Loading...
HomeMy WebLinkAbout20150416 Ver 1 _Technical Proposal with Addendum _20161108Execution Page and Addenda STATE OF NORTH CAROLINA DEPARTMENT OF ENVIRONMENTAL QUALITY Request for Proposal #: 16-006807 Title: Full Delivery Projects To Provide Stream Mitigation Within Cataloging Unit 03050101 Of The Catawba River Basin As Described In The Scope Of Work Date of Issue: February 15, 2016 Proposal Opening Date: June 9, 2016 At 2:OOPM ET Direct all inquiries concerning this RFP to: Kathy Dale DMS Purchasing Agent Email: kathy.dale@ncdenr.gov Phone: (919) 707-8451 STATE OF NORTH CAROLINA Request for Proposal # 16-006807 For internal State agency processing, including tabulation of proposals in the Interactive Purchasing System (IPS), please provide your company's Federal Employer Identification Number or alternate identification number (e.g. Social Security Number). Pursuant to North Carolina General Statute 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 is to be filled out and returned with your proposal. Failure to do so may subject your proposal to rejection. ID Number: 13-5674528 Federal ID Number or Social Security Number Michael Baker Engineering, Inc. Vendor Name RFP Number.' RFP 96-006807 Vendor:_ Michael Baker Engineering, Inc. _ EXECUTION STATE OF NORTH CAROLINA I NC DEPARTMENT OF ENVIRONMENTAL QUALITY DIVISION OF MITIGATION SERVICES Refer ALL Inquiries regarding this RFP Request for Proposal # 16-006807 to: Kathy Dale Proposals will be publicly opened: June 9, 2016 E-MAIL: kathy.dale(a)ncdenr.gov Contract Type: Open Market PHONE: 919-707-8451 Commodity No. and Description: 962-73 Restoration/Reclamation Services of Land and Other Properties Using Agency: Division of Mitigation Services Requisition No.: In compliance with this Request for Proposals, 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 certifies that this proposal is submitted competitively and without collusion (G.S. 143-54), that none of its officers, directors, or owners of an unincorporated business entity has been convicted of any violations of Chapter 78A of the General Statutes, the Securities Act of 1933, or the Securities Exchange Act of 1934 (G.S. 143-59.2), and that it is not an ineligible Vendor as set forth in G.S. 143-59.1. False certification is a Class I felony. 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 -Vendors 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. 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 Contract; 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 any response in this procurement, you attest, for your entire organization and its employees or agents, that you are not aware that any such gift has been offered, accepted, or promised by any employees of your organization, Failure to execute/sign proposal prior to submittal shall render proposal invalid and it WILL BE REJECTED. Late proposals cannot be accepted. VENDOR: Michael Baker Engineering, Inc. STREET ADDRESS: P.O. BOX: ZIP: 8000 Regency Parkway, Suite 600 27518 CITY & STATE & ZIP: TELEPHONE NUMBER: TOLL FREE TEL. NO- O:Ca Cary, , North Carolina 919-463-5488 PRINCIPAL PLACE OF BUSINESS ADDRESS IF DIFFERENT FROM ABOVE (SEE INSTRUCTIONS TO VENDORS ITEM #10): PRINT NAME & TIT F PERSON SIGNING ON BEHALF OF VENDOR: FAX NUMBER: I I Robert W. ewis, E 919-463-5490 VENDCED SIGNATURE: DATE: E-MAIL: 05/L'5/2016 Robert.Lewis@mbakerinti.com Offer valid for at least 120 days from date of proposal opening, unless otherwise stated here: 120 days. After this time, any withdrawal of offer shall be made in writing, effective upon receipt by the agency issuing this RFP. ACCEPTANCE OF PROPOSAL If any or all parts of this proposal are accepted by the State of North Carolina, an authorized representative of the Department of Environment and Natural Resources shall affix his/her signature hereto and this document and all provisions of this Request For Proposal along with the Vendor proposal response and the written results of any negotiations shall then constitute the written agreement between the parties. A copy of this acceptance will be forwarded to the successful Vendor(s). FOR STATE USE ONLY Offer accepted and Contract awarded this day of 20 , as indicated on the attached certification, by (Authorized Representative of DEQ) Ver: 7/1/15 Page 1 of 36 RFP Number. 96-006807 Vendor. Michael Baker Engineering, Inc. Table of Contents 1.0 PURPOSE AND BACKGROUND...,.........................................................................................3 2.0 VENDOR INFORMATION..........................................................................................................3 2.1 MANDATORY PRE -PROPOSAL CONFERENCE..............................................................................4 2.2 PROPOSAL QUESTIONS........................................................................................................4 2.3 PROPOSAL SUBMITTAL..........................................................................................................5 2.4 PROPOSAL CONTENTS .........................................................................................................6 2.5 IMPORTANT INFORMATION AND RESTRICTIONS.. ....................................................................... 8 2.6 REQUIRED TEMPLATES FOR THIS RFP...........................................................................................9 2.7 DEFINITIONS, ACRONYMS, AND ABBREVIATIONS.......................................................................9 3.0 SCOPE OF WORK.................................................................................................................13 3.1 OBJECTIVES.... .......................... ................................... .......................... . .......... ............... 13 3.2 TASKS...................................................................................................................................14 3,3 PAYMENT SCHEDULE AND DESCRIPTION OF MILESTONES............................................17 3.4 PROJECT ORGANIZATION......_...........................................................................................1 7 3.5 TECHNICAL_ APPROACH......................................................................................................18 3.6 ACCEPTANCE OF WORK.....................................................................................................18 4.0 ADMINISTRATIVE TERMS .................. ..... ................. ..................................... ................... ...18 4.1 REQUEST FOR PROPOSAL DOCUMENT.............................................................................18 4.2 CONTRACT TERM.................................................................................................................18 4.3 PRICING .............................. ......................................................................................... ......... .18 4.4 DOWNWARD PAYMENT ADJUSI"MENTS.............................................................................18 4.5 INVOICES... ........ ........................... ........... ........................ ................. ........... 18 4.6 PAYMENT TERMS..................................................................................................................19 4.7 PERFORMANCE OUTSIDE THE UNITED STATES........................................................................19 4.8 NOTICE TO VENDORS REGARDING RFP TERMS AND CONDITIONS....................................19 4.9 INTERPRETATION OF TERMS AND PHRASES..............................................................................19 5.0 PROPOSAL_ EVALUATION PROCESS AND METHOD OF AWARD.... ........................................ 20 5.1 CONFIDENTIALITY AND PROHIBITED COMMUNICATIONS DURING EVALUATION ...........20 5.2 PROPOSAL OPENING PROCESS...,. ................................................... ................... 20 5.3 EVALUATION PROCESS........................................................................................................20 5.4 EVALUATION CRITERIA .......................................................................................................21 5.5 METHOD OF AWARD.............................................................................................................22 6.0 REQUIREMENTS....................................................................................................................................22 6.1 FINANCIAL STABILITY...............................................................................:........... 2 6.2 AL ASSURANCE.................................................................................................:._.,�:_ 6.3 VENDOR EXPERIENCE........................................................................................ 23 6.4 REFERENCES...........:...................................................................:......................23 Ver: 7/1/15 Page 2 of 36 RFP Number: 16-006807 Vendor: Michael Baker Engineering, Inc. 6.5 ACCESS TO PERSONS AND RECORDS.........................................................................................23 6.6 BACKGROUND CHECKS.......................................................................................................23 6.7 PERSONNEL..........................................................................................................................24 6.8 VENDOR REPRESENTATIONS..............................................................................................24 7.0 CONTRACT ADMINISTRATION..............................................................................................24 7.1 PROJECT MANAGER AND CUSTOMER SERVICE.......................................................................24 7.2 REPORTS.............................................................................................................24 7.3 DISPUTE RESOLUTION.........................................................................................................24 7.4 CONTRACT CHANGES.........................................................................................25 7.5 CONTRACT ADMINISTRATOR.............................................................................................25 ATTACHMENT A: INSTRUCTIONS TO VENDORS..........................................................................26 ATTACHMENT B: NORTH CAROLINA GENERAL CONTRACT TERMS AND CONDITIONS ..........29 ATTACHMENTC: PRICING.............................................................................................................33 ATTACHMENT D: LOCATION OF WORKERS UTILIZED BY VENDOR...........................................34 ATTACHMENT E: CERTIFICATION OF FINANCIAL CONDITION....................................................35 ATTACHMENT F: ADDITIONAL VENDOR INFORMATION.....................................................36 ATTACHMENT G: TARGET LOCAL WATERSHED MAPS......................................................37 ATTACHMENT H: TECHNICAL EVALUATION SCORESHEET...............................................39 1.0 PURPOSE AND BACKGROUND 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. Proposals shall be submitted in accordance with the terms and conditions of this RFP and any addenda issued hereto. This RFP is not an offer for a Contract, nor does the Department's acceptance of any Technical /Cost Proposal guarantee a Contract with the Department. The Department reserves the right to reject any or all proposals deemed not to be in the best interest of the State of North Carolina. 2.0 VENDOR INFORMATION 2.1 MANDATORY PRE -PROPOSAL CONFERENCE A MANDATORY PRE -PROPOSAL CONFERENCE will be held to clarify all information contained within this Request for Proposals (RFP) and to provide information relative to specific requirements. Vendor and/or his representative must attend the scheduled Mandatory Pre -proposal Conference. Ver: 7/1/15 Page 3 of 36 RFP Number.' 16-006807 Vendor: Michael Baker Engineering, Inc. Attendance at this Pre -proposal Conference is a prerequisite for consideration of a bidder's offer. Vendor and/or his representative must: (1) arrive prior to the scheduled start time of the Pre -proposal Conference; (2) sign -in on the attendance sheet: and (3) sign -out upon completion of the Pre -proposal Conference. Failure to comply with this requirernerit will cause offer to be rejected. The purpose of the pre -proposal conference is for all prospective offerurs to acquaint themselves with the conditions and requirements of the tasks to be performed. Submission of an offer snail constitute sufficient evidence of this compliance and no allowance will be made for unreported conditions that a prudent offeror would recognize as affecting the performance of the work called for in this solicitation. Offeror is cautioned that any information released to offeror other than during the pre- proposal conference which conflicts with, supersedes, or adds to requirements In this solicitation, must be confirmed by written addendum before it can be considered to be a part of this solicitation document. Vendor bidding otherwise does so at his own risk. Each offeror is permitted to send no more than (2) people to the conference. Only one (1) representative per offeror is allowed to sign both the sign -in and sign -out sheet (the representative that signed in must also sign out). Only one (1) pre -determined, pre -proposal conference will be held; individual pre -proposal conferences are not allowed. PRE -PROPOSAL CONFERENCE LOCATION / DATE / TIME: Location: NC Division of Mitigation Services 217 West Jones Street, Suite 1210 Raleigh, NC 27603 Date: March 3, 2016 Start Time: 10:00 AM 2.2 PROPOSAL QUESTIONS Upon review of the RFP documents. Vendors may have questions to clarify or interpret the RFP in order to submit the best proposal possible. To accommodate the Proposal Questions process, Vendors shall submit all such questions by 5:00 PM on Thursday, March 17, 2016. Written questions shall be e-mailed to kathy.dale@ncdenr.gov by the date and time specified above. Vendors should enter "RFP #16-006807: Questions" as the subject for the email. Questions submittals should include a reference to the applicable RFP section and be submitted in a format shown below: Reference I Vendor Question RFP Section, Page Number i Vendor question...? I 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 form of an addendum to the Interactive Purchasing System (IPS), http://www.ips,state.nc.us, 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 an Addendum to this RFP Ver: 7/1/15 Page 4 of 36 RFP Number. 16-006807 Vendor: Michael Baker Engineering, Inc. Contact with anyone working for or with the State regarding this RFP other than the State Contract Specialist named on the face page of this RFP in the manner specified by this RFP shall constitute grounds for rejection of said Vendor's offer, at the State's election. 2.3 PROPOSAL SUBMITTAL Sealed proposals, subject to the conditions made a part hereof and the receipt requirements described below, shall be received at the address indicated in the table below, for furnishing and delivering those items or services as described herein. F DELIVERED BY "US POSTAL SERVICE" i Address as below: RFP #16-006807 NC DEQ -DIVISION OF MITIGATION SERVICES ATTN: KATHY DALE 1652 MAIL SERVICE CENTER RALEIGH NC 27699.1652 IF DELIVERED BY ANY OT ER MEANS (UPS/FEDEX/ETC.) Address as below: RFP # 16-006807 NC DEQ -DIVISION OF MITIGATION SERVICES ATTN: KATHY DALE 217 WEST JONES STREET, SUITE 3409-G RALEIGH NC 27603 IMPORTANT NOTE: All proposals shall be physically delivered to the office address listed above on or before the proposal deadline in order to be considered timely, regardless of the method of delivery. This is an absolute requirement. All risk of late arrival due to unanticipated delay—whether delivered by hand, U.S. Postal Service, courier or other delivery service is entirely on the Vendor. It is the sole responsibility of the Vendor to have the proposal physically in this Office by the specified time and date of opening. The time of delivery will be marked on each proposal when received, and any proposal received after the proposal submission deadline will be rejected. Sealed proposals, subject to the conditions made a part hereof, will be received at the address indicated in the table in this Section, for furnishing and delivering the commodity as described herein. Note that the U.S. Postal Service generally does not deliver mail to 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. Attempts to submit a proposal via facsimile (FAX) machine, telephone or electronic means, including but not limited to e-mail, in response to this RFP shall NOT be accepted. Vendors must follow the steps below when submitting their bid: 1) Submit two (2) signed, original executed Technical Proposal responses and five (5) photocopies (All 7 Must Be Placed in a 3 Ring Binder or Notebook and Include Section Tabs). Original responses must be labeled. Photocopies should not include any financial or confidential information. 2) Submit your technical proposal in a sealed package. Clearly mark each package with the following information: (1) Sealed Technical Proposal (2) the RFP number, (3) the Due Date and Time, (4) Vendor Name and Address, (5) the River Basin and Cataloging Unit for which the proposal response is being submitted, and (6) the Site Name and Type of Mitigation being proposed. Address the package(s) for delivery as shown in the table above. If Vendor is submitting more than one (1) proposal, each proposal shall be submitted in a separately sealed envelope and marked accordingly. For delivery purposes, separately sealed envelopes from a single Vendor may be included in the same outer package. Proposals are subject to rejection unless submitted with the information above included on the outside of the sealed proposal package. Ver: 7/1/15 Page 5 of 36 RFP Number.' 16-006807 Vendor: Michael Baker Engineering, Inc. 3) Submit two (2) signed, original executed cost proposal responses and two (2) photocopies (All 4 must be placed in one separately sealed envelope). All cost proposal response packages must be clearly marked with (1) Sealed Cost Proposal (2) the RFP number, (3) the Due Date and Time, (4) Vendor Name and Address, (5) the River Basin and Cataloging Unit for which the proposai response is being submitted, and (6) the Site Name and Type of Mitigation being proposed. If Vendor is submitting more than one (1) cost proposal option, each response shall be submitted in a separately sealed envelope and marked accordingly. For delivery purposes, separately sealed envelopes from a single Vendor may be included in the same outer package. NOTE: All technical and cost proposals must constitute a firm, irrevocable offer for a period of at least one (1) year beyond the specified "Opening Date" for this RFP. 4) Submit one (1) electronic copy of your proposal on a separate read-only CD's, DVD's or flash drive. The files on this disc shall NOT be password protected, shall be in .PDF or .XLS format, and shall be capable of being copied to other media including readable in Microsoft Word andlor Microsoft Excel. The electronic copy of your proposal should not include any financial or confidential information. 5) Submit one (1) read-only CD's, DVD's or flash drive containing the ArcGIS format of the boundaries of the proposed project. The CD should be clearly marked as "ArcGIS`. The boundary can be the proposed easement(s). or general project area. NCDMS expects that the submitted file will match closely the project area(s) shown in the project proposal location map. The file must be in ArcGIS format and must be projected in the State Plane Coordinate System (NAD 83) using a base unit of meters or fee. It is preferred that the .prj file holding the coordinate system information be included in the file. The table for the ArcGIS file must contain the following: • Site—Name- (List as named in proposal report) • Company- (Vendor) • Project—Type- (Stream, Wetland, Buffer or Combination) • Coordinate—System- (SP Meters or SP Feet) Ownership of the CDs and the contents become the property of NCDEQ-DMS. 2.4 PROPOSAL CONTENTS Vendors shall populate all attachments of this RFP that require the Vendor to provide information and include an authorized signature where requested. Vendor RFP responses shall include the following items and those attachments should be arranged in the following order and separated by tabs: a) COVER LETTER b) TITLE PAGE: Include the company name, address, phone number and authorized representative along with the Proposal Number. c) EXECUTION PAGES and any ADDENDA released in conjunction with this RFP that requires the Addenda to be returned. These must be completed and signed. Failure to comply will result in your bid being disqualified. d) 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 amount of credits proposed. If the Vendor is proposing multiple mitigation options, each option must be specifically described in this section. e) CORPORATE BACKGROUND AND EXPERIENCE: This section shall include background information on the firm submitting the proposal, the firm's ability to carry out all phases of the proposal, information concerning similar mitigation projects completed in North Carolina and other states, the firm's office location(s), the experience of the project manager, the firm's multidisciplinary approach to the project, the resumes of key personnel for the primary Vendor and sub -vendors, and DBE/HUB participation. Ver: 7/1/15 Page 6 of 36 RFP Number.' 16-006807 Vendor: Michael Baker Engineering, Inc. f) PROJECT ORGANIZATION: This section must include the proposed staffing, deployment, and organization of personnel to be assigned to this project. The Vendor shall provide information as to the qualifications and experience of all executive, managerial, 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. g) TECHNICAL APPROACH: This section shall include and be completed in the following sequence: • Project Goals and Objectives- Specifically describe how the proposed project will address the watershed goals identified in the River Basin Restoration Plan (RBRP) and/or Local Watershed Plan (LWP) applicable to the project area, and the objectives that will be used to accomplish those goals. RBRPs and LWPs can be found at: http://portal.ncdenr.org/web/EEP/rbrps searchable by river basin. 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. • Project Description- Provide a detailed description of the project including, but not limited to 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 easements, 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) preferably with topographic background that includes mapping of channel stability features (i.e. Incision, bank instability, the occurrence of bedrock) and any relevant features which have implications for describing impairments (e.g. ditching) and/or support the proposed level of intervention. The map should also include a table which provides a reach description. Project Development — Describe in detail the means by which the proposed changes will be made. Identify individual project reaches and the specific method in which the mitigation will be completed. 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 for each reach. Submittals for restoration of both intermittent and perennial streams must provide sufficient documentation and discussion of the net gain in function resulting from the proposed level of restoration as compared to other levels of restoration. Modification of pattern, dimension and profile should not be assumed to be the appropriate level of restoration for all degraded streams. The project development description must include: ■ Where restoration is appropriate, Priority I restoration is strongly encouraged. It is understood that Priority 11 restoration will sometimes be necessary for tie-ins and transitions, but if it is proposed as the overall design approach for a given reach then at a minimum it must meet the criteria described in the technical score sheet for this RFP. ■ 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 area, and will therefore be awarded more points on the Technical Proposal Evaluation Form. 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 types and credits. The table should include a total for each type of mitigation (i.e. restoration, rehabilitation, enhancement level I and level 11, preservation, etc.) being offered. If multiple options are proposed, a table for each option should be provided. 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 Ver: 7/1/15 Page 7 of 36 RFP Number 16-006807 Vendor: Michael Baker Engineering, Inc. providing long term protection of the mitigation site. Based on 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 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 and managers: the transfer of title to such entities; or by restrictive covenants. • 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. • A signed option agreement valid for a period of one (1) year from the closing date of this RFP or other suitable documentation of real property must be provided for each parcel. • Project Phasing -- Provide a complete schedule for completing the tasks for the project as identified in this RFI' Describe methods for completing these tasks. The proposed schedule must be based on completion of the project (including the five (5) or seven (7) year monitoring period) within the ten (10) year contract period 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 SuccessCriteria — 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 (i.e. mitigation plan, baseline monitoring document, monitoring report, etc.) is submitted in accordance with the schedule established in the technical proposal, it follows the formats) established by NCUMS, it contains all required information, and is grammatically/typographically correct; and 2) sufficient oversight is provided during the construction phase so that the project is completed on schedule and is in compliance with any required federal, state or local permit(s). Maps diagrams, and/or photographs may be used to supplement the text and may be printed on one side. However, the Technical Proposal shall not exceed a total of 50 pages printed front to back (100 page limit) and shall be submitted within a three ring binder with section tabs. Photographs. maps and diagrams will count toward the 100 pages. 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. h) ATTACHMENT A: INSTRUCTIONS TO VENDORS i) ATTACHMENT B: NORTH CAROLINA GENERAL CONTRACT TERMS AND CONDITIONS j) ATTACHMENT C: PRICING (Completed, Signed and Separately Sealed) k) ATTACHMENT D: LOCATION OF WORKERS UTILIZED BY VENDOR (Completed and Signed) 1) ATTACHMENT E: CERTIFICATION OF FINANCIAL CONDITION (Completed and Signed) in) ATTACHMENT F: ADDITIONAL VENDOR INFORMATION (Completed) 2.5 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 of 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. Ver: 7/1/15 Page 8 of 36 RFP Number: 96-006807 Vendor: Michael Baker Engineering, Inc. 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 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 Section 3.3, Task 2 of this RFP, long term protection of the selected properties must be provided by a conservation easement held by the State of North Carolina 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. 2.6 REQUIRED TEMPLATES FOR THIS RFP (found on DMS website) k DMS Stream and Wetland Mitigation Plan Template and Guidance (October 2015) As -Built Baseline Monitoring Report Template -February 2014 1t Stream and Wetland Monitoring Guidelines (February 2014) k Annual Monitoring Template -April 2015 k Closeout Report Template v2.1 -March 2015 k Closeout Template Guidance v2.1 -February 2015 FWHA Categorical Exclusion Stream Preservation Guidance (11/07/2011) Format, Data Requirements, and Content Guidance for Electronic Drawings Submitted to DMS version 2.0 -Sept. 2014 DMS Full Delivery Landowner Authorization Form -version 1.1 -adopted 28 June 2012 Full Delivery Conservation Easement Template -version 4-29-2015 $ EEP Invoice Guidelines (3-1-2014) 2.7 DEFINITIONS, ACRONYMS, AND ABBREVIATIONS 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 (including as -built drawings), 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. 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. Categorical Exclusion Action Form and Document—An abbreviated environmental document, prefaced by an Action Form, that briefly describes the mitigation site, the plan for its implementation, and documents that it will have minimal or no impact on the environment. The Categorical Exclusion must be approved by the Federal Highway Administration (FHWA). Ver: 7/1/15 Page 9 of 36 RFP Number: 16-006807 Vendor: Michael Baker Engineering, Inc. Coastal Wetland -- As defined in North Caroiina General Statute 113-229(n)(3) and described in the CAMA Handbook for Development in Coastal North Carolina -- Section 2(A)(4) found at: http://Portal.ncdenr.org/web/cm/104 Closeout Report — A component of the final year of the Monitoring Report that provides an assessment of the monitoring data collected from the entire monitoring period to demonstrate attainment of success criteria. Conservation Easement — A restriction 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 Notal 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 approver! 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, 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 Sunfey," 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 USAGE district engineer on the establishment and management of a 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. This manual can be found at: http://portal. ncd en r.org/web/wo/swp/ws/401 /waterresources/streamdeterm i nations Jurisdictional Wetland - A wetland as defined in the 1987 Corps of Engineers Wetlands Delineation Manual, Local Watershed Plan — an NCDMS watershed plan that is conducted in specific priority areas (typically one or more TLWs) where NCDMS and the local community have identified a need to address critical watershed issues. 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 http://portal.ncdenr.org/web/EEP/rbrps Long Term Protection — as defined in the Federal Code of Regulations (Federal RegisterNol. 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 resource 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. Ver: 7/1/15 Page 10 of 36 RFP Number. 16-006807 Vendor: Michael Baker Engineering, Inc. Monitoring Report — A written document, supplemented with graphics due on December 1 st of each year during the five (5) or seven (7) year 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 by uplands (mafic depressions, lime sinks and Carolina Bays). The hydrology of non -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 closing 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. This manual can be found at: http://portal.ncdenr.ora/weblwalswplws/401/waterresourceslstreamdeterminations 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 includes a plan for a detailed evaluation of the watershed and its water quality, habitat and hydrologic functions. Prior Converted Cropland —Areas defined by the Natural Resources Conservation Service (Section 512.15 of the National Food Security Act Manual, August 1988) as wetlands which were both manipulated (drained or otherwise physically altered to remove excess water from the land) and cropped before 23 December 1985, to the extent that they no longer exhibit important wetland values. 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. 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 potential 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 Establishment, Use and Operation of Mitigation Banks (Federal Register April 10, 2008, Volume 70, Number 73, pp 19594-19705). RFP — Request for Proposals; the document issued by the Department to solicit Proposals from interested Vendors. 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. Ver: 7/1/15 Page 11 of 36 RFP Number. 16-006807 Vendor: Michael Baker Engineering, Inc. River Basin Restoration Priorities - A planning document prepared by the NCUMS that targets specific watersheds (TL%/Vs) with descriptions of existing degradation and protection needs for restoration project implementation. Unless otherwise stipulated in the RFF', NCDMS requires mitigation sites to be located in these targeted local watersheds (i.e. hydrologic units). Scope of Services — Ali 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 a11 required labor, equipment, supplies and materials except as specifically stated. Sealed Cost Proposal W 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 clearly 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 o The unit of measurement of the extent of stream mitigation being offered in a Proposal. Targeted Local Watershed (TLW) —A 14 -digit Hydrologic Unit identified as a targeted area in the RFP. These are preferred locations for mitigation projects because they may have environmental characteristics that can be improved through restoration projects Targeted Resource Area (TRA) — a unique or substantial important asset, opportunity, or function located within a defined area. TRAs can include targeted assets or targeted opportunities. These are identified by analyzing spatial data representing assets, problems, and opportunities that manifest as patches of significance at a smaller scale than the 12- or 14 -digit hydrologic units. These are analogous to TLWs; however, 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. Vendor A private agency, corporation, fern, organization, business, or individual offering to provide qualified professional or specialized services to the Department; if two or more private agencies, corporations, organizations, businesses or individuals join together in a prime vendor/sub-vendor relationship to submit a proposal, the Department will consider the prime vendor to be the Vendor; only the Vendor may enter into a contract with the Department (The words 'Vendor' and 'Contractor' are used interchangeably for this RFP). 