediment Control Inspection Certification, 2018 • River Course 101 – Stream Morphology and Assessment, 2013 • River Course 201 – Natural Channel Design Principles, 2013 Whiskey Jug Mitigation Site - PART 5 Wildlands Engineering, Inc. Page 5.4 Emily Reinicker, PE, CFM, Senior Project Manager ROLE: QA/QC Manager As a senior project manager for Wildlands, Ms. Reinicker’s duties include project management for large-scale ecological restoration projects and technical review. She has 24 years of professional experience in water resources and civil engineering includes hydrologic and hydraulic modeling, natural channel design, watershed analysis, and storm water management. She has been involved in the design of more than 70,000 LF of stream restoration and enhancement work in urban settings and 120,000 LF of streams in rural settings of NC. PROJECT NAME DETAILS ROLE Catawba Umbrella Mitigation Bank: Double Rock Mitigation Site, Wildlands-owned Bank, Alexander County, NC 4,556 stream credits QA/QC Manager Catawba Umbrella Mitigation Bank: Firestone Mitigation Site, Wildlands-owned Bank, Catawba County, NC 4,846 stream credits QA/QC Manager Reedy Creek Design-Build Stream Restoration Project, Mecklenburg County, NC 26,149 stream credits; 6.0 wetland credits Project Manager Lyle Creek Full-Delivery Mitigation Site, Catawba County, NC 5,571 stream credits; 7.0 wetland credits Designer Owl’s Den Full-Delivery Mitigation Site, Lincoln County, NC 2,453 stream credits; 8.0 wetland credits Project Manager Big Harris Creek Design-Build Stream Mitigation Project, Cleveland County, NC 25,836 stream credits; 9 BMPs Assistant Project Manager Yadkin Valley Umbrella Mitigation Bank: Critcher Brothers Mitigation Site, Wildlands-owned Bank, Wilkes County, NC 21,000 stream credits Project Manager Lone Hickory Full-Delivery Mitigation Site, Yadkin County, NC 13,164 stream credits; 9.5 wetland credits Project Manager Norkett Branch Full-Delivery Mitigation Site, Union County, NC 10,098 stream credits Project Manager EDUCATION: BS, Biosystems Engineering with a Minor in Environmental Engineering, Clemson University, 1999 PROFESSIONAL REGISTRATIONS: Professional Engineer, NC #029913 Certified Floodplain Manager, NC-04-0113 ADDITIONAL TRAINING: • PSMJ Project Principal Training, 2016 • PSMJ Project Manager Boot Camp, 2004, 2014 • Hydraulic Modeling for Stream Restoration and Sediment Transport, 2011 • Advanced HEC-RAS Training, 2002 • Floodplain Map Revision Workshop, 2001 • Soil Erosion and Sediment Control Construction Practices Workshop, 2000 Whiskey Jug Mitigation Site - PART 5 Wildlands Engineering, Inc. Page 5.5 Kirsten Gimbert, Senior Environmental Scientist ROLE: Categorical Exclusions Ms. Gimbert has 19 years of experience with stream and wetland restoration projects and watershed assessments. She currently serves as a senior environmental scientist for Wildlands’ Charlotte, NC office. Currently, Ms. Gimbert is working alongside both the mitigation development and ecological assessment team. Her diverse roles and responsibilities include market research analysis, categorical exclusions, project management, QA/QC lead, mitigation report preparation, and GIS mapping for ecological restoration projects. In addition, her professional background consists of serving as monitoring program coordinator, assistant designer for stream restoration projects, performing stream and wetland monitoring, water quality monitoring, existing condition assessments, sediment transport sampling and analysis, construction management, stormwater BMP/LID monitoring, watershed and habitat assessments, and sediment and erosion control assessments. PROJECT NAME DETAILS ROLE Laurel Valley Full-Delivery Mitigation Site, Burke County, NC 4,875 stream credits Categorical Exclusions Catawba Umbrella Mitigation Bank: Double Rock Mitigation Site, Wildlands-owned Bank, Alexander County, NC 4,556 stream credits Project Manager; Categorical Exclusions Oak Hill Dairy Full-Delivery Mitigation Site, Gaston County, NC 4,630 stream credits; 7.0 wetland credits Categorical Exclusions Lyle Creek Full-Delivery Mitigation Site, Catawba County, NC 5,571 stream credits; 7.0 wetland credits Monitoring Lead Huntsman Full-Delivery Mitigation Site, Wilkes County, NC 5,817 stream credits Categorical Exclusions Cross Creek Ranch Full- Delivery Mitigation Site, Montgomery County, NC 9,243 stream credits; 4.85 wetland credits Categorical Exclusions Liberty Rock Full-Delivery Mitigation Site, Randolph County, NC 5,164 stream credits; 15.0 wetland credits Categorical Exclusions Cool Springs Full-Delivery Mitigation Site, Harnett County, NC 4,863 stream credits; 1.0 wetland credits Categorical Exclusions EDUCATION: MS, Forestry and Natural Resources, Clemson University, 2004 BS, Earth Sciences, State University of New York at Fredonia, 2000 ADDITIONAL TRAINING: • Rosgen Level I-III, 2007-2014 • River Course 131, Assessment and Identification of Riparian Vegetation, 2012 • NC Wetland Assessment Method Certification Training, 2010 • Stream Restoration Construction Training, 2006, 2009 • Project Management Training I-IV, 2007- 2009 • AutoCAD for Stream Monitoring and Restoration, 2006 • River Course 101- 201, 2004 Whiskey Jug Mitigation Site - PART 5 Wildlands Engineering, Inc. Page 5.6 Sara Thompson, Environmental Scientist ROLE: Categorical Exclusions Ms. Thompson has four years of experience serving as an environmental scientist for Wildlands. Currently, her role at Wildlands consists of various aspects of stream and wetland monitoring including geomorphic assessment, vegetation assessment, GIS mapping, biological and habitat assessment, surveying, invasive species identification and treatment, and data processing. PROJECT NAME DETAILS ROLE Bridgefork Dairy Full- Delivery Mitigation Site, Cleveland County, NC 10,994 stream credits; 2.0 wetland credits Categorical Exclusions Oak Hill Dairy Full-Delivery Mitigation Site, Gaston County, NC 4,630 stream credits; 7.0 wetland credits Categorical Exclusions; T&E Survey Catawba Umbrella Mitigation Bank: Firestone Mitigation Site, Wildlands- owned Bank, Catawba County, NC 4,846 stream credits Existing Conditions Assessment Yadkin Valley Umbrella Mitigation Bank: Plantation Branch Mitigation Site, Wildlands-owned Bank, Surry County, NC 5,268 stream credits Categorical Exclusions; Monitoring Owl’s Den Full-Delivery Mitigation Site, Lincoln County, NC 2,453 stream credits; 8.0 wetland credits Monitoring Cornbread Valley Full- Delivery Mitigation Site, Macon County, NC 6,204 stream credits; 1.6 wetland credits Existing Conditions Assessment Huntsman Full-Delivery Mitigation Site, Wilkes County, NC 5,817 stream credits Existing Conditions Assessment; GIS Mapping Key Mill Full-Delivery Mitigation Site, Surry County, NC 6,107 stream credits Existing Conditions Assessment Big Harris Creek Design-Build Stream Mitigation Project, Cleveland County, NC 25,836 stream credits; 9 BMPs Monitoring Yadkin Valley Umbrella Mitigation Bank: Critcher Brothers Mitigation Site, Wildlands-owned Bank, Wilkes County, NC 21,000 stream credits Monitoring EDUCATION: BS, Geology, Sewanee: The University of the South, 2019 PROFESSIONAL REGISTRATIONS: NC Commercial Drone Operators Permit, #C008821 ADDITIONAL TRAINING: • D&D West Basic Wetland Delineation, 2023 • NC Stream Assessment Method (NCSAM), 2022 • SWITC, 2021 Whiskey Jug Mitigation Site - PART 5 Wildlands Engineering, Inc. Page 5.7 Mimi Cadell, Environmental Scientist ROLE: Existing Conditions Assessment, Permitting, Monitoring Ms. Caddell has eight years of experience related to watershed resources. She has assisted with water quality grant projects such as stormwater best management practices and conservation land monitoring in Western North Carolina. Additionally, she is experienced with community outreach by working with volunteer groups on invasive plant species projects and carrying out watershed education programs. Ms. Caddell’s duties at Wildlands include vegetation, hydrologic, and geomorphic assessments and data processing, GIS data collection and mapping, and the preparation of annual monitoring reports. PROJECT NAME DETAILS ROLE Banner Farm Full- Delivery Mitigation Site, Henderson County, NC 6,294 stream credits; 34.0 wetland credits Existing Conditions Assessment; Geomorphic Survey; Stream I/P Calls; Monitoring Cornbread Valley Full- Delivery Mitigation Site, Macon County, NC 6,204 stream credits; 1.6 wetland credits Existing Conditions Assessment; Stream I/P Calls; Monitoring Yadkin Valley Umbrella Mitigation Bank: Plantation Branch Mitigation Site, Wildlands-owned Bank, Surry County, NC 5,268 stream credits Existing Conditions Assessment; Monitoring Falcon Full-Delivery Mitigation Site, Macon County, NC 4,774 stream credits Existing Conditions Assessment Shake Rag Full-Delivery Mitigation Site, Madison County, NC 6,655 stream credits Lead Environmental Scientist; Monitoring Wyant Lands Full- Delivery Mitigation Site, Lincoln County, NC 6,864 stream credits; 13.0 wetland credits Existing Conditions Assessment; Mitigation Plan Development Double H Full-Delivery Mitigation Site, Alleghany County, NC 6,560 steam credits; 2.0 wetland credits Existing Conditions Assessment; Monitoring Big Harris Creek Design- Build Stream Mitigation Project, Cleveland County, NC 25,836 stream credits; 9 BMPs Monitoring EDUCATION: BS, Environmental Science, University of North Carolina at Chapel Hill, 2014 ADDITIONAL TRAINING: • Hydrophytic Vegetation Identification, 2022 • Aquatic Insect Ecology for Environmental Professionals, 2021 • NC Stream Assessment Method – Certification Training, 2018 • Surface Water Identification Training and Certification (SWITC), 2018 • River Course 201 : Natural Channel Design Principles, 2018 • River Course 101: Stream Morphology Whiskey Jug Mitigation Site - PART 5 Wildlands Engineering, Inc. Page 5.8 Jessica Waller, Environmental Scientist ROLE: Existing Conditions Assessment, Permitting, Monitoring Ms. Waller has a combined eight years of post-graduate professional and academic experience in the natural resources field. Ms. Waller has experience assessing existing conditions of stream and wetland restoration sites in the North Carolina blue ridge and piedmont regions, monitoring of mitigation sites, leading wetland and stream delineations, conducting threatened and endangered species surveys, and contributing to and developing reports and figures. Additionally, she has worked extensively in coastal cypress swamps, bottomland hardwood forests, and tidal estuarine/marsh environments. Ms. Waller is experienced in wetland assessment, permitting, and mitigation. PROJECT NAME DETAILS ROLE Banner Farm Full- Delivery Mitigation Site, Henderson County, NC 6,294 stream credits; 34.0 wetland credits Monitoring Riverbend Full-Delivery Mitigation Site, Catawba County, NC 2,210 stream credits; 11.0 wetland credits Existing Conditions Assessment; Wetland Delineation; Preliminary Jurisdictional Determination Catawba 02 Umbrella Mitigation Bank: Bootstrap Mitigation Site, Wildlands-owned Bank, Gaston County, NC 4,846 stream credits Existing Conditions Assessment; Wetland Delineation; T&E Survey; Preliminary Jurisdictional Determination Laurel Valley Full- Delivery Mitigation Site, Burke County, NC 4,875 stream credits T&E Survey Falcon Full-Delivery Mitigation Site, Macon County, NC 4,774 stream credits Existing Conditions Assessment; Mitigation Plan Development; T&E Survey; Wetland Delineation; Preliminary Jurisdictional Determination Owl’s Den Full-Delivery Mitigation Site, Lincoln County, NC 2,453 stream credits; 8.0 wetland credits Monitoring Cornbread Valley Full- Delivery Mitigation Site, Macon County, NC 6,204 stream credits; 1.6 wetland credits Existing Conditions Assessment; Stream I/P Calls; Wetland Delineation; Mitigation Plan Development Yadkin Valley Umbrella Mitigation Bank: Plantation Branch Mitigation Site, Wildlands-owned Bank, Surry County, NC 5,268 stream credits Monitoring; Stream and Groundwater Levels; Sediment Distribution EDUCATION: MS, Forest Resources, Clemson University, 2021 BS, Natural Resource Ecology and Management, Concentration: Conservation Biology, Louisiana State University, 2015 PROFESSIONAL REGISTRATIONS: Certified Wetland Delineator, 2016 ADDITIONAL TRAINING: • SWITC, 2023 • River Course 101: Stream Morphology and Assessment, 2022 Whiskey Jug Mitigation Site - PART 5 Wildlands Engineering, Inc. Page 5.9 Richard Wright, PE, Water Resources Engineer ROLE: Existing Conditions Assessment, Design Mr. Wright has four years of experience in water resources engineering and ecological restoration. He currently serves as a water resources engineer in Wildlands’ Knoxville, TN office. Mr. Wright has experience working on a variety of public and private projects including stream and wetland restoration, stormwater management, erosion and sediment control, and hydrologic and hydraulic modeling. His responsibilities include site analysis, report preparation, stream and wetland design, permitting, and construction administration. PROJECT NAME DETAILS ROLE Lyon Hills Full-Delivery Mitigation Site, Wilkes County, NC 5,304 stream credits Existing Conditions Assessment; Design; Sediment Transport Analysis Bug Headwaters Full- Delivery Mitigation Site, Wilkes County, NC 7,589 stream credits Existing Conditions Assessment; Design Dynamite Creek Full- Delivery Mitigation Site, Rockingham County, NC 3,523 stream credits; 8.0 wetland credits Existing Conditions Assessment; Design; FEMA Flood Study; Permitting Daniels Creek Mitigation Bank, Wildlands-owned Bank, Harnett County, NC 12,024 stream credits; 13.0 wetland credits Design; Construction Administration Assistance Liberty Rock Full- Delivery Mitigation Site, Randolph County, NC 5,164 stream credits; 15.0 wetland credits Existing Conditions Assessment; Design; FEMA Flood Study; Permitting Cool Springs Full- Delivery Mitigation Site, Harnett County, NC 4,863 stream credits; 1.0 wetland credits Existing Conditions Assessment; Design Cape Fear 02 Umbrella Mitigation Bank: Twin Burros Mitigation Site, Wildlands-owned Bank, Caswell County, NC 7,849 stream credits; 2.1 wetland credits Existing Conditions Assessment; Design East Mingo Creek Mitigation Bank, Wildlands-owned Bank, Johnston County, NC 7,119 stream credits; 22.0 wetland credits Existing Conditions Assessment; Design EDUCATION: BS, Biological Engineering, Ecological Engineering Concentration, North Carolina State University, 2019 PROFESSIONAL REGISTRATIONS: Professional Engineer, #056768 NC ADDITIONAL TRAINING: • Rosgen Level II – River Morphology and Applications, 2023 • Rosgen Level I – Applied Fluvial Geomorphology, 2022 • NCSU River Course 201 – Natural Channel Design Principles, 2021 • NSCU River Course 303 – Multi- Dimensional Modeling for Stream Restoration, 2021 • NSCU River Course 302 – HEC-RAS for Stream Restoration, 2021 Whiskey Jug Mitigation Site - PART 5 Wildlands Engineering, Inc. Page 5.10 Matthew Tolson, EI, Environmental Designer ROLE: Design Mr. Tolson serves as an environmental designer for Wildlands in the Knoxville, TN office. He has one year of experience working on stream restoration projects. His skills pertain to hydrologic and hydraulic modeling, GIS mapping, field data collection, and site analysis. PROJECT NAME DETAILS ROLE Bridgefork Dairy Full- Delivery Mitigation Site, Cleveland County, NC 10,994 stream credits; 2.0 wetland credits BMP Design; CAD Drafting; GIS Mapping Catawba 02 Umbrella Mitigation Bank: Bootstrap Mitigation Site, Wildlands- owned Bank, Gaston County, NC 4,846 stream credits GIS Mapping Falcon Full-Delivery Mitigation Site, Macon County, NC 4,774 stream credits GIS Mapping Laurel Valley Full-Delivery Mitigation Site, Burke County, NC 4,875 stream credits GIS Mapping EDUCATION: MS, Environmental Engineering: Water Resources, University of Tennessee, 2023 BS, Civil and Environmental Engineering, Minor in Watershed Studies, University of Tennessee, 2022 PROFESSIONAL REGISTRATIONS: Engineer in Training, #35331, TN Whiskey Jug Mitigation Site - PART 5 Wildlands Engineering, Inc. Page 5.11 Ben McGuire, Mitigation Development ROLE: Conservation Easement Acquisition; Construction Administration Mr. McGuire has 12 years of experience in stream construction, erosion and sediment control, and Best Management Practice (BMP) projects. Mr. McGuire is responsible for the identification of potential sites for future mitigation projects, initial site assessment, working with landowners to secure an option to purchase the land (or a conservation easement upon it) and completing the process through purchase of the property. He has assisted with several grant-funded projects for water quality in Western North Carolina. Mr. McGuire has experience with construction administration, surveying, monitoring, project acquisition, landowner relations, and permitting. PROJECT NAME DETAILS ROLE Cannonball Full-Delivery Mitigation Site, Gaston County, NC 8,779 stream credits; 4.0 wetland credits Landowner Coordination; Conservation Easement Acquisition Bridgefork Dairy Full- Delivery Mitigation Site, Cleveland County, NC 10,994 stream credits; 2.0 wetland credits Construction Administration Oak Hill Dairy Full-Delivery Mitigation Site, Gaston County, NC 4,630 stream credits; 7.0 wetland credits Landowner Coordination; Construction Administration Alexander Farm Full- Delivery Mitigation Site, Alexander County, NC 4,258 stream credits Construction Administration Huntsman Full-Delivery Mitigation Site, Wilkes County, NC 5,817 stream credits Landowner Coordination; Construction Administration Wyant Lands Full-Delivery Mitigation Site, Lincoln County, NC 6,864 stream credits; 13.0 wetland credits Landowner Coordination; Construction Administration Bug Headwaters Full- Delivery Mitigation Site, Wilkes County, NC 7,589 stream credits Construction Administration Lone Hickory Full-Delivery Mitigation Site, Yadkin County, NC 13,164 stream credits; 9.5 wetland credits Construction Administration EDUCATION: BS, Environmental Studies, University of North Carolina at Wilmington, 2011 PROFESSIONAL REGISTRATIONS: North Carolina Realtor #291808 ADDITIONAL TRAINING: • Level I and II Erosion and Sediment Control for NCDOT Projects – Online Certification, 2021 • CPESC - Certified Professional in Erosion & Sediment Control, Envirocert International, Inc., 2021 • Rosgen Level I – Applied Fluvial Geomorphology, 2015 Whiskey Jug Mitigation Site - PART 5 Wildlands Engineering, Inc. Page 5.12 Tammy Pfaff, Paralegal ROLE: Conservation Easement Acquisition Ms. Pfaff serves as a paralegal in the Wildlands Charlotte office. Ms. Pfaff has over 30 years of experience and assists the Mitigation Development Team with land acquisition transactions for mitigation projects. Her responsibilities include document preparation, document circulation, procurement of closing services, and review of due diligence results, including complex survey and title matters. PROJECT NAME DETAILS ROLE Laurel Valley Full-Delivery Mitigation Site, Burke County, NC 4,875 stream credits Land Acquisition – Paralegal Cross Creek Ranch Full- Delivery Mitigation Site, Montgomery County, NC 9,243 stream credits; 4.85 wetland credits Land Acquisition – Paralegal Liberty Rock Full-Delivery Mitigation Site, Randolph County, NC 5,164 stream credits; 15.0 wetland credits Land Acquisition – Paralegal Cool Springs Full-Delivery Mitigation Site, Harnett County, NC 4,863 stream credits; 1.0 wetland credits Land Acquisition – Paralegal Wildlands Cape Fear 02 Umbrella Mitigation Bank: Twin Burros Mitigation Site, Wildlands-owned Bank, Caswell County, NC 7,849 stream credits; 2.1 wetland credits Land Acquisition – Paralegal Little River Preservation – Old Beulah Site, Johnston County, NC 27,232 LF of preservation (373 acres of conservation) Land Acquisition – Paralegal Little River Preservation – Shoeheel Site, Johnston County, NC 9,670 LF of preservation (105 acres of conservation) Land