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. Ver: 711 P, 5 Page 12 of 36 RFP Number.' 16-006807 Vendor: Michael Baker Engineering, Inc. 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 of 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 SCOPE OF WORK 3.1 OBJECTIVES The Department desires to acquire 11,500 Stream Mitigation credits within the service area (see Attachment G) for Cataloging Unit 03050101 of the Catawba River Basin. River Basin Cataloging Unit Stream Credits CU CATAWBA 03050101 11,500 SPECIAL CONDITIONS: Temperature Regime: Warm -9,400 stream credits Cool -2,100 stream credits Mitigation Information and Restrictions 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 this RFP (the technical proposal, and any contract(s) that may result from this RFP), the amounts of mitigation proposed must be converted into stream mitigation credits that are calculated by the following ratios: Stream Restoration: Stream Enhancement Level I: Stream Enhancement Level II Stream Preservation: 1 linear foot= 1 Credit; 1.5 linear feet = 1 Credit; 2.5 linear feet = 1 Credit; 10 linear feet = 1 Credit. Ver: 7/1/15 Page 13 of 36 RFP Number. 16-006807 Vender: Michael Baker Engineering. Inc. 3.2 TASKS TASK 1 DMS requires two (2) hard copies and one electronic copy of the deliverables for Task 1: a) Conduct an on-site meeting with the IRT and DMS to discuss basic concepts of the proposed mitigation plan and identify concerns or issues related to that plan. Concerns or issues identified must be addressed prior to conveyance of the conservation easement or development of the formal mitigation plan b) Conduct an environmental screening to identify/survey potential protected species, archaeological sites, historical architecture structures, contamination, etc of the site. c) In addition, in accordance to USACE requirements, the Vendor will provide a signed and dated DMS Full Delivery Landowner Authorization Form for each parcel AFTER contract has been awarded and prior to the post contract on-site meeting with the IRT. TASK 2 Property Step One: Preliminary Process and Review The Vendor shall electronically send the following five (5) items to the DMS Project Manager and State Property Office (SPO) Manager Blane Rice Qlane.Rice(Wdoa.nc.gov) for review: Draft Conservation Easement in Microsoft word document form • Use the appropriate conservation easement template as defined in this RFP. • The Vendor shall convey to the State of North Carolina the rights to all mitigation, 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. • The easement boundary must reflect the boundary provided within the technical proposal within reason. Any variations must be communicated to the DMS Project Manager. • The Vendor must provide a copy of the conservation easement to the landowner, and be aware of tax implications such as NC General Statute 105-277.4 which addresses county agricultural deferred taxes that may be incurred at closing. Preliminary Survey Plat in Adobe FDF form • All surveys shall meet the Standards of Practice for Land Surveying in North Carolina as described in Title 21, Chapter 56, of the North Carolina Administrative Code. As such, surveys and digital files shall be tied to the North Carolina State Plane Coordinate System NAD83 (NSRS2007). • The survey title block shall read, "Conservation Easement Survey for the State of North Carolina, Division of Mitigation Services." The title block shall also contain the project name, SPO number, DMS IMS number, name of the owner, location, date surveyed, scale of the drawing, name, address, registration number and seal of the professional land surveyor (PLS). • A table of coordinates (northing and easting) for all property corners, numbered consecutively, must be included on the plat. If multiple parcels comprise a single project, assign a unique number for each property corner within the project. • A table of metes and bounds for all lines must be included in the plat. • The Vendor shall show the following that exist within 100 feet of the easement boundary: roads or trails, property corners, nearby easements, dwellings, roadways, streams and creeks, manholes, poles, and right-of-ways. • The landowner(s) or his/her legal representative must sign the recorded plat. • Access to the easement area must be shown, with location and width depicted by a dotted line and note on the recorded plat. 3 Digital Easement File in AutoCAD (.dwg) and ArcMap (.shp) format • The CAD and GIS files must contain a closed polygon layer of the conservation easement shape in addition to the line work. 4. Copy of the attorney's report on title based on a 30 -year title search with all supporting deeds and documentation Each conservation easement conveyed must have good, marketable title free of liens and encumbrances. Ver: 7/1/15 Page 14 of 36 RFP Number. 96-006807 Vendor: Michael Baker Engineering, Inc. 5. Title attorney's "Schedule A" with any documents describing possible exceptions to title and exhibits. Step Two: Approval for Closing 1. SPO and DMS will review and issue written approval to record after documents meet 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 Pavment The Vendor will complete the seven (7) listed deliverables along with invoice for Task 2 payment. Document deliverables shall be submitted electronically to the DMS project manager and SPO Manager Blane Rice (B lane. Rice(a-)doa.nc.4ov). Additionally, SPO requires one (1) hard copy of all the original documents and a compact disk mailed to Blane Rice, NC Department of Administration, State Property Office, 1321 Mail Service Center, Raleigh, NC 27699-1321. Once received, SPO will issue authorization for payment. 1. Recorded Conservation Easement in Adobe PDF form 2. Recorded Survey Plat in Adobe PDF form 3. Updated digital easement file in AutoCAD (.dwg) and ArcMap (.shp) format 4. Final attorneys report on title based on 30 -year search with deeds and documentation. 5. Original title insurance policy shall be forwarded to SPO (Blane Rice) as soon as it is available. 6. Provide the name, address, phone number, and e-mail address (if available) of each grantor via electronic communication to SPO and DMS. 7. Install survey monumentation and conduct boundary marking with the following specifications: The Vendor shall set 5/8" rebar 30" in length with 3-1/4" aluminum caps on all easement corners. Caps shall meet DMS specifications (Berntsen RBD5325, imprinted with NC State Logo # B9087 or equivalent). After installation, caps shall be stamped with the corresponding number from the table of coordinates on the survey. The Vendor shall place a 6 -foot tall durable witness post at each corner in the conservation easement boundary. Posts shall be made of material that will last a minimum of 20 years. The Vendor shall attach a conservation easement sign to each witness post and place additional signs at no more than 200 -foot intervals on long boundary lines. When applicable, the Vendor can mark existing trees (>3dbh) with conservation easement signs and/or blaze property lines at approximate eye level in lieu of line posts. Where applicable, established fence posts can be used for placement of signage. Allowances: The vendor may elect to install monumentation and boundary marking during Task 5 preparation. No payment for Task 5 will be approved prior to installation. The original title insurance policy(ies) must be received prior to payment for the Task 5 deliverable. The vendor may elect to complete Task 3 (site specific Mitigation Plan), including the requirement for financial assurance prior to the 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 will require the vendor to fully reimburse the State for any payment(s) made to the vendor for completion of Task 3. Recommendations: The following recommendations are based on previous mitigation project experience. These practices are proven to benefit overall project cost, save time, protect mitigation credit, and lend favor during regulatory close-out consideration. • Simplified project boundaries with lines greater than 200 feet and with fewer corners minimizes encroachments, protects mitigation assets, lowers fencing costs, and makes it easier for adjacent landowners to understand boundaries. • Culverts are often preferred over ford crossings to encourage aquatic passage and minimize stream impact. Ver: 7/1/15 Page 15 of 36 RFP Number. 16-006807 Vendor: Michael Baker Engineering, Inc. • Fence type established should be based on landowner and livestock needs. In general, vaell-built fences will provide less opportunity for encroachment, better .maintenance, and long terra protection of property. • Carefully locating fences for long-term maintenance lessens impact to the conservation easement. • Using the survey plat as baseline documentation for existing roads, paths, trails, or other items of note provides a reference for long-term stewardship and landowners. • Woven wire and multi -strand barbed wire fencing installed in accordance to NRCS standards are proven fencing methods during project closeouts. Past projects with electrified high tensile have experienced many difficulties during monitoring and closeout. The vendor should discuss fencing options with landowners; however, continue to be cognizant of mitigation credit protection and long term stewardship. TASK 3 Develop a site-specific mitigation plan, as appropriate for each site and submit it to tire LAMS for review, comment, and approval. Dfv1S requires three (3) hard copies and one (1) pc:f file on a compact disc of the "Draft" mitigation plan After "Draft" approval. DMS requires five (5) hard copies an.a one (1) pdf file on a compact disc (which can be sent electronically if preferred) of the "Final Draft" mitigation pian which will be posted on the DMS Portal for review by the IRT. Fallowing IR -r approval, DMS requires four (4) completed Pre -Construction Notice (PCN) forms with DMS named as the permittee" and the Vendor as `agent". eight (8) hard copies and three (3) compact discs with the .pdf files of the "F=inal" mitigation plan and the PCN. FINANCIAL ASSURANCE is also due as part of this deliverable. TASK 4 Secure all other necessary permits and/or certifications (i.e. Erosion and Sedimentation Control permit, etc.). Submit one (1) copy of all applicable permits, certifications, etc. to DMS prior to implementation of the earthwork portion of the mitigation project. Upon completion of earthwork, notify DMS in writing of completion date and submit payment request (invoice)_ TASK 5 Complete planting of the mitigation site and i, -Stall all monitoring devices/plots. Vegetation must be planted at least six months 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 and submit payment request. TASK 6 DMS requires three (3) hard copies of the "Draft" baseline monitoring docurnent and "Draft`' as -built drawings. After, `Draft" approval. DMS requires three (3) hard copies and one (1) pdf file ori compact disc (which can be. sent electronically if preferred) of the "Final' baseline monitoring document and the as-builts. The as -built drawings shouid be submitted with the following criteria: A. The as -built drawing is the final record of project construction and shall include: a. Pre -Construction Pian design b. As -built survey (on same sheets as Pre -Construction Plan design) c. Must bear Professional Land Surveyor (PLS) seal d. Annotation and corrections of the Pre -Construction Plan design B. The as -built drawing must bear the designer's Professional Engineer's (PE) seal TASKS 7-11 (5 years monitoring) or 7-13 (7 years monitoring) DMS requires five (5) hard copies and one (1) .pdf formatted copy on a compact disc (which can be sent electronically if preferred) of the yearly monitoring reports. 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 five (5) to seven (7) years. Each annual monitoring report must tie submitted to the DMS by December 1 of the year during which the monitoring was conducted. The 5th or 71h year monitoring report (or final year in cases where monitoring has been extended beyond 5-7 years) must include a closeout report that provides an assessment of the monitoring data collected from the entire monitoring period. The contracted firm must attend closeout meetings and present final project to the IRT both in a closeout meeting at a site to be named later and on the project site, following all DMS closeout procedures and templates. Ver: 7/1/15 Page 16 of 36 RFP Number. 16-006807 Vendor: Michael Baker Engineering, Inc. 3.3 PAYMENT SCHEDULE AND DESCRIPTION OF MILESTONES Vendors will determine the appropriate Payment Schedule based on their mitigation types, regulatory rules and guidance: Project Milestones and Payment Schedule for a 7 -year monitoring Project Milestones and Payment Schedule for a 6 -year monitoring period Task Project Milestone Payment" (% of Contract Value*) 1 Categorical Exclusion Document 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(including As -Built Drawings)' 5 7 Submit Monitoring Report #1 to DMS meets success criteria*' 5 8 Submit Monitoring Report #2 to DMS meets success criteria*' 5 9 Submit Monitoring Report #3 to DMS meets success criteria"' 5 10 Submit Monitoring Report #4 to DMS meets success criteria*' 5 11 Submit Monitoring Report #5 to DMS and complete project Close- Out process meets success criteria*' 10 Submit Monitoring Report #6 to DMS meets success criteria*' TOTAL 100 Project Milestones and Payment Schedule for a 7 -year monitoring period as _ Project Milestone Payment" (% of Contract Value*) 1 Categorical Exclusion Document 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(including As -Built Drawings)' 10 7 Submit Monitoring Report #1 to DMS meets success criteria*)' 5 8 Submit Monitoring Report #2 to DMS meets success criteria*' 2 9 Submit Monitoring Report #3 to DMS (meets success criteria*' 2 10 Submit Monitoring Report #4 to DMS (meets success criteria*' 2 11 Submit Monitoring Report #5 to DMS meets success criteria*' 2 12 Submit Monitoring Report #6 to DMS meets success criteria*' 2 13 Submit Monitoring Report #7 to DMS and complete project Close- Out process meets success criteria*)' 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 RMS. 'For any year, beginning with delivery of task 6; if credits are withheld by the regulatory agencies or credits are lost for other reasons, and deliverable payments have to be adjusted, then all future yearly payments will be made following IRT yearly release of the credits. 3.4 PROJECT ORGANIZATION Vendor shall describe the organizational and operational structure it proposes to utilize for the work described in this RFP, and identify the responsibilities to be assigned to each person Vendor proposes to staff the work. Ver: 7/1/15 Page 17 of 36 RFP Number.' 16-006807 Vendor: Michael Baker Engineering, Inc. 3.5 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 accomplishing each shall be included. 3.6 ACCEPTANCE OF WORK Acceptance of work by the State shall not be unreasonably withheld: but may be conditioners or delayed. as required for reasonable reviev;f, evaluation, installation or testing, as applicable to the work or deliverable. Final acceptance is expressly condit?ones won completion of all applicable assessment procedures. Should the work or deliverables fail to meet any requirernents, acceptance criteria or otherwise fail to conform to the rontract, the State may exercise any and all rights hereunder, including; for deliverables, such rights provided by the Uniform Cornmercial Code as adapted in North Carolina, 4.0 ADMINISTRATIVE TERMS 4.1 REQUEST FOR PROPOSAL DOCUMENT The RFP is comprised of the base RFP document, any attachments, and any addenda released before Contract award. All attachments and addenda released for this RFP in advance of any Contract award are incorporated herein by reference 4.2 CONTRACT TERM The Contract shall have maximum term of up to 10 years, beginning on the date of contract award (the "Effective Date"). The Vendor shall begin work under the Contract within seven (7) business (lays of the Effective Date. 4.3 PRICING Proposa) price shall constitute the total cost to Buyer for complete performance in accordance with the requirements and specifications herein, including all applicable charges handling, administrative and other similar fees. Vendor shall riot invoice for any amounts riot specifically allowed for in this RFP. Complete ATTACHMENT C: PRICING FORM and include in Proposal. 4.4 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 established by the cost proposal pursuant to the proposal review process and credits identified in the technical proposal. In order 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 equals the final number of mitigation credits, as determined by the IRT, 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 provide 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/release of mitigation credits by the IRT. 4.5 INVOICES a) Invoices are to be submitted to the Contract Administrator after NCDMS 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 must be submitted to the following address: Ver: 7/1/15 Page 18 of 36 RFP Number. 16-006807 Vendor: Michael Baker Engineering, Inc. NC Department of Environmental Quality Division of Mitigation Services Attn: Debby Davis 1652 Mail Service Center Raleigh, NC 27699-1652 4.6 PAYMENT TERMS a) The Vendor will be compensated at the rates quoted in the Vendor's Cost Proposal. b) The Vendor will be paid net thirty (30) calendar days after the Vendor's invoice is approved by the State. 4.7 PERFORMANCE OUTSIDE THE UNITED STATES Vendor shall complete ATTACHMENT D: 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: Total cost to the State Level of quality provided by the Vendor Process and performance capability across multiple jurisdictions Protection of the State's information and intellectual property Availability of pertinent skills Ability to understand the State's business requirements and internal operational culture Particular risk factors such as the security of the State's information technology Relations with citizens and employees Contract enforcement jurisdictional issues 4.8 NOTICE TO VENDORS REGARDING RFP TERMS AND CONDITIONS It shall be the Vendor's responsibility to read the Instructions, the State's 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 also are 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, or exceptions regarding any term, condition, or other component within this RFP, those must be submitted as questions in accordance with in the instructions in Section 2.2 PROPOSAL QUESTIONS. If the State determines that any changes will be made as a result of the points raised, then such decisions will be communicated in the form of an RFP addendum. The State may also elect to leave open the possibility for later negotiation of specific components of the Contract that have been addressed during the question and answer period. Other than through this process, the State rejects and will not be required to evaluate or consider any additional or modified terms and conditions submitted with Vendor's proposal. 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. 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. Noncompliance with, or any attempt to alter or delete, this paragraph shall constitute sufficient grounds to reject Vendor's proposal as nonresponsive. 4.9 INTERPRETATION OF TERMS AND PHRASES This Request for Proposal serves two functions: (1) to advise potential Vendors of the parameters of the solution being sought by the Department; and (2) to provide (together with other specified documents) the terms of the Contract resulting from this procurement. As such, all terms in the Request for Proposal shall be enforceable as contract terms in accordance with the General Terms and Conditions. The use of phrases such as "shall," "must," and "requirements" are intended to create enforceable contract conditions, In determining Ver: 7/1/15 Page 19 of 36 RFP Number.' 16-006807 Vendor: Michael Baker Engineering, Inc. whether proposals should be evaluated or rejected, the Department will take into consideration the degree to which Vendors have proposed or failed to propose solutions that will satisfy the Department's needs as described in the Request for Proposal. Except as specifically stated in the Request for Proposal, no one requirement shall automatically disqualify a Vendor from consideration. However, failure to comply with any single requirement may result in the Department exercising its discretion to reject a proposal in its entirety. 5.0 PROPOSAL EVALUATION PROCESS AND METHOD OF AWARD 5.1 CONFIDENTIALITY AND PROHIBITED COMMUNICATIONS DURING EVALUATION During the evaluation period—from the date proposals are opened through the date the contract is awarded—each Vendor submitting a proposal (including its representatives. sub -vendors and/or suppliers) 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, department secretary, agency head. members of the general assembly and/or governor's office), or private entity, if the communication refers to the content of Vendor's proposal or qualifications, the contents of another Vendor's proposal, another Vendor's qualifications or ability to perform the contract, and/or the transmittal of any other communication of information that could be reasonably considered to have the effect of directly or indirectly influencing the evaluation of proposals and/or the award of the contract. A Vendor not in compliance with this provision shall be disqualified from contract award, unless it is determined in the State's discretion that the communication was harmless, that it was made without intent to influence and that the best interest of the state would not be served by the disqualification. A Vendor's proposal may be disqualified if its sub -vendor and supplier engage in any of the foregoing communications during the time that the procurement is active (i.e , the issuance date of the procurement to the date of contract award). Only those discussions, communications or, transmittals of information authorized or initiated by the issuing agency for this RFI`' or general inquiries directed to the purchaser regarding requirements of the RFP (prior to proposal submission) or the status of the contract award (after submission) are excepted from this provision. 5.2 PROPOSAL OPENING Proposals will be received from each Vendor in two separate, sealed packages - the Technical Proposal and the Cost Proposal, Each original of 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 contained 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 no later than the date and time specified on the cover sheet of this RFP. At that date and time the package containing the technical proposals from each responding firm will be publicly opened and the name of each Vendor announced publicly. 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. 5.3 EVALUATION PROCESS The State will conduct a Two -Step evaluation of the Proposals received The State shall review all Vendor responses to this RFP to confirm that they meet the specifications and requirements of the RFP. The State reserves the right to waive any minor informality or technicality in proposals received. All technical proposals will be evaluated prior to opening any cost proposal. 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 firm will be tabulated Ver 7/1/15 Page 20 of 36 RFP Number.' 96-006807 Vendor: Michael Baker Engineering, Inc. 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. At their sole option, the evaluators may request oral presentations or discussion 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 clarification—and often do not; therefore, all proposals must be complete and reflect the most favorable terms available from the Vendor. 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. The State reserves the right to reject all original offers and request one or more of the Vendors submitting proposals to submit best and final offers (BAFOs), prepared in collaboration with the State after the initial responses to the RFP have been evaluated and determined to be unsatisfactory. Upon completion of the evaluation process, the State will make Award(s) based on the evaluation and post the award(s) to IPS 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. 5.4 EVALUATION CRITERIA All qualified proposals will be evaluated and award made based on the following criteria considered, to result in an award most advantageous tcrthe State. A proposal may be rejected during any phase of review if the PRC determines that the proposal 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 offer 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 approach by the PRC. 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 located in Attachment H of this RFP Price a) Sealed cost proposals for all proposals still under consideration will be opened and tabulated. b) The adjusted credit cost is a combined technical and cost measure. This is a best value determination by NCDMS after evaluating all factors in the technical proposal and then evaluating the cost proposal. The adjusted unit cost will be calculated and determined using the following formula: Unit Cost . Proposal Rating (Technical Score) Each site will be ranked by the lowest adjusted credit cost. Ver: 7/1/15 Page 21 of 36 RFP Number 16-006807 Vendor: Michael Baker Engineering, Inc. 5.5 METHOD OF AWARD The NCDtAS Procurement Manager and the Director, will analyze the ranked sites, determine the proposal selections and submit recommendations to the Department and the Department of Administration, Purchase & Contract section., as required, for approval, taking into account the following information: • adjusted credit cost ■ credit cost • available funds ■ mitigation creeds at the tirne of seiection ■ the best interest of the State of North Carolina While the intent of this RFP is to award a Contract to single Vendor, the State reserves the right to make separate awards to different Vendors for one or more line items, to riot award one or more line items or to cancel this RFP in its entirety without awarding a Contract. if it is considered to be roost advantageous to the State to do so. 6.0 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 and cautioned to submit these items in the form of a question during the question and answer period in accordance with Section 2.1, 6.1 FINANCIAL STABILITY Each Vendor shall certify it is financially stable by completing the ATTACHMENT E: CERTIFICATION OF FINANCIAL_ CONDITION. The State is requiring this certification to minimize potential issues from Contracting with a Vendor that is financially unstable. From the date 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 staternent made in this Certification. 6.2 FINANCIAL ASSURANCE The vendor must provide financial assurance in one of the following forms: 1) Performance Bonding — The vendor must provide security in the form of acceptable performance bonds as described in the following paragraph to guarantee delivery of the maximum number of originally contracted credits. The performance bonds 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 bonds shall follow the prescribed wording provided in N.C.G.S. § 44A-33. The vendor must provide two performance bonds. The first bond must be for 100% of the total value of the contract and must be in effect and submitted 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 report) have been met (the financial assurance document must indicate that it is in effect through approval of task 6 and must include the NCDEQ contract number). After the successful completion of Task 6, the bond can be retired and a second bond, the Monitoring Phase Performance Bond (MPPB) must be substituted for the first. The second bond must be for 25% of the value of the contract, which covers the monitoring period. The MPPB can be reduced yearly concurrent with the payment schedule once the yearly mitigation credit is released by the IRT. Therefore, the MPPB can be reduced to 20% of the contract value AFTER release of the Ver: 7/1/15 Page 22 of 36 RFP Number.- 16-006807 Vendor: Michael Baker Engineering, Inc. mitigation credit for monitoring year 1, to 18% of the contract value AFTER release of the mitigation credit for monitoring year 2, continuing with a reduction of the MPPB by 2% of the contract value through monitoring year 6. A MPPB of 10% of the contract value MUST be maintained through monitoring year 7 AND project close-out (including final determination/release of mitigation credits) by the IRT. When the 5 - year Monitoring Payment Schedule is appropriate, the second bond must be for 30% of the contract value and can be reduced accordingly following the payment percentages. 2) 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. 3) 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: a. The "NCDEQ" must be named as the "Regulatory Body". NCDEQ shall have the sole right to place a claim against the policy. NCDEQ shall have the sole right and obligation as the responsible "regulatory body" to approve any claim settlement, b. Initial insurance must be for a 10 year period. 6.3 VENDOR EXPERIENCE In its Proposal, Vendor shall demonstrate experience with public and/or private sector clients with similar or greater size and complexity to the State of North Carolina. Vendor shall provide information as to the qualifications and experience of all executive, managerial, 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. 6.4 REFERENCES The State reserves the right to request and verify references. Upon request references must be submitted within 3 business days. Failure to provide references will cause your proposal to be rejected. 6.5 ACCESS TO PERSONS AND RECORDS Pursuant to Item # 11 of the North Carolina General Terms and Conditions, The State Auditor and the using agency's internal auditors shall have access to persons and records as a result of all contracts or grants entered into by State agencies or political subdivisions in accordance with General Statue 147-64.7 and Session Law 2010-194. Section 21 (i.e., the State Auditors and internal auditors may audit the records of the Vendor during the term of the contract to verify accounts and data affecting fees or performance). Vendor shall retain all records for a period of six (6) years following completion of the contract or until any audits begun during this period are completed and findings released. 6.6 BACKGROUND CHECKS Any personnel or agent of the 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. These background checks may be performed for the following: (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. Ver: 7/1/15 Page 23 of 36 Michael Baker Engineering, Inc. RFP Number: 16-006807 Vendor.- 6.7 PERSONNEL Vendor shall not substitute key personnel assigned to the performance of this Contract without prior viritten approval by the Contract Administrator. Vendor shall 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 manner. The State may, in its sole discretion, terminate the services of any person providing services under- this Contract. Upon such termination, the State may request acceptable substitute personnel or terminate the contract services provided by such personnel. 6.8 VENDOR'S REPRESENTATIONS a) 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 agrees that it will riot enter any agreement with a third party that may abridge any rights of the State under this Contract. Vendor will serve as the prime vendor under this Contract and shall be responsible for the performance and payment of all subvendor(s) that may be approved by the State. Names of any third party vendors or subvendors 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 incorporate any work by third party subvendor(s). b) If any services, deliverables, functions, or responsibilities riot specifically described in this Contract are required for Vendor's proper performance, provision and delivery of the service and deliverables under this 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 the contract. Unless otherwise expressly provided herein, Vendor will furnish all of its own necessary equipment, management. supervision, labor, facilities, furniture, computer- and telecommunications equipment. software, supplies and materials necessary for the Vendor to provide and deliver the Services and Deliverables. c) Vendor warrants that it has the financial capacity to perform and to continue perform its obligations under the contract; that Vendor has no constructive or actual knowledge of an actual or potential legal proceeding 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. 7.0 CONTRACT ADMINISTRATION 7.1 PROJECT MANAGER AND CUSTOMER SERVICE The Vendor shall 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 service. Vendor must complete a copy of ATTACHMENT F: Additional Vendor Information and return with bid. 7.2 REPORTS Reports shall be submitted well organized and easy to read. The Vendor shall submit the reports in a timely manner and on a regular schedule as specified by this RFP. 7.3 DISPUTE RESOLUTION The parties agree that it is in their mutual interest to resolve disputes informally. A claim by the Vendor shall be submitted in writing to the State's Contract Lead for resolution. A claim by the State shall be submitted in writing to the Vendor's Project Manager for resolution. The Parties shall 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. If a dispute cannot be resolved between the Parties within thirty (30) days after delivery of notice, Ver: 7/1/15 Page 24 of 36 Michael Baker Engineering, Inc. RFP Number.- 16-006807 Vendor: either Party may elect to exercise any other remedies available under this Contract, or at law. This term shall not constitute an agreement by either party to mediate or arbitrate any dispute. 7.4 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. 7.5 CONTRACT ADMINISTRATOR Kristie Corson is designated as the contract administrator for the Department for the purposes of this RFP. This Space is Intentionally Left Blank Attachments to this RFP begin on the next page. Ver: 7/1/15 Page 25 of 36 RFP Number.' 