Acquisition – Paralegal EDUCATION: North Carolina State Bar Certified Paralegal, #CPO2041 PROFESSIONAL REGISTRATIONS: NC Real Estate Broker: #112192 Whiskey Jug Mitigation Site - PART 5 Wildlands Engineering, Inc. Page 5.13 Christine Blackwelder, Senior Environmental Scientist ROLE: Construction Administration Ms. Blackwelder currently serves as a senior environmental scientist at Wildlands. She is a technical leader in stream restoration and her duties include assessment, design, and construction management of ecological restoration projects, as well as conducting internal technical trainings. Ms. Blackwelder has 21 years of professional experience in environmental restoration and is skilled in watershed assessment methodology, geomorphic assessments, natural channel design, bid document development, construction management, and monitoring techniques. PROJECT NAME DETAILS ROLE Little Pine Creek III Stream & Wetland Restoration Project, Alleghany County, NC 7,017 stream credits; 1.0 wetland credits Project Manager; Construction Administration Glade Creek II Restoration Project, Alleghany County, NC 2,166 stream credits Project Manager; Construction Administration Double H Full-Delivery Mitigation Site, Alleghany County, NC 6,560 stream credits; 2.0 wetland credits Project Manager; Construction Administration Lyle Creek Full-Delivery Mitigation Site, Catawba County, NC 5,571 stream credits; 7.0 wetland credits Construction Administration Reedy Creek Design-Build Stream Restoration Project, Mecklenburg County, NC 26,149 stream credits; 6.0 wetland credits Assistant Project Manager; Design; Construction Administration Huntsman Full-Delivery Mitigation Site, Wilkes County, NC 5,817 stream credits Existing Conditions Assessment; Design Lone Hickory Full-Delivery Mitigation Site, Yadkin County, NC 13,164 stream credits; 9.5 wetland credits Watershed Assessment; Existing Conditions Assessment; Design Big Harris Creek Design-Build Stream Mitigation Project, Cleveland County, NC 25,836 stream credits; 9 BMPs Construction Administration Long Creek Stream Enhancement: Phase 2 and 3 - Treyburn to Oakdale, Mecklenburg County, NC 18,300 LF of stream enhancement; 2,810 stream credits; 8.23 wetland credits Existing Conditions Assessment; Design; Construction Administration EDUCATION: BA, Environmental Science, University of Virginia, Charlottesville, VA, 2002 ADDITIONAL TRAINING: • Sediment Transport in Stream Assessment and Design, 2014 • Project Manager Boot Camp, 2008, 2014 • OSHA 10 Hour Safety Training, 2009 • Rosgen Level I-IV, 2006-2008 • Aquatic Insect Collection Protocols for Stream Mitigation Projects, 2006 • Stormwater Facility Maintenance Contractor Training Class, 2006 • Stream Restoration Construction Training, 2005 • Erosion and Sediment Control Inspector, 2003 • Erosion and Sediment Control Plan Reviewer, 2003 Whiskey Jug Mitigation Site - PART 5 Wildlands Engineering, Inc. Page 5.14 Ed Blevins, Environmental Scientist ROLE: Monitoring Mr. Blevins has 14 years of experience in natural resource management. Mr. Blevins works out of the Wildlands Asheville office; his responsibilities include conducting T&E species surveys, fine and coarse scale habitat assessments, vegetation inventory and monitoring, stream geomorphic surveys, invasive-exotic vegetation management, wetland and riparian vegetation establishment, water quality sampling, surveying, and GIS mapping. PROJECT NAME DETAILS ROLE Cannonball Full-Delivery Mitigation Site, Gaston County, NC 8,779 stream credits; 4.0 wetland credits Existing Conditions Assessment; Permitting Catawba 02 Umbrella Mitigation Bank: Proctor Dairy Mitigation Site, Wildlands-owned Bank, Gaston County, NC 5,346 stream credits; 5.0 wetland credits Existing Conditions Assessment; T&E Survey Laurel Valley Full-Delivery Mitigation Site, Burke County, NC 4,875 stream credits Monitoring Wyant Lands Full-Delivery Mitigation Site, Lincoln County, NC 6,864 stream credits; 13.0 wetland credits Monitoring Oak Hill Dairy Full-Delivery Mitigation Site, Gaston County, NC 4,630 stream credits; 7.0 wetland credits Monitoring; Stream Topography; GIS Data Management Alexander Farm Full- Delivery Mitigation Site, Alexander County, NC 4,258 stream credits Monitoring Lone Hickory Full-Delivery Mitigation Site, Yadkin County, NC 13,164 stream credits; 9.5 wetland credits Monitoring Yadkin Valley Umbrella Mitigation Bank: White Buffalo Mitigation Site, Wildlands-owned Bank, Surry County, NC 4,980 stream credits Monitoring EDUCATION: MNRS, Natural Resource Stewardship - Ecological Restoration, Colorado State University, 2021 BS, Ecology and Environmental Science, University of North Carolina Asheville, 2009 ADDITIONAL TRAINING: • D&D West Basic Wetland Delineation, 2023 • River Course 101: Stream Morphology and Assessment, 2022 • Surface Water Identification Training and Certification (SWITC), 2022     Whiskey Jug Mitigation Site ‐ PART 6  Wildlands Engineering, Inc.  Page 6.1  Part 6 ‐ Technical Approach   The Whiskey Jug Mitigation Site is located in Catawba County, NC, approximately 1.3 miles northwest of  the Town of Catawba along US Highway 70 (Figure 1). The project includes the restoration and  preservation of streams and creation of wetlands. The Site is within 8‐digit HUC (03050101), the 14‐digit  HUC 03050101140010, and the North Carolina Division of Water Resources (NCDWR) Subbasin 03‐08‐ 32.   The proposed Site consists of seven unnamed tributaries to Lyle Creek referred to in this report as UT to  Lyle Creek, UT1, UT2, UT3, UT4, UT5, and UT6 (Figure 2). The Site drains to Lyle Creek and, ultimately,  the Catawba River (Lake Norman), a 303(d) waterbody listed for PCB Fish Tissue Advisory and turbidity.   The Site is located within hydrology, habitat, and  water quality Targeted Resource Areas (TRAs), as  identified by DMS. Restoration of the Site will provide  numerous ecological benefits within the Catawba  River Basin. Project benefits include site specific  improvements and watershed scale benefits. The  2010 NCDWR Catawba River Basinwide Water Quality  Plan (WQP) identified Lyle Creek as a priority  waterway for protection due to its contribution to the  chain of lakes on the Catawba and their cumulative  downstream effect. The WQP lists urban  development, livestock operations, row crop  production, stormwater runoff, and points source  pollutants as primary stressors for the 03050101 HUC. The 2015 North Carolina Wildlife Resource  Commission (WRC) Wildlife Action Plan (WAP) identifies sedimentation, loss of woody riparian  vegetation, channelization and/or relocation, and nutrient loading as factors threatening streams, water  quality, and aquatic and terrestrial communities within the Catawba River basin. The WAP emphasizes  the importance of habitat conservation and restoration to address current problems affecting species  and habitats.  Further, the NCDWR River Basin Restoration Priorities (RBRP) document for Catawba 01 lists broad  restoration goals for the basin including restoration of nutrient and sediment impaired waters (including  tributary streams) of the Catawba River mainstem lakes (water supply reservoirs), protection of riparian  buffers and aquatic habitat within the headwater reaches of asset‐rich watersheds of the upper  Catawba River basin, and increased implementation of agricultural BMPs within heavily agricultural sub‐ watersheds of TLWs. Examples of environmental and biological stressors listed in the WPQ and WAP can  be seen throughout the Site. Implementation of the proposed stream and wetland restoration project  will directly address stressors and support overarching goals and objectives for the Catawba 01 listed in  the RBRP by re‐establishing a functioning riparian corridor on the Site.   Establishment of the Site will permanently convert active livestock pasture and row crop fields into a  native, wooded riparian corridor and prevent future development within the conservation easement  area. Restoration of project streams to have appropriate dimension, pattern, and profile and creation of  additional wetland resources will address water quality stressors at the Site. Meandering channels will  slow channel velocities and activated floodplains will provide on‐site storage of runoff and flood waters  and promote groundwater recharge via infiltration. Plant uptake and interception will reduce peak  runoff volumes from the Site. Excess nutrients applied to row‐crop fields, fecal coliform, and sediment  from eroding streambanks are the primary pollutants at the Site. Conversion of row crop fields to  wooded wetlands, exclusion of livestock from the conservation easement, and design of stable stream  Incision and Erosion at Whiskey Jug Mitigation Site       Whiskey Jug Mitigation Site ‐ PART 6  Wildlands Engineering, Inc.  Page 6.2  channels will minimize pollutants delivered to downstream receiving waters. The treatment and removal  of invasive flora within the conservation easement will improve terrestrial and aquatic communities.  Sources:  North Carolina Department of Environmental Quality (NCDEQ). 2010. Catawba River Basinwide Water Quality Plan.  North Carolina Division of Mitigation Services (DMS). 2023. DMS Targeted Resource Areas.  North Carolina Division of Water Resources (NCDWR). 2010 Catawba River Basin Restoration Priorities.  North Carolina Wildlife Resources Commission (NCWRC). 2015. Wildlife Action Plan.  1.0 Project Goals and Objectives  The major goals of the proposed stream and wetland mitigation project are to provide ecological and  water quality enhancements to the Catawba River Basin while creating a functional riparian corridor at  the site level. Specific goals and objectives for the Site are outlined in Table 1.       Whiskey Jug Mitigation Site ‐ PART 6  Wildlands Engineering, Inc.        Page 6.3  Table 1: Water Quality, Hydrology, and Habitat Goals of the Mitigation Project  Site Functional  Stressors Functional Uplift Potential Site Goal Site Objective  Water Quality  Non‐functioning  riparian  buffer/wetland  vegetation  Moderate   Riparian buffers on site have been historically cleared, thinned, or  otherwise manipulated by landowners and livestock.   Existing floodplain wetland vegetation has been extensively  manipulated.   Land in the floodplain of Lyle Creek has been completely denuded and  replaced with row crops.  Restore, enhance, and  supplement native floodplain and  wetland vegetation    Convert active livestock pastures and  row crop fields to forested riparian  buffer and wetlands to improve  diffuse flow along site streams and  wetland areas  Sediment  High    Major sources of sediment include eroding streams, livestock  trampling, and sediment runoff from row crop fields.   Streams will be restored to a stable dimension, pattern, and profile,  livestock will be excluded from the conservation easement; and row‐ crop fields will be stabilized with herbaceous and woody vegetation.  Restore degraded project  streams and preserve existing  high‐quality streams. Exclude  livestock from the conservation  easement. Establish permanent  vegetative ground cover  throughout the conservation  easement.   Design and construct stream channels  with appropriate dimension, pattern,  and profile.    Add streambank revetments and  instream structures to protect  restored streams.   Exclude livestock from streams and  riparian areas.   Re‐establish appropriate function of  wetlands and create new wetland  resources to increase nutrient cycling  processes on site.   Restore a wide riparian corridor along  project streams and wetland areas to  slow and filter runoff from adjacent  upland areas.   Install three BMPs to treat stormwater  runoff from adjacent pastures and  agricultural production fields  upstream of jurisdictional streams.       Nutrients  High    Nutrient application to livestock pastures and row crop fields will  cease within the conservation easement.    Runoff from fertilized pastures adjacent to the Site will be filtered  through restored buffers.   Nutrient input from streambank erosion will be minimized by restoring  project streams and excluding livestock.   Creation of wetland resources will increase on‐site nutrient cycling.  Reduce sediment and nutrient  input from eroding stream  channels. Convert livestock  pasture and row crop fields to  wooded buffer. Re‐establish  existing wetland function and  create new wetland resources.  Fecal Coliform  High   Exclusion of livestock and land conversion will reduce fecal coliform  loading.   Establishment of dense native, herbaceous ground cover will slow and  filter runoff from adjacent livestock pastures.   Installation of BMPs will treat runoff before it enters Site streams.   Exclude livestock from  conservation easement. Convert  livestock pasture to wooded  buffer. Improve nutrient cycling  processes by re‐establishing and  creating floodplain wetlands.      Whiskey Jug Mitigation Site ‐ PART 6  Wildlands Engineering, Inc.        Page 6.4  Site Functional  Stressors Functional Uplift Potential Site Goal Site Objective  Hydrology  Peak Flows  High    Extreme incision throughout Site offers no floodplain attenuation for  peak flows. Project will use Priority 1, and short transitional sections of  Priority 2, restoration to increase floodplain activation frequency and  storage of storm flows and decrease the drainage effects on adjacent  wetlands.  Reconnect streams to floodplains  and riparian wetlands.   Design and construct project steams  with elevated bed profile to connect  incised streams to their floodplains.    Grade and plant the riparian corridor  to increase floodplain roughness to  slow runoff velocities, promote on site  storage, and attenuate peak flows.  Artificial Barriers  Moderate   The outlet of the two 72‐inch box culverts beneath US Hwy 70 is  perched approximately three feet above the downstream normal  water surface.   The stream profile downstream of the culvert will be adjusted to  connect the culverts with the downstream reach.   Existing headcuts in project streams will be removed when streams are  restored.  Improve instream habitats   Adjust stream profile downstream of  US Hwy 70 to connect baseflow water  surface elevation with downstream  culvert invert.    Eliminate existing active headcuts in  project streams.  Ditching/Draining  High   Raise streambed profile of incised/channelized streams to connect  streams to their floodplains and adjacent riparian wetlands. Fill ditches  adjacent to UT6 to re‐establish/create wetland hydrology.   Reconnect streams to floodplains  and riparian wetlands.   Connect incised streams to their  floodplains through restoration.    Re‐establish natural hydrologic  function and create floodplain  wetlands.  Habitat  Habitat  Fragmentation  High   Existing headcuts in project streams disconnect upstream and  downstream reaches, preventing aquatic organism passage.   Upstream of US Hwy 70 buffer width varies from 150+ feet to just a  few feet wide.   Downstream of US Hwy 70, UT to Lyle Creek is well buffered on the  left, but buffer on the right side of the stream only ranges from  approximately 10‐30 feet.   UT6 has no wooded buffer along its entire length.   The project will include restoration of a continuous stream profile and  planting wide native riparian buffers extending outward up to 150 feet  from top of bank.  Re‐establish hydraulic  connectivity of project streams at  the low‐flow stage. Restore and  enhance native floodplain and  wetland vegetation to form a  continuous riparian corridor.    Design stream profiles to mimic  reference conditions and minimize  impact on aquatic organism passage.   Convert livestock pasture and row  crop fields to forested riparian buffers  throughout the conservation  easement.   Connect adjacent forested areas with  vegetated riparian zones and  wetlands.       Whiskey Jug Mitigation Site ‐ PART 6  Wildlands Engineering, Inc.        Page 6.5  Site Functional  Stressors Functional Uplift Potential Site Goal Site Objective  Limited Bedform  Diversity  High    Streambank erosion and cattle trampling have resulted in fine  sediment deposition throughout most of the project streams.   Pools are infrequent and shallow. Riffles are covered in fines.   The restored streams on the Site will be rebuilt with alternating  riffle‐pool sequences and a variety of bed habitat features.  Improve instream habitat by  increasing bedform diversity.  Design stream channels with  dimension, pattern, and profile  conducive of natural pool  maintenance.   Design and construct naturally  functioning riffle‐pool sequences.   Add bed features such constructed of  logs and rocks and a variety of types  of constructed riffles.   Establish wooded buffer.  Absence of Large  Woody Debris   Moderate    Woody debris ranges from infrequent in some of the project reaches to  absent in reaches without forested buffers.   Woody structures such as brush toe, log vanes, and log weirs will be  placed in restored project streams.    Buffer plantings will provide future sources of LWD.   N/A N/A  Permanently protect the project  Site from future land use  conversion and harmful uses.   Establish a conservation easement on  the Site to protect the restored  resources in perpetuity.      Whiskey Jug Mitigation Site ‐ PART 6  Wildlands Engineering, Inc.  Page 6.6  2.0 Project Description  The following section describes the existing conditions at the Site in terms of geomorphic condition,  watershed, soils, geology, cultural resources, species of concern, regulated floodplain zones, and Site  constraints. Figure 2 provides a site map that shows approximate locations of incision, water quality  stressors, and other relevant site observations.   2.1 Existing Site Conditions   Current land use at the Site is agriculture consisting of active cattle pastures and rotating corn and  wheat row crops. A review of historic aerials from 1950 to 2016 shows most current pasture and  cropland on the Site was cleared as far back as 1955 and has been maintained for agricultural use since.  Minor patches of previously cleared buffer were allowed to reforest. The historic aerials show that the  Site streams have existed in their current locations since at least 1955.  2.2 Existing Conditions – Riparian Buffer  Riparian buffers on the northern end of the Site, including UT1, UT2, UT3, UT to Lyle Reach 1, and an  upstream portion of UT to Lyle Reach 2 are mature mixed hardwood forests on steep to moderately  sloped hillsides. The canopy cover is thick and dominated by tulip poplar (Liriodendron tulipifera), white  oak (Quercus alba), and red maple (Acer rubrum) with a few scattered loblolly pines (Pinus taeda). A  moderate midstory includes green ash (Fraxinus pennsylvanica), tulip poplar, red maple, white oak, and  American hornbeam (Carpinus caroliniana). The understory is dominated by American holly (Ilex opaca),  spice bush (Lindera benzoin), American hornbeam, and eastern red cedar (Juniperus virginiana).   The left bank of the downstream section of UT to Lyle Creek Reach 2 is similar in species makeup to the  upstream segment but cattle trampling and grazing create a less dense understory. Flatter riparian areas  on the right bank encourage livestock wallowing which impacts vegetation, especially along the pasture  edge. In active wallow areas, understory and herbaceous layers were nearly absent. The wooded buffer  becomes narrower further downstream on the left bank of UT to Lyle Creek Reach 2 and active cattle  pasture, dominated by rye grass (Lolium perenne) and fescue (Fescuta sp.), becomes the dominant  vegetation.   