16-006807 Vendor, ---Michael Baker Engineering, Inc. ATTACHMENT A: INSTRUCTIONS TO VENDORS 1. READ, REVIEW AND COMPLY: It shall be the Vendor's responsibility to read this entire document, review all enclosures and attachments, and any addenda thereto, and comply with all requirements specified herein, regardless of whether appearing in these Instructions to Vendors or elsewhere in this RFP document. 2. LATE PROPOSALS: Late proposals, 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. 3. ACCEPTANCE AND REJECTION: The State reserves the right to reject any and ali proposals, to waive any informality in proposals and, unless otherwise specified by the Vendor, to accept any item in the proposal. 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. 4. 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. 5. EXECUTION: Failure to sign EXECUTION PAGE in the indicated space will render proposal non-responsive, and it shall be rejected. 6. ORDER OF PRECEDENCE: In cases of conflict between specific provisions in this solicitation or in any contract arising from it, the order of precedence shall be (high to low) (1) any special terms and conditions specific to this RFP, including any negotiated terms; (2) requirements and specifications in Sections 4. 5 and 6 of this RFP: (3) North Carolina General Contract Terms and Conditions in ATTACHMENT B: NORTH CAROLINA GENERAL CONTRACT TERMS AND CONDITIONS; (4) Instructions in ATTACHMENT A: INSTRUCTIONS TO VENDORS; and (5) Vendor's Proposal. 7. INFORMATION AND DESCRIPTIVE LITERATURE: Vendor shall furnish all information requested and in the spaces provided in this document. Further, if required elsewhere in this proposal, each Vendor must submit with their proposal sketches, descriptive literature and/or complete specifications covering the products offered. Reference to literature submitted with a previous proposal or available elsewhere will not satisfy this provision. Proposals that do not comply with these requirements shall be subject to rejection. 8. 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: • All copies of the proposal are printed double sided. • All Submittals and copies are printed on recycled paper with a minimum post -consumer content of 30%. • Unless absolutely necessary, all proposals 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. • 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. 9. HISTORICALLY UNDERUTILIZED BUSINESSES: Pursuant to General Statute §143-48 and Executive Order #150 (1999), the State invites and encourages participation in this procurement process by businesses owned by minorities, women, disabled, disabled business enterprises and non-profit work centers for the blind and severely disabled. Ver: 7/1/15 Page 26 of 36 RFP Number: 96-006807 Vendor: Michael Baker Engineering, Inc. 10. RECIPROCAL PREFERENCE: G.S. §143-59 establishes a reciprocal preference requirement to discourage other states from favoring their own resident Vendors by applying percentage increases to any proposal by a North Carolina resident Vendor_ The "Principal Place of Business" is defined as the principal place from which the trade or business of the Vendor is directed or managed. 11. CONFIDENTIAL INFORMATION: To the extent permitted by applicable statutes and rules, the State will maintain confidential trade secrets 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 or 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 as 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 and cautioned to limit the marking of information as a trade secret or as confidential so far as is possible. 12. PROTEST PROCEDURES: When a Vendor wishes to protest a Contract resulting from this solicitation that is awarded by the Division of Purchase and Contract, or awarded by an agency in an awarded amount of at least $25,000, a Vendor shall submit a written request addressed to the State Purchasing Officer at Purchase and Contract, 1305 Mail Service Center, Raleigh, NC 27699-1305. A protest request related to an award amount of less than $25,000 shall be sent to the purchasing officer of the agency that issued the award. 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. Proposal status and Award notices are posted on the Internet at https://www.ips.state.nc.uslips/ All protests will be handled pursuant to the North Carolina Administrative Code, 01 NCAC 05B.1519. 13. MISCELLANEOUS: Masculine pronouns shall be read to include feminine pronouns, and the singular of any word or phrase shall be read to include the plural and vice versa. 14. COMMUNICATIONS BY VENDORS: In submitting its proposal, the Vendor agrees not to discuss or otherwise reveal the contents of its proposal to any source, government or private, outside of the using or issuing agency until after the award of the Contract or cancellation of this RFP. 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 proposals (i.e., after the public opening of the proposals 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 proposal 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 and/or award of the Contract that is the subject of this RFP. Vendors not in compliance with this provision may be disqualified, at the option of the State, from the Contract award. Only those communications with the using agency or issuing agency authorized by this RFP are permitted. 16. TABULATIONS: Proposal tabulations can be electronically retrieved at the Interactive Purchasing System (IPS), https://www.igs.state.nc.uslips/BidNumberSearch. Click on the IPS BIDS icon, click on Search for Bid, enter the proposal number, and then search. Tabulations will normally be available at this web site not later than one working day after the proposal opening. Lengthy or complex tabulations may be summarized, with other details not made available on IPS, and requests for additional details or information concerning such tabulations cannot be honored. 16. VENDOR REGISTRATION AND SOLICITATION NOTIFICATION SYSTEM: Vendor Link NC allows Vendors to electronically register free with the State to receive electronic notification of current procurement opportunities for goods and services of potential interests to them available on the Interactive Purchasing System, as well as notifications of status changes to those solicitations. Online registration and other purchasing information is available at the following website http://www.r)andc.nc.gov/. 17. WITHDRAWAL OF PROPOSAL: a Proposal may be withdrawn only in writing and actually received by the office issuing the RFP prior to the time for the opening of Proposals identified on the cover page of this RFP (or such Ver: 7/1/15 Page 27 of 36 Michael Baker Engineering, Inc. RFP Number: 16-006807 Vendor: later date included in an Addendum to the RFP). A withdrawal request must be on Vendor's letterhead and signed by an official of the Vendor authorized to make such request. Any withdrawal request made after the opening of Proposals shall be allowed only for good cause shown and in the sole discretion of the Division of Purchase and Contract. 18. 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 this RFP and in formal Addenda issued through IPS 19. COST FOR PROPOSAL PREPARATION: Any costs incurred by Vendor in preparing or submitting otters ark. the Vendor's sole responsibility; the State of North Carolina will not reimburse any Vendor for any costs incurred prior to award. 20. VENDOR'S REPRESENTATIVE: Each Vendor shall submit with its proposal the name, address, and telephone number of the person(s) with authority to bind the firm and answer questions or provide clarification concerning the firm's proposal. 21. SUBCONTRACTING: Unless expressly prohibited, a Vendor may propose to subcontract portions of the work to identified subvendor(s), provided that its proposal clearly describe what work it plans to subcontract and that Vendor includes in its proposal all information regarding employees, business experience:, etcr for each proposed subvendor that is required to be provided for Vendor itself. 22. 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 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. This Space is Intentionally Left Blank Ver: 7/1/15 Page 28 of 36 RFP Number. 16-006807 Vendor: Michael Baker Engineering, Inc. ATTACHMENT B: NORTH CAROLINA GENERAL CONTRACT TERMS AND CONDITIONS 1. PERFORMANCE AND DEFAULT: If, through any cause, Vendor shall fail to fulfill in timely and proper manner the obligations under this contract, the State shall have the right to terminate this contract by giving written notice to the Vendor and specifying the effective date thereof. In that event and subject to all other provisions of this contract, all finished or unfinished deliverable items under this contract prepared by the Vendor shall, at the option of the State, become its property, and the Vendor shall be entitled to receive 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 C (as amended, if applicable) is equal to the ratio of the Units actually generated to the total Units identified in Attachment C. Notwithstanding any other provision in this agreement, Vendor shall not be relieved of liability to the State for damages sustained by the State by virtue of any breach of this 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 reserves the right to require at any time a performance bond or other acceptable alternative guarantees from a successful Vendor without expense to the State. In case of default by the Vendor, the State may procure the services necessary to complete performance hereunder from other sources and hold the Vendor responsible for any excess cost occasioned thereby. In addition, in the event of default by the Vendor under this 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, immediately terminate this contract for cause, and may act to debar the Vendor from doing future business with the State 2. GOVERNMENTAL RESTRICTIONS: In the event any Governmental restrictions are imposed which necessitate alteration of the material, quality, workmanship or performance of the items offered prior to their delivery, it shall be the responsibility of the Vendor to notify, in writing, the issuing purchasing office at once, indicating the specific regulation which required such alterations. The State reserves the right to accept any such alterations, including any price adjustments occasioned thereby, or to cancel the Contract. 3. AVAILABILITY OF FUNDS: Any and all payments to the Vendor are dependent upon and subject to the availability of funds to the agency for the purpose set forth in this contract. 4. 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. All agencies participating in this 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. 5. SITUS: The place of this Contract, its situs and forum, shall be North Carolina, where all matters, whether sounding in Contract or tort, relating to its validity, construction, interpretation and enforcement shall be determined. Ver: 7/1/15 Page 29 of 36 RFP Number. 16-006807 Vendor: Michael Baker Engineering, Inc. 6. GOVERNING LAWS: This Contract is made under and shall be governed and construed in accordance with the laws of the State of North Carolina, without regard to is conflict of laws rules. 7. PAYMENT TERMS: Payment terms are Net not later than 30 days after receipt of correct invoice or acceptance of goods, whichever is later. The using 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 that card (Visa. MasterCard, etc.) from other customers, and it shall be accepted by the Vendur for payment under the same terms and conditions as any other method of payment accepted by the Vendor If payment is made by procurement card, then payment may be processed immediately by the Vendor. 8. AFFIRMATIVE ACTION: The Vendor will take affirmative action in complying with all Federal and State requirements concerning Lair employment anti employment of people with disabilities, and concerning the treatment o' all employees without regard to discrimination by reason of race, color. religion, sex, national origin or disability. 9. INTELLECTUAL PROPERTY INDEMNITY: Vendur shah 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 copyrighted material, patented or unpatented invention. articles, device or appliance delivered in connection with this contract. 10. ADVERTISING: Vendor agrees not to use the existence of this Contract or the name of the State of North Carolina as part of any commercial advertising or marketing of products or services. A Vendor may inquire whether the State is willing to act as a reference by providing factual information directly to other prospective customers. 11. ACCESS TO PERSONS AND RECORDS: During and after the terry; hereof, the State Auditor and any using agency's internal auditors shall have access to persons and records related to this Contract to verify accounts and data affecting fees or performance under the Contract, as provided in G.S. §143-49(9). 12. ASSIGNMENT: No assignment of the Vendor's obligations nor the Vendor's right to receive payment hereunder shall be permitted. However, upon written request approved by the issuing purchasing authority and solely as a convenience to the Vendor, the State may: a. Forward the Vendor's payment check directly to any person or entity designated by the Vendor, and b. Include any person or entity designated by Vendor 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 and the Vendor shall remain responsible for fulfillment of all Contract obligations. Upon advance written request, the State may, in its unfettered discretion, approve an assignment to the surviving entity of a merger, acquisition or corporate reorganization, if made as part of the transfer of all or substantially all of the Vendor's assets. Any purported assignment made in violation of this provision shall be void and a material breach of this Contract. 13. INSURANCE: 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. As a minimum, the Vendor shall provide and maintain the following coverage and limits: a. Worker's Compensation - The Vendor shall provide and maintain Worker's Compensation Insurance, as 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. If any work is sub -contracted, the Vendor shall require the sub-Vendorto provide the same coverage for any of his employees engaged in any work under the Contract. Ver: 7/1/15 Page 30 of 36 RFP Number. 16-006807 Vendor: Michael Baker Engineering, Inc. b. 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 cost shall be in excess of the limit of liability.) c. Automobile - Automobile Liability Insurance, to include liability coverage, covering all owned, hired and non -owned vehicles, used 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. REQUIREMENTS - Providing and maintaining adequate insurance coverage is a material obligation of the Vendor and is of the essence of this 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 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 this 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 under the Contract. 14. GENERAL INDEMNITY: The Vendor shall 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 this Contract, and 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 this Contract and that are attributable to the negligence or intentionally tortious acts of the Vendor provided that the Vendor is notified in writing within 30 days that the State has knowledge of such claims. 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 goods to the State. The representation and warranty in the preceding sentence shall survive the termination or expiration of this Contract. 15. INDEPENDENT VENDOR: Vendor shall be considered to be an independent vendor and as such shall be wholly responsible for the work to be performed and for the supervision of its employees. Vendor represents that it has, or will secure at its own expense, all personnel required in performing the services under this contract. Such employees shall not be employees of, or have any individual contractual relationship with the Agency. 16. KEY PERSONNEL: Vendor shall not substitute key personnel assigned to the performance of this contract without prior written approval by the State's assigned Contract Lead. The individuals designated as key personnel for purposes of this contract are those specified in the RFP or Vendor's proposal. 17. SUBCONTRACTING: Work proposed to be performed under this contract by the Vendor or its employees shall not be subcontracted without prior written approval of the State's assigned Contract Administrator. Acceptance of a Vendor's proposal shall include approval to use the subvendor(s) specified therein in accordance with paragraph 21 of Attachment A: Instructions to Vendor. 18, TERMINATION FOR CONVENIENCE: The State may terminate this contract at any time by 30 days' notice in writing from the State to the Vendor. In that event, all finished or unfinished deliverable items prepared by the Vendor under this contract shall, at the option of the State, become its property. If the contract is terminated by the State as provided in this section, the State shall pay for services satisfactorily completed by the Vendor, less payment or compensation previously made. 19. CONFIDENTIALITY: Any State information, data, instruments, documents, studies or reports given to or prepared or assembled by or provided to the Vendor under this contract shall be kept as confidential, used only for the purpose(s) required to perform this contract and not divulged or made available to any individual or organization without the prior written approval of the State. 20. CARE OF PROPERTY: The Vendor agrees that it shall be responsible for the proper custody and care of any property furnished it by the State for use in connection with the performance of this contract or purchased by or Ver: 7/1/15 Page 31 of 36 RFP Number: 16-006807 Vendor: Michael Baker Engineering, Inc. for the State for this contract, and Vendor will reimburse the State for loss or damage of such property while in Vendor's custody. 21. PROPERTY RIGHTS: All deliverable items produced for or as a result of this contract shall be an become the property of the State, and Vendor hereby assigns all ownership rights in such deliverables, including all it telleCtual property rights, to the State; provided, however. that as to any preexisting works imbedded in such deliverables, Vendor hereby grants the State a fully -paid, perpetual license: to copy. distribute and adapt the preexisting works. 22. OUTSOURCING: Any Vendor or subvendor providing call or contact center services to the State of North Carolina shall disclose to inbound callers the location from which the call or contact center services are being provided. If, after award of a contract, the vendor wishes to relocate or outsource any portion of the work to a location outside the United States; or to corrtrac°t with a subvendor far the performance of any work, which subvendor and nature of the work has not previously been disclosed to the State in writing, prior written approval must be obtained from the State agency responsible for the contract. Vendor shall give notice to the using agency of any relocation of the Vendoremployees of the Vendor, subvendors of the Vendor, or other persons performing services under a state contract to a location outside of the United States. 23. COMPLIANCE WITH LAWS: Vendor shall comply with ali laws, ordinances, codes, rules, regulations, and licensing requirements that are applicable to the conduct of its business. including those of federal, state, and local agencies having jurisdiction and/or authority 24. ENTIRE AGREEMENT: This contract and any documents incorporated specifically by reference represent the entire agreement between the parties and supersede all prior oral or written statements or agreements. This RFP, any addenda thereto, and the Vendor's proposal are incorporated herein by reference as though set forth verbatim. 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. 25. AMENDMENTS: This contract may be amended oniy by written amendments duly executed by the State and the Vendor. The NC Division of Purchase and Contract shall give prior approval to any amendment to a contract awarded through that office. 26. WAIVER: The failure to enforce or the waiver by the State of any right or of breach or default on one occasion or instance shall not constitute the waiver of such right, breach or default on any subsequent occasion or instance. 27. 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, or other catastrophic natural event or act of God. This Space is Intentionally Left Blank Ver: 7/1/15 Fuge 32 of 36 RFP Number. 16-006807 Vendor: Michael Baker Engineering, Inc. ATTACHMENT C: PRICING RFP# 16-006807 RFP TITLE: FULL DELIVERY PROJECTS TO PROVIDE STREAM MITIGATION CREDITS WITHIN CATALOGING UNIT 03060101 OF THE CATAWBA RIVER BASIN A Separate Sealed Cost Proposal Is Required For Each Proposed Site And For Each Option Proposed For A Site. Vendor Must List On The Front Of Each Sealed Cost Proposal Envelope, The Site Name/Location And Option Number (If Applicable) Must Be Indicated. All costs related to the mitigation offered must be included in this SEALED COST PROPOSAL. No additional charges for travel, per diem, or cost of any services will be allowed. Cost will be a major factor in the selection of proposals. ALL Sealed Cost Proposals will be compared to mitigation cost data maintained by the NCDMS. SITE NAME See Separate Sealed Envelope with Cost Proposal OPTION (IF APPLICABLE) PROPOSED COST TOTAL CREDITS CREDIT COST TOTAL COSTS GRAND TOTAL: go Printed Name of Authorized Representative N/A Company Name (Printed) STREAM CREDITS 12 N/A Signature of Authorized Representative N/A Date Ver: 7/1/15 Page 33 of 36 RFP dumber: 16-006807 Vendor: Michael Baker Engineering, Inc. ATTACHMENT D: LOCATION OF WORKERS UTILIZED BY VENDOR In accordance with NC General Statute §143-59.4, the 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 this Contract. The State will evaluate the additional risks, costs, and other factors associated with such utilization prior to making an award. Please complete items a, b, and c below. a) Will any work under this Contract be performed outside the United States? ❑ YES ® NO If the Vendor answered "YES" above, Vendor must complete items 1 and 2 below: 1. List the location(s) outside the United States where work under this Contract will be performed by the Vendor, any sub -Vendors, employees, or other persons performing work under the Contract: 2. Describe the corporate structure and location of corporate employees and activities of the Vendor, its affiliates or any other sub -Vendors that will perform work outside the U.S.. b) The Vendor agrees to provide notice, in writing to the State, of the relocation of the Vendor, employees of the Vendor, sub -Vendors of the Vendor, or other persons 0 YES ❑ NO performing services under the Contract outside of the United States NOTE: All Vendor or sub -Vendor 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. c) Identify all U.S. locations at which performance will occur: Cary and Asheville, North Carolina, USA This Space is Intentionally Left Blank Ver: 7/1/ 15 Page 34 of 36 RFP Number: 96-006807 Vendor:_Michael Baker Engineering, Inc. ATTACHMENT E: CERTIFICATION OF FINANCIAL CONDITION Name of Vendor: Michael Baker Engineering, Inc. The undersigned hereby certifies that: [check all applicable boxes) ® The Vendor is in sound financial condition and received an unqualified audit opinion for the latest audit of its financial statements. Date of latest audit: December 31, 2015 © The Vendor has no outstanding liabilities to the Internal Revenue Service or other government entities. ® 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 litigation or findings of 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. If any one or more of the foregoing boxes is NOT checked, explain the reason in the space below: /") I U f SLAUZ'a 14 Signature Date Robert W. Lewis, PE Vice President / NC Office Executive Printed Name Title [This Certification must be signed by an individual authorized to speak for the Vendor] This Space is Intentionally Left Blank Ver: 7/1/15 Page 35 of 36 RFP Number 16-006807 Vendor: Michael Baker Engineering, Inc. ATTACHMENT F: ADDITIONAL VENDOR INFORMATION VENDOR'S INH ORMATION Vendors Primary Contact (or Project Manager) Name: Jacob 14 Byers, PE - — Agency. Michael Baker Engineering, Inc. Title: _ NC Ecosystem Services Manager Address: 797 Haywood Road, Suite 201 ' City: Telephone: Email_ Asheville State/ Zip: rvC 27518.V_._� 828-412-6101 Fax: 828-463-0503 Byers@mbakerintl,com Vendors Execution Address (Where the contract should be mailed for signature) Name: Robert W. Lewis, PE Agency: _ Michael Baker Engineering, Inc, Title: Vice President / North Carolina Office Executive Address: — _ 8000 Regency Parkway, Suite 600 e City: r Cary State/ Zip: NC 27518 Telephone: 919-481-5700 Fax: 919-463-5490 i Email: Robert.Lewis@mbakerintl.com 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: 10ichad Baker Engineerinu, inc. �I ------___------ Agency: ATTN; Michele O01117 -- -- -i Title: Address: PO Box 360451 — City Pittsburgh —� State/ Zip: PA T 15251-6451 Telephone: �— 724-495-4059 Fax: Email: 'I � it0ow@mbakerintl.ccm Ver: 711115 Page 36 of 36 ATTACHMENT G Catawba 03050101 Full Delivery RFP *Thermal Regime abbreviations: Warm = W, Cool = Cl, Cold = Cd Page 1 of 2 Targeted Watersheds with Warm and Cool Thermal Regimes for CATAWBA RIVER BASIN • Cataloging Unit 03050101 HUC # LWP HUC # LWP HUC # LWP 03050101030060 (W) Partial 03050101120010 (W) No 03050101180020 (W) No 03050101040010(W) Yes 03050101120030(W) No 03050101040020(W) Yes 03050101120040(W) No 03050101050050(W) No 03050101130010(W) No 03050101060050(W) Yes 03050101140010(W) No 03050101080010(W) Yes 03050101160040(W) No 03050101070030(CI,Cd) No 03050101080020(W) Yes 03050101170010(W) Yes 03050101030030(CI) No 03050101090010(W) No 03050101170020(W) Yes 03050101070040(CI) No 03050101090020(W) No 03050101180010(W) No I 03050101060030(CI,Cd) No *Thermal Regime abbreviations: Warm = W, Cool = Cl, Cold = Cd Page 1 of 2 N, s L I 7 _ i � C - IN - ` z i Al- a ® C g •• _ ir T' A _o � O O _ i � C - IN - ` z i a ® C g dh r., t C r!7 tef to c r -L id q1 V C a U ;r 9 A OL, N O N N 0) R a ATTACHMENT H Important Notes/Guidance 1. Projects MUST be located within DMS Targeted Local Watersheds within Catawba 03050101 (Attachment G Table and Map). Projects located within Local Watershed Planning (LWP) HUCs may receive additional points, as noted in Section 1.0 of this Technical Proposal Rating Form (or "scoresheet"). 2. BONUS questions in Scoresheet Modules 1.0 through 6.0 (after the Overall Merit/Proposal Screening section) may receive additional points, but will NOT disqualify a Provider's proposal if unanswered or not applicable. Technical Proposal Evaluation Criteria Catawba 03050101— Rating Form (Stream Only) Offeror: Site Name: River Basin / Catalog Unit: RFP Number: This completed form can be found in the Appendices Section. Date of Site Evaluation: Type/Amt of Mitigation Offered: Proposal Review Committee: Alternate Attendees: G1werall Merit (proposal Screeniri , Yes/No 1 -For stream mitigation projects, does the Technical Proposal adequately document the historical presence of stream(s) on the project site, and provide the drainage areas (acres) and provide accurate, process -based descriptions of all project stream reaches and tributaries? 2 -Does the proposal adequately document the physical, chemical and/or biological impairments that currently exist on the project site? 3 -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.] 4 -Does DMS agree with the proposed credit structure(s) described in the proposal? 5 -Does the proposed project avoid significant adverse impacts to existing wetlands and/or streams? 6 -Does the proposal adequately describe how the project will advance DMS watershed planning goals? Page 1 of 6 ATTAC'HRAPNIT H 7 -For any proposed Priority II restoration, are all the following elements included in the proposal OR is Priority 2 stream restoration limited to "tie-ins" (designed tributary confluences)? - f loodplairl bench grading will extend a rrlinirnuro :1.,5 bankfull widths beyond the stream belt -width (no meandering flood f;lains — see Diagram helow).. -The floodplain will be over -excavated to accommodate replacement of topsoil. - The design and construction oversight will ensure the management of topsoil to include the harvest and segregated stockpiling of A and B soil horizons for placement on excavated floodplain features. - The slopes between the outer edge of floodplain grading and the terrace will be a minimum of 5:1. Note: An answer of No in this section means the Technical Proposal is rejected. Continue or Reject? 2W - - Diagram for Priority II Question Above. �- Priority 11 floodplain bench 190 Cradine boundary minimums 100 €jI f ra0 U - D.U. 90 � •� i'�._ �22A.6. x49.3. i 1 '*'i 12.3. ✓ �'f v "336 9. - 0 I .D t -100 20 foot channelveldth i , -150 200 +--�— 30 toot benchwidth(1.5 tiu»es channel vAdth)beyond the beNwidth. — -� ---� O 100 260 300 400 500 Section 1.0 - Watershed Module [35 Points Possible] Projects Located outside of LWP 1 For proposed projects located outside of a Local Watershed Plan (LWP) area -- but within another targeted HUC (TLW) -- to what extent does the project support the restoration goals? The following CU -wide and TLW goals are documented in the Catawba River Basin Restoration Priorities (RBRP) reports (see links below): 1 - protection of WS -classified waters draining to water supply reservoir(s) on Catawba River main stem; 2 reduced nutrient inputs to streams; 3 - reduced sediment inputs to streams; 4 - reduced fecal coliform inputs to streams; 5 - restoration of degraded aquatic habitat; 6 - implementation of agricultural BMPs (e.g., livestock exclusion) in rural subwatersheds; 7 - improved stormwater management in urban/suburban subwatersheds. [Provider's proposal must describe specific elements/features of the current site conditions and proposed project design that will contribute substantially to meeting these goals. Because goals #6 and #7 are mutually exclusive, the maximum nornber of goals that can be addressed is six.] Catawba RBRP (2007) - includes lower Catawba River Basin Upper Catawba RBRP (2009) Project addresses two or fewer goals. 1 point Project addresses three or four goals. 3 points Project addresses five goals. 10 points Project addresses six goals. 15 points Page 2 of 6 ATTACHMENT H Projects Located within LWP 2 For projects located within a Local Watershed Plan (LWP) area, does the proposed project address stressors and sources as identified in LWP Findings and Recommendations Summary reports (see left-hand side of webpage link provided below)? [LWP HUCs within 03050101 are shown in Attachment G Table and Map.] To receive points, Provider must describe in detail how the proposed project will contribute significantly to addressing identified stressors. The priority stressors identified across LWP areas within the CU include: 1 - unstable, eroding stream banks; 2 - lack of forested riparian buffers; 3 - stream channelization/modification; 4 - impervious cover (excessive stormwater velocities, peak flows); 5 - livestock access to streams; 6 - excessive nutrient inputs; 7 - excessive sediment inputs; and 8 - fecal coliform bacteria. Catawba LWP Findings & Recommendations Summaries Project addresses three or fewer stressors. 5 points Project addresses four or five stressors. 10 points Project addresses six stressors. 15 points Project addresses seven or eight priority LWP stressors. 20 points Projects Located within or outside LWP (but still in a designated TLW) 3 Bonus: Does the project design include one or more structural BMPs (other than livestock exclusion fencing and alternate watering) within or immediately upstream of the project easement such that nutrient and/or sediment inputs or hydraulic stresses from outside the project easement are more effectively addressed? [In rural subwatersheds, this would be agricultural BMPs; in urban/suburban watersheds, this would be stormwater BMPs.] Yes. 15 points Section 2.0 - Existing Conditions and Functional Uplift Module [82 Points Possible] 1 Bonus: Project reach(es) are on or confluent to (directly discharge to) a 303d listed stream or waterbody. Direct confluence = 3 points Reach is 303d = 6 points 2 Bonus: Is the proposed project on WS -classified reach(es) upstream of a water supply intake or reservoir? Yes = 6 points 3 What is the proportion of significant, obvious incision (BHR > —1.5) for reaches identified for some level of channel modification? <30% of the proposed footage exhibits significant, obvious incision. 2 points 30-70% of the proposed footage exhibits significant, obvious incision. 6 points >70% of the proposed footage exhibits significant, obvious incision. 10 points 4 What is the proportion of active bank erosion for the existing condition of reaches proposed for channel modification? [Active bank erosion includes surficial scour, hydraulic and mechanical failures, and other mass wasting from channel processes.] <30% active erosion. 4 points 30-70% active erosion. 10 points >70% active erosion. 20 points 5 For reaches proposed for restoration/enhancement, what is the dominant buffer vegetation condition? Small woody vegetation >30 feet in width (shrub, early successional trees). 4 points Nage J OT 0 nTTnrunnPNT u Page 4 of 6 Small woody vegetation <30 feet in width or an herbaceous dominated condition; or mature trees are scattered and sparse within the proposed boundary (the proposed reach treatments could take place with minimal impacts to mature trees). 12 points No buffer vegetation, maintained cover, or grazed pasture; or impervious cover proposed for removal. 20 points 6 For reaches proposed for restoration/enhancement, what is the percent of project length actively subject to onsite water quality or habitat stressors that the design proposes to address? [Onsite means within or immediately adjacent to (within 30 ft of) the proposed easement boundary. Example stressors include pasture with direct livestock access, livestock exclusion but with poorly managed crossings, hydrologic bypass of buffers (e.g. the drains, discharge outfalls, hydrologic connections to livestock wallows or CAFO ponds), stormwater outfalls, adjacent row crops, maintained vegetation, or impervious surfaces.) Proportion of affected channel <30%. 1 point Proportion of affected channel 30-70%. 4 points Proportion of affected channel >70%. 8 points Bonus: Comparing nutrient concentrations of influent to effluent demonstrates the nutrient removal function of a project site. Using a widely accepted computer model (including simple spreadsheet tools), to what extent is the project predicted to reduce on-site nutrient inputs (total dissolved nitrogen and/or phosphorus) from runoff flowing laterally into the proposed project easement -- with effluent measured/predicted at the immediate downstream project boundary? (Note: to receive credit, Provider must provide a reference for spreadsheet tool or model, describe assumptions, and include maps/schematics as appropriate.] Modeling estimates anticipated reductions of 30-60% in total nitrogen and/or total phosphorus levels. 3 points Modeling estimates anticipated reductions of >60% total nitrogen and/or total phosphorus levels. 6 points Modeling estimates anticipated reductions of >60% total nitrogen and/or total phosphorus, and describes specific pre- and post -construction monitoring protocols to document nutrient reductions directly attributable to proposed project. 12 points Section 3.0 Habitat and Conservation Connectivity Module [24 Points Possible] 1 Ability to connect adjacent (having a common boundary with) natural habitats and extend wildlife JBonus: corridors. Project as proposed provides an uninterrupted wildlife corridor from an adjacent (contiguous) natural area with mature vegetation. 6 points 2 Bonus: Proposed project boundaries are directly contiguous to (have a common boundary with) another protected property. Proposed project easement shares at least one boundary with a conservation easement that is not used for mitigation. 6 points Proposed project easement shares at least one boundary with another mitigation property (DMS project or approved Mitigation Bank site) with a permanent easement. 12 points 3 Bonus: Ability to provide habitat improvement for identified Threatened and Endangered Species (federal or state listed). Page 4 of 6 ATTACHMENT H Page 5 of 6 Moderate = potential for identified species to exist on project site, but no specific design elements proposed to address species habitat. 2 points High = proposed mitigation will restore or enhance potential habitat for identified species by providing specific habitat elements required for listed species. 6 points Section 4.0 - Design Module [26 Points Possible] - stream (SMus) 1 ITo what extent does the proposal (and project design) address sediment supply and transport? Proposal qualitatively describes sediment supply, storage and transport dynamics in a restoration context. 2 points Proposal qualitatively describes sediment supply and transport dynamics in a restoration context; and proposal specifies, describes and justifies as appropriate for the project the methods that will be used /'or quantitatively evaluating, simulating or analyzing sediment supply and transport processes for existing and proposed conditions. Alternatively, Proposal qualitatively describes sediment supply and transport dynamics in a restoration context and provides justification that no quantitative methods will be necessary to support project design. 8 points Proposal qualitatively describes sediment supply and transport dynamics in a restoration context; and some assessment methods have been applied and background data are summarized in proposal. Quantitative or analytical tools to be used for evaluating sediment supply and transport for existing and proposed conditions are specified, described and justified as appropriate for the project with the proposal. 16 points 2 Bonus For stream or buffer mitigation projects on first order streams (headwater drainages), do project easements extend upstream toward drainage divides on all tributaries/reaches such that flow (whether perennial, intermittent or ephemeral) in >90% of all upstream channels is captured within the project easement(s)? [To receive points, Provider must include appropriate maps and calculations to demonstrate that this criterion is met.] Yes = 10 points. Section 5.0 - Implementation and Risk Module [50 Points Possible] I IDoes the proposed project provide Between 25 - 50% of the RFP request (mitigation quantities)? 5 points Between 51- 90% of the RFP request? 10 points Greater than 90% of the RFP request? 20 points 2 Physical constraints or barriers (i.e. utilities, culverts, property lines, easements, managed areas, etc.) that affect project design and effectiveness. [Percentages calculated based upon adding total linear footage of crossings, roadways, utilities, or reduced buffer; divided by total linear footage.] >10 % of the total project footage is segmented by crossings, roadways, or utility rights of way. 1 point 5-10 % of the total project footage is segmented by crossings, roadways, or utility rights of way. 3 points < 5% of the total project footage is segmented by crossings, roadways, or utility rights of way. 6 points Page 5 of 6 ATTAC;HMFNT H Page 6 of 6 Project is not affected by crossings, roadways, and/or utilities; or project with existing constraints removes or relocates the constraints or barriers such that the design is not significantly affected by the constraint(s). 15 points 3 What is the predominant land use/land cover within the watershed (contributing drainage area) upstream of the proposed project site? [Predominant = 50% or greater of the drainage area upstream of the project easement. Urban/suburban (developed; overall imperviousness >5%), without stormwater BMPs to treat flows influent to project reach(es) = 1 point [high physical risk to project] Urban/suburban (developed; overall imperviousness >5%), with stormwater BMPs integrated into project design and/or immediately adjacent to easement to treat most flows influent to project reach(es) = 5 points [moderate risk; possible water quality and hydrologic uplift] Agriculture, low-density rural residential, or private forested lands = 10 points [generally low risk; moderate to high water quality uplift potential] Forested, undeveloped lands in long term (or permanent) conservation (e.g., National or State Parks and Forests, Natural Areas protected by Land Trusts) = 15 points [very low risk to project; possible habitat connectivity] Section 6.0 - Quality Control Module [20 Points Possible] 1 ISimilar mitigation projects completed by the Offeror (through at least 3 years of monitoring). Completed from 2 to 5 mitigation projects. 2 points Completed more than 5 mitigation projects. 5 points 2 Experience of Project Team (people actually completing work). Project team contains at least two individuals with specialties specific to project evaluation, acquisition, design, construction, and monitoring, 2 points All of the above and at least two projects brought to successful regulatory closure with the Interagency Review Team (IRT). 10 points 3 JQualitV Control Program. Proposal describes checks and balances that review engineering and design methods and results, document preparation, and project implementation to be used in the proposed project. 2 points Proposal includes a detailed QA/QC plan, including specific reviews of engineering and design methods, sampling to validate results, document preparation and editing, and project implementation to be used in the proposed project. 5 points TOTAL Total Points (Maximum Possible = 232 Points) _ Proposal Rating ( Score x 0.01) _ Comments: Page 6 of 6 Environmental Quality PAT MCCRORY DONALD R. VAN DER VAART Division of Mitigation Services March 21, 2016 THIS ADDENDUM MUSS'' BE RETURNED WITH YOUR TECHNICAL PROPOSAL RFP NO. 16-006807 RFP TITLE: Full Delivery Projects To Provide Strean Mitigation Within Cataloging Unit 03050101 of the Catawba Fear River Basin ADDENDUM NO. 01 USING Division of Mitigation Services AGENCY: PURCHASER KATHY DALE OPENING June 9, 2016 @ 2:00 P.M. DATE/TIME: This correspondence serves as an addendum to the subject RFP. Your response to this RFP should be governed by the content of the original RFP and the additional information provided in this addendum notice. SECTION 1- UPDATED LBNKS; WORDING CHANGES, QUESTIONS & ANSWERS AND NEW DOCUMENT REQUIRED UPDATED LINKS The following links have been updated and should be used when preparing your proposal: Link to project templates and guidance: http://deg. nc.gov/aboutldivisions/m itigation-services/dms-vendors/rfp-forms-tem plates Link to watershed planning documents: http://deg.nc.nov/about/divisions/m itigation-services/dms-planning/watershed-planning-documents Link to interactive TLW map: Catawba 03050101 16-006807 WORDING CHANGES RFP, page 1 Change Wording to: Offer valid for at least 60 days from date of proposal opening, unless otherwise stated here: 120 days. After this time, any withdrawal of offer shall be made in writing, effective upon receipt by the agency issuing this RFP. RFP, Section 2.3, Item 3. Change Wording to: NOTE: All technical and cost proposals must constitute a firm, irrevocable offer for a period of at least one hundred -twenty (120) days beyond the specified "Opening Date" for this RFP. RFP 16-006807 Addendum No.1 Page 1 of 6 Environmental Quality PAT MCCRORY Govmwr DONALD R. VAN DER VAART RFP, Section 2.4, Item g). Current Ownership..... Change Wording to: A signed option agreement valid for a period of at least one hundred -twenty (120) days from the closing date of this RFP or other suitable documentation of real property must be provided for each parcel. QUESTIONS & ANSWERS QUESTION 1- Reference- Targeted Watershed Maps for above referenced RFP's-- Can DMS provide the GIS linework to show where the dividing lines are between TLW's that have both cool and cold designations. ANSWER: That information is on the TLW interactive map for each RFP respectively, see link above. QUESTION 2 - Attachment H, Section 5.0, Question 1- As warm and cool streams do not necessarily connect, please consider two separate breakdowns of points available per percentage of RFP request for warm credits and cool credits. ANSWER: The submittals will be scored as indicated the current RFPs. QUESTION 3 - RFP, Attachment G- There are three HUCs (03050101030010, 03050101020010. and 03050101070020) that the legend on the map depicts as Targeted Local Watersheds, however they are not included in the table (Page 1 of 2, Attachment G). Please clarify. ANSWER: The three HUCs referred to in this question are not on the table or the map in the RFP. QUESTION 4 - RFP, Section 2.4, Page 8- Please clarify whether or not Attachments A and B need to be submitted within the "Attachments" tabbed section. If so, do they count towards the page limit? ANSWER: Attachments A & B, as indicated in Section 2.4 are required to be submitted. No, they do not count toward the page limit. QUESTION 5 - RFP, Attachment D- On page 8 of 36, the RFP states that attachment D needs to be "completed and signed." However, there is not a signature line included on this attachment, please clarify. ANSWER: Sign at the bottom of Attachment D QUESTION 6 - RFP, Section 2.1- The RFP states that "Vendor and/or his representative" must attend the pre -proposal conference. Can Vendor be represented by another company/ entity? ANSWER: No RFP 16-006807 Addendum No.1 Page 2 of 6 Environmental Quality PAT MCCRORY t;oveywr DONALD R. VAN DER VAART QUESTION 7 - Pre -proposal conference- At the pre -proposal conference, DMS indicated that the entire RFP should be submitted as part of the Vendor's proposal. Should the entire RFP be submitted, or only the parts indicated in Section 2.4? Will the RFP pages count toward the 100 -page limit? Under which tabbed section should it be included? ANSWER Section 2.3 and 2.4 list everything that needs to be submitted QUESTION 8 - Pre -proposal conference; Section 2.4: Proposal Contents- The RFP indicates that "A signed option agreement valid for a period of one (1) year from the closing date of this RFP or other suitable documentation of real property must be provided for each parcel." At the pre -proposal conference, DMS indicated that only traceable proof of an option is required. Please confirm that a recorded Memorandum of Option will satisfy this RFP submittal requirement. ANSWER: The submittal must be recorded in the respective county and show proof that the property in question has been secured for the required timeframe. QUESTION 9 - RFP, Section 2.4, item G- Please clarify which portions of the proposal count toward the 100 -page limit: cover letter, title page, Federal ID Number page, Execution Page, Addenda, Attachment A, Attachment B, Attachment D, Attachment E, Attachment F, stream forms, LSS report, signed option agreements or memoranda of option. ANSWER: Any documents that are in the RFP for which you have to fill out and/or return do not count toward the limit, everything else does. QUESTION 10 - RFP, Section 3.1- Is stream preservation allowed for this RFP? If so, is there a limit to the percentage of linear footage or percentage of credits that preservation work can comprise? Does this percentage cap further apply to warm, cool, or cold length or credit designations? ANSWER: Typically, DMS will consider up to 20% of the total stream length being made up of preservation for all temperature regimes, as long as it follows the definition in the 2003 Stream Guidance. QUESTION 11 - RFP, Attachment C- Should the Vendor specify warm SMUs or cool SMUs on the Pricing form? ANSWER: No, DMS only accepts one price for any stream submittal QUESTION 12 - RFP, Attachment E- What constitutes an "unqualified audit opinion"? What level of audit is required? ANSWER: An unqualified opinion is an independent auditor's judgment that a company's financial records and statements are fairly and appropriately presented, and in accordance with Generally Accepted Accounting Principles (GAAP). QUESTION 13 - RFP, Section 3.2- Can DMS provide guidance on preference for 5 or 7 years of monitoring? ANSWER: No, the Vendor needs to determine the proper monitoring guidance to follow RFP 16-006807 Addendum No.1 Page 3 of 5 Environmental Quality PAT MCCRORY DONALD R. VAN DER VAART QUESTION 14 - RFP, Execution Page, Page 1 & Section 2.3 item 3, Page 6 (top)- Page 1 states offer needs to be good for at least 60 days, whereas on Page 6 states the proposals must be good for at least 1 year beyond the specified "Opening Date". Which one of these is the correct time period for the offers? ANSWER: See clarification on this addendum, the proposals must be valid for 120 days after opening the technical proposals. QUESTION 15 - RFP, Section 2.3, Items 4 and 5, Page 6- Can the proposals and the ArcGIS information be provided on a single CD? ANSWER: No, they must be two separate CDs. QUESTION16- RFP, Section 3.1, Page 13- Regarding stream credits requested, the special conditions section does not specify the percentage of restoration level-- i.e. restoration, enhancement, preservation -- required for this RFP. Is there a minimum percentage of restoration required for a project to qualify? ANSWER: No but typically, DMS will consider up to 20% of the total stream length being made up of preservation, as long as it follows the definition in the 2003 Stream Guidance. NEW DOCUMENT REQUIRED The Department of Administration's. Division of Purchase and Contract is requiring a new form to be signed by all Vendors before a State agency can issue a contract. Failure to sign and return this form with your RFP will result in your bid being rejected. See Attachment A for a copy of this form. SECTION 2 PLEASE NOTE — THIS ADDENDUM MUST BE RETURNED WITH YOUR TECHNICAL PROPOSAL Check ONLY ONE of the following categories and if required, return one properly executed copy of this addendum prior to bid opening time and date. ❑ Bid has already been mailed. Changes resulting from this addendum are attached. ❑ Bid has already been mailed, NO CHANGES resulted from this addendum. © Bid has NOT been mailed and ANY CHANGES resulting from this addendum are included in our offer. RFP 16-006807 Addendum No.1 Page 4 of 5 Environmental Quality SECTION 3 Execute Addendum: BIDDER: Michael Baker Engineering, Inc. ADDRESS (CITY & STATE) 8000 Regency ParkWAy.,,Cary, NC 27518 PAT MCCRORY DONALD R. VAN DER VAART AUTHORIZED SIGNATURE: DATE: May 12, 2016 Note: It is the offeror's responsibility to choose the appropriate delivery method to guarantee that the offer is received by the Issuing Agency by the Opening Date/Time noted in the RFP. DELIVERED BY US POSTAL SERVICE (Mail at least 7 business days prior to Bid Closing Date) DELIVERED BY ANY OTHER MEANS (UPS / FEDEX / ETC.) (Su estion: Request Signature Receipt) SEALED BID SEALED BID RFP 16-006807 RFP 16-006807 NC DEPT ENVIRONMENTAL QUALITY NC DEPT ENVIRONMENTAL QUALITY DIVISION OF MITIGATION SERVICES DIVISION OF MITIGATION SERVICES ATTN: KATHY DALE ATTN: KATHY DALE 1652 MAIL SERVICE CENTER 217 W. JONES STREET, SUITE 3409-G RALEIGH NC 27699-1652 RALEIGH NC 27603 IT IS THE OFFER'S RESPONSIBILITY TO CONTINUOUSLY CHECK FOR ADDENDA UP TO THE LAST POSTED OPENING DATE/TIME AND TO ASSURE THAT ALL ADDENDA HAVE BEEN REVIEWED, SIGNIGNED AND RETURNED IF REQUIRED. RFP 16-006807 Addendum No.1 Page 6 of 5 ATTACHMENT A ADDENDUM # 1 CERTIFICATION OF ELIGIBILITY Under the Iran Divestment Act Pursuant to G.S. 147-86.59, any person identified as engaging in investment activities in Iran, determined by appearing on the Final Divestment List created by the State Treasurer pursuant to G,S. 147-86.58, is ineligible to contract with the State of North Carolina or any political subdivision of the State. The Iran Divestment Act of 2015, G.S. 147-86.55 et seq.* requires that each vendor, prior to contracting with the State certify, and the undersigned on behalf of the Vendor does hereby certify, to the following: 1. that the vendor is not identified on the Final Divestment List of entities that the State Treasurer has determined engages in investment activities in Iran; that the vendor shall not utilize on any contract with the State agency any subcontractor that is identified on the Final Divestment List; and that the undersigned is authorized by the Vendor to make this Certification. Vendor: Michael 5areTfrigineering, Inc. By: Signature Robert W. Lewis. PE Printed Name 0"•/Z•2014. Date Vice President / NC Office Executive Title The State Treasurer's Final Divestment List can be found on the State Treasurer's website at the address: https://www.nctreasurer.com/insid e-the-department/OpenGovernment/Pages/I ra n-Divestment-Act-Resou rces.aspx and will be updated every 180 days. For questions about the Department of State Treasurer's Iran Divestment Policy, please contact Meryl Murtagh at MeryLMurtogh@nctreasurer.com or (919) 814-3852. Note: Enacted by Session Law 2015-118 as G.S. 143C-55 et seq., but has been renumbered for codification at the direction of the Revisor of Statutes. Environmental Quality North Carolina Department of Environmental Quality Division of Mitigation Services Pat McCrory Donald R. van der Vaart Governor Secretary March 29, 2016 THIS ADDENDUM MUST BE RETURNED WITH YOUR TECHNICAL PROPOSAL, RFP NO. 16-006807 RFP TITLE: Full Delivery Projects To Provide Stream Mitigation Within i Cataloging Unit 03050101 of the Catawba River Basin ADDENDUM NO. 02 I USING Division of Mitigation Services AGENCY: PURCHASER KATHY DALE OPENING June 6, 2016 @ 2.00 P.M. I DATE/TIME: This correspondence serves as an addendum to the subject RFP.- Your response to this RFP should be governed by the content of the original RFP and the Information provided in this addendum notice. SECTION 1- A. GENERAL_ INFORMATION & CHANGES SECTION 2 The Division of Mitigation Services wishes to add 4 credits of Riparian Wetland to this request. 100% of these credits must be restoration. Please see new pricing sheet and technical score sheet attached PLEASE NOTE - THIS ADDENDUM MUST BE RETURNED WITH YOUR TECHNICAL PROPOSAL Check ONLY ONE of the following categories and if required, return one properly executed copy of this addendum prior to bid opening time and date. ❑ Bid has already been mailed. Changes resulting from this addendum are attached. ❑ Bid has already been mailed. NO CHANGES resulted from this addendum. X❑ Bid has NOT been mailed and ANY CHANGES resulting from this addendum are included in our offer. RFP 16-006807 Addendum No. 2 Page 1 of 2 SECTION 3 Execute Addendum: BIDDER: Michael Baker Engineering; Inc, ADDRESS (CITY & STATE): 8000 Regency Parkway, Suite 600, Cary; NC 27518 AUTHORIZED SIGNATURE: % V 1 " DATE: May 12, 2016 NAME & TITLE (TYPED): Robert W. Lewis, PE Vice President / NC Office Executive Note: It is the offeror's responsibility to choose the appropriate delivery method to guarantee that the offer is received by the Issuing Agency by the Opening Date/Time noted in the RFP. DELIVERED BY US POSTAL SERVICE (Mail at least 7 business days prior to Bid Closing Date) DELIVERED BY ANY OTHER MEANS (UPS / FEDEX / ETC.) ((Suggestion: Request Signature Receipt) SEALED BID SEALED BID RFP 16-006807 RFP 16-006807 NC DEPT ENVIRONMENTAL QUALITY NC DEPT ENVIRONMENTAL QUALITY DIVISION OF MITIGATION SERVICES DIVISION OF MITIGATION SERVICES ATTN: KATHY DALE ATTN: KATHY DALE 1652 MAIL SERVICE CENTER 217 W. JONES STREET, SUITE 3409-G RALEIGH NC 27699-1652 RALEIGH NC 27603 IT IS THE OFFER'S RESPONSIBILITY TO CONTINUOUSLY CHECK FOR ADDENDA UP TO THE LAST POSTED OPENING DATE/TIME AND TO ASSURE THAT ALL ADDENDA HAVE BEEN REVIEWED, SIGNED AND RETURNED IF REQUIRED. RFP 16-006807 Addendum No. 2 Page 2 of 2 RFP Number: RFP 16-006807 Vendor: Michael Baker Engineering, Inc. ATTACHMENT C: PRICING RFP# 16-006807 RFP TITLE: FULL DELIVERY PROJECTS TO PROVIDE STREAM MITIGATION CREDITS WITHIN CATALOGING UNIT 03060101 OF THE CATAWBA RIVER BASIN A Separate Sealed Cost Proposal Is Required For Each Proposed Site And For Each Option Proposed For A Site. Vendor Must List On The Front Of Each Sealed Cost Proposal Envelope, The Site Name/Location And Option Number (If Applicable) Must Be Indicated. All costs related to the mitigation offered must be included in this SEALED COST PROPOSAL. No additional charges for travel, per diem, or cost of any services will be allowed. Cost will be a major factor in the selection of proposals. ALL Sealed Cost Proposals will be compared to mitigation cost data maintained by the NCDMS. SITE NAME See Attached Cost Proposal in Sealed Separate Envelope OPTION (IF APPLICABLE) N/A PROPOSED COST GRAND TOTAL: N/A N/A Printed Name of Authorized Representative N/A Company Name (Printed) N/A Signature of Authorized Representative N/A Date Ver: 7/1/15 Page 1 of 1 STREAM CREDITS RIPARIAN WETLAND CREDITS TOTAL CREDITS CREDIT COST $/CREDIT TOTAL COSTS GRAND TOTAL: N/A N/A Printed Name of Authorized Representative N/A Company Name (Printed) N/A Signature of Authorized Representative N/A Date Ver: 7/1/15 Page 1 of 1 ATTACHMENT H (REVISED) Important Notes/Guidance 1. Projects MUST be located within DMS Targeted Local Watersheds within Catawba 03050101 (Attachment G Table and Map). Projects located within Local Watershed Planning (LWP) RUCs may receive additional points, as noted in Section 1.0 of this Technical Proposal Rating Form (or "scores heet"). 2. BONUS questions in Scoresheet Modules 1.0 through 6.0 (after the Overall Merit/Proposal Screening section) may receive additional points, but will NOT disqualify a Provider's proposal if unanswered or not applicable. Technical Proposal Evaluation Criteria Catawba 03050101 Rating Form Offeror: Site Name: River Basin / Catalog Unit: RFP Number: See Filled Out Form in Appendices Section Date of Site Evaluation: Type/Amt of Mitigation Offered: Proposal Review Committee: Alternate Attendees: Overall Merit (Proposal Screening Yes/No 1 -For stream mitigation projects, does the Technical Proposal adequately document the historical presence of stream(s) on the project site, and provide the drainage areas (acres) and provide accurate, process -based descriptions of all project stream reaches and tributaries? 2 -Does the proposal adequately document the physical, chemical and/or biological impairments that currently exist on the project site? 3 -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.] 4 -Does DMS agree with the proposed credit structure(s) described in the proposal? 5 -Does the proposed project avoid significant adverse impacts to existing wetlands and/or streams? 6 -Does the proposal adequately describe how the project will advance DMS watershed planning goals? ATTACHMENT H (REVISED) 7 -For any proposed Priority II restoration, are all the following elements included in the proposal OR is Priority 2 stream restoration limited to "tie-ins" (designed tributary confluences)? - Floodplain bench grading will extend a minimum 1.5 bankfull widths beyond the stream belt -width (no meandering floodplains —see Diagram below). - The floodplain will be over -excavated to accommodate replacement of topsoil. - The design and construction oversight will ensure the management of topsoil to include the harvest and segregated stockpiling of A and B soil horizons for placement on excavated floodplain features. - The slopes between the outer edge of floodplain grading and the terrace will be a minimum of 5:1. Note: An answer of No in this section means the Technical Proposal is rejected. Continue or Reject? 200 Diagram for Priority II Question Above. - �- Priority 11 floodplain baneh 160 eroding boundary minimums 100 j WW so 0 _0.0. 10 _ �/ `4\ 0 224..6, �� 449,3.10.0 112.3. -- i i -50 �° g .100 20 foot channetwidth -150 30 foot benchwidth(1.5timesclhannelwidth)beyondthebenwidtli. -200 O 160 200 360 400 500 Section 1.0 - Watershed Module [35 Points Possible] Projects Located outside of LWP 1 For proposed projects located outside of a Local Watershed Plan (LWP) area -- but within another targeted HUC (TLW) -- to what extent does the project support the restoration goals? The following CU -wide and TLW goals are documented in the Catawba River Basin Restoration Priorities (RBRP) reports (see links below): 1 - protection of WS -classified waters draining to water supply reservoir(s) on Catawba River main stem; 2 - reduced nutrient inputs to streams; 3 - reduced sediment inputs to streams; 4 - reduced fecal coliform inputs to streams; 5 - restoration of degraded aquatic habitat; 6 - implementation of agricultural BMIPs (e.g., livestock exclusion) in rural subwatersheds; 7 - improved stormwater management in urban/suburban subwatersheds. [Provider's proposal must describe specific elements/features of the current site conditions and proposed project design that will contribute substantially to meeting these goals. Because goals #6 and #7 are mutually exclusive, the maximum number of goals that can be addressed is six.] Catawba RBRP (2007) - includes lower Catawba River Basin Upper Catawba RBRP (2009) Project addresses two or fewer goals. 1 point Project addresses three or four goals. 3 points Project addresses five goals, 10 points Project addresses six goals. 15 points ATTACHMENT H (REVISED) Projects Located within LWP 2 For projects located within a Local Watershed Plan (LWP) area, does the proposed project address stressors and sources as identified in LWP Findings and Recommendations Summary reports (see left-hand side of webpage link provided below)? [LWP HUCs within 03050101 are shown in Attachment Table and Map.] To receive points, Provider must describe in detail how the proposed project will contribute significantly to addressing identified stressors. The priority stressors identified across LWP areas within the CU include: 1 - unstable, eroding stream banks; 2 - lack of forested riparian buffers; 3 - stream channelization/modification; 4 - impervious cover (excessive stormwater velocities, peak flows); 5 - livestock access to streams; 6 - excessive nutrient inputs; 7 - excessive sediment inputs; and 8 - fecal coliform bacteria. Catawba LWP Findings & Recommendations Summaries Project addresses three or fewer stressors. 5 points Project addresses four or five stressors. 10 points Project addresses six stressors. 15 points Project addresses seven or eight priority LWP stressors. 20 points Projects Located within or outside LWP (but still in a designated TLW) 3 Bonus: Does the project design include one or more structural BMPs (other than livestock exclusion fencing and alternate watering) within or immediately upstream of the project easement such that nutrient and/or sediment inputs or hydraulic stresses from outside the project easement are more effectively addressed? [In rural subwatersheds, this would be agricultural BMPs; in urban/suburban watersheds, this would be stormwater BMPs.] Yes. 15 points Section 2.0 - Existing Conditions and Functional Uplift Module [107 Points Possible] 1 Bonus: Project reach(es) are on or confluent to (directly discharge to) a 303d listed stream or waterbody. Direct confluence = 3 points Reach is 303d = 6 points 2 Bonus: Is the proposed project on WS -classified reach(es) upstream of a water supply intake or reservoir? Yes = 6 points 3 What is the proportion of significant, obvious incision (BHR > "1.5) for reaches identified for some level of channel modification? <30% of the proposed footage exhibits significant, obvious incision. 2 points 30-70% of the proposed footage exhibits significant, obvious incision. 6 points >70% of the proposed footage exhibits significant, obvious incision. 10 points 4 What is the proportion of active bank erosion for the existing condition of reaches proposed for channel modification? [Active bank erosion includes surficial scour, hydraulic and mechanical failures, and other mass wasting from channel processes.] <30% active erosion. 4 points 30-70% active erosion. 10 points >70% active erosion. 20 points ATTACHMENT H (REVISED) 5 For reaches proposed for restoration/enhancement, what is the dominant buffer vegetation condition? Small woody Vegetation >30 feet in width (shrub, early successional trees). 4 points Small woody vegetation <30 feet in width or an herbaceous dominated condition; or mature trees are scattered and sparse within the proposed boundary (the proposed reach treatments could take place with minimal impacts to mature trees). 12 points No buffer vegetation, maintained cover, or grazed pasture; or impervious cover proposed for removal. 20 points 6 For reaches proposed for restoration/enhancement, what is the percent of project length actively subject to onsite water quality or habitat stressors that the design proposes to address? [Onsite means within or immediately adjacent to (within 30 ft of) the proposed easement boundary. Example stressors include pasture with direct livestock access, livestock exclusion but with poorly managed crossings, hydrologic bypass of buffers (e.g. the drains, discharge outfalls, hydrologic connections to livestock wallows or CAFO ponds), stormwater outfalls, adjacent row crops, maintained vegetation, or impervious surfaces.] Proportion of affected channel <30%. 1 point Proportion of affected channel 30-70%. 4 points Proportion of affected channel >70%. 8 points 7 Bonus: Comparing nutrient concentrations of influent to effluent demonstrates the nutrient removal function of a project site. Using a widely accepted computer model (including simple spreadsheet tools), to what extent is the project predicted to reduce on-site nutrient inputs (total dissolved nitrogen and/or phosphorus) from runoff flowing laterally into the proposed project easement -- with effluent measured/predicted at the immediate downstream project boundary? [Note: to receive credit, Provider must provide a reference for spreadsheet tool or model, describe assumptions, and include maps/schematics as appropriate.] Modeling estimates anticipated reductions of 30-60% in total nitrogen and/or total phosphorus levels. 3 points Modeling estimates anticipated reductions of >60% total nitrogen and/or total phosphorus levels. 6 points Modeling estimates anticipated reductions of >60% total nitrogen and/or total phosphorus, and describes specific pre- and post -construction monitoring protocols to document nutrient reductions directly attributable to proposed project. 12 points 8 For proposed wetland restoration/rehabilitation projects: existing condition of predominant wetland vegetation community. [Predominant means covering >50% of the area proposed for restoration and/or enhancement.] Wetland vegetation is present but is managed to prevent appropriate wetland community. 2 points Wetland vegetation is absent. 5 points 9 Confidence in existing wetland hydrologic condition and uplift potential. Hydrologic modifications to wetlands are described, but their location and extent are not clearly depicted. 1 point Hydrologic modifications to wetlands are described, and the effects and extents are clearly defined. 10 points Hydrologic modifications to wetlands are described, and the effects and extent are clearly defined and are supported with field data and/or modeled results. 20 points ATTACHMENT H (REVISED) Section 3.0 Habitat and Conservation Connectivity Module [24 Points Possible] 1 Bonus: Ability to connect adjacent (having a common boundary with) natural habitats and extend wildlife corridors. Project as proposed provides an uninterrupted wildlife corridor from an adjacent (contiguous) natural area with mature vegetation. 6 points -T 2 Bonus: Proposed project boundaries are directly contiguous to (have a common boundary with) another protected property. Proposed project easement shares at least one boundary with a conservation easement that is not used for mitigation. 6 points Proposed project easement shares at least one boundary with another mitigation property (DMS project or approved Mitigation Bank site) with a permanent easement. 