Upstream of US Hwy 70, buffer on the left side of UT to Lyle Creek Reach 3 is nearly absent with only a  narrow strip of mature trees lining the top of bank including tulip poplar, sugar hackberry (Celtis  laevigata), black walnut (Juglans nigra), eastern red cedar, willow oak (Quercus phellos), and honey  locust (Gleditsia triacanthos). Active pasture abuts the narrow buffer on the left side of the stream. On  the right side of UT to Lyle Creek Reach 3, buffer conditions are similar to that of the left reach buffer for  the first 500 feet of the reach. Downstream of this point, extending to US Hwy 70, a mature stand of  trees, of similar species as the left buffer with addition of boxelder (Acer negundo), extends  approximately 200‐250 feet wide.   UT5 right and left bank upstream buffer contains a relatively open canopy with a minimal midstory and  understory layer due to cattle trampling and grazing. Overstory species include black walnut, sugarberry,  and eastern red cedar. At the most downstream end of UT5 where the slope decreases and the valley  becomes less confined, buffers are made up of only a narrow strip of mature trees abutting active  pasture.   Downstream of US Hwy 70, the left bank buffer of UT to Lyle Creek Reach 3 and Reach 4 has a closed  canopy of green ash, American sycamore (Platanus occidentalis), and sugar hackberry. The mid and  understory is thick with sugar hackberry, boxelder, and spice bush. The same species makeup is present  on the right bank along a narrow strip. The remainder of the right bank are active row crops of rotating  corn and wheat.       Whiskey Jug Mitigation Site ‐ PART 6  Wildlands Engineering, Inc.  Page 6.7  Upstream of the Site limits, UT6 begins in a mature forested wetland with a moderate overstory  composed of river birch (Betula nigra), red maple, and tulip poplar and an open understory of elderberry  (Sambucus canadensis), and silky dogwood (Cornus amomum). The herbaceous layer is thick throughout  with jewel weed (Impatiens capensis), shallow sedge (Carex lurida), swamp aster (Symphyotrichum  puniceum), blackberry (Rubus sp.), and red raspberry (Rubus idaeus). Within the Site, the forested buffer  has been cleared and rotating row crops of corn and wheat flank the banks. The most downstream end  of UT6 remains surrounded by crops with the addition of a small strip of trees including boxelder, black  walnut, water oak, and green ash on the right and left banks.   Chinese privet (Ligustrum sinense) is prevalent throughout most of the forested buffers on the Site.  Multiflora rose (Rosa multiflora) was observed mainly along UT5, UT6, and sections of UT to Lyle Creek  Reach 3.   2.3 Existing Conditions – Streams  All site streams have been evaluated and scored. Within the limits of the Site, the upstream portions of  UT5 and UT6 are intermittent. Downstream sections of UT5 and UT6 and all remaining project streams  are perennial. NCDWR stream classification forms are located in the Appendix.  Generally, existing streams, with the exception of UT4 (preservation), are highly incised with bank height  ratios (BHR) greater than 2.5. Downstream of the UT1 confluence, UT to Lyle Creek has vertically eroded  to the underlying bedrock layer, providing intermittent grade control and allowing the stream to achieve  vertical stability. Constrained vertically, UT to Lyle Creek is undergoing lateral adjustment, producing  high volumes of eroded sediment given its deeply incised state and steep adjacent valley walls.  Tributaries that do not have bedrock grade control are actively incising and widening. Lateral bars and  point bars have begun to form in the bottom of actively widening channels. Though these depositional  features were observed, channels remain highly erosive under flooding conditions given low  entrenchment ratios and lack of floodplain relief at the bankfull stage.  Riffles along all project streams are dominated by sand, gravel, and cobble substrate. Well defined deep  pools are infrequent along the project reaches. Deep pools are generally only found in section of the  existing channels with highly unstable pattern (i.e. very low radius of curvature ratio). The majority of  pools along the project streams are short and shallow backwater pools created by leaf packs or small  debris jams. Sand and silt material dominate the bed of the pools on site. Large woody debris is absent  in reaches lacking riparian buffer.  Existing habitat quality on site is strained by fine sediment inputs and  shallow water column at base flow due to over‐wide channels. Below are brief descriptions of each of  the project streams.  UT to Lyle Creek Reach 1  UT to Lyle Creek Reach 1 is moderately confined by adjacent hill  slopes and incised for its entire length (BHR = 5.4). Streambanks are  near vertical and have little to no surface protection or vegetative  growth. Several root‐controlled head cuts exist along the reach. The  channel is moderately sinuous with several tortuous meanders.  Bank erosion is evident throughout the reach and is especially  noticeable in areas with unstable pattern. Large woody debris is  present in isolated areas along the reach where blockages have  occured. Reach 1 buffer consists entirely of mature mixed  hardwood on the left and right banks.   UT to Lyle Creek Reach 1      Whiskey Jug Mitigation Site ‐ PART 6  Wildlands Engineering, Inc.  Page 6.8  UT to Lyle Creek Reach 2  UT to Lyle Creek Reach 2 begins at the confluence with UT1. As with Reach 1, the channel is moderately  confined and deeply incised. Bank heights along the reach range from four to seven feet high and the  channel maintains a fairly consistent width around 12 feet. Some large boulders are present, and  bedrock is abundant in this reach. Bank erosion is present throughout the reach and increases in   intensity downstream of the UT3 confluence, where cattle gain access to the channel. The channel  exhibits highly unstable pattern in several locations with low  radius of curvature. Fallen logs, leaf packs, and undercut banks  provide habitat along this reach. Near mid‐reach a short section of  channel, 100‐200 foot long, the valley widens slightly, and the  channel exhibits greater stability. Bank height reduces to form a  near‐bankfull channel in this section, but transitions back to a  highly incised system just downstream. A mature forested buffer  extends throughout the entirety of the left bank. The right bank  buffer is a mix of mature hardwood and active cattle pasture.  Areas with cattle access in this reach have a scant understory and  herbaceous layer due to cattle grazing and trampling. Chinese  privet is present throughout forested areas of the buffer.   UT to Lyle Creek Reach 3  UT to Lyle Creek Reach 3 begins approximately 1000 feet  downstream of the UT4 confluence where the valley widens and  bank height decreases (3‐5 feet tall streambanks, BHR = 2.5). The  channel narrows slightly to approximately 10‐feet wide and  depositional bars become less frequent than in Reach 2. Nearly  the entire reach length exhibits active erosion, the worst of which  being located along the few outer meander bends. The channel  appears to have been historically straightened and relocated to  the right side of the valley, though it is not apparent through  historical aerial photographs when this happened. Large woody  debris is present in isolated areas along the reach, mainly due to  bank failures causing tree fall. Cattle have access to approximately half to the reach. The reach is  bisected by US Hwy 70. Beneath the highway, the stream flows through two 72‐inch concrete box  culverts. Downstream of US Hwy 70, this culvert invert is perched approximately three feet above the  normal water surface elevation. Bank height increases moving downstream to nearly eight feet high.  Reach 3 ends approximately 600 feet downstream of US Hwy 70.   Upstream of the US Hwy 70 crossing, a majority of the right bank buffer is comprised of mature mixed  hardwood forest with small patches of active pasture. The entirety of the left bank buffer is nearly  absent with a thin strip of mature trees and active pasture abutting the bank. Downstream of US Hwy  70, the right bank buffer contains 10‐20 feet of mature hardwood with rotating wheat and corn crops  filling out the remainder of the buffer. The left bank consists entirely of mature mixed hardwood forest  to the end of the reach.   UT to Lyle Creek Reach 2  UT to Lyle Creek Reach 3      Whiskey Jug Mitigation Site ‐ PART 6  Wildlands Engineering, Inc.  Page 6.9  UT to Lyle Creek Reach 4  UT to Lyle Creek Reach 4 begins at the end of Reach 3 and ends at  the confluence with Lyle Creek. This reach is the most severely  incised reach on the Site. Streambanks at the head of the reach are  nearly 8 feet tall and increase in height as the channel incises to  match the bed grade of Lyle Creek at the confluence. BHR along  the reach is in excess of 6.8. The stream is nearly straight.  Large  woody debris in the form of fallen trees, due to streambank  erosion creates debris jams along the reach. The existing buffer  consists of a mostly intact mature forest on the right and left banks  with a small section of fallow agricultural field in the right buffer area.  UT1 UT1 begins offsite, approximately 500 feet upstream. The channel  is moderately confined by the adjacent hill slopes and incised for  its entire length (BHR = 6.8). Bank height along the reach varies as  multiple headcuts, ranging from 1‐3 feet tall, exist along its profile.  Headcuts are formed at tree roots and bedrock. Large woody  debris is present in isolated areas along the reach where blockages  have occured.  Active erosion is consistent on UT1. The reach  buffer consists of mature mixed hardwood on the left and right  banks.       UT2  UT2 begins on site at a small seep near the proposed conservation  easement boundary. The channel is confined, moderately sinuous,  and deeply incised, but exhibits little signs of active streambank  erosion. Tree roots near the confluence with UT to Lyle Creek hold  an existing headcut in place. The reach buffer consists of mature  mixed hardwood on the left and right banks.         UT3  UT3 begins offsite approximately 500 feet upstream. Most of the  reach is relatively unconfined before it drops abruptly at the  confluence with UT to Lyle Creek. The channel is not incised, has  minimal erosion, and small sections of the channel flow  underground. The reach buffer consists of mature mixed  hardwood on the left and right banks.      UT to Lyle Creek Reach 4  UT1  UT2  UT3      Whiskey Jug Mitigation Site ‐ PART 6  Wildlands Engineering, Inc.  Page 6.10  UT4  UT4 begins offsite approximately 1000 feet upstream. The channel  is moderately sinuous and is confined at the upstream extent.  Bank erosion along the reach is most attributed to cattle. UT4 has  BHR = 1.5. Woody habitat is present throughout the stream. The  reach buffer consists of mature mixed hardwood on the left and  right banks.   UT5  UT5 begins as an ephemeral water conveyance upgradient of the  Site, transitions to an intermittent stream on site, and becomes  perennial further downstream. The stream is deeply incised within  a confined valley (BHR = 5.8). Approaching the UT to Lyle Creek  floodplain, the valley becomes less confined and incision  decreases. The riffle‐pool sequence along the reach is poorly  defined due to cattle trampling. Several headcuts held by tree  roots and large substrate occur throughout the reach. Streambank  erosion creates large woody debris in the form of fallen trees. The  riparian buffer consists of relatively open mature forest in the  confined valley areas of the stream. Cattle grazing also contributes  to an open canopy and understory in this area. The less‐confined  downstream end of the reach has only a narrow row of mature  trees with active pasture abutting the left and right banks.   UT6  UT6 is a stream that has been ditched, straightened, dredged, and  disconnected from the surrounding floodplain to accelerate  drainage of surrounding croplands. The stream begins on site as  an intermittent stream at a culvert outlet that drains a wetland  ditch. Riffle and pool features are absent in the intermittent  section with substrates consisting mainly of silt and very fine sand.  The channel flows through an agricultural field where the forested  buffers have been cleared leaving only rotating wheat and corn  row crops abutting the left and right banks. As such, the channel is  void of large woody debris of any form. The channel becomes  perennial downstream where it meets a wetland ditch.  Downstream from this point, the stream becomes narrower, riffles  and pools become somewhat more defined with riffles having  slightly coarser sediment. Incision steadily increases moving  downstream toward the confluence with UT to Lyle Creek Reach 4.  The buffer slightly varies in the perennial section with a narrow  row of mature trees lining the stream. Rotating wheat and corn  crops are adjacent to the row of trees.       UT4  UT5  UT6 Section with Adjacent Row Crops  UT6 Perennial Section      Whiskey Jug Mitigation Site ‐ PART 6  Wildlands Engineering, Inc.  Page 6.11  2.4 Existing Conditions – Wetlands   Existing wetlands within the Site have been estimated but not delineated. They include linear  herbaceous/sparsely wooded wetland ditches which drain into UT6. Minor herbaceous wetland benches  were observed along UT to Lyle Creek Reach 2 and Reach 4. Small wetland depressions are present near  UT3, and in the pasture near the left bank of UT to Lyle Creek Reach 3. Estimated wetlands are shown in  Figure 2.   Areas currently maintained as row crops in the floodplain of UT6 contain buried hydric soils and do not  have a current wetland hydrologic regime. This suggests a historic presence of wetlands that have been  degraded by agriculture and drained by stream incision and ditching. Based on field observation, fill  material dredged during creation and maintenance of the existing ditch network was likely deposited  over nearby existing hydric soils. Buried hydric soils were also observed in areas overlain by soils formed  in recently deposited alluvial materials. A hydric soil summary, prepared by a Licensed Soil Scientist  (LSS), is included in the appendix.   2.5 Existing Conditions – Watersheds   The Site topography, as indicated on the Catawba USGS 7.5‐minute topographic quadrangle, shows the  upper valley of UT to Lyle Creek as confined to semi‐confined and moderately sloped, typical of larger  streams in the Piedmont (Figures 3 and 4). Midway downstream, the valley broadens as it moves into a  flatter floodplain. Tributaries UT1 – UT5 drain to the main channel in mostly confined valleys. UT6 flows  into UT to Lyle Creek through a relatively flat floodplain. Drainage areas for the project reaches were  delineated using 2‐foot contour intervals derived from the 2016/2017 North Carolina Emergency  Management Light Detection and Ranging (LiDAR) data. Land uses draining to the project reaches are a  mix of forested areas, agricultural pasture, hay fields, and row crops with some developed land. The  land use was calculated using the National Land Cover Database (NLCD) for 2011 available through  StreamStats Version 4. The watershed areas and current land uses are summarized in Table 2, below  and depicted in Figure 5.  Table 2:  Drainage Areas and Associated Land Use  Reach Name  NC DWR Stream  Identification  Form Scores  Intermittent/  Perennial  Status  Watershed  Area  (acres)  Watershed  Area (sq.  mi.)  Land Use  UT to Lyle  Creek 42 Perennial 463 0.72 59% agriculture/pasture, 26% forested,  12% urban, 3% shrubland  UT1 41 Perennial 68 0.11 51% agriculture/pasture, 38% forested,  5% urban, 6% shrubland  UT2 38 Perennial 7 0.011 75% agriculture/pasture, 20% forested,  2% urban, 3% shrubland  UT3 39 Perennial 33 0.052 62% agriculture/pasture, 36% forested,  1% urban, 1% shrubland  UT4 42 Perennial 32 0.050 60% agriculture/pasture, 31% forested,  9% urban  UT5 19.5/42 Intermittent/  Perennial 16 0.025 46% agriculture/pasture, 48% forested,  3% urban, 3% shrubland  UT6 24/33 Intermittent/  Perennial 105 0.16 49% agriculture/pasture, 27% forested,  21% urban, 3% shrubland      Whiskey Jug Mitigation Site ‐ PART 6  Wildlands Engineering, Inc.  Page 6.12  2.6 Soils  The proposed project is mapped by the Web Soil Survey for Catawba County. The primary project area  soils are described below in Table 3 and Figure 6 provides a soil map of the Site. Codorus, Fairview,  Mocksville‐Spriggs complex, Clifford, and Kinkora soils are mapped as the primary soil groups in the  floodplains of project streams. A Licensed Soil Scientist (LSS) performed on site soil evaluations within  areas proposed for wetland mitigation and determined that existing wetland hydric soils are most like  the Codorus soil series except borings 8, 9, 17, 20 and 21 which are better drained than Codorus soils.  The LSS report is included in the appendix.  Table 3: Project Soil Types and Descriptions  Soil Name Description  (CfC) ‐  Clifford sandy  loam  Clifford soils are composed of well drained soils on piedmont upland slopes and interfluve positions.  Slopes range from 6 to 15%. The upper 6 inches is a dark brown, fine sandy loam surface layer. The  shrink‐swell potential is low, and permeability is moderate.  (CfD) ‐  Clifford  Sandy loam  Clifford sandy loam occurs on 10‐15% slopes on well‐drained interfluves in northern inner piedmont  acidic upland forests. The runoff class is medium, and the soil is classified as non‐hydric.  (CsA) ‐  Codorus loam  (hydric)  Codorus soils are found on 0 to 2% slopes, somewhat poorly drained soils located on floodplains. This  soil is frequently flooded with low runoff and moderately high hydraulic conductivity. The upper 8  inches is loam and below to 18 inches is silty clay loam until bedrock with a depth of more than 80  inches.  (DaA) ‐ Dan  River loam  Dan River soils are well drained, frequently flooded, and found on flood plains with 0 to 2% slopes.  The permeability is moderate with low runoff. The upper 18 inches is loam with bedrock occurring at  depths greater than 80 inches.   (FaE3) ‐  Fairview clay  loam  Fairview clay loam soils are well drained, severely eroded with moderate permeability found on  slopes and interfluves with 10 to 25% slopes. The upper 3 inches is clay loam and clay until 29 inches.  Bedrock depth is more than 80 inches.  (FdE2) ‐  Fairview soils  Fairview soils are well drained on hill slopes and ridges ranging from 10 to 25%. This soil has a  moderate permeability and low shrink‐swell potential. The upper 9 inches is sandy clay loam with a  subsoil of clay until 24 inches. The runoff class is high.   (KnA) ‐  Kinkora loam  Kinkora loams are found in backswamps on stream terraces and depressions on stream terraces.  They are occasionally flooded, poorly drained, have 0‐2% slopes, and are classified as hydric. The  upper 52 inches are loam or clay with gravelly sandy clay loam appearing near 52 inches.  (MoE)  ‐ Mocksville‐ Spriggs  complex  Mocksville‐Spriggs complex soil is found on hillslopes and ridges in northern inner piedmont basic  upland forests. The soil is well‐drained, non‐hydric, occurs at 10‐25%, and the runoff class is high. The  profile through 80 inches is a mix of sandy loam, clay loam, and loamy sand.  (NaB) ‐  Nathalie  sandy loam  Nathalie sandy loam occurs on 2‐6% slopes, is well‐drained, the runoff class is low, and is classified as  non‐hydric. A typical profile is mainly sandy loam or sandy clay loam with a thick layer of clay mid‐ profile.  (RnB) ‐ Ronda  loamy sand  Ronda loamy sand occurs on 0‐5% slopes, is frequently flooded and occurs on natural levees and  floodplains. The runoff class is very low, and it is not classified as hydric. A typical profile has layers of  loamy sand over a thick layer of sand.  (TmB) ‐  Tomlin loam  Tomlin loam occurs on 2‐6% slopes, is well‐drained, and has a low runoff class. The soil is not  classified as hydric.   (TmC) ‐  Tomlin loam   Tomlin loam occurs on 6‐10 percent slopes and is found on hill slopes and ridges. The soil is a  medium runoff class, well‐drained, and classified as non‐hydric.  