12 points 3 Bonus: Ability to provide habitat improvement for identified Threatened and Endangered Species (federal or state listed). Moderate = potential for identified species to exist on project site, but no specific design elements proposed to address species habitat. 2 points High = proposed mitigation will restore or enhance potential habitat for identified species by providing specific habitat elements required for listed species. 6 points Section 4.0 - Design Module [81 Points Possible] 1 ITo what extent does the proposal (and project design) address sediment supply and transport? Proposal qualitatively describes sediment supply, storage and transport dynamics in a restoration context. 2 points Proposal qualitatively describes sediment supply and transport dynamics in a restoration context; and proposal specifies, describes and justifies as appropriate for the project the methods that will be used for quantitatively evaluating, simulating or analyzing sediment supply and transport processes for existing and proposed conditions. Alternatively, Proposal qualitatively describes sediment supply and transport dynamics in a restoration context and provides justification that no quantitative methods will be necessary to support project design. 8 points Proposal qualitatively describes sediment supply and transport dynamics in a restoration context; and some assessment methods have been applied and background data are summarized in proposal. Quantitative or analytical tools to be used for evaluating sediment supply and transport for existing and proposed conditions are specified, described and justified as appropriate for the project with the proposal. 16 points ATTACHMENT H (REVISED) 2 Bonus For stream or buffer mitigation projects on first order streams (headwater drainages), do project easements extend upstream toward drainage divides on all tributaries/reaches such that flow (whether perennial, intermittent or ephemeral) in >90% of all upstream channels is captured within the project easement(s)? [To receive points, Provider must include appropriate maps and calculations to demonstrate that this criterion is met.] Yes = 10 points. 3 Presence/extent of hydric soils and/or hydric soil indicators, as described by a Licensed Soil Scientist. The proposal documents, through soil borings and profile descriptions, established listed hydric soils and/or the presence of listed hydric soil indicators (A Guide for Identifying and Delineating Hydric Soils, Version 7.0, 2010) for most (65-85%) of the proposed wetland area, and shows the locations of the borings on the wetland area map = 1 point The proposal documents, through soil borings and profile descriptions, established listed hydric soils and/or the presence of listed hydric soil indicators ( A Guide for Identifying and Delineating Hydric Soils, Version 7.0, 2010) for>85% of the proposed wetland area, and shows the locations of the borings on the wetland area map = 15 points 4 IRisk of hydrologic failure. Most, but not all of the drainage alterations on site and in proximity are being restored to restore wetland hydrology, but some features (due to their proximity and/or size) leave uncertainty as to their impact on estimated wetland mitigation credit yields = 5 points All drainage features capable of significantly supporting restored wetland hydrology are thoroughly addressed in the proposal to support proposed wetland hydrology = 10 points All drainage features capable of significantly supporting restored wetland hydrology are thoroughly addressed in the proposal to support proposed wetland hydrology, which is further supported with hydrologic modeling of the site = 15 points. 5 Uncertainty of origin and extent of overburden. Overburden exists; origin is unknown, but is less than one feet deep on average = 1 point Overburden exists, is generally no greater than 0.5 ft in depth, and its origin is documented to be primarily from anthropic manipulation (e.g., dredge material, ditching side -cast, deliberate row crop crowning) = 5 points Proposed wetland features are generally devoid of overburden, with hydric indicators appropriate to the setting and soil series dominating the A or B horizons = 10 points ATTACHMENT H (RFVIRFni 6 JAppropriate wetland hydroperiod for performance criteria. Success hydroperiod exceeds the 5% minimum and is appropriate for the setting and landscape position = 5 points Success hydroperiods are based on a thorough modeling effort of the site such that a pre/post water budget is estimated and is appropriate for the setting and landscape position = 10 points Success hydroperiods are based on a thorough modeling effort of the site such that a pre/post water budget is estimated and is appropriate for the setting and landscape position, AND modeled results are supported with local reference gauge data = 15 points Section 5.0 - Implementation and Risk Module 150 Points Possible] 1 Does the proposed project provide Between 25 - 50% of the RFP request (mitigation quantities)? 5 points Between 51 - 90% of the RFP request? 10 points Greater than 90% of the RFP request? 20 points 2 Physical constraints or barriers (i.e. utilities, culverts, property lines, easements, managed areas, etc.) that affect project design and effectiveness. [Percentages calculated based upon adding total linear footage of crossings, roadways, utilities, or reduced buffer; divided by total linear footage.] >10 % of the total project footage is segmented by crossings, roadways, or utility rights of way. 1 point 5-10 % of the total project footage is segmented by crossings, roadways, or utility rights of way. 3 points < 5% of the total project footage is segmented by crossings, roadways, or utility rights of way. 6 points Project is not affected by crossings, roadways, and/or utilities; or project with existing constraints removes or relocates the constraints or barriers such that the design is not significantly affected by the constraint(s). 15 points 3 What is the predominant land use/land cover within the watershed (contributing drainage area) upstream of the proposed project site? [Predominant = 50% or greater of the drainage area upstream of the project easement.] Urban/suburban (developed; overall imperviousness >5%), without stormwater BMPs to treat flows influent to project reach(es) _ 1 point [high physical risk to project] Urban/suburban (developed; overall imperviousness >5%), with stormwater BMPs integrated into project design and/or immediately adjacent to easement to treat most flows influent to project reach(es) = 5 points [moderate risk; possible water quality and hydrologic uplift] Agriculture, low-density rural residential, or private forested lands = 10 points [generally low risk; moderate to high water quality uplift potential] Forested, undeveloped lands in long-term (or permanent) conservation (e.g., National or State Parks and Forests, Natural Areas protected by Land Trusts) _ 15 points [very low risk to project; possible habitat connectivity] ATTACHMENT H (RF\/pzi=m Section 6.0 - Quality Control Module [20 Points Possible] 1 ISimilar mitigation projects completed by the Offeror (through at least 3 years of monitoring). Completed from 2 to 5 mitigation projects. 2 points Completed more than 5 mitigation projects. 5 points 2 Experience of Project Team (people actually completing work). Project team contains at least two individuals with specialties specific to project evaluation, acquisition, design, construction, and monitoring. 2 points All of the above and at least two projects brought to successful regulatory closure with the Interagency Review Team (IRT). 10 points 3 lQuality Control Program. Proposal describes checks and balances that review engineering and design methods and results, document preparation, and project implementation to be used in the proposed project. 2 points Proposal includes a detailed QA/QC plan, including specific reviews of engineering and design methods, sampling to validate results, document preparation and editing, and project implementation to be used in the proposed project. 5 points TOTAL Total Points (Maximum Possible = 317 Points) = Proposal Rating ( Score x 0.01) = Comments: I� Environmental Quality PAT MCCRORY air DONALD R. VAN DER VAART SPartarr Division of Mitigation Services May 11, 2016 —IMI I = ,re% QC o=TI IDAICn WITH Vni IR TFCHNICAL PROPOSAL This correspondence serves as an addendum to the subject RFP. Your response to this RFP should be governed by the content of the original RFP and the additional information provided in this addendum notice. SECTION 1- BID OPENING DATE CHANGED This addendum hereby serves as notice of a change in the Bid Opening Date for this proposal. The new opening date is June 16, 2016 at 2:00 pm in Room 1210 of the Green Square Building. SECTION 2 PLEASE NOTE — THIS ADDENDUM DOES NOT HAVE TO BE RETURNED WITH YOUR TECHNICAL PROPOSAL Check ONLY ONE of the following categories and if required, return one properly executed copy of this addendum prior to bid opening time and date. ❑ Bid has already been mailed. Changes resulting from this addendum are attached. ❑ Bid has already been mailed. NO CHANGES resulted from this addendum. ❑X Bid has NOT been mailed and ANY CHANGES resulting from this addendum are included in our offer. RFP 16-006807 Addendum No -2 Page 1 of 2 RFP NO. 16-006807 RFP TITLE: Full Delivery Projects To Provide Stream Mitigation Within Cataloging Unit 03050101 of the Catawba River Basin ADDENDUM NO. 03 USING Division of Mitigation Services AGENCY: PURCHASER KATHY DALE OPENING June16, 2016 @ 2:00 P.M. DATE/TIME: This correspondence serves as an addendum to the subject RFP. Your response to this RFP should be governed by the content of the original RFP and the additional information provided in this addendum notice. SECTION 1- BID OPENING DATE CHANGED This addendum hereby serves as notice of a change in the Bid Opening Date for this proposal. The new opening date is June 16, 2016 at 2:00 pm in Room 1210 of the Green Square Building. SECTION 2 PLEASE NOTE — THIS ADDENDUM DOES NOT HAVE TO BE RETURNED WITH YOUR TECHNICAL PROPOSAL Check ONLY ONE of the following categories and if required, return one properly executed copy of this addendum prior to bid opening time and date. ❑ Bid has already been mailed. Changes resulting from this addendum are attached. ❑ Bid has already been mailed. NO CHANGES resulted from this addendum. ❑X Bid has NOT been mailed and ANY CHANGES resulting from this addendum are included in our offer. RFP 16-006807 Addendum No -2 Page 1 of 2 1# Environmental Quality SECTION 3 Execute Addendum: BIDDER: Michael Baker Engineering, Inc. ADDRESS (CITY & STATE): 8000 , Suite 600, Cary, NC 27518 PAT MCCRORY Governor DONALD R. VAN DER VAART Secretary AUTHORIZED SIGNATURE: ✓ 'J ' DATE: May 13, 2016 Note: It is the offeror's responsibility to choose the appropriate delivery method to guarantee that the offer is received by the Issuing Agency by the Opening Date/Time noted in the RFP. DELIVERED BY US POSTAL SERVICE (Mail at least 7 business days prior to Bid Closing Date) DELIVERED BY ANY OTHER MEANS (UPS / FEDEX / ETC.) (Suggestion: Request Signature Receipt) SEALED BID SEALED BID RFP 16-006807 RFP 16-006807 NC DEPT ENVIRONMENTAL QUALITY NC DEPT ENVIRONMENTAL QUALITY DIVISION OF MITIGATION SERVICES DIVISION OF MITIGATION SERVICES ATTN: KATHY DALE ATTN: KATHY DALE 1652 MAIL SERVICE CENTER 217 W. JONES STREET, SUITE 3409-G RALEIGH NC 27699-1652 1 RALEIGH NC 27603 IT IS THE OFFER'S RESPONSIBILITY TO CONTINUOUSLY CHECK FOR ADDENDA UP TO THE LAST POSTED OPENING DATEITIME AND TO ASSURE THAT ALL ADDENDA HAVE BEEN REVIEWED, SIGNIGNED AND RETURNED IF REQUIRED. RFP 16-006807 Addendum No. 2 Page 2 of 2 Cover Letter W, I N T E R N A T 1 0 N A L June 16, 2016 North Carolina Department of Environmental Quality Division of Mitigation Services Attn: Kathy Dale, 217 West Jones Street, Suite 3409-G Raleigh, North Carolina 27603 Michael Baker Engineering, Inc. 8000 Regency Parkway, Suite 600, Cary NC 27518 Office: 919-463-5488 1 Fax: 919-463-5490 RE: Proposal to Provide Stream and Wetland Mitigation Credits through the Russell Gap Stream Mitigation Project, RFP #16-006807, Catawba River Basin Cataloging Unit 03050101 Dear Ms. Dale: Michael Baker Engineering, Inc. (Michael Baker) is pleased to present to the North Carolina Department of Environmental Quality; Division of Mitigation Services (NCDMS) the following proposal to provide warm water stream mitigation credits and riparian wetland mitigation credits in the Catawba River Basin (Cataloging Unit 03050101) in response to RFP 16- 006807. This proposal is a firm offer from Michael Baker and shall remain open for acceptance by NCDMS for a period of 120 days from the opening date of June 16, 2016 for the above -referenced RFP. All paper contained within this proposal is printed double -sided and has a post -consumer recycled content of at least 30 percent. Michael Baker has entered into contracts to purchase a conservation easement on acreage to comprise the Russell Gap Stream Mitigation Project, which is in Alexander County, in the Russell Gap Community. The project site is located in the NCDMS Targeted Local Watershed (TLW) 03050101-120010 (formerly 03-08-32) of the Catawba River Basin. The project will involve restoration and enhancement of stream and riparian buffer functions and restoration of riparian wetlands along Davis Creek, unnamed tributaries (UTs) to Davis Creek, the East Prong Lower Little River, and UTs to the East Prong Lower Little River, tributaries to the Catawba River. Michael Baker has been monitoring this project site since 2014. Since monitoring began, obvious functional decline primarily in the form of bank erosion and increased water quality stressors, is evident in just two years. This demonstrates that the system is trending towards further functional decline unless action is taken on this valuable resource. As described more fully in the following Technical Proposal, the proposed restoration project will not only provide 100% of the requested warm water stream mitigation credits and 100% of the requested riparian wetland mitigation credits, but will also accomplish ecological improvements through habitat restoration and a decrease in nutrient and sediment loads from the watershed. The mitigation summary is listed below and are described in more detail in the Executive Summary Section of the Technical Proposal: Project Mitigation Summary Table �Jil[aiFTal:f 1!i�7 Page 1 I N T E R N A T 1 0 N A L Total Total Total Riparian Reaches Riparian Restoration Enhancement Enhancement Total Stream Wetland Included Wetland Stream Levell Level 11 Stream Credits Restoration Stream Restoration Credits Stream Credits (Proposed Credits Credits Credits Credits (Potential) for (Proposed for (Potential) Contract) Contract) R1, R2, R3, 114a, R4, R5, R6, R7, R8, R9, R10, R11, R12, R13, R14, R15, R16, R17, 5.6 4,490 3,620 1,312 9,422 9,400 4.0 R18, R19, R20, R21, R22, R23, R24, R25, R26, and W1 �Jil[aiFTal:f 1!i�7 Page 1 I N T E R N A T 1 0 N A L We Make a Difference Michael Baker has extensive restoration and mitigation implementation experience and understands the most recent requirements and standards applicable for restoration in this sub -basin of the Catawba River. We have extensive experience in restoring prior converted wetlands. Accordingly, Michael Baker is in a strong position to implement this proposed project in a timely and effective manner. In summary, this restoration project will include the following: 9,400 warm water stream credits utilizing a broad, balanced approach including restoration, enhancement, and permanent protection to address the vast majority of the stream reaches in the project watershed, providing the maximum possible functional uplift and utilizing a watershed approach. 4.0 riparian wetland credits utilizing riparian wetland restoration through re-establishment approaches to provide maximum functional uplift and permanent protection. Removal of direct livestock access and associated impairments to surface waters along more than 12,500 linear feet (LF) of stream channel. Reduction of sediment and nutrient loadings from streambank erosion and restoration of riparian buffers and riparian wetlands. Improved water quality by allowing restored stream buffers to remove nutrients and sediment, while stream restoration and bank stabilization will reduce erosion in the stream channel, and allow streams to access restored floodplains and riparian wetlands. Improvements to aquatic, riparian, and wetland habitat functions for maximum uplift of the site's ecological function. The information provided in this proposal is being submitted for the sole purpose of responding to the above -referenced request for proposals. We greatly appreciate your consideration of this proposal and look forward to hearing from you regarding NCDMS's decision. We would appreciate the opportunity to complete the presentation of this proposal to NCDMS through a field visit and discussion. Sincerely, Robert W. Lewis, PE Vice President/ North Carolina Office Executive Robert.Lewis@mbakerintl.com PH: 919-481-5700 I N T E R N A T 1 0 N A L Jacob M. Byers, PE NC Ecosystem Services Manager JByers@mbakerintl.com PH: 828-412-6101 Page 2 Parts 1-6 Part 1. Executive Summary Russell Gap Stream Mitigation Project Catawba River Basin + RFP #16-006807 • Cataloging Unit 03050101 This Executive Summary outlines the proposed Russell Gap Stream Mitigation Project (Russell Gap), presented by Michael Baker Engineering, Inc. (Michael Baker). The project will provide stream - and wetland mitigation credits in the Catawba River Basin (Cataloging Unit 03050101) in response to RFP 16-006807. The - - project is located in Alexander County, in the Russell Gap community. The project site is located in the North Carolina Department of Environmental Quality Targeted Local Watershed - (TLW) 03050101-120010 (formerly 03-08-32) of the Catawba River Basin. The project will involve restoration of stream, wetland, and riparian buffer functions along Davis Creek, unnamed tributaries (UTs) to Davis Creek, the East Prong Lower Little River, and UTs to;, the East Prong Lower Little River. Davis Creek flows directly into the East Prong Lower Little River on the project property. The East Prong Lower Little River drains to the Lower Little River approximately 1.5 miles southwest of the downstream end of the project. The Lower Little River flows into the Catawba River at the headwaters of Lookout Shoals Lake, near Millersville. The project will involve the restoration, enhancement, and protection of 27 stream reaches, totaling approximately 12,500 linear feet of existing streams, (111, R2, R3, 114a, R4, R5, R6, R7, R8, R9, R10, R11, R12, R13, R14, R15, R16, R17, R18, R19, R20, R21, R22, R23, R24, R25, and R26) that are part of the Russell Gap project drainage area. In addition, significantly degraded riparian wetlands will be restored, utilizing a wetland re-establishment approach by implementing Priority Level I Restoration, livestock removal, and re -vegetation. This broad, balanced approach, utilizing the entire range of practices, from Priority Level I Restoration to Level II Enhancement, is critical as it addresses all of the intermittent and perennial stream reaches on the project property, including restoring riparian buffers along all of the proiect stream reaches currently in pasture, restoring non-functioning historical riparian wetlands, protecting and enhancing existing wetlands, and reducing and limiting the number of stream crossings. Thus, the project provides the maximum functional uplift utilizing a watershed approach. The existing stream reaches and riparian wetlands have been significantly impacted by past and present unrestricted livestock access and/or channelization for agricultural drainage associated predominantly with cattle pastures. The project has primarily cleared stream reaches and wetland areas with small, partially forested areas. Numerous project stream reaches are unstable, with active headcut migration, widening, and down -cutting. Livestock have access to 25 of the 27 stream reaches and access to all of the degraded wetland areas (See Figure 13). The vast majority of the project reaches lack adequate riparian buffers. Currently, the project reaches act as sources of sediment and nutrient contamination to Davis Creek, the East Prong Lower Little River, impaired portions of the Lower Little River, and ultimately the Catawba River. Michael Baker has been monitoring this project site since 2014. Since monitoring began, obvious functional decline primarily in the form of bank erosion and increased water quality stressors, is evident in just two years. This demonstrates that the system is trending towards further functional decline unless action is taken on this valuable resource. The following is a brief description of the proposed treatments of all of the stream reaches on the project site. Treatment of R1, R6, R9, R12, R14, R20, and R25 will involve restoration practices. All of the reaches proposed for restoration practices are perennial streams as determined by the methodologies utilized to complete North Carolina Division of Water Resources (NCDWR) Stream Identification Forms. Level I Enhancement is proposed for Reaches R2, R3, R4, R7, R10, R11, R13, and R19. The appropriate bankfull geometry will be restored and the stream bed will be raised or bankfull benches will be excavated where needed to provide the stream reach access to its floodplain. In -stream structures will be installed to provide grade control, protect streambanks, and encourage bedform diversity. Level II Enhancement is proposed for R4a, R5, R8, R15, R16, R17, R18, ,R21, R22, R23, R24, and R26 based on the current condition of the reach or due to the fact that the reach is an intermittent headwater channel. Level II Enhancement practices will primarily focus on planting and permanent livestock exclusion along with the spot stabilization of eroding banks and the arresting of any headcuts. FrIVITIRMT.7 ".- M M Page 3 1 N TE RN R T I O N RL Mussell Gap Stream Mitigation Project Catawba River Basin • RFP #16-006807 • Cataloging Unit D3050101 Wetland restoration will involve wetland re-establishment approaches. Significantly degraded wetlands exist along R1, R4, and R9. Wetland functions along the floodplains of these stream reaches will be restored, through wetland re- establishment by implementing stream restoration (Priority Level I along R1 and R9) and stream enhancement (Enhancement Level I along R4) through the wetland restoration areas to restore proper hydrology, re-establish a native riparian wetland vegetation community, and permanently exclude livestock to protect both restored soil structure and vegetation. Although wetland functions will be restored along R1, R4, and R9, credit is being sought only for the wetland restoration area along R1 (W1). Livestock will be permanently excluded from all of the project areas. Buffers in excess of 50 feet will be established along all proposed reaches. In addition, existing functional wetlands will be incorporated inside the conservation easement to protect them in perpetuity. An agricultural structural Best Management Practice (BMP) in the form of a constructed wetland will be installed in an area currently used as a wallow near the upstream end of R9. This BMP will help to remove pollutants from runoff prior to entering the stream. Livestock will be excluded from this BMP removing a direct source of nutrients and sediment. All work will be protected by a perpetual conservation easement. Detailed narratives of the proposed restoration and enhancement practices are provided in Part 5.3. Our proposed mitigation is summarized in the table below, and specific design approaches and details are described in more narrative detail in the Technical Approach: Mitigation Summary Mitigation Type(s) Reaches Included Stream Wetland Credits Credits (Warm) Stream Restoration, Enhancement I and II Wetland Restoration R1, R2, R3, R4a, R4, R5, R6, R7, R8, R9, 1 9,400 R10, R11, R12, R13, R14, R15, R16, R17, R18, R19, R20, R21, R22, R23, R24, R25, and R26 (All reaches) and W1. El This approach includes the treatment of all stream reaches at the project site. Treatment of R1, R6, R9, R12, R14, R20, and R25 will involve primarily Priority Level I Restoration practices. All of the reaches proposed for restoration practices are perennial streams as determined by the methodologies utilized to complete NCDWR Stream Identification Forms. Level I Enhancement is proposed for Reaches R2, R3, R4, R7, R10, R11, R13, and R19. The appropriate bankfull geometry will be restored and the stream bed will be raised or bankfull benches will be excavated where needed to provide the stream reach access to its floodplain. In -stream structures will be installed to provide grade control, protect streambanks, and encourage bedform diversity. Level II Enhancement is proposed for R4a, R5, R8, R15, R16, R17, R18, R21, R22, R23, R24, and R26 based on the current condition of the reach, the potential functional uplift, or due to the fact that the reach is an intermittent headwater channel. Level II Enhancement practices will primarily focus on planting and permanent livestock exclusion along with the spot stabilization of eroding banks and the arresting of any headcuts. This project would meet 100 percent of both the 9,400 warm water stream credits and 4.0 riparian wetland credits requested in this RFP. This approach includes the restoration of existing wetland areas located on the project site through wetland re- establishment. Hydric soils are present along the floodplains of R1, R4, and R9, as confirmed by Michael Baker's licensed soil scientist (LSS). These areas have been manipulated by human and livestock activities, resulting in significant loss of wetland function. These significantly degraded riparian wetlands will be restored by implementing Priority Level I Restoration along Reach R1 and R9 and Enhancement Level I along R4 to restore proper hydrology, re- establishing a native riparian wetland vegetation community, and permanently excluding livestock to protect both restored soil structure and vegetation. Michael Baker Russell Gap Stream Mitigation Project Catawba River Basin + RFP #16-006807 + Cataloging Unit 0305010 i Mitigation Credit Summary Project Mitigation Summary Table Project Reach Summary Table Project Reach Designation Watershed Drainage Area (acres) 1 Watershed miles) 1nage Area (Drainage Stream Status Based on Field Analyses Mitigation Type 2 Existing Channel Type (Rosgen Classification) Proposed Channel Type (Rosgen Classification) Total 934.0 Total Perennial R E4 (poor condition) C4 Total Riparian Reaches Included Riparian Restoration Enhancement Enhancement Total Stream Wetland Perennial Wetland Stream Level I Level II Stream Credits Restoration Ell Restoration Credits Stream Credits 806.0 Credits (Proposed Credits E4b (poor condition) Credits R54 154.0 Stream Credits (potential) for (Proposed CO (Potential) 186.0 0.29 Perennial R Contract) for R7 288.0 0.45 Perennial EI E4b (poor condition) C4b/E4b Contract) R1, R2, R3, R4a, 0.52 Perennial Ell C4 C4 R9 352.0 R4, R5, R6, R7, Perennial R E4 (poor condition) C4 R 10 17.3 0.03 R8, R9, R1O, R11, EI E4b (poor condition) C4b/E4b R11 14.1 0.02 Intermittent R12, R13, R14, G4 B4/C4 R124 115.0 0.18 Perennial R R15, R16, R17, 5.6 4,490 3,620 1,312 9,422 9,400 4.0 R18, R19, R2O, R14 22.4 0.04 Perennial R G4 B4/E4 1321, 1122, 1323, 18.7 0.03 Intermittent Ell E4 E4 R164 R24, R25, R26, 0.04 Intermittent Ell B4 B4 R174 26.2 and W1 Intermittent Ell E4 E4 R184 14.1 0.02 Project Reach Summary Table Project Reach Designation Watershed Drainage Area (acres) 1 Watershed miles) 1nage Area (Drainage Stream Status Based on Field Analyses Mitigation Type 2 Existing Channel Type (Rosgen Classification) Proposed Channel Type (Rosgen Classification) R1 934.0 1.46 Perennial R E4 (poor condition) C4 R24 1056.0 1.65 Perennial EI E4 (poor condition) C4b/E4b R3 2227.0 3.48 Perennial EI E4 (poor condition) C4b/E4b R4a4 716.0 1.12 Perennial Ell E4b E4b R4 806.0 1.26 Perennial EI E4b (poor condition) C4b/E4b R54 154.0 0.24 Perennial Ell CO CO R6 186.0 0.29 Perennial R G4 CO R7 288.0 0.45 Perennial EI E4b (poor condition) C4b/E4b R84 333.0 0.52 Perennial Ell C4 C4 R9 352.0 0.55 Perennial R E4 (poor condition) C4 R 10 17.3 0.03 Perennial EI E4b (poor condition) C4b/E4b R11 14.1 0.02 Intermittent EI G4 B4/C4 R124 115.0 0.18 Perennial R E4 (poor condition) C4 R134 20.7 0.03 Intermittent EI C4 C4 R14 22.4 0.04 Perennial R G4 B4/E4 R154 18.7 0.03 Intermittent Ell E4 E4 R164 25.5 0.04 Intermittent Ell B4 B4 R174 26.2 0.04 Intermittent Ell E4 E4 R184 14.1 0.02 Intermittent Ell E4 E4 R194 22.3 0.03 Perennial EI CO CO R2 04 8.9 0.01 Perennial R G4 B4 Russell Gap Stream Mitigation Project Catawba River Basin + RFP #16-006807 + Cataloging Unit 030501 C 1 Project Watershed Stream Status Existing Channel Type Proposed Watershed Reach Drainage Area Based on Mitigation (Rosgen Channel Type Designation (acres) 1 DrainageArea Field Type Z Classification) (Rosgen (miles) 1nage Analyses B4 Classification) R214 32.5 0.05 Perennial Ell B4 R224 2.7 0.00 Perennial Ell B4 B4 R234 3.6 0.01 Intermittent Ell E4 E4 R244 7.2 0.01 Intermittent Ell E4 E4 R254 29.0 0.05 Perennial R E4b (poor condition) C4b R264 31.5 0.05 Perennial Ell E4b E4b Project Total NCDMS Rating Form Scores3 = 226 (Total Points) and 2.26 (Proposal Rating) Note 1: Watershed drainage area is estimated based on topographic and LIDAR information at the downstream end of each reach. Note 2: R= Restoration, E1=Level 1 Enhancement, E11=Level2 Enhancement. Note 3: Project Total NCDMS Rating Form Scores are the Total Points and Proposal Rating, respectively, as determined using the Ecosystem Enhancement Program's "Technical Proposal Evaluation Criteria — Rating Form', for the project. Note 4: Stream types of these reaches are based on best professional judgment and quick field measurements. Surveyed cross sections were not conducted on these reaches. Part 2. Financial Statement — See Attachment E, Certification of Financial Condition. Part 3. Corporate Background and Experience Michael Baker Corporation (Michael Baker) is one of the largest professional service firms, LZME= consistently ranked among the top 8 percent of U.S. engineering practices by Engineering News- I N T E R N A T 1 o N A L Record (ENR). Michael Baker was founded in 1940 as a civil engineering and surveying firm. Having recently merged with Integrated Mission Solutions (IMS), the combination of Michael Baker and IMS has created a company with over $1.0 billion in revenue and a platform with global reach. Today, with over 6,000 professional employees in the United States and abroad, Michael Baker successfully serves the Buildings, Civil, Environmental, and Transportation markets. The company recently became part of Michael Baker International, which provides high-end engineering, development, intelligence, and technology solutions with global reach and mobility. Michael Baker has demonstrated the ability to work with local, state and federal regulatory agencies in the permitting, design, and construction of wetland, stream, and riparian buffer restoration projects. We have worked extensively on numerous full -delivery projects for the North Carolina Division of Mitigation Services (NCDMS) and the North Carolina Department of Transportation (NCDOT). With nearly 90 North Carolina employees working full-time on projects, Michael Baker has the manpower and expertise to successfully carry out existing projects as well as secure and carry out new projects. Michael Baker operates in North Carolina as Michael Baker Engineering, Inc. and has environmental staff in Charlotte, Asheville, Cary, and Greensboro. Ability to Carry Out All Phases of Proposal: The Michael Baker team has extensive experience in all aspects of full -delivery restoration work, having completed many projects for NCDMS, the Clean Water Management Trust Fund, the North Caroline Department of Transportation, and entities in other states. Michael Baker has teamed with River Works and Kee Mapping & Surveying who have a long history of cooperation on full -delivery projects, so NCDMS can rely on the smooth function of our team as we undertake the proposed project. Michael Baker understands the regulatory and financial constraints associated with full -delivery projects and has shown the ability to meet mitigation credit goals and project schedules. Specifically, Michael Baker has identified the proposed project site and secured the necessary landowner options. The Michael Baker Team will obtain the necessary easements, identify site constraints, and ensure site access. Michael Baker has unparalleled experience in stream and wetland restoration design, having completed hundreds of projects that translate into over 190 miles of stream restoration and over 3,000 acres of wetlands. Based on this experience, we are familiar with all documentation requirements necessary to proceed with these types of projects. Michael Baker will obtain the necessary environmental approvals and is experienced in developing Categorical Exclusions (CE) for mitigation projects. Michael Baker Recssell Gap Stream Mitigation Project Catawba River Basin • RFP #16-006807 • Cataloging Unit D3050101 Michael Baker will coordinate with state and local officials to resolve any regulatory floodplain issues associated with the restoration efforts. Once permits are issued, the Michael Baker Team will restore the site based on the concepts described herein. River Works has extensive experience in constructing restoration projects and has a good relationship with Michael Baker's design and construction observation personnel. Finally, once construction has been completed, Michael Baker will follow and utilize the current NCDMS monitoring guidelines and templates to conduct the required monitoring activities and develop monitoring reports. Throughout the monitoring process, Michael Baker will ensure that the site meets NCDMS mitigation credit goals. Michael Baker has undertaken monitoring in many areas throughout North Carolina and is familiar with the site-specific needs of the project. Primary Sub Contractor The primary subcontractor to Michael Baker on North Carolina restoration projects is River Works, IVER'.", Inc. River Works offers clients a construction contractor with the specialized expertise to implement environmental restoration designs. The foremen and operators on the River Works team work primarily on environmental restoration projects, and as such, have a thorough understanding of construction sequencing, erosion and sedimentation control, water diversion, and vegetation requirements. River Works has extensive experience constructing stream and wetland restoration projects, including the re -vegetation of restoration sites. River Works also has extensive experience selecting and planting appropriate vegetative buffers using live stakes, bare roots, transplants, and containerized native plant species. River Works takes great care in selecting plant material and temporary and permanent seed mixtures specifically matched to the environment of the site. They provide on-site supervision during planting operations to ensure that plant materials are of suitable quality, and that the materials are planted appropriately according to each species' moisture tolerance, soil condition needs, and stage of growth. Kee Mapping & Surveying is proud to offer comprehensive professional land surveying and mapping services for North Carolina. Their main focus is providing clients with top quality mapping and _s. --: =_=_ ee surveying solutions. Kee Mapping and Surveying was founded in 2007 with the goal of becoming one of North Carolina's top Professional Land Surveying and Mapping organizations. Kee Mapping and Surveying specializes in GIS mapping, boundary, topographic, and conservation easement surveys for a wide variety of projects. With an in depth knowledge of local, state and federal requirements, Kee Mapping and Surveying provides sound advice and accurate results in an efficient manner. Project Manager Experience - Jacob (Jake) Byers, PE will be the Project Manager. Jake has 10 years of experience with t. environmental and natural resources restoration and management specializing in streams, and wetlands. He has wide ranging experience as a leader and as part of a team in stream and wetland mitigation, geomorphic assessment, restoration design, sediment transport, stormwater analysis, design, and management. His expertise includes BMPs, water quality, hydrology and hydraulics, sedimentation and erosion control, site search and feasibility, planning, permitting, surveying, construction oversight, and project management of multiple projects in a variety of geographic settings in throughout the eastern United States. He has served as project manager, project engineer, and designer for numerous restoration projects. He is currently the project manager for the NCDMS Candiff Creek Restoration project and leads the NC Ecosystem Services Team for Michael Baker. Similar Stream and Wetland Restoration Project Experience Michael Baker has extensive experience in stream, wetland, and riparian buffer restoration. We have initiated over 400 projects in the past seven years, and have restored more than 1 million feet of streams and 3,000 acres of wetlands. We have successfully completed 5 years of monitoring on 10 NCDMS mitigation projects and have successfully brought 6 NCDMS projects to regulatory closure. Several examples of projects are highlighted on the following pages. UNTIRRIMM Page 7 1 N TE RN R T I O N RL Mussell Gap Stream Mitigation Project Catawba River Basin • RFP #16-006807 • Cataloging Unit D3050101 Pinch Gut Creek Restoration Project, NCDMS, Stokes County, NC. Michael Baker restored over 10,500 LF of perennial stream channel in northwestern Stokes County. Streams on the site had been degraded primarily due to agricultural practices and cattle access. The project involved restoring six tributaries that drain a headwater catchment approximately 1.7 square miles in size. Rosgen Priority Level I and II approaches were used to restore access to an active floodplain. In -stream structures were used to provide stream stability, as well as to improve aquatic habitat and fisheries. The restored riparian buffers adjacent to the streams are protected through permanent fencing that excluded cattle and livestock. Michael Baker conducted watershed analyses, performed existing condition and reference reach surveys, prepared 401/404 permitting documents, developed construction documents, and provided construction oversight. Construction of the project was completed in 2008, five years of project monitoring were completed, and the project regulatory closeout was successfully completed in the summer of 2013. Pinch Gut Creek restoration work during construction and five years after. Candiff Creek Restoration Project, NCDMS, Surry County, NC. Michael Baker restored, enhanced and preserved over 7,038 LF of degraded streams near Siloam, NC to provide mitigation credits and to improve water quality and stream habitat on Candiff Creek and unnamed tributaries to Candiff Creek using natural channel design techniques. The project streams had been heavily impacted from past agriculture activities. The streams were deeply incised and overly wide. Bank erosion was severe throughout the majority of the project reaches. The project was completed in 2012 and is currently in the fifth year of post -construction monitoring. The project included existing condition surveys, data analyses, design development based on reference reaches, permitting, construction plans and specifications, on-site construction management, and project management. The project design was based on Rosgen Priority Level I approach for restoring incised stream channels. It included channel geometry and planform modifications based on reference reach data, reconnecting the channel with its historic floodplain, in -stream structure installation, streambank stabilization, bio- engineering and riparian vegetation planting and management. Michael Baker Views of Candiff Creek before and 4 years after restoration. 4 . ^y■, amu'; i. Pinch Gut Creek restoration work during construction and five years after. Candiff Creek Restoration Project, NCDMS, Surry County, NC. Michael Baker restored, enhanced and preserved over 7,038 LF of degraded streams near Siloam, NC to provide mitigation credits and to improve water quality and stream habitat on Candiff Creek and unnamed tributaries to Candiff Creek using natural channel design techniques. The project streams had been heavily impacted from past agriculture activities. The streams were deeply incised and overly wide. Bank erosion was severe throughout the majority of the project reaches. The project was completed in 2012 and is currently in the fifth year of post -construction monitoring. The project included existing condition surveys, data analyses, design development based on reference reaches, permitting, construction plans and specifications, on-site construction management, and project management. The project design was based on Rosgen Priority Level I approach for restoring incised stream channels. It included channel geometry and planform modifications based on reference reach data, reconnecting the channel with its historic floodplain, in -stream structure installation, streambank stabilization, bio- engineering and riparian vegetation planting and management. Michael Baker Views of Candiff Creek before and 4 years after restoration. Mussell Gap Stream Mitigation Project Catawba River Basin • RFP #16-006807 • Cataloging Unit D3050101 UT to Cane Creek Restoration Project, NCDMS, Alamance County, NC. As part of a NCDMS full -delivery project, Michael Baker restored approximately 3,400 LF and enhancing approximately 2,900 LF of perennial and intermittent stream channel in southeast Alamance County, North Carolina. The streams have been degraded primarily by agricultural practices and associated cattle access. The project involved restoring two tributaries that drain headwater catchments of 452 acres and 80 acres, respectively. Rosgen Priority Level I and II Restoration approaches were part of the design to restore access to an active floodplain. Enhancement Level I and 11 are also being employed to stabilize the streambanks and profile. In -stream structures were included to provide stream stability and improve aquatic habitat and fisheries. The restored riparian buffers adjacent to the streams will be protected through permanent fencing that excludes livestock. Michael Baker conducted watershed analyses, performed existing condition and reference reach surveys, prepared the mitigation plan, permitted the project, and provided construction oversight. Construction of the project was completed in the summer of 2014 and the project is currently in monitoring year 3. UT to Cane Creek existing conditions and during the first year after construction. Upper Silver Creek Stream and Wetland Restoration Project, NCDMS, Burke County, NC. Michael Baker restored or enhanced 5,186 LF of perennial stream channel along Silver Creek and three unnamed tributaries (UT1, UT2, and UT3) and restored, enhanced or created approximately 9.14 acres of wetlands that had been previously disturbed in Burke County, NC. The streams and wetlands at this site had previously been disturbed by area gold mining operations, livestock, and channelization. Streams at this site were restored by using a Rosgen Priority Level I approach and raising the channel so that flows greater than bankfull can access the floodplain. This approach included developing a meandering channel that had log and boulder structures installed to improve stability and to improve channel habitat. The stream restoration approach also raised the groundwater level, thereby restoring wetland hydrology. Limited overburden was removed in wetland areas where upland soils had been deposited. Stream channel buffers and wetlands were seeded with native vegetation and trees were planted throughout the project easement area to develop a native forest habitat. Michael Baker conducted watershed analyses, performed existing condition and reference reach surveys, prepared a mitigation plan, prepared and submitted environmental permits, and provided construction oversight. Construction of the project was completed December 2014, and the project is currently in monitoring year 2. Upper Silver Creek existing conditions and during the first year after construction. Michael BakerPage 9 Russell Gap Stream Mitigation Project Catawba River Basin + RFP #16-006807 + Cataloging Unit 03050101 UT to Cooks Creek Mitigation Site, Mount Airy/Surry County Airport, Surry County, NC. Michael Baker restored, enhanced and preserved over 5,200 LF of incised streams near Dobson, NC. The goal of the project was to provide stream mitigation credits to offset impacts to jurisdictional stream channels associated with airport expansion and to improve water quality and stream stability on an unnamed tributary to Cooks Creek using natural channel design techniques. The project was completed in 2012 and is currently in the fourth year of post -construction monitoring. The project included existing condition surveys, data analyses, design development based on reference reaches, permitting, construction plans and specifications, on-site construction management, and project management. The project design was based on Rosgen Priority Level I and II approaches for restoring incised stream channels. It included channel geometry modifications based on reference reach data, bankfull benches, in -stream structure installation, streambank stabilization, bio -engineering and riparian vegetation planting and management. Views of UT to Cooks Creeks before and after restoration Multidisciplinary Project Approach: The goal of ecosystem restoration is to return the maximum amount of hydrologic and biological functioning to a degraded stream and/or wetland system, given land use and landform constraints. Michael Baker's environmental scientists, geomorphologists, geologists, soil scientists, and surveyors lead the efforts to document the existing conditions of the projects site and document impairments and constraints. Engineers, designers, soil scientists, and biologists then develop restoration designs that provide the maximum functional uplift within the site constraints. Planning personnel lead the efforts for CE tasks and permitting requirements. Hydrologists and hydraulic engineers prepare models and analyses to evaluate Federal Emergency Management Agency (FEMA) requirements, flooding conditions, and sediment transport. Several staff on the project organization chart have significant experience with regulatory review, including project close out. Construction specialists perform constructability reviews to ensure designs are practical and can be constructed efficiently. Construction experts, including foremen, equipment operators, laborers and vegetation specialists ensure that sound, innovative and cost effective construction is employed in a timely manner. They are able to adapt to various environmental and site conditions. After construction, surveyors and environmental scientists perform as -built and monitoring surveys to document project conditions during the monitoring period. This multidisciplinary approach to projects has been a primary factor in Michael Baker's successful track record with ecosystem restoration projects. Recssell Gap Stream Mitigation Project Catawba River Basin • RFP #16-006807 • Cataloging Unit D3050101 Resumes of Key Personnel: Jacob (Jake) Byers, PE, NC Ecosystem Services Manager I N T E R N A T 1 0 N A L Project Role: Mr. Byers will serve as the Project Manager, Engineer of Record and lead designer for this project. Education: BS, Biological Engineering, NC State University, 2007 Professional Registrations: Professional Engineer, NC, #039201, 2012; NCDOT Erosion & Sediment Control/Stormwater Certification, #3179, 2012; USDA NRCS TSP, #TSP -14-9877 Continuing Education: Rosgen I, Rosgen II, Rosgen III Mr. Byers serves as the Ecosystem Restoration Team Manager, with more than ten years of experience with analysis and design of stream and wetland restoration projects and stormwater BMP projects. He has extensive experience as a leader and as part of a team, in design and project management, client and agency technical coordination, sediment transport, geomorphic assessment, construction oversight and inspection, and environmental permitting for numerous projects along the east coast. Mr. Byers has served as project manager and Engineer of Record for a number of restoration projects in North Carolina and the eastern US. He is currently the project manager for the NCDMS Candiff Creek Stream Restoration Project. He has successfully designed and implemented stream restoration projects in varying physiographic provinces from headwater coastal plain streams to large mountain rivers. Robert (Bobby) Lewis, PE, NC Office Executive Project Role: Mr. Lewis will be the Offeror's Representative for this project. Education: BS, Civil Engineering, NC State University, 1995 Professional Registration: Professional Engineer, NC, #026992 Mr. Lewis joined Michael Baker after serving NCDOT for over 20 years in various leadership and engineering roles, including Chief of Staff, Division Engineer, and Division Maintenance Engineer. His experience in administering, implementing, and managing NCDOT's Capital Improvement Plan and Maintenance Program, provides him a unique understanding of the quality and attention to detail that clients expect in project execution. His leadership experience will significantly enhance his ability to ensure the best service and design solutions are provided for this project. Kristi Suggs, Environmental Scientist Project Role: Ms. Suggs will lead the development of the CE, permitting, and assist with post -construction monitoring. Education: BS, Animal and Veterinary Science, WV University, 1995; MS, Earth and Environmental Resource Management, University of SC, 2005 Continuing Education: Wetland Delineation and Jurisdictional Determination, 2008; Intermittent and Perennial Stream Identification for Regulatory Applications, 2007; NC Stream Assessment Method (NCSAM) and NC Wetland Assessment Method (NCWAM), 2016 Ms. Suggs has over 16 years of experience in watershed management, environmental compliance and planning, water quality studies, and geographic information systems (GIS). As an environmental scientist for Michael Baker, she specializes in environmental permitting, mitigation, watershed assessments and management, water quality planning, project development and implementation, citizen/agency facilitation, and GIS mapping. She has served as the project manager for the Town Creek, Big Cedar, Little River, and UT to Town Creek projects for NCDMS. Scott King, LSS, PWS, Environmental Specialist Project Role: Mr. King will assist with design, monitoring, and construction inspection. Education: MS, Soil Science, NC State University, 2006; BS, Biology, The College of William of Mary, 1996 Professional Registrations: Licensed Soil Scientist, North Carolina, 2008; Professional Wetland Scientist, 2009 #1908 Continuing Education: NCSU Stream Restoration Program River Course workshops 101, 201, 401, 131, and 161, NCDWR's Intermittent and Perennial Stream Identification for Riparian Buffer Rules, Rosgen I Mr. King has a wide range of experience in the environmental field, specializing in water quality projects. He provides a broad array of environmental services including stream and wetland restorations, GIS analysis, wetland delineations, soil evaluations, stormwater BMP projects, and environmental permitting. He has worked on most of Michael Baker's currently active stream restoration projects and is managing several NCDMS projects for Michael Baker, including UT to Cane Creek and Thomas Creek. Mr. King previously worked as a watershed planner at the DMS, as a researcher in the Department of Soil Science at NC State University, and as an environmental consultant specializing in wetlands issues. Russell Gap Stream Mitigation Prgiect Catawba River Basin • RFP #16-006807 • Cataloging Unit D3050101 Kathleen (Katie) McKeithan, PE, CPESC, CPSWQ, CFM, Senior Engineer Project Role: Ms. McKeithan will assist with designs and construction inspection for this project. Education: BS, Biological Engineering, NC State University, 1998 Professional Registrations: Professional Engineer, NC #028432; Certified Professional in Erosion and Sediment Control, 2005, 2546; Certified Professional Storm Water Quality, 2003, 135; Certified Floodplain Manager, North Carolina, 2010, NC -10-0359; USDA NRCS TSP, #TSP -14-9852; NCDOT Level III: Designer of Erosion and Sediment Control Plans, #3121 Continuing Education: NCSU Forestry Identification of Intermittent and Perennial Streams and Their Origins, NCSU Aquatic Insect Collection, Rosgen I, Rosgen II, Rosgen III, Rosgen IV. Ms. McKeithan has 18 years of experience in the environmental field including stream and wetland restoration, planning, design and construction inspection, erosion and sedimentation control, greenway planning and design, BMPs, sustainability, and remediation projects. Ms. McKeithan has extensive knowledge of NCDMS projects, templates and procedures and currently serves as the project manager for the Brown Creek Tributaries and Flea Hill projects for NCDMS. Richard Darling, Senior Environmental Scientist Project Role: Mr. Darling will assist with stream and wetland analysis and will provide senior review of protected species surveys, permits, and monitoring reports. Education: MS, Biological Science, Florida State University, 1986; BS, Zoology, University of Melbourne, 1983 Professional Registration: Certified Ecologist (Ecological Society of America #421) Continuing Education: USACE Wetland Delineation, NCWAM, Rosgen I, NC Stream Identification, Aquatic Insect Collection Mr. Darling is a senior environmental scientist with over 31 years of multi -disciplinary experience in natural resources consulting. His background includes extensive technical direction and project management for environmental studies including numerous protected species surveys, wetland delineations, riparian buffer determinations, wetland and stream evaluations, Section 404/401 permitting and mitigation, documentation per the National and State (NC, FL, GA, and SC) Environmental Policy Act (NEPA/SEPA) requirements (EA, EIS). Recent focus has included stream evaluation and classification, design of stream restoration and enhancement projects, and local watershed planning. Micky Clemmons, Senior Environmental Scientist Project Role: Mr. Clemmons will assist with designs, permitting and construction inspection for this project. Education: MS, Biology, Western Carolina University 1987; BS, Marine Biology, UNC at Wilmington, 1984 Continuing Education: Rosgen I, Rosgen II, Rosgen III, Rosgen IV Mr. Clemmons is a senior environmental scientist with Michael Baker. His responsibilities include stream restoration design, aquatic ecology projects and project management. Prior to joining Michael Baker, Mr. Clemmons worked for 18 years with the North Carolina Wildlife Resources Commission (WRC) as a fisheries biologist and was the WRC's first Stream Restoration Coordinator. With many years of experience in fisheries biology and management, stream ecology, and fluvial geomorphology, Mr. Clemmons is experienced in conducting projects that optimize habitat value and benefit aquatic species. Mr. Clemmons has been the project manager for many varied stream restoration and enhancement projects throughout North Carolina and other eastern states. Lucas Babbitt, PE, CFM, Water Resources Engineer Project Role: Mr. Babbitt will provide design QA/QC for the project. Education: MS, Water Resources Engineering, Colorado SU, 2005; BS, Civil Engineering, Colorado SU, 2004 Professional Registrations: Professional Engineer, CO, 2008, 42636; Certified Floodplain Manager, CO, 2007, 2704 Mr. Babbitt has experience in water resources engineering with responsibilities in project management, engineering analysis, engineering design, and construction management. He has successfully directed and designed multiple projects including stream restoration projects, large-scale stormwater master plans, watershed master plans, and flood control projects. His areas of expertise include watershed planning, watershed and geomorphic assessments, watershed hydrology, river mechanics, and natural channel design. Mr. Babbitt has managed and worked on multiple stream restoration projects and watershed planning studies ranging from highly urbanized watersheds to rural areas. He has been responsible for managing construction fees up to $5 million dollars and has a proven track record with resource, time, and budget management. Michael Baker Page 12 Russell Gap Stream Mitigation P1 giect Catawba River Basin • RFP #16-006807 • Cataloging Unit D3050101 Dwayne Huneycutt, Environmental Scientist Project Role: Mr. Huneycutt will lead the monitoring effort and yearly monitoring reports and will assist with stream and wetland analysis. Education: BS, Earth Science, UNC at Charlotte, 2001 Professional Registration: Wetland Certification Training, 2002 Continuing Education: NCDWR Methodology for Identification of Intermittent and Perennial Streams Mr. Huneycutt has 16 years of experience in environmental planning, land use planning, hydrologic analysis, and fluvial geomorphologic analysis. At Michael Baker, he provides technical support in the design, construction, and monitoring of stream and wetland restoration and enhancement projects. He is also experienced in project management and assessment for use in stormwater planning and water quality improvements. Bill Wright, Vice President Project Role: Mr. Wright will serve as the Construction Manager. Education: BS, Agronomy, NC State University, 1974 Professional Registration: North Carolina General Contractors License 54912 (Building, Highway), H (Excavation and Grading), PU (Water and Sewer Lines), and PU (Water Purification and Sewage Disposal) Continuing Education: River Restoration Design Implementation by Wildland Hydrology, 1994 Mr. Wright joined the River Works team as Vice President in February 2007. He has been involved in a construction management and project estimating capacity for over 216,000 feet of stream and 1,780 acres of wetlands improvements while working at River Works. Prior to joining River Works, Mr. Wright served six years as manager of the Stream Restoration and Wetland Construction Program at Shamrock Environmental Corporation. Phillip Todd, Project Development Coordinator Project Role: Mr. Todd will assist with project development from the construction aspect for this project. Education: Master of Public Administration, NC State University, 2002; BS, Biology, NC State University, 1993 Continuing Education: Rosgen I, Rosgen II, Rosgen III Mr. Todd joined River Works in October 2011 as Project Development Coordinator. Prior to coming to River Works, Mr. Todd worked over 6 years with an engineering firm where he served as program manager, project manager, technical expert and resource agencies coordinator for stream restoration, wetland restoration, planting plans, stream monitoring, wetland delineation, stream delineation, environmental permitting and NEPA documentation. George Morris, Vegetation Specialist Project Role: Mr. Morris will lead the effort for all vegetation and planting components of the project. Education: BS, Agriculture and Plant Science, University of Delaware at Newark, 1985 Professional Registrations: NC Pesticide Applicators License (subclass L and A) #5440, NC Landscape Contractors' Registration, Registered Professional Plantsman Mr. Morris oversees soil bioengineering and riparian buffer, wetland, and BMP planting for restoration projects. He also oversees invasive plant species removal for various projects. Mr. Morris has a strong background in horticulture and landscaping with native plant species. Nathan Carter, Site Superintendent Project Role: Mr. Carter will be a site superintendent during construction for this project. Mr. Carter joined the River Works team as a site superintendent in October 2007 and has been the superintendent for dozens of stream and wetland restoration projects. Prior to joining River Works, Mr. Carter served 7 years as project superintendent for the Remediation Construction Program at Shamrock Environmental Corporation. This work included supervision of all site activities in construction of municipal waste landfills and closures in NC, SC, VA, MI and TN. Other work included the supervision of cleanup of environmentally impacted areas, the installation of storm drain systems, tank removal and stream restoration. M M Page 13 1N T E R N A T 1.Q 4 AL Russell Gap Stream Mitigation Project Catawba River Basin e RFP #16-006807 e Cataloging Unit 03050101 Brad Kee, CFS, PLS, Survey Project Role: Mr. Kee will oversee and lead the effort for all surveying for this project. Education: BS, GIS, Appalachian State University in 1997; Surveying Technology, Asheville—Buncombe Technical Community College, 2003 Professional Registrations: Professional Land Surveyor, NC 4647; Certified Floodplain Surveyor, NC -204 Mr. Kee began his career as a GPS Technician at Dinosaur National Monument. He then became a GIS Technician for Analytical Surveys, Inc., a private provider of data conversion and computerized mapping services to the GIS industry. Mr. Kee's love for the outdoors influenced his decision to become a land surveyor in 1999. He has over 16 years of experience in GIS mapping and land surveying as well asa dedicated and skilled staff that add to the increased success of the company. Nolan Carmack, CFS, PLS, Survey Project Role: Mr. Carmack will support the surveying for this project. Education: BS, Geography from Appalachian State University, 2006; Associates Degree in Survey Technology, 2011 Professional Registrations: Certified Floodplain Surveyor, NC -202; Professional Land Surveyor, NC 5076 Mr. Carmack moved to Asheville to complete his Associates Degree in Survey Technology in order to further his knowledge in the field. He is a licensed professional in North Carolina and Tennessee as well as a Floodplain Surveyor. DBE/HUB Participation: Michael Baker does not have an agreement with a DBE/HUB certified firm for this project. Part 4. Project Organization: Qualifications & Responsibilities: For all personnel assigned to this project, please see the resumes in Part 3. Proposed Staffing, Deployment & Organization I N T E R N A T 1 0 N A L I RobertLewis,PE(B.} I- 9. �� I- F III Lucas Babbitt, PE, CFM (B} Richard Darling (B) Jacob Byers, PE (B) Jacob Byers, PE (B) Kathleen McKeithan, PE, CPESC, CPSWC4 CFM (B) Scott King, LSS, PWS (B) Kristi Suggs (B) Micky Clemmons(B) Jacob Byers, PE (B) Kathleen McKeithan, PE, CPESC, CPSWQ, CFM (B) Brad Kee, CFM, PES (K) Richard Darling (B) Scott King, LSS, PWS (B) Bill Wright(RW) Nolan Carmack, CFM, PES (K) Dwayne Huneycutt(B) Kristi Suggs (B) Phillip Todd (RW) Jacob Byers, PE (B) Micky Clemmons (B) ScottKing, LSS, PWS (B) George Morris (RW) Kristi Suggs (0) Nathan Ca rte r (RW) I Brad Kee, CFM, PLS (K) Dwayne Huneycutt (B) Nolan Carmack, CFM, PLS (K) Scott King, LSS, PWS (B) Kristi Suggs (B) I` (R) Michael Baker Engineering, Inc. 17 ,4'Vlg,— (RW)RiverWorks,Inc. (K) Kee Mapping&cSurveying Michael Baker Jacob Byers, PE (B) Kathleen McKeithan, PE, CPESC, CPSWC4 CFM (B) Scott King, LSS, PWS (B) Kristi Suggs (B) Micky Clemmons(B) 1 � � k _P y L � u Russell Gap Stream Mitigation Prgieet Catawba River Basin • RFP #16-006807 • Cataloging Unit D3050101 Personnel with Similar Experience: Shown in the table below are team personnel who worked on the projects in Part 3. WY a) 4J c ++ 41 v Y •O Cu i v O cu v eOi a .c v V H in U O ++ �' V = 0 Z, > — c ra 0 Z, o c ,� O O I^ t UQ O v O ++ O v 0 tA O ++ Name ao°Jc ua Ma) CL Cu CC D� Jacob Byers, PE • Scott King, LSS, PWS • Kathleen McKeithan, PE, CPESC, CPSWQ, CFM • Micky Clemmons • Richard Darling • Kristi Suggs • Dwayne Huneycutt • Bill Wright (Riverworks) • Phillip Todd (Riverworks) • George Morris (Riverworks) • Nathan Carter (Riverworks) • Brad Kee, CFS, PLS (Kee) • • Nolan Carmack, CFS, PLS (Kee) • • • • Part 5. Technical Approach Mussell Gap Stream Mitigation Project Catawba River Basin • RFP #16-006807 • Cataloging Unit D3050101 5.1. Project Goals & Objectives The Russell Gap Stream Mitigation Project will provide numerous water quality and ecological benefits on-site and within the Davis Creek and East Prong of the Lower Little River Watersheds, which drain to the Catawba River and then into Lookout Shoals Lake, a drinking water supply for the City of Statesville. While many of these benefits are limited to the project area, others, such as nutrient removal, sediment reduction, and improved aquatic and terrestrial habitat, have more far-reaching effects, potentially extending downstream to the Catawba River and beyond. Implementing this project on a stream draining into the 303(d) listed Lower Little River (which is also classified as a Water Supply (WS) IV in its lower reaches) will meet five of the seven major CU -wide functional improvement goals by: • Reducing nutrient inputs; • Reducing sediment input; • Reducing fecal coliform inputs; • Restoring, improving, and protecting degraded aquatic habitat; and • Implementing agricultural BMPs and stream restoration in predominantly agricultural/rural watersheds. As stated previously, the project is located within TLW 03050101-120010. Expected improvements to water quality, hydrology, and habitat are outlined below as project goals. NCDMS's broad focus points include maintaining and enhancing NCDMS's broad focus includes: water quality, restoring hydrology, and protecting fish and wildlife habitat. The Russell Gap Stream Mitigation Project meets each of Maintaining and enhancing water quality these broad focus points. It will enhance water quality by reducing Restoring hydrology nutrient and sediment inputs through the project area. Hydrology Protecting fish and wildlife habitat will be restored to wetland restoration areas by implementing Priority Level I Restoration to raise the existing stream bed, and aquatic and terrestrial habitat will be protected through livestock exclusion and a permanent conservation easement in excess of 50 feet along all proposed stream and wetland restoration/enhancement areas. The project is located adjacent to the Brushy Mountain Macrosite, which was included in the Inventory of the Significant Natural Areas of Alexander County NCNHP (2012). NCNHP no longer lists macrosites as Significant Natural Areas, but the macrosite still retains its largely undeveloped character. There are also three Significant Natural Areas in the immediate vicinity of the project area: Upper Fork Little River, Brushy Mountains; Sugarloaf Mountain; and Bald Rock Mountain (see Figure 15). The proposed project would extend the area covered by the Brushy Mountain Macrosite downstream to a riparian wetland/stream complex. The NCNHP 2012 report states that the Brushy Mountain macrosite is home to populations of pink thoroughwort (Fleischmannia incarnate) and striped garlic (Allium cuthbertii), both of which are a state listed threatened species, as well as Wright's cliff -brake (Pellaea wrightiana), which is state listed as endangered. The project will improve potential habitats for these species throughout the project area, continuing the wildlife corridor from the macrosite. In addition, the state listed threatened Rafinesque's big -eared bat - Mountain subspecies (Corynorhinus rafinesquii rafinesquii) is listed as having occurred in Alexander County. The project will protect and preserve high-quality in -stream and riparian habitat on multiple reaches through a permanent conservation easement. This will extend the wildlife corridor from the upland areas of the Brushy Mountain Macrosite along a riparian valley with hydric soils, providing additional habitat diversity to the area. Potential