Source: Soil Survey of Catawba County, North Carolina, USDA‐NRCS,  https://websoilsurvey.sc.egov.usda.gov/App/WebSoilSurvey.aspx       Whiskey Jug Mitigation Site ‐ PART 6  Wildlands Engineering, Inc.  Page 6.13  2.7 Geology  The Site lies in the Cat Square and Kings Mountain terranes of the Piedmont physiographic province. The  Piedmont is characterized by gently rolling, well‐rounded hills with long low ridges, with elevations  ranging from 300 to 1,500 feet above sea level. The Cat Square terrane is composed of metamorphic  rocks that have been intruded by younger granitic rocks. The Kings Mountain terrane is composed of  metamorphosed sedimentary and volcanic rocks. According to the Geologic Map of North Carolina  (1985), the underlying geology of the Site is mapped as Permian age meta‐ultamafic rock (PzZu) and Late  Proterozoic age battleground formation (Zbt). The meta‐ultamafic rock is described as metamorphosized  dunite, local peridotite, serpentinite soapstone, and other altered ultramafic rock. The battleground  formation is described as quartz‐sericite schist with letavolcanic rock, quartz‐pebble metaconglomerate,  kyanite‐sillimanite, quartzite, and garnet quartz rock.  Sources:   Geologic Map of North Carolina 1:500,000 scale.   Compiled by Philip M. Brown at el. Raleigh, NC, North Carolina Geological Survey  https://ncdenr.maps.arcgis.com/apps/MapSeries/index.html?appid=a8281cbd24b84239b29cd2ca798d4a10  The Terranes and Major Geologic Elements Of North Carolina.  https://ncdenr.maps.arcgis.com/apps/MapSeries/index.html?appid=0a7ccd9394734ff6aa2434d2528ddf12  2.8 Cultural Resources and Significant Natural Heritage Areas   There are 3 sites listed on the State Historic Preservation Office’s National Register within 5 miles of the  project area. These include the Bunker Hill Covered Bridge (CT0001) about 1.3 miles west, the Perkins  House (CT0003) located about 1.4 miles northeast, and the Catawba Historic District (CT0184) located  about 1.3 miles southeast of the project. However, there are no listed sites on project parcels, or that  are expected to be impacted by project activities. The archaeological files at the North Carolina Office of  State Archaeology (OSA) have not been reviewed at this time. All appropriate cultural resource agencies  will be contacted for their review and comment prior to any land disturbing activity.  The NC National Heritage Program (NHP) Managed Areas reference two NC Division of Mitigation  Services Conservation Easements, one North American Land Trust Easement, one Unique Places to Save  Easement, one NC Division of State Historic Sites Property, and multiple City of Statesville, City of  Claremont, Catawba County Open spaces within 5 miles of the Site. Additionally, the NC NHP Natural  Areas identified the Lyle Creek Corridor and the Murrays Mill/Upper Balls Creek Natural Area with an R5  and R4 rating, respectively and are in the vicinity of the project area.  2.9 Threatened and Endangered Species   Wildlands searched the US Fish and Wildlife Service (USFWS) and The NC Natural Heritage Program  (NHP) databases for federally listed threatened and endangered plant and animal species in Catawba  County, NC. Currently, there are five species federally listed for this specific county (Table 4). Wildlands  will conduct a review of the Site for protected species during plan development and will coordinate with  USFWS as necessary based on that review.  Table 4: Federally Protected Species in Catawba County, NC  Species Federal Status Habitat  Flowering Plant  Dwarf‐flowered  Heartleaf (Hexastylis  naniflora)  Threatened Inhabits mesic to dry bluffs, slopes, or ravines in deciduous forests, or in  most floodplain soils.  Schweinitz’s Sunflower  (Helianthus schweinitzii) Endangered Inhabits clearings and edges of upland woods with moist to dry soils that  have a high gravel content and are moderately podzolized.       Whiskey Jug Mitigation Site ‐ PART 6  Wildlands Engineering, Inc.  Page 6.14  Species Federal Status Habitat  Reptile  Bog Turtle (Clemmys  muhlenberaii)  Similarity of  Appearance  (Threatened)  Inhabits suitable wetlands with micro‐habitats such as dry pockets, saturated  areas, and areas that are periodically flooded.  Mammal  Northern Long‐eared Bat  (Myotis septentrionalis) Endangered Inhabits forests and woods during Summer and caves and mines during  Winter.  Bird  Bald Eagle (Haliaeetus  leucocephalus)    Bald Eagle  Protection  Act   Inhabits estuaries, lakes and reservoirs, rivers, and some seacoast habitats.  Nesting often occurs in trees but sometimes on cliffs, on the ground, in  caves, or in manmade structures.  Source: https://ecos.fws.gov/ipac/ and https://ncnhde.natureserve.org/  2.10 Floodplain Compliance  The Site is represented on the Catawba County Flood Map 3710377200J, dated September 5, 2007. Lyle  Creek is mapped Special Flood Hazard Area (SFHA) Zone AE, with an established regulatory foodway. UT  to Lyle Creek, downstream of US Hwy 70, and UT6 are located within the mapped floodplain and floodway  for Lyle Creek. Wildlands will coordinate with the Catawba County floodplain administrator to permit the  Site as required. The Site will be designed to avoid hydrologic trespass on adjacent properties or roadways.  2.11 Site Constraints and Access   The Site is split into two sections by US Hwy 70. Beneath US Hwy 70, UT to Lyle Creek passes through  two 72‐inch concrete box culverts. Visual inspection of these culverts indicates they are in good  condition, and they are not proposed to be replaced in the proposed design. The upstream and  downstream inverts of each culvert represent design constraints for the proposed stream restoration.  The proposed stream design will utilize short sections of Priority 2 stream restoration immediately  upstream and downstream of the US Hwy 70 culvert crossing to tie into existing invert elevations.  Two external easement crossings are included in the proposed site layout. The crossing along UT to Lyle  Creek Reach 2, just downstream of the UT1 confluence is excluded from the proposed conservation  easement to allow the participating landowner to maintain access to the western side of their property.  An armored ford suitable for handling trucks, utility vehicles, and farm equipment is proposed to be  constructed within the external easement break. No other known easements or utilities exist within the  project area.   The US Hwy 70 crossing consists of a two‐lane, state maintained, paved road centered within a 60‐foot‐ wide public right of way. Review of the current NCDOT STIP shows no planned improvements to US Hwy  70 in the vicinity of the Site (NCDOT, 2023). An overhead utility line parallels US Hwy 70 on the south  side of the road. The proposed conservation easement boundary will parallel (30‐foot offset) the  southern‐most easement/right of way boundary (road or utility) as determined by detailed survey and  deed review south of US Hwy 70. On the north side of US Hwy 70 the proposed conservation easement  boundary will abut the existing right‐of‐way boundary.  Table 5: Proposed Easement Crossings   No. Width (ft) Location Internal or  External Crossing Type Purpose  1 50 UT to Lyle Creek Reach 2 External New Ford Property Access  2 901 UT to Lyle Creek Reach 3 External Existing Culvert &  New Ford  Public Right of Way &  Property Access  1: Final crossing width to be determined based on deed research.       Whiskey Jug Mitigation Site ‐ PART 6  Wildlands Engineering, Inc.  Page 6.15  The Statesville Municipal Airport, located approximately 8.3 miles northeast of the Site, is the closest  airport to the Site.   3.0 Project Development ‐ Design Approach  Wildlands will begin the project by identifying the best design approach to meet the stated project  objectives and implement the appropriate degree of intervention. A combination of analog, empirical,  and analytical design approaches will potentially be used. All project resources will be designed to create  stable, functional stream channels and riparian wetlands. The proposed approaches and concept design  are shown on Figure 7. The mitigation approach for project streams and wetlands was discussed during  an IRT site walk held on February 14, 2023.  3.1 Stream Restoration  Reaches proposed for restoration include UT to Lyle Creek Reaches 1‐4, UT1, UT5, and UT6. Restoration  reaches will be designed and built with appropriate dimension, pattern, and profile to allow for frequent  overbank flooding, provide stable bank slopes, enable biological uplift, and reconnect streams with their  historic floodplains and wetlands. Reference streams will be identified and will serve as one of the  primary sources of information upon which restoration designs are based. Wildlands has developed a  general approach to be used as the basis for stream restoration design. The design approach, which is  tailored to each project, continues to develop as additional projects are implemented.  Other than short sections of UT to Lyle Creek Reach 3 immediately upstream and downstream of the US  Hwy 70 culvert crossing, all restoration reaches will be designed using a Priority 1 approach (Figure 7).  Livestock will be excluded from all reaches within the proposed project area. Instream structures will be  installed to promote bedform diversity, increase bed and bank stabilization, add wood to the system,  and increase aquatic and terrestrial habitat. Wildlands plans to evaluate stream substrate and  determine appropriate gradations/bed features for the Site streams. At this stage, Wildlands believes  most of these channels will be built using a threshold channel approach with a gravel/cobble substrate.  Three BMPs will be installed as part of the project; at a field ditch outfall on UT to Lyle Creek Reach 2, at  a concentrated flow gully on UT to Lyle Creek Reach 3, and to treat runoff from agricultural areas  upstream of the jurisdictional start of UT5.   3.2 Stream Preservation   A preservation approach will be used on UT4. Minimal work is proposed on this reach due to its stable  existing condition, but preservation is warranted to exclude cattle and protect the channel from future  impacts. At the downstream end of the reach, minor adjustments to the existing channel alignment and  bed profile will be necessary to hydraulically connect UT4 to restored UT to Lyle Creek Reach 2. Where  alignment and profile adjustments are made on UT4 near the confluence with UT to Lyle Creek, wood  and rock structures will be incorporated into the stream design to ensure the channel maintains vertical  and lateral stability. Cattle will be excluded from the conservation easement and invasive vegetation will  be treated.   3.3 Not‐For‐Credit Reaches   UT2 and UT3 are not proposed for credit generation. As discussed during the IRT site walk, UT2 has been  historically modified but exists in a semi‐stable state. Minor spot grading of stream banks and profile  adjustment are proposed for UT2 to address areas of observed channel erosion. UT3 within the  proposed conservation easement is less than 100 feet long and in stable condition. Modifications to the  UT3 channel will primarily focus on re‐establishing a confluence with realigned UT To Lyle Creek Reach  2. Minor spot grading may occur within the UT3 channel.      Whiskey Jug Mitigation Site ‐ PART 6  Wildlands Engineering, Inc.  Page 6.16  3.4 Wetland Mitigation Approach  Proposed wetland mitigation at the Site consists of creation and re‐establishment of wetland resources.  Wetland creation and re‐establishment are proposed within the Lyle Creek 100‐year floodplain in the  southern portion of the Site, adjacent to UT6, and just upstream of the E US‐70 road crossing in the  immediate floodplain of UT to Lyle Creek. Wetland conditions will be achieved by restoring UT6 and UT  to Lyle creek with appropriate bankfull dimension, filling existing field ditches, mass grading the existing  corn field to remove agricultural overburden, and planting a riparian buffer throughout the conservation  easement area. Based on sample soil borings taken during the IRT site walk and data provided in the  included LSS report (see Appendix), it is anticipated 10‐20 inches of material will be graded from the  wetland creation area to bring hydric soils near the floodplain elevation.  Similarly, overburden material  will be removed from wetland re‐establishment area to maintain appropriate stream and wetland  connection. Cut material generated from the wetland areas is expected to be used to fill abandoned  sections of UT to Lyle Creek downstream of US Hwy 70 where the channel is severely oversized and  incised.  3.5 Riparian Restoration, Enhancement, and Preservation  Native riparian buffers will be planted along restored stream reaches and in proposed wetland zones.  The ecological uplift can be summarized as transforming an area long used for agricultural production  and livestock grazing to a protected riparian corridor. Buffer restoration will involve planting appropriate  native tree species along the riparian corridor. Herbaceous riparian vegetation will also be planted, but  additional herbaceous plants are expected to re‐establish naturally and through the placement of a  native seed mix in disturbed areas. Live stake shrub species will be planted along restored streams.  Vegetation management and herbicide applications will be needed over the first few years of tree  establishment in the riparian buffer restoration areas to prevent encroachment of invasive species.  Portions of the Site that have been maintained as pasture will require little preparation other than select  herbicide treatments prior to planting. The planting plan will be based on an appropriate nearby  reference community and past project experience. The plan will be developed to restore appropriate  strata (canopy, understory, shrub, and herbaceous layers). Vegetation planted in restored wetland areas  will be based on species identified within appropriate reference locations and professional experience  based on Site conditions. Existing wooded areas will be treated for invasive species.  Existing mature trees will be avoided to the maximum extent possible when designing restoration  reaches and completing Site grading. Proposed stream alignments will be field verified and adjusted to  reduce tree impacts. During construction, site access and staging will be coordinated to avoid  disturbance to existing vegetation. Trees to remain will be well marked to prevent loss.   4.0 Proposed Mitigation  Stream restoration is proposed at a ratio of 1:1 and stream preservation at a rate of 7.5:1. Wetland re‐ establishment is proposed at a ratio of 1:1 and wetland creation is proposed at ratio of 3:1. No direct  stream credit is proposed for BMPs.    The proposed conservation easement boundary will provide minimum 50‐foot‐wide buffers for all  project streams proposed for mitigation credit where it is unconstrained by existing property boundaries  and/or right‐of ways. Where feasible, restored buffers will extend up to 150 feet, measured  perpendicular to top of bank. Wide buffers are anticipated to generate additional stream crediting. An  estimated credit adjustment was developed using the Non‐Standard Buffer Width Calculation tool  provided by the USACE Wilmington District and is summarized in Table 6, if awarded this calculation will  be finalized within the mitigation plan and detailed output will be provided. A summary of the proposed  credits is included in Table 6.      Whiskey Jug Mitigation Site ‐ PART 6  Wildlands Engineering, Inc.  Page 6.17  Table 6:  Mitigation Credits Proposed  Stream Credits   Reach Management Objectives Type of Mitigation  Proposed  Length  (feet)1,2  Ratio Stream  Credits  RESTORATION  UT to Lyle Creek R1 Restore appropriate dimension,  pattern, and profile with Priority 1  restoration. Priority 2 restoration will  be limited to transition zones. Create  riffle‐pool sequences, install wood and  rock habitat structures, allow bankfull  floodplain access. Establish native  riparian buffer and exclude cattle.  Restoration  519 1:1 519  UT to Lyle Creek R2 2,933 1:1 2,933  UT to Lyle Creek R3 1,920 1:1 1,920  UT to Lyle Creek R4 818 1:1 818  UT1 477 1:1 477  UT5 657 1:1 657  UT6 932 1:1 932  Restoration Subtotal: 8,256  ‐‐‐ 8,256  PRESERVATION  UT2 Exclude cattle and treat invasive  vegetation. Preservation  106 N/A 0  UT3 64 N/A 0  UT4 188 7.5:1 25  Preservation Total 358  ‐‐‐ 25  TOTAL: 8,614 ‐‐‐ 8,281  Additional Credits from Extended Buffers3: 920  Credit Loss from Inadequate Buffers3: ‐231  Total Stream Credits: 8,970  Wetland Credits  Area Management Objectives Type of Mitigation Area (Acres)1 Ratio Wetland  Credits  Wetland Creation  Restore hydrology by raising adjacent  stream channel and lowering existing  floodplain to restore a natural flooding  regime.  Restore a wetland vegetation  community.  Wetland Creation 7.626 3:1 2.542  Wetland Re‐ Establishment  Restore hydrology by raising adjacent  stream channel to be reconnected with  its floodplain. Restore a wetland  vegetation community. Rehydrate  drained wetland soils.   Wetland Re‐ Establishment 1.427 1:1 1.427      TOTAL: 9.053 ‐‐‐ 3.969  1: Proposed lengths/areas are estimates only. These values will be revised based on survey data and design alignments for the mitigation plans.  2: No credits are proposed for easement crossings. The width of each crossing has been removed from stream lengths and wetland areas and  credit totals.   3: Credit adjustments were estimated for non‐standard buffer widths using the latest version of the Wilmington District Stream Buffer Credit  Calculator issued by USACE.  5.0 Current Ownership and Long‐Term Protection  The Site is located on multiple properties. Wildlands has signed option agreements with each of the  participating landowners to record conservation easements on all land for the proposed Site. A  conservation easement will be conveyed to the State as the proposed method to provide long term  protection of the mitigation Site.       Whiskey Jug Mitigation Site ‐ PART 6  Wildlands Engineering, Inc.  Page 6.18  Table 7: Property Ownership   Property Owner Parcel ID Number Memorandum of Option Deed Book (DB)   and Page (PG) Numbers  Hendrick, Joyce Ervin 3782‐01‐06‐2856 DB: 3830, PG: 1761‐1764  Schoff, Charles E. and Crystal S. 3782‐01‐06‐8410 DB: 3830, PG: 1765‐1769  Wildlands Farms LLC 3772‐16‐93‐6857 DB: 3830, PG: 1770‐1773  Connor Family Farm LLC 3772‐16‐82‐8833 DB: 3830, PG: 1752‐1755  Willow Reach Farm LLC 3772‐16‐92‐5714 DB: 3830, PG: 1756‐1760  6.0 Scope of Work and Project Phasing  Table 8 describes the tasks and deliverables required by the Scope of Work outlined in RFP 16‐  707025112. Table 9 provides the proposed schedule for accomplishing each Scope of Work task. This  Site has already been reviewed by the IRT for a privately‐owned mitigation bank, so Wildlands can  proceed quickly into design and Mitigation Plan work. The Wildlands Team has experience handling  tightly scheduled projects with multiple stakeholders. We understand the importance of clear  communication and adherence to deadlines. We will establish additional internal deadlines to keep the  project milestones on track. Each task will be staffed with the appropriate technical and management  staff to ensure quality and timely completion.   Table 8: Summary Scope of Work   Task # Task Name Task Summary  DMS Deliverable  1  Environmental  and Project  Screening   On site meeting with the DWR and DMS to discuss  concepts of the mitigation plan and obtain  concurrence on planned work and crediting.    Conduct DMS/FHWA guidelines for environmental  screening to identify threatened/endangered species,  environmental, or cultural issues on the Site.   Secure DMS Full Delivery Landowner Authorization  Form (if applicable).   Satisfy USACE public notification process (if  applicable).    Approved Categorical Exclusion document ‐  emailed Adobe PDF.   IRT meeting minutes – emailed Adobe PDF.   