habitat for the bog turtle (Glyptemys muhlenbergii), which is state listed as threatened and federally listed as threatened due to similarity of appearance (T/SA), will also be restored by wetland restoration within the proposed riparian buffers, and protected through livestock exclusion and a permanent conservation easement. As stated previously, the documented hydric soils along areas of the project reaches will provide valuable habitat for bog turtle and other state - listed species. A structural wetland BMP and agricultural BMPs in the forms of fencing livestock water boxes will be installed to remove direct nutrient and sediment contamination from the project streams and wetlands. Michael Baker Russell Gap Stream Mitigation Prgiect Catawba River Basin • RFP #16-006807 • Cataloging Unit D3050101 Michael Baker Nutrient removal e riparian stream buffer —Excess nutrients and pollutants in the form of fecal coliform, phosphorus 7and rogen from cattle waste and other agriculture practices are entering the project reaches without flowing through adequate riparian buffers. Fully functioning riparian buffers will be established and permanently protected to filter runoff containing excess nutrients and pollutants before entering the project reaches. Livestock exclusion — Cattle have unrestricted access to 25 of the 27 stream reaches (See Figure 13) and all of the degraded wetland areas. Exclusion of livestock through easements and permanent fencing would remove a direct source of nutrients and fecal coliform inputs to the aquatic resource. Structural wetland BMP —A wetland BMP will be constructed in the wallow area near the upstream extents of R9. This BMP will remove nutrients though plant uptake and microbial activity. Cattle will be excluded from the BMP to prevent direct pollutant inputs. Sediment removal Restore proper channel form — Streams with proper dimension, pattern, and profile will efficiently transport sediment and allow for deposition on point bars and on the floodplain. In addition, the design will prevent degradation by arresting and repairing headcuts, dissipating energy over proper riffle and pool and/or step -pool, sequences, and by dissipating stream energy with overbank flooding for storms greater than bankfull. Construct in -stream structures — In -stream structures such as cross vanes, single arm vanes, and j -hooks divert shear stress from the banks to the center of the channel during storm events thus reducing bank erosion. Based on preliminary site assessments, stream bank erosion is a main contributor of sediment and Total Suspended Solids within the project area and to downstream reaches. Livestock exclusion — Stream banks are eroding from livestock access to the streams. Livestock will be excluded from the stream and wetland areas with construction of a permanent fence system encompassing the conservation easement areas. Restore riparian stream buffer — 26 of the 27 project reaches are lacking a mature, wide riparian buffer. As a result, stream banks are actively eroding and introducing sediment to the stream. A restored riparian buffer will increase root mass within stream banks, thus decreasing bank erosion and sedimentation. Stream bank bioengineering —Construction of geolifts, brush mattresses, brush layers, installation of live stakes, and other bioengineering practices will re-establish a healthy root mass along the stream banks, thus preventing erosion and excess sediment delivery to the stream. Improved Restore proper channel form — Restored channel dimension, pattern, and profile will ensure adequate bed substrate and load and suspended sediment transport according to sediment supply, valley type and valley slope. in -stream cover Appropriate sediment transport will ensure riffle substrate is adequately transported and excessive degradation or aggradation does not occur. Construct in -stream structures — Construction of in -stream structures, which are designed to improve bedform diversity, increase dissolved oxygen, and trap detritus, will improve in -stream cover and aquatic habitat. Livestock exclusion — Exclusion of livestock will reduce in -stream sediment from bank erosion, which impairs channel substrate and destroys habitat for macro -invertebrates. Excess nutrients from cattle waste will also be eliminated. Reduce water Restore riparian stream buffer — A restored and protected riparian stream buffer will increase shading of temperature the project stream reaches. The increased shade will decrease water temperatures. Stream bank bioengineering— Bioengineering such as geolifts and stream bank live staking will provide tree canopy and shading to the stream and reduce water temperatures. Michael Baker Russell Gap Stream Mitigation Project Catawba River Basin + RFP #16-006807 + Cataloging Unit 03050101 Michael Baker Improve aquatic Aquatic habit will be improved from each previously listed goal. If all goals are achieved, the project will habitat realize maximum aquatic habitat improvement and ecological uplift. Improved Riparian buffers and restored riparian wetlands will decrease runoff rates and increase infiltration of floodwater precipitation into the local ground water. In addition, the restored stream reaches will have increased access retention to their floodplains, which will be wider, allowing floodwater energy to dissipate over the floodplain and floodwater retention time to increase. Restoration of Riparian buffer planting and streambank bioengineering will improve terrestrial habitat throughout the terrestrial habitat entire conservation easement. Improved Restore riparian wetland and stream buffer vegetation — Areas where the riparian wetland and stream aesthetics buffer vegetation has been removed, are being heavily grazed by livestock, have low plant diversity, or are of low quality will be replanted with native riparian vegetation. Removing exotic plant species and planting native woody and herbaceous plants will greatly improve site aesthetics. Livestock exclusion — Livestock exclusion will reduce unsightly bank erosion and livestock waste from the project area. Restore proper channel form — Restoring stable channel dimension, pattern, and profile will decrease unsightly bank erosion and restore a more natural aesthetic appearance to project reaches. Improved Priority Level I Restoration will restore wetland hydrology and active flows to areas that have been wetland function historically manipulated. Enhancement Level I activities will also improve degraded riparian wetland though no credit is being requested for these areas. Native species of riparian wetland vegetation will be planted. Livestock will be permanently excluded from the wetland areas, which will eliminate hoof shear, degradation of hydric soils structure, and nutrient inputs associated with livestock. Existing jurisdictional wetlands inside of the conservation easement will also be planted with native wetland species to provide further functional uplift. Michael Baker Russell Gap Stream Mitigation Project Catawba River Basin + RFP #16-006807 + Cataloging Unit 03050101 5.2. Project Description The project is located in Alexander County in the community of Russell Gap. The project site is located in the TLW 03050101-120010 of the Catawba River Basin (Figure 1). The project includes Davis Creek, UTs to Davis Creek, the East Prong Lower Little River, and UTs to East Prong Lower Little River, each of which are tributaries to the Catawba River. The East Prong Little River flows into the Lower Little River, which is included in the North Carolina 2014 list of impaired waters for aquatic life impairment (303(d)). Davis Creek, the East Prong Little River, and Lower Little River at its confluence with the East Prong Lower Little River, are listed as Class C waters. Just outside of Taylorsville, Lower Little River is listed as a WS -IV water. Michael Baker first visited the Russell Gap Stream Mitigation site in September 2014 and has been monitoring the site since. Continued degradation mainly in the form of bank erosion and increased livestock pressure is evident throughout the majority of the project. Each of the project reaches have been heavily impacted from historic land use practices, predominantly livestock production, and other agricultural uses. Within the project area, approximately 85 percent of the stream banks have inadequate (less than 50 feet wide) riparian buffers. Figure 16 shows the most recent aerial photography with clearly narrow and/or absent riparian buffers. Livestock hoof shear, lack of deep rooted woody vegetation and storm flow shear stresses have severely impacted the stream banks along the project stream reaches. The lack of adequate and quality buffer vegetation, past land use disturbances, and current livestock activities present a significant opportunity for water quality and ecosystem functional uplift through the implementation of this project. The Russell Gap Stream Mitigation Project will provide maximum possible functional uplift to all reaches, and appropriately addresses all of the intermittent and perennial stream reaches on the project property. All reaches within the proposed design are being addressed such that the maximum uplift for water quality, habitat, and stability for the site will be achieved. Reaches with mature native trees are proposed for enhancement or very limited tree removal. Buffer areas include significant areas wider than the regulatory requirements. FOTIRRIM Page 20 1 N T E R 9 A T 1© N A L Russell Gap Stream Mitigation Project Catawba River Basin + RFP #16-006807 • Cataloging Unit 03050101 Based on a review of the Natural Heritage Program (NHP) and the US Fish and Wildlife Service databases, there are three currently listed threatened or endangered species known to occur in Alexander County, the bog turtle (Glyptemys muhlenbergii), the northern long-eared bat (Myotis septentrionalis) and dwarf -flowered heartleaf (Hexastylis naniflora). The project site is not utilized by anadromous fish species. Habitat for both the dwarf -flowered heartleaf and the bog turtle include bogs and wetlands along riparian corridors. Bog turtle habitat also includes old saturated drainage ditches like the ones included within the conservation easement between R4 and R9. This project will improve and protect both habitats for these threatened species. According to the 2010 Catawba River Basinwide Plan, the project is located within the Lookout Shoals Lake watershed 0305010110. Issues associated with the watershed include excess nutrients, and the impairments to aquatic life noted in the Lower Little River. The 2010 Basinwide Plan states that the biological community within the Lower Little River watershed is unstable due to environmental conditions. Significant amounts of fecal coliform bacteria were noted, as were signs of a long-term drop in pH. The Lower Little River watershed drains into Lookout Shoals Lake (Elk Shoal Creek), which is the water supply for the City of Statesville. The project is also located in the Lower Little River Targeted Local Watershed (03050101-120010) as stated previously. This watershed is labeled as the Lower Little River in the 2009 Upper Catawba River Basin Restoration Priorities. This document states that major aquatic stressors are degraded or non-existent buffers, sediment inputs from unstable streambanks, and agricultural practices. The proposed project will address each of the these stressors providing the maximum amount of functional uplift and is consistent with the river basin restoration goals for the Upper Catawba River Basin. In addition to the Brushy Mountain Macrosite, there are three additional Natural Heritage Elements in the vicinity of the project: the Upper Fork Little River, Sugarloaf Mountain, and Bald Rock Mountain sites. Protection and restoration of the Russell Gap site will assist in maintaining a connection between these important, privately held sites. Figures 2 and 4 show the existing topography within the project area. NRCS soils information for the project is shown in Figure 3. The proposed conservation easement area has the potential to encompass more than 38 acres of land that includes livestock pastures and narrow forested buffer lands. The streams on the project site were broken into 27 project reaches totaling approximately 12,500 LF of existing streams, (R1, R2, R3, R4a, R4, R5, R6, R7, R8, R9, R10, R11, R12, R13, R14, R15, R16, R17, R18, R19, R20, R21, R22, R23, R24, R25, and R26), based on being separate streams, drainage area breaks at confluences, changes in restoration/enhancement approach, or changes in intermittent/perennial stream status. Field evaluations determined that project reaches R1 through R10, along with reaches R12, R14, R19, R20, R21, R22, R25 and R26 are perennial streams. Project Reaches R11, R13, R15, R16, R17, R18, R23, and R24 were determined through field evaluations to be intermittent streams (Figure 17). The presence of historic valleys for each of the project stream reaches can be seen from LIDAR imagery for the site (Figure 4), and are obvious during field investigations. Field evaluations of intermittent/perennial stream status were made in November 2014 and May 2016. These evaluations were based on the North Carolina Division of Water Quality's (NCDWQ, now known as the North Carolina Division of Water Resources, NCDWR) Methodology for Identification of Intermittent and Perennial Streams and Their Origins, (v 4.11, Effective Date: September 1, 2010) stream assessment protocols. Table 1 below presents the results of the field evaluations along with the assessed status of each project reach. Copies of the supporting field forms are available upon request. Page 21 1 N T E R N A T 1 0 N A L Russell Gap Stream Mitigation Prgiect I Aft' � Catawba River Basin • RFP #16-006807 • Cataloging Unit 03050101 Table 1. Summary Information for Field Investigations to Determine Intermittent/Perennial Status. Project Reach Designation Existing Project Reach Length (ft.) NCDWQ StreamWatershed Classification Form Score 1 Drainage Area (acres) Z Stream Status Based on Field Analyses R1 1947 41.50 934.0 Perennial R2 177 30+ 1056.0 Perennial R3 388 30+ 2227.0 Perennial R4a 560 30+ 716.0 Perennial R4 1771 41.25 806.0 Perennial R5 256 42.00 154.0 Perennial R6 684 38.50 186.0 Perennial R7 1396 38.50 288.0 Perennial R8 437 38.50 333.0 Perennial R9 421 35.50 352.0 Perennial R1O 371 30.50 17.3 Perennial R11 481 23.00 14.1 Intermittent R12 86 34.50 115.0 Perennial R13 124 27.75 20.7 Intermittent R14 512 35.00 22.4 Perennial R15 84 25.25 18.7 Intermittent R16 129 21.00 25.5 Intermittent R17 110 21.00 26.2 Intermittent R18 164 29.00 14.1 Intermittent R19 454 36.75 22.3 Perennial R2O 206 35.00 8.9 Perennial R21 67 34.25 32.5 Perennial R22 202 30.50 2.7 Perennial R23 375 27.25 3.6 Intermittent R24 169 26.50 7.2 Intermittent R25 422 39.50 29.0 Perennial R26 548 41.00 31.5 Perennial Note 1: NCDWQ Stream Classification forms are available upon request for the streams listed above. Note 2: Watershed drainaqe area is approximated based on topographic and LIDAR information at the downstream end of each reach. Russell Gap Stream Mitigation Project Catawba River Basin + RFP #16-006807 + Cataloging Unit 03050101 Visual inspections of the stream substrate materials were conducted for each reach. The project site consists of gravel/cobble bed streams. Due to downcutting from headcut migration, some reaches have bedrock knickpoints controlling the grade of the channel. In addition, pebble counts were conducted on reaches R1, R4, R6, and R9 in the locations of surveyed cross sections. This data shows that the critical shear stress along the channel bed in the current condition is significantly greater than the shear stress required to initiate motion of the largest particles found in the riffle pebble counts. Along all four reaches analyzed, the existing critical shear stress would initiate the motion of a particle more than twice the diameter of the largest particle in the pebble count. This is evidence that the reaches would continue to degrade without intervention unless bedrock or culverts are controlling the channel bed elevations. These are preliminary calculations and more detailed calculations, modeling and analysis will be conducted during the design phase of the project. This will include a more detailed sediment size distribution including bar samples, entrainment and competance calculations using Watershed Assessment of River Stability and Sediment Supply (WARSSS) methodologies, and a Bedload Assessment in Gravel -bedded Streams (BAGS) analysis to provide converging lines of evidence of the current conditions of the system and stability of the system as designed from a sediment transport view point. The project will address erosion on all of the unstable intermittent and perennial stream reaches on the project properties and future supplies of gravel and other sediment from on-site channel erosion is expected to be reduced significantly. Consequently, constructed riffles will be incorporated in the design with larger rock sizes that will be immobile during storm events. The constructed riffles will also increase dissolved oxygen content, provide aquatic habitat and assurance that the restored channel will not degrade over time. Further discussion of sediment transport analysis is provided in Section 5.3. Michael Baker conducted field studies to evaluate and document the existing conditions of the site, as well as each project stream reach. These studies included field evaluations, photographic documentation, cross section surveys, GPS surveys of pertinent site features. Field -work dependant sections of the NCDMS's Technical Proposal Evaluation Criteria Catawba 03050101 Rating Form for RFP# 16-006807 and all of the mapping and calculation of associated statistics in accordance with NCDMS's Guidance for the Submission of Mapping and Associated Statistics in Technical Proposals were completed. Copies of the completed rating forms, described above, are included in the appendices. The results of the existing condition cross section surveys and/or visual field analysis were used to conduct geomorphic stream classification for the project stream reaches and preliminary sediment transport analysis. The results of the existing condition cross sections surveys are summarized in Table 2. The results of the field evaluations and GPS surveys of pertinent site features were used in conjunction with available GIS data to develop mapping. Submitted figures include time -series historical aerial photography (Figures 8 and 9), recent aerial photography with topography (Figure 5) and proposed mitigation features/measures (Figure 6), pre -monitoring features (Figure 7), channel stability mapping (Figure 10, 11a, and 11b), site floodplain alteration mapping (Figure 12), water quality stressors mapping (Figure 13), watershed planning contextual mapping (Figure 14), and mapping of adjacent and proximal planning elements (Figure 15). Russell Gap Stream Mitigation Project Catawba River Basin + RFP #16-006807 + Cataloging Unit 03050101 Table 2. Summary of Existing Condition Cross section Survey Data. Project Reach Designation Watershed Drainage Area (acres) 1 Entrenchment Ratio Width/Depth Ratio Typical Bank Height Ratio R1 934.0 >6.4 7.3 1.2 R23 1056.0 >2.2 <12 1.1 R3 2227.0 2.5 9.4 1.0 R4a3 716.0 2.3 <12 1.2 R4 806.0 2.1 6.9 1.2 R53 154.0 >2.2 >12 1.1 R6 186.0 1.3 4.0 2.7 R7 288.0 2.7 6.4 1.1 R83 333.0 >2.2 >12 1.0 R9 352.0 2.3 11.1 1.4 R103 17.3 >2.2 <12 1.1 R113 14.1 <1.4 <12 1.5 R123 115.0 >2.2 <12 1.3 R133 20.7 1.4-2.2 >12 1.0 R14 22.4 1.2 4.0 4.0 R153 18.7 >2.2 <12 1.2 R163 25.5 1.4-2.2 >12 1.2 R173 26.2 >2.2 >12 1.1 R183 14.1 >2.2 <12 1.0 R193 22.3 1.4-2.2 >12 1.4 R203 8.9 1.3 <12 2.0 R213 32.5 1.4-2.2 >12 1.1 R223 2.7 1.4-2.2 <12 1.7 R233 3.6 >2.2 <12 1.2 R243 7.2 >2.2 <12 1.0 R253 29.0 >2.2 <12 1.2 R263 31.5 >2.2 <12 1.0 Note 1: Watershed drainage area is approximated based on USGS topographic and LIDAR information. Note 2: Cross section locations are shown in Figure 7. Note 3: Geomorphic parameters of these reaches are based on best professional judgment and quick field measurements. Surveyed cross sections were not conducted on these reaches. R1 extends from the upstream terminus of the project near Russell Gap Road, downstream to the confluence with R14 near the downsteam property line. R1 is a perennial channel with a stream length of approximately 1,947 feet, valley slope of 1 percent and a drainage area of 934 acres. R1 does not appear to be incising any further rapidly and has coarse gravel substrate within the riffles and bank height ratios ranging from 1.0 to 1.2. This is likely due to the culverts controlling the grade along the reach preventing further downcutting. Preliminary sediment transport analysis shows that the current stream channel will initiate the movement of particle much larger then the largest particles found in the samples. Cattle have unrestricted access to the streams and the streambanks lack an adequate riparian buffer. Lateral instability was observed throughout the reach and active erosion is present on approximately 50 - 60 percent of the streambanks. The observed erosion is typically in the form of Russell Gap Stream Mitigation PY iect Catawba River Basin • RFP #16-006807 • Cataloging Unit D3050101 bank scour and slumping caused by an excessive near bank shear stress during storm events; direct, unrestricted livestock access; and from the lack of woody vegetation along the stream banks. A majority of the R1 stream pattern meanders throughout the valley floor; although, the sinuosity is low for a channel in this valley and floodplain alterations suggest the stream has been manipulated. Hydric soils were identified throughout the valley during the soils investigations, and the site likely supported a highly functioning riparian stream and wetland system prior to human disturbances (See Hydric Soils Report in Appendices). The existing sinuosity is 1.13 and it is likely that channel straightening may have taken place prior to 1940. R1 has very few mature trees along the streambanks; however, all existing trees will be saved as part of the restoration design to the extent possible. Based on existing conditions and coarse gravel substrate, R1 is classified as an incised E4 stream type. R2 begins at a culvert pipe crossing at Mount Olive Church Road and flows south to its confluence with R4. The existing length of R2 is approximately 177 feet. R2 has a drainage area of 1,056 acres. Stream bank erosion on R2 is 30 to 40 percent and it lacks woody vegetation along the stream banks. R2 has been degraded through the removal of the riparian buffer vegetation, the culvert pipe installation, and current cattle access. R2 is slightly incised, with BHRs near I.I. Mature woody vegetation is absent along the entire length of R2. Native species vegetation such as tag alder are present along the streambanks and will be transplanted as part of enhancement activities. R2's floodplain upstream of the conservation easement has been altered to accommodate the road crossing and farm road access. R2 is actively subject to water quality stressors, mainly in the form of cattle access and riparian buffers that are less than 5 feet in width. Based on existing conditions, R2 has a Rosgen stream type classification of E4. R3 begins at the confluence of R2 and R4. The drainage area for Reach R3 is approximately 2,227 acres. The existing length of R3 is approximately 388 feet. Bank erosion on R3 is present on approximately 20 to 30 percent of the streambanks. The observed erosion is typically in the form of localized bank scour caused by excessive near bank shear stress during storm events, cattle hoof shear, and lack of woody vegetation along the stream banks. R3 has been degraded through the removal of the riparian buffer vegetation, past floodplain alteration, and current cattle access. The degree of incision along R3 is minimal, with a BHR of 1.0. Mature woody vegetation is absent along most of R3, with exception of the last 100 feet as it flows off the property into a mature riparian buffer. The channel slope is just under 1 percent. The reach is vertically stable as the substrate transitions from fine gravel to a bedrock feature near the downstream terminus. The majority of R3 is actively subject to water quality stressors, mainly resulting from unrestricted cattle access and riparian buffers that are less than 5 feet in width. This reach has a Rosgen stream type classification of E4 in poor condition. Michael BakerPage 25 Mussell Gap Stream Mitigation Project Catawba River Basin • RFP #16-006807 • Cataloging Unit D3050101 R4a begins at the upstream eastern terminus of the project at a property line as an E4b perennial channel. The reach flows inside the proposed conservation easement for approximately 560 feet. There is a section of 114a not included within the conservation easement due to an existing barn and road which the landowners continue to use. The stream reach outside of the proposed conservation easement is predomitately stable and no further landuse changes are expected that may have detrimental effects to the remainder of R4a. R4a has minor bank erosion where livestock access the stream. Streambanks are vegetated with alders but only for a width of approximately 5 to 10 feet. R4 begins upstream of R3 and flows southwest for approximately 1,771 feet past a culverted crossing to the confluence with R2 and R3. The drainage area is approximately 806 acres. Bank erosion on R4 is present on approximately 30 to 40 percent of the streambanks. The observed erosion is typically in the form of bank scour caused by an excess in near bank shear stresses during storm events, hoof shear, and the lack of woody vegetation along the stream banks. R4 has been degraded through the removal of the riparian buffer vegetation, past channelization, and cattle access. The degree of incision along R4 is variable, with SHRs ranging from 1.1 to 1.5. Mature woody vegetation is absent along the entire length of R4. R4's floodplain has been altered, as evidenced by remant spoil piles interspersed throughout its length. Portions of R4 are laterally unstable due to the lack of deep rooting vegetation. R4 no longer has access to its active floodplain during flood events. However, the observed bed stability has helped portions of the reach form floodplain benches and inner berm features at a lower elevation within the channel. The entire length of R4 is subject to active water quality stressors, mainly resulting from unresticted cattle access and absent riparian buffers. The valley slope throughout R4 is approximately 1.2 percent and the reach is classified as a Rosgen E4b stream type, but is in in poor condition, moderately incised and does not have a higher sinuosity commonly associated with E stream types. R5 begins at a culvert crossing near the southernmost part of the project area and flows north for approximately 256 feet to the beginning of R6. The perennial channel has a drainage area of approximately 154 acres. The channel is a mostly stable C4b stream type with BHRs ranging from 1.1 to 1.2. The riparian buffer consists of mature trees and shrubs mostly along the the right streambank, but the vegetated buffer becomes marginal and insufficient as the reach transitions into an area that has experienced recent logging activities. Bank erosion on R5 is present on approximately 30 to 40 percent of the streambanks. The observed erosion is in the form of localized bank erosion caused by an excess in near bank shear stresses during storm events. The floodplain has been altered in some locations as shown by the presence of berms adjacent to R5, likely resulting from the logging activities. The downstream portion of R5 is subject to active water quality stressors, mainly in the form of riparian buffers that are less than 30 feet in width and cattle access. R6 begins at the downstream of R5 and continues north for approximately 684 feet until its confluence near R18, where R7 begins. The drainage area for R6 is approximately 186 acres. The channel is classified as a G4 stream type and currently incised with BHRs ranging from 2.0 to 3.0. Multiple headcuts were observed throughout its length and the channel is vertically unstable. The active channel appears to have been moved to the right edge of the valley and an adjacent abandoned channel was observed in the lower part of the valley. The valley slope is approximately 2.4 percent and the channel does not have access to its geomorphic floodplain; therefore, it will likely continue to degrade, contributing excess sediment to the watershed. This is evident through the bare vertical banks and mass wasting that occurs for approximately 90 to 100 percent of the stream length. The riparian buffer has scattered small trees and shrubs along the streambank, but has been recently disturbed and the vegetated buffer width is insufficient. The observed erosion is both in the form of bank scour and mass wasting, from the lack of woody vegetation along the stream banks and lack of grade control features. Page 26 INTERNATIONAL The floodplain has been altered as indicated by the presence of a linear berm along the left stream bank. The entire length of R6 is actively subject to water quality stressors, mainly in the form of cattle access and riparian buffers that are less than 10 feet in width. R7 begins at the downstream end of R6 and flows north for approximately 1,396 feet to a culvert crossing at the beginning of R8. The drainage area is approximately 288 acres. The channel is classified as an E4b stream type in poor condition with SHRs ranging from 1.1 to 1.3. The reach is vertically stable with mostly small cobble substrate thoughout its length. The riparian buffer consists of mostly herbaceous vegetation with a few shrubs interspersed along the stream banks. Livestock have direct access to this entire reach. Bank erosion on R7 is present on approximately 30 to 40 percent of the streambanks. The observed erosion is in the Russell Gap Stream Mitigation Project Catawba River Basin + RFP #16-006807 + Cataloging Unit 03050101 form of bank scour caused by an excess in near bank shear stresses during storm events, the lack of woody vegetation along the stream banks, and hoof shear from direct livestock access to the stream. Portions of this reach's floodplain have been altered as shown on historical aerials and through the soils investigations. The entire length of R7 is actively subject to water quality stressors, mainly in the form of direct livestock access and riparian buffers that are less than 10 feet in width. R8 begins at the end of the culvert crossing downstream of R7 and flows north through a forested area for approximately 437 feet until another culvert crossing at the upstream of R9. The drainage area for R8 is approximately 333 acres. The channel is classified as a Rosgen C4 with BHRs ranging from 1.0 to 1.1. The channel is stable throughout most of the reach and has mature riparian buffer along the left stream banks though the right buffer is less than 50 feet wide and contains some invasive species. Livestock have direct access to this reach. The right floodplain has been altered in the past, likely to accomodate the farm access road and culvert crossing. The observed erosion is in the form of localized bank scour along the left bank. R9 begins at the downstream end of R8 at a culvert crossing and flows north across open pasture for approximately 421 feet to the confluence with R3. The drainage area at the downstream terminus is approximately 352 acres. The channel is moderately incised and classified as an E4 stream type with BHRs ranging from 1.1 to 1.5. The valley in this location begins to widen and flatten as it reaches the confluence with R3. A few small headcuts were observed and bank erosion is evident along 50 to 60 percent of the stream banks. The channel has a coarse gravel substrate observed thoughout its length. The riparian buffer is lacking mature trees and only consists of herbaceous vegetation along the stream banks. Livestock have direct access to this entire reach. Portions of this reach's floodplain have been altered as shown on historical aerials and through the soils investigations. The entire length of R9 is actively subject to water quality stressors, mainly in the form of direct livestock access and the lack of a riparian buffer. Existing riparain wetlands exist in the vicinity of R9. These wetlands have formed in the bottom of drainage ditches that have been historically excavated with the likely purpose of draining wetlands. R10 begins as a small perennial headwater tributary at a spring along the toe of a slope and enters R1 after flowing southeast for approximately 371 feet. R10 has a drainage area of approximately 17.3 acres. Two headcuts are present along R10. One near the confluence with R1 and one near the top of R10. R10 has been heavily impacted by cattle and the buffer is limited to mostly herbaceous vegetation with a few scattered trees and shrubs along the stream bank. Bank erosion is evident on approximately 30 to 40 percent of the stream length; however, it appears the valley topography has Russell Gap Stream Mitigation Project Catawba River Basin + RFP #16-006807 • Cataloging Unit 03050101 been altered due to the remnant spoil areas and past agricultural practices. R10 is actively subject to water quality stressors, mainly in the form of cattle access and riparian buffers that are less than 10 feet in width. The reach is difficult to classify using the Rosgen classification type given the variable bed and bank features but would most likely classify as an E4b stream type in poor condition. This channel and associated wetlands will continue to degrade without intervention due to headcuts and livestock access. R11 is an small intermittent headwater tributary that begins from a spring above a perched culvert crossing and flows eastward for approximately 481 feet. Of the 481 feet, the upper approximately 200 feet of R11 is intermittent based on observed flows within a defined channel. The lower portion near the