DMS Full Delivery Landowner Authorization Form  (if applicable).   USACE Public Notice (if applicable).  2 Property  Create conservation easement documents and plats.   Close and record the conservation easement.   4 preliminary review items outlined in the RFP,  submitted electronically as defined in  Attachment H.   4 final deliverables outlined in the RFP,  submitted electronically and in hard copy as  defined in Attachment H.    Installation of boundary marking documented  with As‐Built survey during Task 6.   3  Mitigation Plan  (Final Draft)  and Financial  Assurance   Develop a site‐specific mitigation plan, appropriate for  the Site.    Revise per DMS and IRT review comments.    2 hard copies and 1 electronic “Draft” Mitigation  Plan and ESRI GDB as outlined in Attachment H.   3 hard copies and 1 electronic “Final Draft”  Mitigation Plan and ESRI GDB as outlined in  Attachment H.   Performance Bond (may be retired after  completion of Task 6)   2 Completed PCN forms and 2 hard copies of the  “Final” Mitigation Plan and 1 copy of both  submitted electronically. Electronic copy shall be  uploaded to the DWR online document library.      Whiskey Jug Mitigation Site ‐ PART 6  Wildlands Engineering, Inc.  Page 6.19  Task # Task Name Task Summary  DMS Deliverable  4 Permitting and  Earthwork   Secure all necessary permits and/or certifications for  Site construction.   Construct the Site.    1 electronic copy of approved permits prior to  beginning earthwork.   Written notification of earthwork completion.   5  Mitigation Site  Planting and  Installation of  Monitoring  Devices   Complete planting of Site.   Install monitoring devices.   Written notification of planting and monitoring  device installation completion.   6  Baseline  Monitoring  Report  (Including As‐ Built Drawings)  Approved by  DMS   Conduct baseline monitoring.   Perform as‐built survey.   Prepare baseline monitoring document.    Prepare as‐built survey drawings.    Install easement markers and signage.   1 hard copy and 1 electronic copy of “Draft”  Baseline Monitoring Document and As‐Built  drawings. Electronic copies of digital deliverables  and ESRI GDB as outlined in Attachment H.   1 hard copy and 1 electronic copy of “Final”  Baseline Monitoring Document and As‐Built  drawings. Electronic copy of digital deliverables  and ESRI GDB as outlined in Attachment H.  7 Monitoring  Year 1   Monitor the Site.   Prepare the monitoring report.    1 hard copy and 1 electronic copy of each “Draft”  annual monitoring report. Electronic copy of  digital deliverables and ESRI GDB as outlined in  Attachment H.   1 hard copy and 1 electronic copy of each “Final”  annual monitoring report. Electronic copy of  digital deliverables and ESRI GDB as outlined in  Attachment H.   8 Monitoring  Year 2   Monitor the Site.   Prepare the monitoring report.   9 Monitoring  Year 3   Monitor the Site.   Prepare the monitoring report.   10 Monitoring  Year 4   Monitor the Site.   Prepare the monitoring report.   11 Monitoring  Year 5   Monitor the Site.   Prepare the monitoring report.   12 Monitoring  Year 6   Monitor the Site.   Prepare the monitoring report.   13  Monitoring  Year 7 and  Close‐Out  Process   Monitor the Site.   Prepare the monitoring report.    Prepare closeout report.   Attend closeout meetings and present final project to  IRT.    1 hard copy and 1 electronic copy of the “Draft”  annual monitoring report and closeout report.  Electronic copy of digital deliverables and ESRI  GDB as outlined in Attachment H.   1 hard copy and 1 electronic copy of the “Final”  annual monitoring report and closeout report.  Electronic copy of digital deliverables and ESRI  GDB as outlined in Attachment H.  Table 9:   Project Schedule   Project Milestone  Proposed Time to  Completion   (from date of NTP)   Proposed Completion  Date (assuming NTP  January 2024)   Task 1. Regulatory Site Visit & Environmental Screening  N/A  Complete1  Task 2. Submit Recorded Conservation Easement on the Site 1 year January 2025  Task 3. Mitigation Plan Approved by DMS and Financial Assurance 1 year January 2025  Task 4. Mitigation Site Earthwork Completed 2 years, 1 months  February 2026  Task 5. Mitigation Site Planting & Installation of Monitoring Devices 2 years, 2 months  March 2026  Task 6. Baseline Monitoring Report (Including As‐Built Drawings) Approved by DMS 2 years, 5 months June 2026  Task 7. Submit Monitoring Report #1 to DMS* 2 years, 11 months  December 2026  Task 8. Submit Monitoring Report #2 to DMS* 3 years, 11 months  December 2027  Task 9. Submit Monitoring Report #3 to DMS* 4 years, 11 months  December 2028      Whiskey Jug Mitigation Site ‐ PART 6  Wildlands Engineering, Inc.  Page 6.20  Project Milestone  Proposed Time to  Completion   (from date of NTP)   Proposed Completion  Date (assuming NTP  January 2024)   Task 10. Submit Monitoring Report #4 to DMS* 5 years, 11 months  December 2029  Task 11. Submit Monitoring Report #5 to DMS* 6 years, 11 months  December 2030  Task 12. Submit Monitoring Report #6 to DMS* 7 years, 11 months  December 2031  Task 13. Submit Monitoring Report #7 to DMS* and complete Close Out Process 9 years, 2 months March 2033  *Meets success criteria (schedule progression has been developed assuming that the Site meets success criteria each monitoring year)  1: An IRT walk has already been completed as part of the process to develop the Site as a privately owned mitigation bank.   7.0 Performance Standards and Monitoring Plan  The performance criteria for the Site will follow approved performance criteria presented in the DMS  Stream and Wetland Mitigation Plan Template and Guidance (October 2020), and the October 2016 IRT  Mitigation Monitoring Guidance. Annual monitoring and semi‐annual site visits will be conducted to  assess the condition of the completed project. Specific performance standard components are proposed  for stream morphology, hydrology, and vegetation. The stream restoration reaches of the project will be  assigned specific performance criteria components for hydrology, vegetation, and geomorphology.  Performance criteria will be evaluated throughout the seven years of post‐construction monitoring. An  outline of the performance criteria components follows.   7.1 Stream Morphological Parameters and Channel Stability  Dimension   Riffle cross sections on the Restoration reaches should be stable  and should show little change in bankfull area, bank height ratio,  and width‐to‐depth ratio. Riffle cross sections should fall within the  parameters defined for channels of the appropriate stream type. If  any changes do occur, these changes will be evaluated to assess  whether the stream channel is showing signs of instability. Changes  in the channel that indicate a movement toward stability or  enhanced habitat include a decrease in the width‐to‐depth ratio in  meandering channels or an increase in pool depth. Remedial action  would not be taken if channel changes indicate a movement  toward stability.   In order to assess channel dimension performance, permanent cross sections will be installed on  Restoration reaches per the IRT Mitigation Monitoring Guidelines (October 2016). Each cross section will  be permanently marked with pins to establish its location. Cross section surveys will include points  measured at all breaks in slope, including top of bank, bankfull, edge of water, and thalweg. Cross  section and bank pin surveys (if applicable) will be conducted in monitoring years one, two, three, five,  and seven.   Profile and Pattern   Longitudinal profile surveys will be conducted during the as‐built survey but will not be conducted  during the seven‐year monitoring period unless other indicators during the annual monitoring indicate a  trend toward vertical and lateral instability. If a longitudinal profile is deemed necessary, monitoring will  follow standards as described in the Stream Channel Reference Sites:  An Illustrated Guide to Field  Technique (Harrelson et. al., 1994) for the necessary reaches.   Example of a cross section survey      Whiskey Jug Mitigation Site ‐ PART 6  Wildlands Engineering, Inc.  Page 6.21  7.2 Hydrology  Stream   Four bankfull flow events, occurring in separate years, must be documented on the Restoration reaches  within the seven‐year monitoring period. Stream monitoring will continue until success criteria in the  form of four bankfull events in separate years have been documented. Bankfull events will be  documented using photographs and an automated pressure transducer. The device will be installed in  the stream within a surveyed riffle cross section. Photographs will also be used to document the  occurrence of debris lines and sediment deposition.  Where Restoration activities are proposed for intermittent streams, monitoring gauges will be installed  to track the frequency and duration of stream flow events. Continuous surface water flow within the  tributaries must be documented to occur every year for at least 30 consecutive days during the seven‐ year monitoring period. This 30‐day period of flow can occur at any point during the year. Additional  monitoring may be required if surface water flow cannot be documented due to abnormally dry  conditions.  Wetland  Groundwater monitoring will be conducted for seven years after construction to evaluate the hydrologic  condition of the created and enhanced wetland areas. Wetland groundwater gages will be installed in  accordance with the techniques and standards described in the USACE document entitled “Technical  Standard for Water‐Table Monitoring of Potential Wetland Sites” (ERDC TN‐WRAP‐05‐2, June 2005).  Groundwater monitoring gages will be established throughout the wetland areas to adequately  characterize the different soils, vegetation communities, and surface topographic variations that are  found across the Site.  The LSS reports indicate that buried hydric soils within the proposed wetland creation area south of US  Hwy 70 are most similar to the Codorus series. Performance criteria for the wetland hydrology of the  Codorus and Fairview soil series are 7‐9%, as provided by the 2016 Wilmington District Mitigation  update. An appropriate value within this range will be selected as the wetland hydrologic performance  criterion based on further Site investigation and discussions with the IRT. The growing season start date  will be based upon soil temperature remaining above 41 degrees Fahrenheit and observation of bud  burst, but may not begin prior to March 1st. The growing season end date will be based on autumn leaf  senescence and soil temperature remaining above 41 degrees Fahrenheit. Per USACE guidance, soil  temperature probes will be placed at a 12‐inch soil depth.  7.3 Vegetation  The final vegetative success criteria will be the survival of 210 planted stems per acre in the riparian  corridors at the end of the required monitoring period (year seven). The interim measure of vegetative  success for the Site will be the survival of at least 320 native species stems per acre at the end of the  third monitoring year and at least 260 native species stems per acre at the end of the fifth year of  monitoring. Also, trees must average seven feet in height at the end of the fifth monitoring year, and ten  feet in height at the end of the seventh monitoring year. The extent of invasive species coverage will  also be monitored and controlled as necessary throughout the required monitoring period.  Vegetation monitoring quadrants will be monitored for seven years and will be installed across the Site  to measure the survival of the planted trees. The number of monitoring quadrants required will be  based on the October 2016 IRT Mitigation Monitoring Guidance. Vegetation monitoring will occur in  monitoring years one, two, three, five, and seven between July 1st and leaf drop and will follow the CVS‐ EEP Protocol for Recording Vegetation (2008) or another DMS approved protocol.      Whiskey Jug Mitigation Site ‐ PART 6  Wildlands Engineering, Inc.  Page 6.22  7.4 Other Parameters  Photo Reference Stations  Photographs should illustrate the Site’s vegetation and morphological stability on an annual basis. Cross  section photos should demonstrate no excessive erosion or degradation of the banks. Longitudinal  photos should indicate the absence of persistent mid‐channel bars within the channel or vertical  incision. Grade control structures should remain stable. Deposition of sediment on the bank side of vane  arms is preferable. Maintenance of scour pools on the channel side of vane arms is expected.   Photographs will be taken once a year to visually document stability for seven years following  construction. Permanent markers will be established and located with GPS equipment, so that the same  locations and view directions on the Site are photographed each year. Photos will be used to monitor  restoration and enhancement areas, as well as vegetation plots.   Longitudinal reference photos will be established at regular intervals along the channel by taking a  photo looking upstream and downstream. Cross sectional photos will be taken of each permanent cross  section looking upstream and downstream. Reference photos will also be taken for each of the  vegetation plots. Representative digital photos of each permanent photo point, cross section, and  vegetation plot will be taken when the stream and vegetation assessments are conducted. The  photographer will make every effort to consistently maintain the same area in each photo over time.   Visual Assessments  Visual assessments should support the specific performance standards for each metric as described  above. Visual assessments will be performed along stream reaches on a semi‐annual basis during the  seven‐year monitoring period. Problem areas such as channel instability (e.g., lateral and/or vertical  instability, instream structure failure/instability and/or piping, headcuts), vegetation health (e.g., low  stem density, vegetation mortality, invasive species, or encroachment), beaver activity, or livestock  access will be noted. Areas of concern will be mapped and photographed and will be accompanied by a  written description in the annual report. Problem areas will be re‐evaluated during each subsequent  visual assessment. Should remedial actions be required, a plan of action will be provided in the annual  monitoring report.  Benthic Macroinvertebrates  If required by NCDWR as part of the project’s permitting process, benthic macroinvertebrate sampling  will be performed on the restored Site. Any required sampling will be performed using NCDWR Standard  Operating Procedures for the Collection and Analysis of Benthic Macroinvertebrates, February 2016  (Version 5.0).  7.5 Reporting Performance Criteria  Using the DMS As‐Built Survey Requirement Document (October 2020), the Annual Monitoring Report  Template (October 2020), and the Record Drawings Requirement Guidance (October 2020), a baseline  monitoring document and as‐built record drawings of the project will be developed for the constructed  Site. Annual monitoring reports will be prepared in the fall of each year of monitoring and submitted to  DMS. These reports will be based on the DMS Annual Monitoring Report Template (October 2020). Full  monitoring reports will be submitted to DMS in monitoring years 1, 2, 3, 5, and 7. Abbreviated  monitoring reports will be submitted in monitoring years 4 and 6. Closeout monitoring period will be  seven years beyond completion of construction or until performance standards have been met.  7.6 Maintenance and Contingency Plans  The Wildlands Team will develop necessary adaptive measures or implement appropriate remedial  actions if the Site or a specific component of the Site fails to achieve the success criteria outlined above.  The project‐specific monitoring plan developed during the design phase will identify an appropriate  threshold for maintenance intervention based on the monitored items. Any actions implemented will be      Whiskey Jug Mitigation Site ‐ PART 6  Wildlands Engineering, Inc.  Page 6.23  designed to achieve the success criteria previously specified and will include a work schedule and  updated monitoring criteria (if applicable).  8.0 Quality Control  The Wildlands Team takes pride in the quality of services that we  deliver to our clients. We strive to exceed our clients’ expectations.  To maintain the highest level of quality, Wildlands has an established  Quality Assurance/Quality Control (QA/QC) protocol that every  member of our staff follows.  At the beginning of a project, the necessary level of QA/QC is  determined based on the size and complexity of the project. At a  minimum, the project manager and an assigned QA/QC manager will  function to control the quality of the project. The project manager  provides day‐to‐day QA/QC and may assign task leaders to provide  task‐specific quality control (QC) functions. The QA/QC manager is a  knowledgeable senior staff member who is not assigned to function  in a lead capacity on other areas of the project. This provides the  QA/QC manager objective views of the quality of work.   Our QC program includes established procedures for processes  performed from project inception through implementation and  monitoring of the project. For example, Wildlands has developed  standardized checklists and pre‐defined procedures for activities  such as field surveys of stream cross sections and profiles, pebble  counts, benthic surveys, bank stability assessments, natural channel  design, permitting, contract document preparation, post‐ construction baseline survey, and post construction monitoring. The checklists are largely based on the  most current DMS guidelines to ensure that all required information is included in the correct format.  Task leaders assigned for each activity train project team members in the application of these  procedures. The task leaders assist the project manager by providing day‐to‐day QC functions, such as  establishing clear decisions and directions to team members in the field, checking the completeness and  accuracy of checklists, constant supervision, and documentation of all decisions, assumptions, and  recommendations. The role of the project manager in QC is to monitor and maintain project schedule  and budget, address any concerns the client may have, constantly assess company resources, and  review all of the checklists.   During the conceptual and preliminary design stages, the project manager and the task leader will  perform a review of the design data, plans, technical specifications, and construction estimate for  accuracy, correct approach, and general overall quality of the product and compliance with DMS  formats before submission to the client. Sediment sampling, groundwater gauge monitoring, and  pressure transducer surface flow monitoring are frequently used during the design phase to validate the  design criteria and analytical models. The project manager will perform a similar review at final design as  will the QA/QC manager. During the construction phase, the project manager and the construction task  manager will regularly meet to provide updates and discuss any issues. The goal of the QC process is to  provide the highest quality product to our client by completing tasks correctly the first time. By  completing procedural processes once, Wildlands helps ensure that we deliver the best products at a  minimum cost to our clients.  QA is performed to confirm that the QC program is effectively practiced, and to provide feedback on  further developments needed in the QC program. The QA/QC manager leads the QA program; however,  ~\',.IL.UL •,~i. QJil for,,1 ~~ez--~=-===--==--==--==--==--==--~=~=~~=~~=~~=~~=~~=- 11.,.n •Mllllallolllf'I• ....,.,, ... &,- "-"-!I¥ $td11Mn!&a-ewr1,d,,,.ralt Afpilca1J011~ l"'ltoP,IIINB\t l'tt>--1'1, ... ,_ ,.....,..,., __ ,,, --============-~~·=~-~-.. ..,....J _______ :::: =========== ============== ===-=-=-=-~~~---=     Whiskey Jug Mitigation Site ‐ PART 6  Wildlands Engineering, Inc.  Page 6.24  the project manager, task leaders, and project team staff also play large roles. It is each person’s  responsibility to notify the QA/QC manager whenever discrepancies and inefficiencies are found in the  set of procedural activities that make up the QC process. The objective of QA is the continual  improvement of the total delivery process to enhance quality, productivity, and customer satisfaction.  We are continually improving the QC process so that our latest products and services are better than the  previous ones.   8.1 Deliverables  The project schedule is established during the scoping phases of a project and it is the project manager’s  responsibility to maintain the schedule. A work plan is developed at the outset of a project and shared  internally with team members so that milestone deadlines and work requirements are clearly outlined.  Review time is built into this internal schedule to ensure that adequate review takes place.   The QA form, which is maintained by the QA/QC manager, is established at the beginning of the project  and is maintained throughout the life of the project. Reviews of technical data, design parameters,  reports, plan sheets, hydraulic models, and supporting calculations are tracked on the form. Included on  this form are requirements that a professional staff member, who is not involved in the project on a  day‐to‐day basis, review the design calculations, hydraulic models, reports, plans, and all other types of  project deliverables. Conformance with DMS report templates and a final grammar/spelling/formatting  review are also integrated into the QA review process.   8.2 Construction  Wildlands team members are familiar with the policies, procedures, and practices necessary to  construct natural channel design and stream and wetland mitigation projects. Wildlands has provided  construction administration and observation services of over 140 miles of stream work and 650 acres of  wetland work. We believe that project implementation is the ultimate key to a successful project and, to  achieve this, it is extremely important to have our most experienced staff members involved on all  construction projects. Our team knows how to oversee construction so that the project is completed on  time and in compliance with all federal, state, and local permits. Several members of the proposed  project team have assisted with construction services for the DMS restoration sites, many of which have  performed successfully for multiple years.  Table 10:     Wildlands Team Member Construction Oversight Experience     S.  Wi l k e r s o n   E.  Ne u h a u s   E.  Re i n i c k e r   B.  Mc G u i r e   C.  Bl a c k w e l d e r   Project Details  Big Harris Creek Mitigation Site 25,836 stream credits; 9 BMPs x x x  x  Bridgefork Dairy Mitigation Site 10,994 stream credits; 2.0 wetland credits  x  x   Owl’s Den Mitigation Site 2,453 stream credits; 8.0 wetland credits  x x     Lyle Creek Mitigation Site 5,571 stream credits; 7.0 wetland credits x  x  x  Wyant Lands Mitigation Site 6,864 stream credits; 13.0 wetland credits  x  x   Banner Farm Mitigation Site 6,294 stream credits; 34.0 wetland credits  x       Laurel Valley Mitigation Site 4,875 stream credits  x       Little Pine III Mitigation Site 7,017 stream credits;1.0 wetland credits     x  Double H Mitigation Site 6,560 stream credits; 2.0 wetland credits     x      e Wton C] Project Location = J Five Mile Radius r.:::-J County Line Municipalities f:_·_--:_:! Hydrologic Unit Code (14-Digit) □ Water Supply Watershed C::] Water Quality TRA i2ZJ Habitat TRA I Hydrology TRA Significant Natural Heritage Areas l ~WILDL AN D S ~ ENGINEERING 0 I 0.75 1.5 Miles I ■ ~ dieataw6a Space.■ ■ per ■ ■ Towli'of David-AH h..:: -■~T -., ; ; ;( .. '-.,-.... ""'"-.... □--'=--~ -.ie -~~tawba-<:oun -~ ~ ~~~e• _. J ■ '0305010115003 .. " ~-. -.-■ • ■ ■ t =· - -NC Natural Heritage Program Managed Areas -NC Historic Preservation Areas -303d Listed Streams Water Features Figure 1 Vicinity Map Whiskey Jug Mitigation Site Catawba River Basin (03050101} Catawba County, NC Parcels i -• -1 Proposed Conservation Easement --·· .........___, Approximate Existing Wetlands -... -.. Intermittent Project Streams -Non-Project Streams / // Cattle Access -Incision -Bank Erosion Cross Sections Topographic Contours (4 ') -0-Existing Utility Line 0 Bedrock ◊ Existing Headcut 0 Existing Cattle Wallow tJ Existing Culvert @ Reach Breaks l ~WILDLANDS ~ ENG I NEERING t , I ~ , I t . 0 200 400 Feet ... I ---'.___ ..... 1_.....___JI I I / Figure 2 Site Map Whiskey Ju g Mitigation Site Catawba River Ba sin (03050101) Catawba County, NC Catawba, NC USGS 7 .5 Minute Topographic Quadrangle • r--·-1 Proposed Conservation Easement --·" l ~W I LDLANDS ~ ENGINEERING 0 I 300 ' // ( 600 Feet I 0 Q Figure 3 USGS Map Whiskey Jug Mitigation Site Catawba River Basin (03050101) Catawba County, NC Elevation (Feet) 895 750 c::J Proj ect Location :--• -1 Proposed Conservation Easement ·--·· ~ Proposed External Crossings -Proposed Stream Restoration (1 :1) Proposed Priori ty II Restoration (1 :1) -Proposed Stream Prese rvation (7.5 :1) No Stream Credit Non-Project Streams @ Reach Breaks l ~WILDLANDS ~ ENGINEERING 0 I I 300 I I I I I I ! I ·' I I I I I I I I ,. I , ,· I .' I I ! _______ , -i .----·---' ,r-•-.-... .... ___ ! , 600 Feet I Figure 4 LiDAR Map Whiskey Jug Mitigation Site Catawba River Basin (03050101} Catawba County, NC , _RI ,~ ;J, ?' l ~WILDLA N DS ~ ENGINEERING 0 500 1 ,000 Feet I I I I I ~ -_ .• Proposed Conservation Easement UT to Lyle Creek Watershed Subwatersheds -Perennial Project streams .,,_., Intermittent Project Streams -Non-Project Streams Topographic Contours (4') Figure 5 Watershed Map Whiskey Ju g Mitigation Site Catawba River Ba sin (0305010l) Catawba County, NC Project Location :--• -1 Proposed Conservation Easement ·--·· Perennial Project Streams Intermittent Project St r eams Non-Project Streams r--i CfC -Clifford Sandy Loam, 6-10% '----..J Slopes cm -Clifford Sandy Loam, 10-15% Slopes CsA -Codorus Loam, 0-2% Slopes, Freq. Flooded DaA -Dan River Loam, 0-2% Slopes, Freq. Flooded FaE3 -Fairview Clay Loam, 10-25% Slopes, Severely Eroded FdE2 -Fairview Soils, 10-25% Slopes, Moderately Eroded ... KnA -Kinkora Loam, 0-2% Sl opes, Occasiona l ly Eroded MoE -Mocksvi lle-Spriggs Comp lex, 10-25% Sl opes, Stony NaB -Natha lie Sandy Loam, 2-6% Slopes RnB -Ronda Loamy Sand, 0-5% Slopes, Freq. Flooded TmB -Tomlin Loam, 2-6% Slopes me -Tomlin Loam, 6-10% Slopes l ~WILDLANDS ~ ENGINEERING 0 300 600 Feet I Figure 6 Soils Map Whiskey Jug Mitigation Site Catawba River Basin (03050101} Catawba CountY, NC Parcels C~~] Proposed Conservation Easement _ ~ Proposed External Crossings [:7 Wetl and Creation {3 :1) Wetland Reestab lishment (1:1) -Proposed Priori ty 1 Stream Restoration (1 :1) Proposed Priority 2 Stream Restoration (1:1) -Proposed Stream Preservation (7 .5 :l) Non-Project Streams Topographic Contours (4 ') Existing Utility Line * Proposed BMPs @ Reach Breaks l ~WILDLANDS ~ ENG IN EERING 0 I ' l J/ ~~ , I I I I 200 400 Feet I I Figure 7 Concept Design Map Whiskey Ju g Mitigation Site Catawba River Ba sin (03050101) Catawba County, NC 7357907.5 2020 = 750' YEAR : ------- ~EDR 7357907.5 2016 = 750' YEAR: _____ _ ~EDR 7357907.5 2012 = 750' YEAR: . ' •.. -·-:..:., ~--~ ~-. . •;f:;-1', J.:-:·;; - •, j ,/ ·';: ,,,,,..._. - ' .' < • t:;-~~ ~i,., .. ',\_(•· "' ,:It, 7357907.5 2009 = 750' YEAR: _____ _ 7357907.5 2006 = 750' ___ ,' INQUIRY#: ------ YEAR : ------- ~EDR 7357907.5 1998 = 750' YEAR : ~EDR , , t ... / J / 7357907.5 1993 = 750' YEAR: _____ _ ~EDR 7357907.5 1983 = 750' YEAR : if N ~EDR 7357907.5 1976 = 750' YEAR: ir N ~EOR' 7357907.5 1964 = 750' I YEAR : ~EDR 7357907.5 1961 = 750' YEAR: _____ _ ~EDR 7357907.5 1956 = 750' YEAR: _____ _ 7357907.5 1951 = 750' YEAR: _____ _ ~EDR NC DWQ Stream Identification Form Version 4.11 Date: May 18, 2023 Project/Site: Whiskey Jug Mitigation Site Latitude: 35.72983 Evaluator: Jess Waller Trib/Reach: UT to Lyle Creek Longitude: -81.089749 Total Points: 42 Stream Determination: Perennial (>=30) County: Catawba A. Geomorphology (Subtotal = 23) Absent Weak Moderate Strong 1. Continuity of channel bed and bank ☐0 ☐1 ☐2 ☑3 2. Sinuosity of channel along thalweg ☐0 ☐1 ☐2 ☑3 3. In-channel structure ☐0 ☐1 ☐2 ☑3 4. Particle size of stream substrate ☐0 ☐1 ☐2 ☑3 5. Active/relict floodplain ☐0 ☑1 ☐2 ☐3 6. Depositional bars or benches ☐0 ☐1 ☐2 ☑3 7. Recent alluvial deposits ☐0 ☐1 ☐2 ☑3 8. Headcuts ☐0 ☑1 ☐2 ☐3 9. Grade control ☐0 ☐0.5 ☐1 ☑1.5 10. Natural valley ☐0 ☐0.5 ☐1 ☑1.5 11. Second or greater order channel ☑No = 0 ☐Yes = 3 B. Hydrology (Subtotal = 12) 12. Presence of Baseflow ☐0 ☐1 ☐2 ☑3 13. Iron oxidizing bacteria ☐0 ☐1 ☐2 ☑3 14. Leaf litter ☐1.5 ☑1 ☐0.5 ☐0 15. Sediment on plants or debris ☐0 ☑0.5 ☐1 ☐1.5 16. Organic debris lines or piles ☐0 ☐0.5 ☐1 ☑1.5 17. Soil-based evidence of high water table?☐No = 0 ☑Yes = 3 C. Biology (Subtotal = 7) 18. Fibrous roots in streambed ☑3 ☐2 ☐1 ☐0 19. Rooted upland plants in streambed ☑3 ☐2 ☐1 ☐0 20. Macrobenthos (note diversity and abundance) ☐0 ☑1 ☐2 ☐3 21. Aquatic Mollusks ☑0 ☐1 ☐2 ☐3 22. Fish ☑0 ☐0.5 ☐1 ☐1.5 23. Crayfish ☑0 ☐0.5 ☐1 ☐1.5 24. Amphibians ☑0 ☐0.5 ☐1 ☐1.5 25. Algae ☑0 ☐0.5 ☐1 ☐1.5 26. Wetland plants in streambed ☐FACW = 0.75; ☐ OBL = 1.5; ☑ Other = 0 Notes: Much less incised than main channel; erosion on nearly every outer bend NC DWQ Stream Identification Form Version 4.11 Date: May 18, 2023 Project/Site: Whiskey Jug Mitigation Site Latitude: 35.729867 Evaluator: Jess Waller Trib/Reach: UT1 Longitude: -81.088596 Total Points: 41 Stream Determination: Perennial (>=30) County: Catawba A. Geomorphology (Subtotal = 23) Absent Weak Moderate Strong 1. Continuity of channel bed and bank ☐ 0 ☐ 1 ☐ 2 ☑ 3 2. Sinuosity of channel along thalweg ☐ 0 ☐ 1 ☐ 2 ☑ 3 3. In-channel structure ☐ 0 ☐ 1 ☐ 2 ☑ 3 4. Particle size of stream substrate ☐ 0 ☐ 1 ☐ 2 ☑ 3 5. Active/relict floodplain ☑ 0 ☐ 1 ☐ 2 ☐ 3 6. Depositional bars or benches ☐ 0 ☐ 1 ☐ 2 ☑ 3 7. Recent alluvial deposits ☐ 0 ☐ 1 ☐ 2 ☑ 3 8. Headcuts ☐ 0 ☐ 1 ☑ 2 ☐ 3 9. Grade control ☐ 0 ☐ 0.5 ☐ 1 ☑ 1.5 10. Natural valley ☐ 0 ☐ 0.5 ☐ 1 ☑ 1.5 11. Second or greater order channel ☑ No = 0 ☐ Yes = 3 B. Hydrology (Subtotal = 10.5) 12. Presence of Baseflow ☐ 0 ☐ 1 ☐ 2 ☑ 3 13. Iron oxidizing bacteria ☐ 0 ☐ 1 ☑ 2 ☐ 3 14. Leaf litter ☐ 1.5 ☐ 1 ☑ 0.5 ☐ 0 15. Sediment on plants or debris ☐ 0 ☑ 0.5 ☐ 1 ☐ 1.5 16. Organic debris lines or piles ☐ 0 ☐ 0.5 ☐ 1 ☑ 1.5 17. Soil-based evidence of high water table? ☐ No = 0 ☑ Yes = 3 C. Biology (Subtotal = 7.5) 18. Fibrous roots in streambed ☑ 3 ☐ 2 ☐ 1 ☐ 0 19. Rooted upland plants in streambed ☑ 3 ☐ 2 ☐ 1 ☐ 0 20. Macrobenthos (note diversity and abundance) ☐ 0 ☑ 1 ☐ 2 ☐ 3 21. Aquatic Mollusks ☑ 0 ☐ 1 ☐ 2 ☐ 3 22. Fish ☑ 0 ☐ 0.5 ☐ 1 ☐ 1.5 23. Crayfish ☑ 0 ☐ 0.5 ☐ 1 ☐ 1.5 24. Amphibians ☐ 0 ☑ 0.5 ☐ 1 ☐ 1.5 25. Algae ☑ 0 ☐ 0.5 ☐ 1 ☐ 1.5 26. Wetland plants in streambed ☐ FACW = 0.75; ☐ OBL = 1.5; ☑ Other = 0 Notes: Stream starts offsite; marked start at project boundary NC DWQ Stream Identification Form Version 4.11 Date: May 18, 2023 Project/Site: Whiskey Jug Mitigation Site Latitude: 35.728023 Evaluator: Jess Waller Trib/Reach: UT2 Longitude: -81.088825 Total Points: 38 Stream Determination: Perennial (>=30) County: Catawba A. Geomorphology (Subtotal = 19) Absent Weak Moderate Strong 1. Continuity of channel bed and bank ☐ 0 ☐ 1 ☐ 2 ☑ 3 2. Sinuosity of channel along thalweg ☐ 0 ☐ 1 ☐ 2 ☑ 3 3. In-channel structure ☐ 0 ☐ 1 ☐ 2 ☑ 3 4. Particle size of stream substrate ☐ 0 ☐ 1 ☐ 2 ☑ 3 5. Active/relict floodplain ☑ 0 ☐ 1 ☐ 2 ☐ 3 6. Depositional bars or benches ☑ 0 ☐ 1 ☐ 2 ☐ 3 7. Recent alluvial deposits ☐ 0 ☑ 1 ☐ 2 ☐ 3 8. Headcuts ☐ 0 ☐ 1 ☐ 2 ☑ 3 9. Grade control ☐ 0 ☐ 0.5 ☐ 1 ☑ 1.5 10. Natural valley ☐ 0 ☐ 0.5 ☐ 1 ☑ 1.5 11. Second or greater order channel ☑ No = 0 ☐ Yes = 3 B. Hydrology (Subtotal = 10) 12. Presence of Baseflow ☐ 0 ☐ 1 ☐ 2 ☑ 3 13. Iron oxidizing bacteria ☐ 0 ☐ 1 ☑ 2 ☐ 3 14. Leaf litter ☐ 1.5 ☐ 1 ☑ 0.5 ☐ 0 15. Sediment on plants or debris ☑ 0 ☐ 0.5 ☐ 1 ☐ 1.5 16. Organic debris lines or piles ☐ 0 ☐ 0.5 ☐ 1 ☑ 1.5 17. Soil-based evidence of high water table? ☐ No = 0 ☑ Yes = 3 C. Biology (Subtotal = 9) 18. Fibrous roots in streambed ☑ 3 ☐ 2 ☐ 1 ☐ 0 19. Rooted upland plants in streambed ☑ 3 ☐ 2 ☐ 1 ☐ 0 20. Macrobenthos (note diversity and abundance) ☐ 0 ☐ 1 ☑ 2 ☐ 3 21. Aquatic Mollusks ☑ 0 ☐ 1 ☐ 2 ☐ 3 22. Fish ☑ 0 ☐ 0.5 ☐ 1 ☐ 1.5 23. Crayfish ☐ 0 ☑ 0.5 ☐ 1 ☐ 1.5 24. Amphibians ☐ 0 ☑ 0.5 ☐ 1 ☐ 1.5 25. Algae ☑ 0 ☐ 0.5 ☐ 1 ☐ 1.5 26. Wetland plants in streambed ☐ FACW = 0.75; ☐ OBL = 1.5; ☑ Other = 0 Notes: Starts at headcut/seep; dry above headcut NC DWQ Stream Identification Form Version 4.11 Date: May 18, 2023 Project/Site: Whiskey Jug Mitigation Site Latitude: 35.726668 Evaluator: Jess Waller Trib/Reach: UT3 Longitude: -81.088702 Total Points: 39 Stream Determination: Perennial (>=30) County: Catawba A. Geomorphology (Subtotal = 20) Absent Weak Moderate Strong 1. Continuity of channel bed and bank ☐ 0 ☐ 1 ☑ 2 ☐ 3 2. Sinuosity of channel along thalweg ☐ 0 ☐ 1 ☐ 2 ☑ 3 3. In-channel structure ☐ 0 ☐ 1 ☐ 2 ☑ 3 4. Particle size of stream substrate ☐ 0 ☐ 1 ☐ 2 ☑ 3 5. Active/relict floodplain ☐ 0 ☐ 1 ☑ 2 ☐ 3 6. Depositional bars or benches ☐ 0 ☑ 1 ☐ 2 ☐ 3 7. Recent alluvial deposits ☐ 0 ☑ 1 ☐ 2 ☐ 3 8. Headcuts ☐ 0 ☐ 1 ☐ 2 ☑ 3 9. Grade control ☐ 0 ☐ 0.5 ☐ 1 ☑ 1.5 10. Natural valley ☐ 0 ☑ 0.5 ☐ 1 ☐ 1.5 11. Second or greater order channel ☑ No = 0 ☐ Yes = 3 B. Hydrology (Subtotal = 11.5) 12. Presence of Baseflow ☐ 0 ☐ 1 ☐ 2 ☑ 3 13. Iron oxidizing bacteria ☐ 0 ☐ 1 ☐ 2 ☑ 3 14. Leaf litter ☐ 1.5 ☑ 1 ☐ 0.5 ☐ 0 15. Sediment on plants or debris ☑ 0 ☐ 0.5 ☐ 1 ☐ 1.5 16. Organic debris lines or piles ☐ 0 ☐ 0.5 ☐ 1 ☑ 1.5 17. Soil-based evidence of high water table? ☐ No = 0 ☑ Yes = 3 C. Biology (Subtotal = 7.5) 18. Fibrous roots in streambed ☑ 3 ☐ 2 ☐ 1 ☐ 0 19. Rooted upland plants in streambed ☐ 3 ☑ 2 ☐ 1 ☐ 0 20. Macrobenthos (note diversity and abundance) ☐ 0 ☐ 1 ☑ 2 ☐ 3 21. Aquatic Mollusks ☑ 0 ☐ 1 ☐ 2 ☐ 3 22. Fish ☑ 0 ☐ 0.5 ☐ 1 ☐ 1.5 23. Crayfish ☑ 0 ☐ 0.5 ☐ 1 ☐ 1.5 24. Amphibians ☐ 0 ☑ 0.5 ☐ 1 ☐ 1.5 25. Algae ☑ 0 ☐ 0.5 ☐ 1 ☐ 1.5 26. Wetland plants in streambed ☐ FACW = 0.75; ☐ OBL = 1.5; ☑ Other = 0 Notes: Stream starts above project boundary; marked start at project boundary NC DWQ Stream Identification Form Version 4.11 Date: May 18, 2023 Project/Site: Whiskey Jug Mitigation Site Latitude: 35.723981 Evaluator: Jess Waller Trib/Reach: UT4 Longitude: -81.088411 Total Points: 42 Stream Determination: Perennial (>=30) County: Catawba A. Geomorphology (Subtotal = 19) Absent Weak Moderate Strong 1. Continuity of channel bed and bank ☐ 0 ☐ 1 ☐ 2 ☑ 3 2. Sinuosity of channel along thalweg ☐ 0 ☐ 1 ☑ 2 ☐ 3 3. In-channel structure ☐ 0 ☐ 1 ☐ 2 ☑ 3 4. Particle size of stream substrate ☐ 0 ☐ 1 ☐ 2 ☑ 3 5. Active/relict floodplain ☑ 0 ☐ 1 ☐ 2 ☐ 3 6. Depositional bars or benches ☐ 0 ☐ 1 ☐ 2 ☑ 3 7. Recent alluvial deposits ☐ 0 ☐ 1 ☑ 2 ☐ 3 8. Headcuts ☑ 0 ☐ 1 ☐ 2 ☐ 3 9. Grade control ☐ 0 ☐ 0.5 ☐ 1 ☑ 1.5 10. Natural valley ☐ 0 ☐ 0.5 ☐ 1 ☑ 1.5 11. Second or greater order channel ☑ No = 0 ☐ Yes = 3 B. Hydrology (Subtotal = 12.5) 12. Presence of Baseflow ☐ 0 ☐ 1 ☐ 2 ☑ 3 13. Iron oxidizing bacteria ☐ 0 ☐ 1 ☐ 2 ☑ 3 14. Leaf litter ☐ 1.5 ☑ 1 ☐ 0.5 ☐ 0 15. Sediment on plants or debris ☐ 0 ☐ 0.5 ☑ 1 ☐ 1.5 16. Organic debris lines or piles ☐ 0 ☐ 0.5 ☐ 1 ☑ 1.5 17. Soil-based evidence of high water table? ☐ No = 0 ☑ Yes = 3 C. Biology (Subtotal = 10.5) 18. Fibrous roots in streambed ☑ 3 ☐ 2 ☐ 1 ☐ 0 19. Rooted upland plants in streambed ☑ 3 ☐ 2 ☐ 1 ☐ 0 20. Macrobenthos (note diversity and abundance) ☐ 0 ☐ 1 ☐ 2 ☑ 3 21. Aquatic Mollusks ☑ 0 ☐ 1 ☐ 2 ☐ 3 22. Fish ☑ 0 ☐ 0.5 ☐ 1 ☐ 1.5 23. Crayfish ☑ 0 ☐ 0.5 ☐ 1 ☐ 1.5 24. Amphibians ☐ 0 ☐ 0.5 ☐ 1 ☑ 1.5 25. Algae ☑ 0 ☐ 0.5 ☐ 1 ☐ 1.5 26. Wetland plants in streambed ☐ FACW = 0.75; ☐ OBL = 1.5; ☑ Other = 0 Notes: Stream starts offsite; marked start at boundary NC DWQ Stream Identification Form Version 4.11 Date: May 17, 2023 Project/Site: Whiskey Jug Mitigation Site Latitude: 35.720079 Evaluator: Jess Waller Trib/Reach: UT5 Longitude: -81.08856 Total Points: 19.5 Stream Determination: Intermittent (19 to <30) County: Catawba A. Geomorphology (Subtotal = 9.5) Absent Weak Moderate Strong 1. Continuity of channel bed and bank ☐ 0 ☐ 1 ☑ 2 ☐ 3 2. Sinuosity of channel along thalweg ☐ 0 ☐ 1 ☑ 2 ☐ 3 3. In-channel structure ☐ 0 ☑ 1 ☐ 2 ☐ 3 4. Particle size of stream substrate ☐ 0 ☑ 1 ☐ 2 ☐ 3 5. Active/relict floodplain ☑ 0 ☐ 1 ☐ 2 ☐ 3 6. Depositional bars or benches ☑ 0 ☐ 1 ☐ 2 ☐ 3 7. Recent alluvial deposits ☑ 0 ☐ 1 ☐ 2 ☐ 3 8. Headcuts ☐ 0 ☐ 1 ☑ 2 ☐ 3 9. Grade control ☑ 0 ☐ 0.5 ☐ 1 ☐ 1.5 10. Natural valley ☐ 0 ☐ 0.5 ☐ 1 ☑ 1.5 11. Second or greater order channel ☑ No = 0 ☐ Yes = 3 B. Hydrology (Subtotal = 4) 12. Presence of Baseflow ☑ 0 ☐ 1 ☐ 2 ☐ 3 13. Iron oxidizing bacteria ☑ 0 ☐ 1 ☐ 2 ☐ 3 14. Leaf litter ☐ 1.5 ☐ 1 ☑ 0.5 ☐ 0 15. Sediment on plants or debris ☑ 0 ☐ 0.5 ☐ 1 ☐ 1.5 16. Organic debris lines or piles ☐ 0 ☑ 0.5 ☐ 1 ☐ 1.5 17. Soil-based evidence of high water table? ☐ No = 0 ☑ Yes = 3 C. Biology (Subtotal = 6) 18. Fibrous roots in streambed ☑ 3 ☐ 2 ☐ 1 ☐ 0 19. Rooted upland plants in streambed ☑ 3 ☐ 2 ☐ 1 ☐ 0 20. Macrobenthos (note diversity and abundance) ☑ 0 ☐ 1 ☐ 2 ☐ 3 21. Aquatic Mollusks ☑ 0 ☐ 1 ☐ 2 ☐ 3 22. Fish ☑ 0 ☐ 0.5 ☐ 1 ☐ 1.5 23. Crayfish ☑ 0 ☐ 0.5 ☐ 1 ☐ 1.5 24. Amphibians ☑ 0 ☐ 0.5 ☐ 1 ☐ 1.5 25. Algae ☑ 0 ☐ 0.5 ☐ 1 ☐ 1.5 26. Wetland plants in streambed ☐ FACW = 0.75; ☐ OBL = 1.5; ☑ Other = 0 Notes: Starts at headcut below livestock crossing; more of a trash-filled gully above; bed and bank becomes relatively weak NC DWQ Stream Identification Form Version 4.11 Date: May 17, 2023 Project/Site: Whiskey Jug Mitigation Site Latitude: 35.720086 Evaluator: Jess Waller Trib/Reach: UT5 Longitude: -81.088886 Total Points: 42 Stream Determination: Perennial (>=30) County: Catawba A. Geomorphology (Subtotal = 24) Absent Weak Moderate Strong 1. Continuity of channel bed and bank ☐ 0 ☐ 1 ☐ 2 ☑ 3 2. Sinuosity of channel along thalweg ☐ 0 ☐ 1 ☐ 2 ☑ 3 3. In-channel structure ☐ 0 ☐ 1 ☐ 2 ☑ 3 4. Particle size of stream substrate ☐ 0 ☐ 1 ☐ 2 ☑ 3 5. Active/relict floodplain ☑ 0 ☐ 1 ☐ 2 ☐ 3 6. Depositional bars or benches ☐ 0 ☐ 1 ☐ 2 ☑ 3 7. Recent alluvial deposits ☐ 0 ☐ 1 ☐ 2 ☑ 3 8. Headcuts ☐ 0 ☐ 1 ☐ 2 ☑ 3 9. Grade control ☐ 0 ☐ 0.5 ☐ 1 ☑ 1.5 10. Natural valley ☐ 0 ☐ 0.5 ☐ 1 ☑ 1.5 11. Second or greater order channel ☑ No = 0 ☐ Yes = 3 B. Hydrology (Subtotal = 12) 12. Presence of Baseflow ☐ 0 ☐ 1 ☐ 2 ☑ 3 13. Iron oxidizing bacteria ☐ 0 ☐ 1 ☐ 2 ☑ 3 14. Leaf litter ☐ 1.5 ☐ 1 ☑ 0.5 ☐ 0 15. Sediment on plants or debris ☐ 0 ☐ 0.5 ☑ 1 ☐ 1.5 16. Organic debris lines or piles ☐ 0 ☐ 0.5 ☐ 1 ☑ 1.5 17. Soil-based evidence of high water table? ☐ No = 0 ☑ Yes = 3 C. Biology (Subtotal = 6) 18. Fibrous roots in streambed ☑ 3 ☐ 2 ☐ 1 ☐ 0 19. Rooted upland plants in streambed ☐ 3 ☑ 2 ☐ 1 ☐ 0 20. Macrobenthos (note diversity and abundance) ☐ 0 ☑ 1 ☐ 2 ☐ 3 21. Aquatic Mollusks ☑ 0 ☐ 1 ☐ 2 ☐ 3 22. Fish ☑ 0 ☐ 0.5 ☐ 1 ☐ 1.5 23. Crayfish ☑ 0 ☐ 0.5 ☐ 1 ☐ 1.5 24. Amphibians ☑ 0 ☐ 0.5 ☐ 1 ☐ 1.5 25. Algae ☑ 0 ☐ 0.5 ☐ 1 ☐ 1.5 26. Wetland plants in streambed ☐ FACW = 0.75; ☐ OBL = 1.5; ☑ Other = 0 Notes: Perennial start at minor headcut/ extreme bank erosion NC DWQ Stream Identification Form Version 4.11 Date: May 17, 2023 Project/Site: Whiskey Jug Mitigation Site Latitude: 35.719027 Evaluator: Jess Waller Trib/Reach: UT6 Longitude: -81.094442 Total Points: 24 Stream Determination: Intermittent (19 to <30) County: Catawba A. Geomorphology (Subtotal = 8) Absent Weak Moderate Strong 1. Continuity of channel bed and bank ☐ 0 ☐ 1 ☐ 2 ☑ 3 2. Sinuosity of channel along thalweg ☐ 0 ☐ 1 ☑ 2 ☐ 3 3. In-channel structure ☑ 0 ☐ 1 ☐ 2 ☐ 3 4. Particle size of stream substrate ☐ 0 ☑ 1 ☐ 2 ☐ 3 5. Active/relict floodplain ☐ 0 ☑ 1 ☐ 2 ☐ 3 6. Depositional bars or benches ☑ 0 ☐ 1 ☐ 2 ☐ 3 7. Recent alluvial deposits ☑ 0 ☐ 1 ☐ 2 ☐ 3 8. Headcuts ☑ 0 ☐ 1 ☐ 2 ☐ 3 9. Grade control ☑ 0 ☐ 0.5 ☐ 1 ☐ 1.5 10. Natural valley ☐ 0 ☐ 0.5 ☑ 1 ☐ 1.5 11. Second or greater order channel ☑ No = 0 ☐ Yes = 3 B. Hydrology (Subtotal = 10) 12. Presence of Baseflow ☐ 0 ☐ 1 ☐ 2 ☑ 3 13. Iron oxidizing bacteria ☐ 0 ☐ 1 ☑ 2 ☐ 3 14. Leaf litter ☑ 1.5 ☐ 1 ☐ 0.5 ☐ 0 15. Sediment on plants or debris ☐ 0 ☑ 0.5 ☐ 1 ☐ 1.5 16. Organic debris lines or piles ☑ 0 ☐ 0.5 ☐ 1 ☐ 1.5 17. Soil-based evidence of high water table? ☐ No = 0 ☑ Yes = 3 C. Biology (Subtotal = 6) 18. Fibrous roots in streambed ☐ 3 ☐ 2 ☐ 1 ☑ 0 19. Rooted upland plants in streambed ☑ 3 ☐ 2 ☐ 1 ☐ 0 20. Macrobenthos (note diversity and abundance) ☐ 0 ☑ 1 ☐ 2 ☐ 3 21. Aquatic Mollusks ☑ 0 ☐ 1 ☐ 2 ☐ 3 22. Fish ☐ 0 ☑ 0.5 ☐ 1 ☐ 1.5 23. Crayfish ☑ 0 ☐ 0.5 ☐ 1 ☐ 1.5 24. Amphibians ☑ 0 ☐ 0.5 ☐ 1 ☐ 1.5 25. Algae ☑ 0 ☐ 0.5 ☐ 1 ☐ 1.5 26. Wetland plants in streambed ☐ FACW = 0.75; ☑ OBL = 1.5; ☐ Other = 0 Notes: Starts at culvert/ trail crossing; ditch above culvert lacks sinuosity and more obvious flow NC DWQ Stream Identification Form Version 4.11 Date: May 17, 2023 Project/Site: Whiskey Jug Mitigation Site Latitude: 35.717703 Evaluator: Jess Waller Trib/Reach: UT6 Longitude: -81.092271 Total Points: 33 Stream Determination: Perennial (>=30) County: Catawba A. Geomorphology (Subtotal = 11.5) Absent Weak Moderate Strong 1. Continuity of channel bed and bank ☐ 0 ☐ 1 ☐ 2 ☑ 3 2. Sinuosity of channel along thalweg ☐ 0 ☐ 1 ☑ 2 ☐ 3 3. In-channel structure ☐ 0 ☐ 1 ☑ 2 ☐ 3 4. Particle size of stream substrate ☐ 0 ☐ 1 ☑ 2 ☐ 3 5. Active/relict floodplain ☐ 0 ☑ 1 ☐ 2 ☐ 3 6. Depositional bars or benches ☑ 0 ☐ 1 ☐ 2 ☐ 3 7. Recent alluvial deposits ☑ 0 ☐ 1 ☐ 2 ☐ 3 8. Headcuts ☑ 0 ☐ 1 ☐ 2 ☐ 3 9. Grade control ☐ 0 ☐ 0.5 ☑ 1 ☐ 1.5 10. Natural valley ☐ 0 ☑ 0.5 ☐ 1 ☐ 1.5 11. Second or greater order channel ☑ No = 0 ☐ Yes = 3 B. Hydrology (Subtotal = 11) 12. Presence of Baseflow ☐ 0 ☐ 1 ☐ 2 ☑ 3 13. Iron oxidizing bacteria ☐ 0 ☐ 1 ☑ 2 ☐ 3 14. Leaf litter ☐ 1.5 ☑ 1 ☐ 0.5 ☐ 0 15. Sediment on plants or debris ☐ 0 ☑ 0.5 ☐ 1 ☐ 1.5 16. Organic debris lines or piles ☐ 0 ☐ 0.5 ☐ 1 ☑ 1.5 17. Soil-based evidence of high water table? ☐ No = 0 ☑ Yes = 3 C. Biology (Subtotal = 10.5) 18. Fibrous roots in streambed ☑ 3 ☐ 2 ☐ 1 ☐ 0 19. Rooted upland plants in streambed ☑ 3 ☐ 2 ☐ 1 ☐ 0 20. Macrobenthos (note diversity and abundance) ☐ 0 ☑ 1 ☐ 2 ☐ 3 21. Aquatic Mollusks ☑ 0 ☐ 1 ☐ 2 ☐ 3 22. Fish ☑ 0 ☐ 0.5 ☐ 1 ☐ 1.5 23. Crayfish ☐ 0 ☑ 0.5 ☐ 1 ☐ 1.5 24. Amphibians ☐ 0 ☐ 0.5 ☐ 1 ☑ 1.5 25. Algae ☑ 0 ☐ 0.5 ☐ 1 ☐ 1.5 26. Wetland plants in streambed ☐ FACW = 0.75; ☑ OBL = 1.5; ☐ Other = 0 Notes: Perennial start where wet ditch joins stream; water input increases, stream becomes more incised and narrow, strip of trees provides allocthonous input, slightly stronger difference in particle size 3830 1752 FILED ELECTRONICALLY CATAWBA COUNTY NC DONNA HICKS SPENCER FILED Sep 11, 2023 AT 04:09:00 PM BOOK 03830 START PAGE 1752 END PAGE 1755 RECORDING REQUESTED BY AND WHEN RECORDED MAIL TO: Wildlands Engineering, Inc. 1430 South Mint Street, Suite 104 Charlotte, NC 28203 Attention: Matt Covington INSTRUMENT# EXCISE TAX SPACE ABOVE THIS LINE FOR RECORDER'S USE MEMORANDUM OF OPTION This Memorandum of Option (this "Memorandum") is between Connor Family Farm, LLC, a North Carolina limited liability company ("Seller"), and Wildlands Engineering, Inc., a North Carolina corporation ("Buyer"). This memorandum will become effective when all parties have signed it. The date of this Memorandum will be the date this Memorandum is signed by the last party to sign it. Seller does hereby give and grant to Buyer the right and option to purchase mitigation use rights on a portion of real property comprised of approximately 21.26 acres located at E US-70 Hwy in Catawba, Catawba County, North Carolina, recorded in that County's Register of Deeds at Book 3698, Page 795. This option expires on December 15, 2025 and the closing shall occur on or before the date that is 30 days after the option expiration. The provisions set forth in a written Option to Purchase Mitigation Use Rights between the parties with an effective date of C> \ / 03 /1,.,02,~ are hereby incorporated in this memorandum. Each party is signing this memorandum on the date stated below that party's signature. submitted electronically by "Wildlands Engineering, Inc." in compliance with North Carolina statutes governing recordable documents and the terms of the submitter agreement with the Catawba county Register of Deeds. 16140 $0.00 3830 1753 BUYER: SHI.ER: WIUll..ANDS ENGINEERING, INC., a North Carolina CONNOR FAMILY FARM, I.LC, a North Carolina limited liability company Sh By:Qkk~ Title: M~ Date: __ 1...,..../_3_,..._/_l_v_-z.. __ ) ___ _ I I r 2 12.6.22 tp/mtc 3830 1754 Mecklenburg County, North Carolina I certify that Shawn D. Wilkerson personally appeared before me this day, acknowledging to me that he is President of Wild lands Engineering, Inc., a North Carolina corporation and that he, as President, being authorized to do so, executed the foregoing on behalf of Wild lands Engineering, Inc. Date:_l_/ 3_( t_oi.~_ (Official Seal) ~ Official Signature of Notary &Vl)~,~ Mt.b\A.\..f-(_ Notary's printed or typed name My commission expires: O«.{ / 11 / 1...D l 1 3 12.6.22 tp/mtc 3830 1755 __.~ __ t--'-~=,Jo.....___...._ _____ County, North Carolina I certify that thA-1 l:Ci CMt'dl«>✓ personally appeared before me this day, acknowledging to me that he/she is M (A.V\1t ,( of Connor Family Farm, LLC, a North Carolina limited liability company and that h 1/she, as ~~~p: , being authorized to do so, executed the foregoing on behalf of Connor Family Farm, LLC. (Official Seal) Official Signature of Notary E-tn j ~Y"·n·~ Wh ... (:,~, <t.. Notary's printed or typed name My commission expires: 04 / \ \ / t.ol, 1 4 12.6.22 tp/mtc 3830 1761 FILED ELECTRONICALLY CATAWBA COUNTY NC DONNA HICKS SPENCER FILED Sep 11, 2023 AT 04:09:00 PM BOOK 03830 START PAGE 1761 END PAGE 1764 RECORDING REQUESTED BY AND WHEN RECORDED MAIL TO: Wildlands Engineering, Inc. 1430 South Mint Street, Suite 104 Charlotte, NC 28203 Attention: Matt Covington INSTRUMENT# EXCISE TAX SPACE ABOVE THIS LINE FOR RECORDER'S USE MEMORANDUM OF OPTION This Memorandum of Option (this "Memorandum") is between Joyce Ervin Hedrick, Unmarried ("Seller"), and Wildlands Engineering, Inc., a North Carolina corporation ("Buyer"). This memorandum will become effective when all parties have signed it. The date of this Memorandum will be the date this Memorandum is signed by the last party to sign it. Seller does hereby give and grant to Buyer the right and option to purchase mitigation use rights on a portion of real property comprised of approximately 8.5 acres located off Oxford School Road in Catawba, Catawba County, North Carolina, recorded in that County's Register of Deeds at Book 3055, Page 1248. This option expires on November 30, 2025 and the closing shall occur on or before the date that is 30 days after the option expiration. The provisions set forth in a written Option to Purchase Mitigation Use Rights between the parties with an effective date of ?>-\\,i ... 1,,bt,~ are hereby incorporated in this memorandum. Each party is signing this memorandum on the date stated below that party's signature. 1 submitted electronically by "Wildlands Engineering, Inc." in compliance with North Carolina statutes governing recordable documents and the terms of the submitter agreement with the Catawba county Register of Deeds. 16142 $0.00 3830 1762 BUYER: SELi.ER: DS ENGINEERING, INC., a North Carolina JOYCE ERVIN HEDRICK Sh Date: __ ;_.-Z-1,_,,,_L_6_2'~J __ _ Date: 3-IS'-:,.o.:z. ~ 2 3.9.23 tp/rwb 3830 1763 Mecklenburg County, North Carolina I certify that Shawn D. Wilkerson personally appeared before me this day, acknowledging to me that he is President of Wild lands Engineering, Inc., a North Carolina corporation and that he, as President, being authorized to do so, executed the foregoing on behalf of Wild lands Engineering, Inc. Date: 3 ... 2.0 .. z.o, l (Official Seal) Official Signature of Notary ]-e"'JA~ i~ M~\, ~,, C. Notary's printed or typed name My commission expires: __ "f_-_f _f _-_L_O_t:_, __ 3 3.9.23 tp/rwb 3830 1764 ~C_fJ.:_t_~_~ __ 'IJ_C>... ____ County, North Carolina I certify that the following person personally appeared before me this day, acknowledging to me that he or she signed the foregoing document: Name of principal Date: 3/ 15/20'23 (Official Seal) • ~ ~I Signature of Notary Notary's p inted or typed name My commission expires: '-i/ I\ J--z..1 4 3.9.23 tp/rwb 3830 1765 FILED ELECTRONICALLY CATAWBA COUNTY NC DONNA HICKS SPENCER FILED Sep 11, 2023 AT 04:09:00 PM BOOK 03830 START PAGE 1765 END PAGE 1769 RECORDING REQUESTED BY AND WHEN RECORDED MAIL TO: Wildlands Engineering, Inc. 1430 South Mint Street, Suite 104 Charlotte, NC 28203 Attention: Matt Covington INSTRUMENT# EXCISE TAX SPACE ABOVE THIS LINE FOR RECORDER'S USE MEMORANDUM OF OPTION This Memorandum of Option (this "Memorandum") is between Charles E. Schoff and spouse, Crystal S. Schoff (collectively "Seller"), and Wildlands Engineering, Inc., a North Carolina corporation ("Buyer"). This memorandum will become effective when all parties have signed it. The date of this Memorandum will be the date this Memorandum is signed by the last party to sign it. Seller does hereby give and grant to Buyer the right and option to purchase mitigation use rights on a portion of real property comprised of approximately 24.83 acres located at Oxford School Road in Catawba, Catawba County, North Carolina, recorded in that County's Register of Deeds at Book 3586, Page 1827 (the "Property"). This option expires on September 30, 2025 and the closing shall occur on or before the date that is 30 days after the option expiration. The provisions set forth in a written Option to Purchase Mitigation Use Rights between the parties with an effective date of \1,-\1.."' z:•t... are hereby incorporated in this memorandum. Each party is signing this memorandum on the date stated below that party's signature. 1n 'l ')') t-n submitted electronically by "Wildlands Engineering, Inc." in compliance with North Carolina statutes governing recordable documents and the terms of the submitter agreement with the Catawba county Register of Deeds. 16143 $0.00 3830 1766 BUYER: SELLER: WILDIANDS EElstlNC:i. a North Carolina CHARLES E. SCHOFF and CRYSTALS. corporation SCHOFF ebb.~ Shawn D. Wilkerson, President Date:_1_1-_-_r_t.-_i_L ___ _ 2 3830 1767 Mecklenburg County, North Carolina I certify that Shawn D. Wilkerson personally appeared before me this day, acknowledging to me that he is President of Wild lands Engineering, Inc., a North Carolina corporation and that he, as President, being authorized to do so, executed the foregoing on behalf of Wild lands Engineering, Inc. (Official Seal) Official Signature of Notary 1>t~5A~••~ v"\J\t,.~\{t.. Notary's printed or typed name My commission expires: ___ l-(_-_J_l_-_t,_1 ___ _ 3 3830 1768 ____ c_~_+_~ __ \J_~--County, North Carolina I certify that the following person personally appeared before me this day, acknowledging to me that he or she signed the foregoing document: Name of principal (Official Seal) 'cial Signature of Notary 'Be~ ._""-j I'\ 11/\,t),,.._ -i '{ ('.. Notary's printed~ typed name My commission expires: Oa.\, , \ J i..ot-7 4 3830 1769 ___ G=-o.._\_tt_W_~----County, North Carolina I certify that the following person personally appeared before me this day, acknowledging to me that he or she signed the foregoing document: Name of principal Date: 1/31 tu'L~ (Official Seal) ~~ fffida/ Signature of Notary B.e,'Y'\~ 6..~tn l&lt ~"'iv'- Notary's prin~d or typed name • My commission expires: " 01 / l \ / Zb L 1 5 3830 1756 FILED ELECTRONICALLY CATAWBA COUNTY NC DONNA HICKS SPENCER FILED Sep 11, 2023 AT 04:09:00 PM BOOK 03830 START PAGE 1756 END PAGE 1760 RECORDING REQUESTED BY AND WHEN RECORDED MAIL TO: Wildlands Engineering, Inc. 1430 South Mint Street, Suite 104 Charlotte, NC 28203 Attention: Matt Covington INSTRUMENT# EXCISE TAX SPACE ABOVE THIS LINE FOR RECORDER'S USE MEMORANDUM OF OPTION This Memorandum of Option (this "Memorandum") is between Willow Reach Farm, LLC, a North Carolina limited liability company ("Seller"), and Wildlands Engineering, Inc., a North Carolina corporation ("Buyer"). This memorandum will become effective when all parties have signed it. The date of this Memorandum will be the date this Memorandum is signed by the last party to sign it. Seller does hereby give and grant to Buyer the right and option to purchase mitigation use rights on a portion of real property comprised of approximately 11.04 acres located at E US-70 Hwy in Catawba, Catawba County, North Carolina, recorded in that County's Register of Deeds at Book 3698, Page 789. This option expires on December 15, 2025 and the closing shall occur on or before the date that is 30 days after the option expiration. The provisions set forth in a written Option to Purchase Mitigation Use Rights between the parties with an effective date of January 30, 2023 are hereby incorporated in this memorandum. Each party is signing this memorandum on the date stated below that party's signature. submitted electronically by "Wildlands Engineering, Inc." in compliance with North Carolina statutes governing recordable documents and the terms of the submitter agreement with the Catawba county Register of Deeds. 16141 $0.00 3830 1757 BUYER: SELLER: WILDLANDS ENGINEERING, INC., a North Carolina WILLOW REACH FARM, LLC, a North Carolina corporation ~ ..._ By: CJ1--,P-~ limited Ii By: Shawn D. Wilkerson, President Date: By: Date:_5---1,\--=l\__._,_~_3 ___ _ l 12.6.22 tp/mtc 3830 1758 Mecklenburg County, North Carolina I certify that Shawn D. Wilkerson personally appeared before me this day, acknowledging to me that he is President of Wildlands Engineering, Inc., a North Carolina corporation and that he, as President, being authorized to do so, executed the foregoing on behalf of Wild lands Engineering, Inc. Date: (Official Seal) ROBERT W. BUGG NOTARY PUBLIC Mecklenburg County North Carolina Official Signature of Notary ___ c_b_e,-.+. Lv. lle1~ Notary's printed or typed name My commission expires: __ ~ZJ~_ .. _a_~_._2_~'-- 3 12.6.22 tp/mtc 3830 1759 _C=-io,-,oa,::.;\.,__,~::.;.....;;;_be:::.......;_61._;;__ ___ County, North Carolina I ce,i;ty that l<Dn,J J (,. ~ b,;eQ.fa ily appea,ed befme me this day, acknowledging to me tf-)a~she is g .9~ of Willow Reach Farm, LLC, a North Carolina limited lia'i;m(y company and th@she, as ~fAit , being authorized to do so, executed the foregoing on behalf of Willow Reach Farm, LLC. Date: 8)4 )~ Lydia N Brotherton NOTARY PUBLIC Alexander County, NC My Commission Expires April 17, 2027 Official Signature of Notary ~tt,:~ V\. 1,~v-tM.- Notary's printed or typed name My commission expires: Rpvil 1 ~ ~ Jo~ 1 12.6.22 tp/mtc 3830 1760 _Q."'--=tl"'-------'w""""" ......... b"'-"-'A,.__ ___ County, North Carolina I certify that 0u~ U} I Kte'jlqr"personally appeared before me this day, acknowledging to me that hi@;, .:<ii~ of wmow Reach Fa,m, LLC, a NMh CarnUna Umited liability company andhath /she as Q ~± , being authorized to do so, executed the foregoing on behalf of Willow Reach Farm, LLC. (Official Seal) Lydia N Brotherton NOTARY PUBLIC Alexander County, NC My Commission Expires April 17, 2027 Official Signature of Notary Notary's printed or typed name My commission expires: 'A:fw:a } fl~bda q s 12.6.22 tp/mtc 3830 1770 FILED ELECTRONICALLY CATAWBA COUNTY NC DONNA HICKS SPENCER FILED Sep 11, 2023 AT 04:09:00 PM BOOK 03830 START PAGE 1770 END PAGE 1773 RECORDING REQUESTED BY AND WHEN RECORDED MAIL TO: Wildlands Engineering, Inc. 1430 South Mint Street, Suite 104 Charlotte, NC 28203 Attention: Matt Covington INSTRUMENT# EXCISE TAX SPACE ABOVE THIS LINE FOR RECORDER'S USE MEMORANDUM OF OPTION This Memorandum of Option (this "Memorandum") is between Wildlands Farms, LLC, a North Carolina limited liability company ("Seller"), and Wildlands Engineering, Inc., a North Carolina corporation ("Buyer"). This memorandum will become effective when all parties have signed it. The date of this Memorandum will be the date this Memorandum is signed by the last party to sign it. Seller does hereby give and grant to Buyer the right and option to purchase mitigation use rights on a portion of real property comprised of approximately 89.77 acres located off Hwy 70 E in Catawba, Catawba County, North Carolina, recorded in that County's Register of Deeds at Book 3784, Page 1963. This option expires on September 6, 2027 and the closing shall occur on or before the date that is 30 days after the option expiration. The provisions set forth in a written Option to Purchase Mitigation Use Rights between the parties with an effective date of September 6, 2023 are hereby incorporated in this memorandum. Each party is signing this memorandum on the date stated below that party's signature. ~ submitted electronically by "Wildlands Engineering, Inc." in compliance with North Carolina statutes governing recordable documents and the terms of the submitter agreement with the Catawba county Register of Deeds. 16144 $0.00 3830 1771 BUYER: WII..DLANDS ENGINEERING, INC., a North Carolina corporab· n By: J).~ Sh ~kerson, President Date:_~_/_i /_:J.O_). J __ _ 2 SEU.ER: WII..DLANDS FARMS, U .. C, a North Carolina S awn D. Wilkerson, Manager Date: 9 /6 / 2.0)-3 ---1-,--~------- 9.6.23 tp 3830 1772 Mecklenburg County, North Carolina I certify that Shawn D. Wilkerson personally appeared before me this day, acknowledging to me that he is President of Wildlands Engineering, Inc., a North Carolina corporation and that he, as President, being authorized to do so, executed the foregoing on behalf of Wildlands Engineering, Inc. (Official Seal) Official Signature of Notary !)1 ~ &l ~ ~"' M t.\o v.., "<- Notary's printed or typed name My commission expires: o~/ H { 1..0'2., 3 9.6.23 tp 3830 1773 Mecklenburg County, North Carolina I certify that Shawn D. Wilkerson personally appeared before me this day, acknowledging to me that he is Manager of Wildlands Farms, LLC, a North Carolina limited liability company and that he, as Manager, being authorized to do so, executed the foregoing on behalf of Wildlands Farms, LLC. Date:_9/ ........... ~......._, 2._0_l3_ (Official Seal) Official Signature of Notary ~ n3·°' ~ ,·~ M L 6 ~, " t Notary's printed or typed name My commission expires: O'i} \\ / 1.b1..1 4 9.6.23 tp Cross Section 1 - UT6 Bankfull Dimensions Flood Dimensions Materials 2.1 x-section area (ft.sq.) 6.7 W flood prone area (ft) ---D50 (mm) 4.0 width (ft) 1.7 entrenchment ratio ---D84 (mm) 0.5 mean depth (ft) 2.9 low bank height (ft) --- threshold grain size (mm): 0.9 max depth (ft)3.4 low bank height ratio 4.5 wetted perimeter (ft)Rosgen Stream Type 0.5 hydraulic radius (ft)--- 7.6 width-depth ratio Bankfull Flow Flow Resistance Forces & Power --- velocity (ft/s)--- Manning's roughness --- channel slope (%) --- discharge rate (cfs) --- Darcy-Weisbach fric.--- shear stress (lb/sq.ft.) --- Froude number --- resistance factor u/u*--- shear velocity (ft/s) --- relative roughness --- unit strm power (lb/ft/s) Missing: , , Sinuosity, D50, slope 990 991 992 993 994 995 996 0 5 10 15 20 25 30 35 40 45 50 55 El e v a t i o n ( f t ) Width (ft) riffle Elevation (ft) View Upstream View Downstream I I I I I ---....... I ~------------l ----------· J ·----------~-------· ,, ____________ 1 ____________ J _____________ • ---,-----_ ___________ J ___________ ~ I " I ' . ~ ,I "V' Cross Section 2 - UT5 Bankfull Dimensions Flood Dimensions Materials 2.5 x-section area (ft.sq.) 7.9 W flood prone area (ft) ---D50 (mm) 6.4 width (ft) 1.2 entrenchment ratio ---D84 (mm) 0.4 mean depth (ft) 3.0 low bank height (ft) --- threshold grain size (mm): 0.5 max depth (ft)5.8 low bank height ratio 6.7 wetted perimeter (ft)Rosgen Stream Type 0.4 hydraulic radius (ft)--- 16.4 width-depth ratio Bankfull Flow Flow Resistance Forces & Power --- velocity (ft/s)--- Manning's roughness --- channel slope (%) --- discharge rate (cfs) --- Darcy-Weisbach fric.--- shear stress (lb/sq.ft.) --- Froude number --- resistance factor u/u*--- shear velocity (ft/s) --- relative roughness --- unit strm power (lb/ft/s) Missing: , , Sinuosity, D50, slope 986 987 988 989 990 991 992 993 994 0 5 10 15 20 25 30 35 40 45 El e v a t i o n ( f t ) Width (ft) riffle View Upstream View Downstream ------------------------------" ·-----------------· 7 ------------------------------------------------------· ... ' .,,,,,,. Cross Section 3 - UT to Lyle Creek Reach 3 Bankfull Dimensions Flood Dimensions Materials 8.0 x-section area (ft.sq.) 11.9 W flood prone area (ft) ---D50 (mm) 7.6 width (ft) 1.6 entrenchment ratio ---D84 (mm) 1.1 mean depth (ft) 2.8 low bank height (ft) --- threshold grain size (mm): 1.1 max depth (ft)2.5 low bank height ratio 9.4 wetted perimeter (ft)Rosgen Stream Type 0.9 hydraulic radius (ft)--- 7.2 width-depth ratio Bankfull Flow Flow Resistance Forces & Power --- velocity (ft/s)--- Manning's roughness --- channel slope (%) --- discharge rate (cfs) --- Darcy-Weisbach fric.--- shear stress (lb/sq.ft.) --- Froude number --- resistance factor u/u*--- shear velocity (ft/s) --- relative roughness --- unit strm power (lb/ft/s) Missing: , , Sinuosity, D50, slope 989 990 991 992 993 994 995 0 5 10 15 20 25 30 35 40 45 50 55 60 El e v a t i o n ( f t ) Width (ft) riffle View Upstream View Downstream ----------------------------------"' ·---------\.. ·--~ _______ .. LL __ _ \ \ ' I j ... I PRELIMINARY HYDRIC SOIL INVESTIGATION Whiskey Jug Mitigation Site Catawba River Basin Catawba County, North Carolina Prepared for: Mr. John Hutton Wildlands Engineering Inc. 312 West Millbrook Road, Suite 225 Raleigh, NC 27609 February 9th, 2023 1 S& EC Soil & Environmental Consultants, PA I IUIO Ruven Ridge Roll(I • Ruh!1gh. Nol'lh Cnr,,lina 27ti l-l • Ph on~: (\/11)) R-16-5!/()(J • Fux: (9 191 8-16-'l-ltl7 2 INTRODUCTION Soil & Environmental Consultants, PA (S&EC, PA) was retained to perform a preliminary evaluation to assess the presence and approximate extent of hydric soils onsite. There are ditches that generally bisect the site. Lyle Creek and an unnamed tributary border the site. Most of the area evaluated is currently in active cultivation. METHODOLOGY Kevin Martin (LSS, PWS) of S&EC, PA performed a hydric soil evaluation at the site. Hand auger borings were advanced on the property at locations approximately shown on the attached Hydric Soil Map (FIGURE 1) by S&EC, PA. Each soil boring was evaluated to assess the presence or absence of hydric soil indicators. Logs of representative soil borings performed are shown on the attached Table 2. Hydric soil indicators were identified utilizing the NRCS Field Indicators of Hydric Soils in the Unities States - A Guide for Identifying and Delineating Hydric Soils (Version 8.2, 2018). The study area is mapped as the Cordorus soil series by USDA-NRCS according to the Websoil survey. All boring locations were found to be most like the Codorus (Fine-loamy, mixed, active, mesic Fluvaquentic Dystrudepts) soil series except borings 8, 9, 17, 20 & 21 which are better drained than Cordorus soils. RESULTS Twenty (20) soil borings were performed within the study area (Figure 1). Soil characteristics were evaluated and none contained hydric soil indicators within 10” of the current soil surface. However, the F3 Hydric soils indicator (depleted matrix) where a low chroma soil matrix color with redoximorphic features (mainly redox concentrations present as pore linings although some contained Fe masses), were found within 20” of the soil surface at all but 6 boring locations. Hydric soil indicator F3 (Depleted Matrix) is defined as: A layer that has a depleted matrix with 60 percent or more chroma of 2 or less and that has a minimum thickness of either: a. 5 cm (2 inches) if the 5 cm is entirely within the upper 15 cm (6 inches) of the soil, or b. 15 cm (6 inches), starting within 25 cm (10 inches) of the soil surface. Some areas appear to have fill material (i.e. Spoil from adjacent ditches) that are believed to contain “buried hydric soils” beneath the fill (see borings labeled “buried hydric due to ditch side casting” on the attached Hydric Soil Map). We believe this is a result of spreading material from historical ditching and dredging operations onsite because most of these areas are relatively close to the ditches and contain an abrupt boundary between the “spoil” and underlying soil horizon that met the F3 hydric soil indicator. See Table – 1, Soil Profile #2/ Boring Location 18 & Soil Profile #3/ Boring Location 3 for typical soil profile descriptions of these areas. Other areas contained a soil horizon meeting the F3 hydric soil indicator at depths of 17 to 24” that are overlain by loamy sand horizons of varying thickness that are typical of “high velocity” flooding events (see borings labeled “buried hydric due to flooding of UT to Lyle Creek”). These sandy layers are overlain by a finer textured surface layer that is more typical of low energy flooding events where sediments eroded from uplands in the watershed of the UT were 3 deposited. This observation is consistent with the official NRCS soil series description which states “These soils formed in recently deposited alluvial materials derived from upland soils materials weathered from mostly metamorphic and crystalline rocks.” See Table 1, Soil Profile #1/ Boring Location 10 for a typical soil profile description of these areas. L~-! Hydric Soil Assessment Area [:J Project Parcels Parcels Perennial Stream Intermittent Stream Ditch/Linear Wetland Topographic Contours (2 ') -$-Buried hydric due to ditch sidecasting Buried hydric due to flooding of UT to Lyle Creek Not hydric l ~WILDLANDS ~ ENGINEERING 0 150 300 Feet Figure 1 -Hydric Soi l Map Whiskey Jug Mitigation Site Catawba Umbrella Mitigation Bank Catawba River Basin (03050101) Catawba County, NC Table 1 - Typical Soil Profile Descriptions Soil Profile #1/ Boring Location 10 Hydric Soil Indicator: Buried F3 Series and Taxonomic Class: Cordorus Fine-loamy, mixed, active, mesic Fluvaquentic Dystrudepts Horizon Depth (inches) Horizon Matrix Color (moist) % Redox Features Texture Notes Color (moist) % Type Location 0-12 Ap 5YR 4/4 100 Clay Loam 12-24 IIC 7.5YR 4/3 70 7.5 YR 5/8 7.5 YR 5/4 Manganese 10 15 5 Conc. Pore lining Loamy Sand Probably old sand bar Manganese not concretion 24+ Bg 2.5Y 4/1 80 5 YR 3/4 5 YR 4/6 10 10 Conc. Pore lining Masses Clay Buried by recent flooding events Soil Profile #2/ Boring Location 18 Hydric Soil Indicator: Buried F3 Series and Taxonomic Class: Cordorus Fine-loamy, mixed, active, mesic Fluvaquentic Dystrudepts Horizon Depth (inches) Horizon Matrix Color (moist) % Redox Features Texture Notes Color (moist) % Type Location 0-13 A 5 YR 4/6 100 Clay 13-27+ Ab 7.5 YR 4/2 80 5 YR 4/6 5 YR 5/6 5 15 Conc. Pore linings Masses Clay Abrupt boundary Buried A Soil Profile #3/ Boring Location 3 Hydric Soil Indicator: Buried F3 Series and Taxonomic Class: Cordorus Fine-loamy, mixed, active, mesic Fluvaquentic Dystrudepts Horizon Depth (inches) Horizon Matrix Color (moist) % Redox Features Texture Notes Color (moist) % Type Location 0-12 Ap 5YR 4/4 100 Clay loam 12+ Ab 2.5Y 4/1 90 7.5YR 4/6 10 Conc. Pore linings, Masses Clay TABLE -2 Soil Boring Logs Boring #Depth (inches)Notes 1 12 F3 at 12 inches 3 12 F3 at 12 inches 2 19 F3 at 19 inches 4 13 Abrupt F3 at 13 inches 6 20 Abrupt F3 at 20 inches 7 17 Abrupt F3 at 17 inches 8 24 F3 at 24 inches 9 22 F3 at 22 inches 10 24 Hit relic Sandy stream bed/sand bar at 14 inches, F3 at 24 inches 11 18 Hit relic Sandy stream bed/sand bar at 12 inches, F3 at 18 inches 12 18 F3 at 18 inches 13 14 F3 at 14 inches 14 17 Hit sand bar/bed at 17 inches, 15 12 F3 at 12 inches 16 17 F3 at 17 inches 17 24 Sandy layer bar/bed at 14 inches, F19 at 24 inches 18 13 Abrupt F3 at 13 inches 19 18 F3 at 18 inches 20 24 Non Hydric, 24 inches plus to indicators 21 32 Non hydric through 32 inches North Carolina HUB Supplemental Vendor Information Version Date: 09/2021 Page | 1 ATTACHMENT D: HUB Supplemental Vendor Information Solicitation #: __________________________ Vendor Name: __________________________ Historically Underutilized Businesses (HUBs) consist of minority, women, and disabled business firms that are at least fifty-one percent owned and operated by an individual(s) from one of these categories. Also included in this category are disabled business enterprises and non-profit work centers for the blind and severely disabled. Pursuant to G.S. 143B-1361(a), 143-48 and 143-128.4, the State invites and encourages participation in this procurement process by businesses owned by minorities, women, the disable, disabled business enterprises, and non-profit work centers for the blind and severely disabled. This includes utilizing individual(s) from these categories as subcontractors to perform the functions required in this Solicitation. The Vendor shall respond to questions below, as applicable. PART I: HUB CERTIFICATION Is Vendor a NC-certified HUB entity? Yes No If yes, provide Vendor #: _________________________ If no, does Vendor qualify for certification as HUB? Yes No Vendors that check “yes” will be referred to the HUB Office for assistance in acquiring certification. PART II: PROCUREMENT OF GOODS - SUPPLIERS For Goods procurements, are you using Tier 2 suppliers? Yes No If yes, then provide the following information: Company Name Company Address Website Address Contact Name Contact Email Contact Phone NC HUB certified? Percent of total bid price 16-707025112 Wildlands Engineering, Inc. X X X □ □ □ □ □ □ North Carolina HUB Supplemental Vendor Information Version Date: 09/2021 Page | 2 PART III: PROCUREMENT OF SERVICES - SUBCONTRACTORS For Services procurements, are you using Subcontractors to perform any of the services being procured under this solicitation? Yes No If yes, then provide the following information: Company Name Company Address Website Address Contact Name Contact Email Contact Phone NC HUB certified? Percent of total bid price Need more information? Questions concerning the completion of this form should be presented during the Q&A period through the process defined in the Solicitation document. Questions concerning NC HUB certification, contact the North Carolina Office of Historically Underutilized Businesses at 984-236-0130 or huboffice.doa@doa.nc.gov . X TBD □ □ ATTACHMENT E: VENDOR’S INFORMATION Vendors Primary Contact (or Project Manager) Name: Agency: Title: Address: City: State/ Zip: Telephone: Fax: Email: Vendors Execution Address (Where the contract should be mailed for signature) Name: Agency: Title: Address: City: State/ Zip: Telephone: Fax: Email: Vendors Payment (Remit To) Address (Where the checks should be mailed) This address should agree with the “Remit-To” address associated with the Vendor’s Tax ID. This information must be verified with the Vendor’s Corporate Accounting Office. Name: Agency: Title: Address: City: State/ Zip: Telephone: Fax: Email: VENDOR’S INFORMATION ƌŝĐEĞƵŚĂƵƐ tŝůĚůĂŶĚƐŶŐŝŶĞĞƌŝŶŐ͕/ŶĐ͘ WƌŽũĞĐƚDĂŶĂŐĞƌ ϭϯϬϰϳ<ŝŶŐƐƚŽŶWŝŬĞ <ŶŽdžǀŝůůĞ dE͕ϯϳϵϯϰ ϳϬϰͲϯϯϮͲϯϯϬϲϴϲϱͲϯϵϮͲϭϬϬϯ ĞŶĞƵŚĂƵƐΛǁŝůĚůĂŶĚƐĞŶŐ͘ĐŽŵ ^ŚĂǁŶ͘tŝůŬĞƌƐŽŶ tŝůĚůĂŶĚƐŶŐŝŶĞĞƌŝŶŐ͕/ŶĐ͘ K ϭϰϯϬ^͘DŝŶƚ^ƚƌĞĞƚ͕^ƵŝƚĞϭϬϰ ŚĂƌůŽƚƚĞ E͕ϮϴϮϬϯ ϳϬϰͲϯϯϮͲϳϳϱϰ ϳϬϰͲϯϯϮͲϯϯϬϲ ^ŚĂǁŶ͘tŝůŬĞƌƐŽŶ tŝůĚůĂŶĚƐŶŐŝŶĞĞƌŝŶŐ͕/ŶĐ͘ K ϭϰϯϬ^͘DŝŶƚ^ƚƌĞĞƚ͕^ƵŝƚĞϭϬϰ ŚĂƌůŽƚƚĞ E͕ϮϴϮϬϯ ϳϬϰͲϯϯϮͲϳϳϱϰ ϳϬϰͲϯϯϮͲϯϯϬϲ ƐǁŝůŬĞƌƐŽŶΛǁŝůĚůĂŶĚƐĞŶŐ͘ĐŽŵ ƐǁŝůŬĞƌƐŽŶΛǁŝůĚůĂŶĚƐĞŶŐ͘ĐŽŵ North Carolina Location of Workers Version Date: 09/2021 Page | 1 ATTACHMENT F: LOCATION OF WORKERS UTILIZED BY VENDOR Solicitation #: __________________________ Vendor Name: __________________________ In accordance with NC General Statute G.S. 143-59.4, Vendor shall detail the location(s) at which performance will occur, as well as the manner in which it intends to utilize resources or workers outside of the United States in the performance of The Contract. Vendor shall complete items 1 and 2 below. If “YES”: a) List the location(s) outside of the United States where work under the Contract will be performed by the Vendor, any subcontractors, employees, or any other persons performing work under the Contract. b) Specify the manner in which the resources or workers will be utilized: 2. Where within the United States will work be performed? _________________________________________________________________________________ 1. Will any work under this Contract be performed outside of the United States?YES NO NOTES: 1. The State will evaluate the additional risks, costs, and other factors associated with the utilization of workers outside of the United States prior to making an award. 2. Vendor shall provide notice in writing to the State of the relocation of the Vendor, employees of the Vendor, subcontractors of the Vendor, or other persons performing services under the Contract to a location outside of the United States. 3. All Vendor or subcontractor personnel providing call or contact center services to the State of North Carolina under the Contract shall disclose to inbound callers the location from which the call or contact center services are being provided. 16-707025112 Wildlands Engineering, Inc. X n/a n/a North Carolina and Tennessee □ □ North Carolina Certification of Financial Condition Version Date: 09/2021 Page | 1 ATTACHMENT G: CERTIFICATION OF FINANCIAL CONDITION Solicitation #: __________________________ Vendor Name: __________________________ The undersigned hereby certifies that: [check all applicable boxes] ܆ The Vendor is in sound financial condition and, if applicable, has received an unqualified audit opinion for the latest audit of its financial statements. Date of latest audit: ____________________ (If no audit within past 18 months, explain reason below.) ܆ The Vendor has no outstanding liabilities, including tax and judgment liens, to the Internal Revenue Service or any other government entity. ܆ The Vendor is current in all amounts due for payments of federal and state taxes and required employment-related contributions and withholdings. ܆ The Vendor is not the subject of any current litigation or findings of noncompliance under federal or state law. ܆ The Vendor has not been the subject of any past or current litigation, findings in any past litigation, or findings of noncompliance under federal or state law that may impact in any way its ability to fulfill the requirements of this Contract. ܆ He or she is authorized to make the foregoing statements on behalf of the Vendor. Note: This shall constitute a continuing certification and Vendor shall notify the Contract Lead within 30 days of any material change to any of the representations made herein. If any one or more of the foregoing boxes is NOT checked, Vendor shall explain the reason(s) in the space below. Failure to include an explanation may result in Vendor being deemed non- responsive and its submission rejected in its entirety. _________________________________________ _______________________________ Signature Date _________________________________________ _______________________________ Printed Name Title [This Certification must be signed by an individual authorized to speak for the Vendor] 16-707025112 Wildlands Engineering, Inc. n/a Box #1: Our CPA has recommended that a full audit is not necessary for firm of our size. Our CPA performs an annual CPA review of our financials for our bonding company, produces quarterly statements for our bonding company, and is actively involved in reconciliations and our other regular accounting duties on a monthly basis. Wildlands is in sound financial condition. 09/19/2023 CEOShawn D. Wilkerson - ---- - Technical Proposal Evaluation Criteria 03050101 CU Rating Form RFP Number: Date of Site Evaluation: Type/Amt of Mitigation Offered: Proposal Review Committee: Alternate Attendees: 16-707025112 Offeror: Site Name: River Basin / Catalog Unit: Instructions: 1. Immediately save this with your new, desired filename. 2. Fill out all areas highlighted in yellow. 3. Place the letter "x" in appropriate box for multiple choice questions. Wildlands Engineering, Inc Whiskey Jug Mitigation Site Catawba 03050101 TBD 8,970 stream credits; 3.969 wetland credits TBD TBD An answer of No in this section means the Technical Proposal is rejected. Continue or Reject? Section 1. Minimum Requirements Yes/No or N/A 1- For stream mitigation projects, does the Technical Proposal adequately document the historical presence of stream(s) on the project site, provide the drainage areas (acres) and provide accurate, process-based descriptionsof all project stream reaches and tributaries? 2- For proposals that include wetland mitigation, does the technical proposal adequately document the presence of hydric soil indicators (including soil boring logs prepared by a Licensed Soil Scientist and a map showing soil boring locations and mapped soil series)? Continue 3- For proposals that include wetland mitigation, does the proposed success hydroperiod follow the IRT Guidance for the project site and soil series? If the proposed hydroperiod differs from the IRT guidance, justification must beprovided in the RFP. 4- Does the proposal adequately document the physical, chemical and/or biological impairments that currently exist on the project site? 5- Does DMS agree with the overall mitigation approach (proposed levels of intervention) presented? [The Technical Proposal must demonstrate that the proposed mitigation activities are appropriate for existing site conditions and watershed characteristics (e.g., adjacent land use/land cover), and are optimized to yield maximum functional gains.] 6- Does DMS agree with the proposed credit structure(s) described in the proposal? 7- Does the proposed project avoid significant adverse impacts to existing wetlands and/or streams? 8- Does the proposal adequately describe how the project will advance DMS watershed planning goals? 9- For any proposed Priority 2 restoration, is P2 justified and/or limited to “tie-ins”? Yes Yes Yes Yes Yes Yes Yes Yes Yes Functional Category x 1 x 3 x 6 x 10 x x 4 x A B 0 2 6 0 Count x Function Multiplier Total Count W a t e r Q u a l i t y 9 20 20Fu n c t i o n a l a n d Pl a n n i n g S u b t o t a l 10 0 Other Count x Planning Multiplier0 Sum of Planning Multiplier Ha b i t a t Habitat Fragmentation Limited Bedform Diversity Absence of Large Woody Debris Other 51 0 Sum of Function 3 Check boxes below to identify stressors addressed by proposal. Functional Uplift Potential Hy d r o l o g y Peak Flows Artificial Barriers Ditching/Draining Other Planning Identified Stressor Place an X below if stressor is identified through watershed planning - only count the MOST LOCAL plan. TRA LWPLowModVery High Functional Stressor Non-functioning riparian buffer / wetland vegetation Complete this section for identified functional stressors ONLY. Place an X under the option that best describes the uplift potential for the majority of the project area. Total Count Sediment Nutrients Fecal Coliform High RWP Section 2. Functional Uplift Evaluation 0 42 0 0 7 X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X Adjusted Risk Factor Total Restoration and Enhancement Feet C D Risk Adjusted ScoreD + PlanningB = Total Function and Planning E F Section 4. Final Score and Proposal Rating E F Risk Adjusted Score (Sum of FunctionA X FactorC) Restoration and Enhancement I Feet Enhancement II Feet 1pt 6 pts 10 pts3 pts 1IV/0! Section 3. General (place an X in the appropriate box) Physical constraints or barriers None>5%2-5%<2% Final Score (E + F) Project Density >10 >4 - 8 </=4 Proposal Rating (Final Score x 0.01) Total General 1 0 6 0 Total Function and Total General Only Applicable if this Box is Checked𝑻𝑻𝑻𝑻𝑻𝑻𝑻𝑻𝑻𝑻𝑹𝑹𝑹𝑹𝑹𝑹𝑻𝑻𝑻𝑻𝑹𝑹𝑻𝑻𝑻𝑻𝑹𝑹𝑻𝑻𝑹𝑹+𝑻𝑻𝑻𝑻𝑻𝑻𝑻𝑻𝑻𝑻𝑬𝑬𝑹𝑹𝑬𝑬𝑻𝑻𝑹𝑹𝑬𝑬𝑹𝑹𝑬𝑬𝑹𝑹𝑹𝑹𝑻𝑻𝑭𝑭𝑹𝑹𝑹𝑹𝑻𝑻𝑹𝑹𝑹𝑹𝑹𝑹𝑻𝑻𝑻𝑻𝑹𝑹𝑻𝑻𝑻𝑻𝑹𝑹𝑻𝑻𝑹𝑹+𝑬𝑬 𝑰𝑰𝑭𝑭𝑹𝑹𝑹𝑹𝑻𝑻+𝑬𝑬𝑰𝑰𝑰𝑰𝑭𝑭𝑹𝑹𝑹𝑹𝑻𝑻𝟐𝟐 8,256 8,256 0 1.0 51V/0! 71! 71 78 0.78 7 X >8 - 10 X 7 ( ( ) ) I