confluence with R1 appears to have been ditched and lacks natural channel features from excessive cattle trampling and herbacous vegetation. R11 has a drainage area of approximately 14.1 acres. The upper reach is much steeper as the channel slope exceeds 6 percent before flattening near the conflunce with R1. Headcuts are present along the upstream section of R11 and the channel has downcut significantly. Bank erosion along R11 is present mostly in the upper section in the form of bank scour for approximately 50 to 60 percent. The riparian buffer in the lower section is limited to herbaceous vegetation with a few scattered trees and shrubs along the stream bank. A small section along 1111 downstream of an existing ford type stream crossing, near its confluence with R1, serves as a livestock wallow area. R11 is classified as an G4 stream type in the upper reach and an E4 stream type in the lower end of the reach. R11 has a BHR range of 1.0 to greater than 2.0. R12 is a perennial headwater tributary that begins at a pipe culvert crossing along Russell Gap Road and flows westward for approximately 86 feet to its confluence with R1. R12 has a drainage area of approximately 115 acres. A headcut is present in the middle section of R12, below the existing road crossing. Bank erosion along R12 is present in the form of bank scour for approximately 50 to 60 percent. The floodplain has been altered along the left bank as shown by the presence of a small berm. The riparian buffer is insufficient and limited to herbaceous vegetation along the stream banks. The reach is moderately incised and is classified as a E4 stream type in poor condition with BHRs ranging of 1.3 to 1.5. The entire length of R12 is actively subject to water quality stressors, mainly in the form of direct livestock access and lack of riparian buffers. An existing power line crosses R12 along the road right-of-way and runs to a service pole near an exsting barn. This utility line will remain. The conservation easement will abut the utility easement. R13 is a small intermittent headwater tributary that begins downstream of a stable channel reach with a mature riparian buffer. It flows eastward for approximately 124 feet until its condition worsens downstream near another culvert crossing and the beginning of R14. R13 has been heavily impacted by livestock and has stream banks have been severly trampled. Bank erosion along R13 is present in the form of bank scour for approximately 5 to 10 percent of the stream length. This bank scour is located in isolated areas and is mostly near the culvert crossing or in areas where the valley topography has been altered. The riparian buffer width is insufficient and vegetation is limited to a few scattered trees and shrubs along the stream banks. R13 is classified as a Rosgen C4 stream type with BHRs ranging from 1.0 to I.I. R14 is a small perennial headwater tributary that begins at the downstream end of R13 and flows southeastward for approximately 512 feet to its confluence with R1. R14 has a drainage area of approximately 22.4 acres at its downstream terminus. Bank erosion along R14 is present in the form of bank scour for approximately 50 to 60 percent of the stream length and is predominantly caused by downcutting and vertical instablility throughout most of the upper reach. The lower section appears to have been widened and moved against the right toe of slope for approximately 250 feet. The riparian buffer width is insufficient and is limited to herbaceous vegetation along most of its reach. The entire length of R14 is actively subject to water quality stressors as cattle have unrestricted access to the channel and adjacent wetland area. R14 is classified as a G4 stream type in the upper section with BHRs of up to 4.0 and is classified as an E4 in the lower section. R15 is a small intermittent headwater tributary that begins along a forested hillside and flows northward for approximately 84 feet to its confluence with R4. R15 has a drainage area of approximately 18.7 acres. Bank erosion along R15 is present in the form of bank scour for approximately 20 to 30 percent of the stream length and is predominantly caused by hoof shear from direct livestock access. The riparian buffer is insufficient and limited to herbaceous vegetation. R15 is difficult to classify using the Rosgen classification system since the channel and its floodplain have been significantly altered but would most appropriately be classified as an E4 stream type. M M M Page 28 1 N T E R N A T 1 0 N A L Russell Gap Stream Mitigation Project Catawba River Basin + RFP #16-006807 • Cataloging Unit 03050101 R16 is a small intermittent headwater tributary that originates from a forested hillside and flows east for approximately 129 feet and ends at a culverted farm road crossing. R16 is forested and some headcuts are present. Bank erosion along this reach is moderate to low. R16 would be classified as a B4 stream type. R17 begins below the culvert at the end of R16 and continues to the confluence with R6. It has a drainage area of approximately 26.2 acres. The R17 section begins to downcut before its confluence with R6. Bank erosion is present in the form of bank scour for approximately 10 to 20 percent of the stream length. Along R17 the riparian buffer is limited to herbaceous vegetation along the stream bank. Livestock have direct access to R17. R17 is classified as an E4 stream type with BHRs ranging of 1.1 to 1.2. R18 is similar to R17. R18 is a small intermittent headwater tributary that begins along a forested hillside and flows east for approximately 164 feet until its confluence with R7. R18 has a drainage area of approximately 14.1 acres. A headcut exist upstream of the farm road. Bank erosion along R18 is low and present in the form of bank scour for approximately 5 to 10 percent of the stream length. The riparian buffer is limited to herbaceous vegetation along the stream bank. Livestock have direct access to this reach below the existing farm crossing. R18 is classified as a B4 stream type with BHRs ranging from 1.0 to 1.1. R19 is a small perennial headwater tributary that begins at a spring head along a hillside and flows east for approximately 454 feet until its confluence with R7. R19 has a drainage area of approximately 22.3 acres. Bank erosion along R19 is moderate and present in the form of bank scour for approximately 50 to 60 percent of the stream length. The reach has experienced downcutting and channel wideing has occurred throughout its length. Severe headcuts exist along the upper portions of the reach. The riparian buffer has been logged in this area and is limited to herbaceous vegetation with marginal shrubs and trees along the stream bank. R19 is classified as a CO stream type with BHRs ranging from 1.3 to 1.5. R20 is a perennial reach that flows from a steep wooded hillside for approximately 206 feet to its confluence with R19. R20 has a series of severe headcuts likely due to past logging activities. Currently, the lower end of R19 is filled with brush debris from logging. R20 is incsised and streambank erosion is evident for 50 to 60 percent of its length. R20 would be classified as a G4 streamtype. R21 is similar to R16, R17, and R18. R21 is a small perennial headwater tributary that begins along a forested hillside and flows west for approximately 67 feet until its confluence with R7. R21 has a drainage area of approximately 32.5 acres. Bank erosion along R21 is low and is present in the form of localized bank scour for 5 to 10 percent of the stream length. The stream bed and banks are relatively stable until its confluence with R7. The riparian buffer is comprised of herbaceous vegetation with a mix of trees and shrubs along the stream bank. Livestock currently have access to this reach. R21 is classified as a B4 stream type with BHRs ranging from 1.1 to 1.2. R22 is a small perennial headwater tributary that begins at a hillslope seep and flows generally northeast for approximately 202 feet to its confluence with R7. R22 has a drainage area of approximately 3 acres. R22 appears to have been ditched and is incised and overly wide for its small drainage area. The natural topography in this area appears to have been altered, likely to accomodate the road crossing and promote drainage. Bank erosion is present in the form of localized bank scour and a large headcut was observed along its stream length. The channel has been ditched and widened; therefore, excess shear stresses during storm events are low. The riparian buffer is limited to herbaceous vegetation in and along the stream banks. Livestock have direct access to this reach and trash was observed within the channel. R22 is difficult to classify using the Rosgen classification system since the channel has been significantly altered but R22 would most appropriately be classified as a B4 stream type. R23 is a small intermittant tributary that begins at a spring head at the upstream extents of the channel. R23 flows for along a hillside and flows generally northwest for approximately 375 feet until its confluence with R11. R23 has a drainage area of approximately 3.6 acres. R23 was likely excavated as a drainage ditch to drain riparian wetlands adjacent to R1 but is now functioning as a stream channel. This is evident from bed material sorting, the presence of base flow, and obvious bed and banks among other factors. Although the reach is slightly incised throughout all of its stream length, the bed and banks are mostly stable. This is likely due the fact that the channel slope is relatively flat and the low flow channel has reformed within the ditch bottom at its current bed elevation. The riparian buffer is limited to herbaceous vegetation in and along the stream banks. - M M M Page 29 1 N T E R N A T 1 0 N A L Russell Gap Stream Mitigation Project Catawba River Basin + RFP #16-006807 + Cataloging Unit 03050101 R23 is difficult to classify using the Rosgen classification system since the channel has been significantly altered by livestock and channelization, but R23 would most appropriately be classified as a E4 stream type. R24 is a small intermittent channel that begins at a hillside spring head and flows east for approximately 169 feet to its confluence with R1. The drainage area for R23 is only 7.2 acres but the presence of flow along with channel bed and banks is obvious. Cattle have direct access to this reach and no woody vegetation exist along its entirety. R24 would most appropriately be classified as an E4 stream type. R25 is a perennial channel that flows from a wooded section west for 422 feet to its confluence with R7. R25 has a series of headcuts that caused the channel to become moderately incised. A clogged culvert also caused flow to be diverted around the pipe and is causing additional erosion. Bank erosion along R25 is approximately 40 to 50 percent. Cattle have direct access to this reach and an adequate riparian buffer is absent. R25 would be classified as an E41b stream type. R26 is a small perennial headwater channel flowing from a wooded hillside near the eastern most portion of the project. Livestock currently access this stream and use it for watering. Sparse woody vegetation exist along the stream banks though is insufficient. The drainage area for R26 is 31.5 acres. This channel is primarly stable but needs riparian buffers and livestock exclusion. Even though some of the drainage areas of the headwater reaches are small, some of the streams are spring fed, NCDWR stream scores are all above 19, and discussions with the landowners regarding the flow histories of the streams, led Michael Baker to conclude that all of the proposed UTs are appropriate for at least Enhancement Level II practices. Small patches of invasive vegetation species including multiflora rose (Rosa multiflora) and Chinese privet (Ligustrum sinense) exist within a few of the riparian buffer areas. As shown on Figures 3, 18, and 19 and in the hydric soils report, soils around the project reaches are dominated by Codorus loam (0-2 percent slopes, frequently flooded) in the valley floodplains with Braddock and Hayesville clay loams (both the 6-15 percent and 15-25 percent slope phases) appearing along the upslope tributaries. The areas described as suitable for riparian wetland restoration are within the Codorus loam mapping unit. Codorus loam is identified as a hydric soil in Alexander County by the NRCS in their "Hydric Soils of the United States" listing (March 2014 revision). An on-site investigation of the soils within the project area was conducted on November 5, 2014 and on April 14, 2016 by Michael Baker's licensed soil scientist, Scott King, LSS, PWS. Mr. King's findings indicate the presence of hydric soils along M 0 Page 30 1 N T E R N A T 1© N A L Mussell Gap Stream Mitigation Project Catawba River Basin • RFP #16-006807 • Cataloging Unit D3050101 a large portion of the floodplain of R1, along with significant areas along the floodplains of R4 and R9 as well (Figures 18, 19, and hydric soils report). In addition to the presence of the NRCS-mapped Codorus loam (Figure 3), substantial inclusions of the associated Hatboro silt loam, a listed component to Codorus in floodplains, were discovered as well (see Photo 8). Both Codorus (a fine -loamy, mixed, active, mesic Fluvaquentic Dystrudept) and Hatboro (a fine -loamy, mixed, active, nonacid, mesic Fluvaquentic Endoaquept) are identified as hydric soils by the NRCS for Alexander County, NC. Hatboro dominates in the floodplain around R1, the area proposed for wetland restoration. It is anticipated that through Priority Level I Restoration along R1 and R9, Enhancement Level I along R4, removal and permanent exclusion of livestock, and revegetation that hydrologic and vegetative wetland functions can be restored along the described floodplains, allowing the associated wetlands to regain their historic functions. Hydric soil findings were based on hand -turned soil auger borings and determinations from the "NRCS Field Indicators of Hydric Soils in the United States — A Guide for Identifying and Delineating Hydric Soils (Version 7.0, 2010)". As stated above, there are three federally listed Threatened species known to have occurred in Alexander County (bog turtle, northern long-eared bat and dwarf flowered heartleaf). This project is not anticipated to have a negative impact on these species, and will likely provide new habitat for all three species. This project is not anticipated to have any adverse impacts on cultural or historical resources. There are no sites listed on the National Register of Historic Places within 5 miles of the project. The nearest Study List site is the Louis Foote Davis House and Barn (AX0017) which is 0.95 miles from the project site. On-site investigations and discussions with landowners have not revealed any potential resources of this type on the property. If the project is awarded, Michael Baker will contact the North Carolina State Historic Preservation Office (NC-SHPO) to ensure that there will be no cultural or historical resource impacts. Based on a review using Google Earth, the nearest airports to the project site are the Southern Skies private, unpaved field, 4.2 miles southeast of the project and Taylorsville Airfield, an unpaved facility 5.8 miles to the south of the site. The nearest airport with a paved runway is the Wilkes County Airport, located 8.7 miles north of the site. None of the proposed project reaches are located within a FEMA regulated floodplain. While it is not anticipated that there will be issues associated with FEMA permitting or documentation, Michael Baker will coordinate with the local floodplain administrator as needed and prepare the required documentation to obtain approval for any FEMA regulated impacts. 5.3. Project Development The Russell Gap Stream Mitigation Project will include the restoration, enhancement, and protection of 27 stream reaches, their associated riparian buffers, as well as restoration through re-establishment of significantly degraded or historic riparian wetlands. This broad, balanced approach, utilizing the entire range of practices, from Priority Level I Restoration to Level II Enhancement, is critical to providing the maximum functional uplift. Our proposed watershed approach has the potential to address all of the intermittent and perennial stream reaches on the protect property including restoring riparian buffers along all of the project stream reaches, restoring degraded riparian wetlands, and reducing and limiting the number of stream crossings. This project has the potential to restore and/or enhance approximately 12,500 LF of existing stream and more than 5.6 acres of significantly degraded riparian wetlands (Figures 6, 18, and 19). Russell Gap Stream Mitigation Project Catawba River Basin + RFP #16-006807 + Cataloging Unit 03050101 The streams and wetlands to be restored or enhanced have been impacted by channelization, loss of riparian buffers, past land use disturbances, and direct livestock access (see Photos 1 through 17). Approximately 51 percent of the total streambank length is experiencing active bank erosion and over 95 percent of the total stream length is actively subject to onsite water quality stressors resulting from direct livestock access and a lack of mature riparian buffer. Approximately 50 percent of the total stream length exhibits significant, obvious incision. The proposed project will provide or improve floodplain access to all reaches undergoing Restoration or Enhancement Level I. For any project reach along which Priority Level II Restoration will be utilized, the following elements will be incorporated into the proposed design and construction: • Floodplain bench excavation grading will extend a minimum of 1.5 bankfull widths beyond the stream belt width such that meandering floodplains are not created. • All proposed floodplains will be constructed such that they are over -excavated to accommodate replacement of topsoil. • Design and construction oversight measures will ensure the proper harvesting, segregating, stockpiling, storage, handling, overall management and replacement of A and B soil horizon materials onto the excavated floodplain. • Constructed return slopes between the outer edge of the excavated floodplain and the terrace will be a minimum of 5:1 or flatter. Michael Baker will compile and assess watershed information including: drainage areas, historical land uses and development trends, geologic setting, soil types, and terrestrial plant communities. Project reach designs will use appropriate field investigations, hydraulic and hydrologic models, and regional curves to verify proposed bankfull channel dimensions. Michael Baker will use the results of the existing condition analyses along with reference reach data from previous projects to develop a proposed stream restoration design for the project reaches. This design will utilize multiple restoration design techniques and approaches that have been successfully implemented on past projects, including natural channel design methodology, under which dimensionless ratios from the reference reach and past project experience are used to restore stable dimension, pattern, and profile, as well as proper sediment -transport for the proposed reach. The proposed project will provide increased floodplain access throughout the project area for all Restoration and Enhancement Level I reaches and will be monitored to demonstrate floodplain function. The stream channel design will include analysis of the hydrology, hydraulics, shear stress, sediment transport, and appropriate channel dimensions. The hydrology and hydraulics will include analysis of the bankfull discharge and comparison of the reference reach ratios to design ratios from past projects under similar geomorphic settings which have proved successful. The bankfull discharge will be used to develop the proposed channel dimension and to assess performance. Sediment transport calculations and stream power analyses will be performed for the existing channels and the design channels for comparison. Specifically, Michael Baker will perform representative pebble counts and will collect bar samples, pavement and subpavement samples in order to evaluate bed material characteristics and sediment transport. The bed material will be sieved and a grain size distribution developed. The results of the substrate analyses will be used to classify the streams and to complete shear stress, sediment transport, and stability analyses. Michael Baker will use the critical shear stress and boundary shear stress analysis approaches to verify that the channels as designed will not aggrade nor degrade. Additionally a BAGS analysis will be conducted to provide converging lines of evidence that the stream channels as designed will provide the proper sediment transport. Sediment transport calculations will be performed for the existing channels and the design channels for comparison. Russell Gap Stream Mitigation Project Catawba River Basin + RFP #16-006807 • Cataloging Unit 03050101 In -stream structures will be constructed only from materials naturally found at the project site such as hardwood logs, brush, stone, and boulder materials. In order to ensure sustainability of those structures, Michael Baker will only use methods of structure design and construction that have proven successful on numerous past projects in the same geographic region. Michael Baker has field verified that the project site has adequate, viable construction access, staging, and stockpile areas. Note that crossings account for less than 1.5 percent of the proposed easement area. These same site access points and features will be used for future access after the completion of construction. Where practicable, impacts to existing native riparian buffer vegetation will be minimized. The use of native riparian buffer transplants will be maximized as well. Any potential impacts to existing wetland areas will be avoided during construction, with only temporary, minimal impacts expected as necessary for maximized permanent stream and wetland functional uplift. R1— Restoration Due to the degraded nature of Reach R1, a Priority Level I Restoration approach is proposed for the entire reach to fully restore stream and associated wetland functions. The reach currently exhibits lateral instability as shown by active bank erosion and bank slumping. This systemic instability will likely continue since the existing channel has mostly vertical banks that are devoid of deep rooting vegetation caused by cattle access and pasture grazing. The channel will be raised to reconnect it to the adjacent floodplain and hydric soils area. This will promote more frequent over bank flooding in areas of hydric soils, thereby creating a better opportunity for wetland re-establishment. The reach will be designed as a Rosgen C4 stream type. This reach lacks mature woody vegetation; however, any existing isolated trees or shrubs will be protected or transplanted if possible. Due to the existing valley slope and valley floor width, this reach will be restored through the use of appropriate riffle -pool morphology. A new meandering channel will be constructed and the floodplain will consist of native hardwood species and riparian wetland features. While formal design calculations have not been completed, it is likely that the design width/depth ratio for the channel will be similar to comparable streams in this geologic setting. It is expected that over time, the channel widths will narrow due to fine sediment deposition and streambank vegetation growth. In -stream structures will be used to control grade, dissipate energy, protect stream banks, and eliminate the potential for upstream channel incision. In -stream structures will most likely include constructed riffles and grade control j -hook vanes for grade control and habitat (a coarse gravel substrate was observed in this channel section), and log vanes for increased bank stability and habitat diversity. Channel banks will be graded to stable slopes, and the adjacent floodplain will be re -connected to further promote stability and re-establishment of riparian vegetation. Bio -engineering techniques such as geolifts, root wads, toe wood, brush layers, and live stakes will also be used to protect restored stream banks and to promote woody vegetation growth along the stream banks. The unstable channel will be filled to an elevation sufficient to connect the new design channel to the historic floodplain along its entire length using suitable fill material excavated from construction of the newly restored channels. Riparian buffers in excess of 50 feet will be restored and protected along all of R1. Additionally, permanent fencing will be installed to exclude livestock and reduce sediment and nutrient inputs. The existing piped stream crossings will remain to provide the landowner access to pastures on the western part of the property. As necessary, Michael Baker will improve these crossings to improve hydraulic functions and channel stability. R2 — Enhancement I Work along R2 will involve Enhancement Level I practices to improve the stability and bedform diversity of the channel. Michael Baker proposes to excavate bankfull benches, slope streambanks, install in -stream structures, mat, and live stake the stream banks, plant a riparian buffer, and permanently exclude livestock through fencing. While credit will not be requested for the section of R2 outside the conservation easement near the existing farm road and barn, this area will be addressed and fenced. R3 — Enhancement I Work along R3 will involve an Enhancement Level I approach. The channel slope is relatively flat in this location and the bed grade in R3 is controlled by bedrock in the downstream section. Enhancement Level I activities will be similar to R2. There are some mature trees along R3 that will be preserved. Riparian buffers of at least 50 feet will be established and livestock will be permanently excluded from the reach. This will remove the water quality stressors from the reach and provide for much improved water quality throughout the project area, as well as decreased erosion and sediment loss from bank erosion. Michael BakerPage 33 Russell Gap Stream Mitigation Project Catawba River Basin + RFP #16-006807 + Cataloging Unit 03050101 The downstream terminus of R3 will tie to an existing wooded area. R4a — Enhancement II 114a is a primarily stable reach that begins in a wooded section of headwater stream. This reach does not have an adequate riparian buffer and livestock have unrestricted access. Work along 114a will involve Enhancement Level II practices to maintain the stability of the channel. The existing channel is stable with only isolated and limited bank erosion. Consequently, Michael Baker proposes to slope, mat, and live stake the stream banks in minimal localized areas where bank erosion is occurring, plant a riparian buffer in excess of 50 feet, and permanently exclude livestock. R4 — Enhancement I The approach for R4 will be similar to the approach described above for R2 and R3. Work along R4 will involve Enhancement Level I activities to provide additional floodplain benching and encourage long-term channel stability. The channel has become incised and the floodplain has been significantly altered in some locations, as evidenced by spoil piles. Some sections of R4 have developed small floodplain benches at a lower bed elevation. In order to reduce further bank erosion, additional floodplain benches will be excavated to continue this positive evolutionary process and reduce near bank stresses at flows above the bankfull discharge. In - stream structures will be constructed in strategic locations to increase aquatic pool habitat and to ensure grade control. Channel banks will be graded to stable slopes and the appropriate bankfull channel geometry will be established. There are very few mature trees along this reach and sporadic shrubs exist along the stream banks. Any of these native shrubs that are required to be removed for enhancement activities will be carefully excavated and transplanted along the newly graded stream banks. Riparian buffers of at least 50 feet wide will be established and livestock will be permanently excluded from the reach. The existing pipe stream crossing will remain near the bottom of the reach to maintain long term site access. This crossing will serve as the main site access to reaches south of Mount Olive Church Road. R5 — Enhancement II R5 begins at a headcut below an existing crossing that will be improved. Work along R5 will involve Enhancement Level II practices to maintain the lateral stability of the channel. The existing channel is currently stable with only isolated areas of limited bank erosion. Consequently, Michael Baker proposes to slope, mat, and live stake the stream banks in minimal localized areas where bank erosion is occurring, plant a riparian buffer in excess of 50 feet, and permanently exclude livestock. R6 — Restoration The main channel for R6 appears to have been moved to the right edge of the valley floor. R6 is severely incised with BHRs ranging from 2.0 to 3.0. During site investigations, a smaller remnant channel was observed parallel to the main channel for approximately 300 feet, portions of which may be utilized to restore the historical flow path. Work along R6 will involve incorporating the remnant channel where possible and a Priority Level I Restoration to provide a historic channel reconnection within the low point of the valley. This approach will promote long-term channel stability. There are very few mature trees along this reach and sporadic shrubs (e.g. tag alder) exist along the stream banks. Any of these native shrubs that are required to be removed for restoration activities will be carefully excavated and transplanted along the newly restored stream banks. This reach will be designed as a Rosgen C4b stream type. _ Page 34 1 N T E R 9 A T 1© N A L Mussell Gap Stream Mitigation Project Catawba River Basin • RFP #16-006807 • Cataloging Unit D3050101 This reach will be restored through the use of appropriate riffle -pool and riffle -step -pool morphology since the valley slopes often exceed 2 percent. These techniques will allow restoration of a stable channel form with appropriate bedform diversity, as well as improved channel function through improved aquatic habitat, active floodplain connection, and restoration of riparian and terrestrial habitats. While formal design calculations have not been completed, the design width/depth ratio for the channel will be similar to comparable stream channels in this geologic setting. In -stream structures will be used to control grade, dissipate energy, protect stream banks, and eliminate the potential for upstream channel incision. In -stream structures will most likely include constructed riffles for grade control and riffle habitat; log and boulder j -hook vanes; and log rollers for step -pool formation, bank stability, and habitat diversity. The bed elevation will be stepped down using appropriate in -stream structures at the downstream end of R6 in order to provide a stable connection with the current bed of R7. Channel banks will be graded to stable slopes, and the historic floodplain connection will be re-established to further promote stability and establish riparian vegetation. Bio -engineering techniques such as geolifts, root wads, toe wood, brush layers and live stakes will also be used to protect restored stream banks and to promote woody vegetation growth along the stream banks. The existing, unstable channel will be filled to an elevation sufficient to connect the new bankfull channel to the historic floodplain along its entire length using suitable fill material excavated from construction of the newly restored channels. Riparian buffers in excess of 50 feet will be restored and protected along all of R6. Additionally, permanent fencing will be installed to exclude livestock and reduce sediment and nutrient inputs. The proposed improvements will provide the maximum possible functional uplift. R7 — Enhancement I Work along R7 will be similar to the approach described above for R2, R3, and R4. The valley slope is consistently 2 percent throughout R7 and the bed is largely controlled by coarse gravel/cobble substrate. Enhancement Level I activities will include stabilizing the existing stream bed and banks. The bed through this area will primarily remain at its current elevation and where appropriate in -stream structures, bankfull benching, and planting measures will provide grade control, bank stabilization and aquatic habitat. Channel banks will be graded to stable slopes and the appropriate bankfull channel geometry will be established. There are very few mature trees along R7, but those that do exist will be preserved to the extent possible. Riparian buffers of at least 50 feet will be established and livestock will be permanently excluded from the reach. This will address the water quality stressors along this reach and provide for much improved water quality throughout the project area, as well as decreased erosion and sediment loss from bank erosion. The existing piped stream crossing will remain at the downstream of R7 to provide the landowner access to pasture and the southern property boundary. If necessary, Michael Baker will upgrade this crossing and correctly size the pipe to improve hydraulic functions and channel stability. R8 — Enhancement II R8 flows through a forested area and is bound by pipe crossings at both the upstream and downstream extents of the reach. Work along R8 will involve Enhancement Level II practices to maintain the lateral stability of the channel. The existing channel is stable with only isolated and limited bank erosion toward the bottom of the reach. There is some evidence of floodplain alteration along the right bank, but the existing vegetation has become established. Consequently, Michael Baker proposes to remove existing spoil piles, install an in -stream structure near the downstream crossing to reduce the near bank stress along the left steam bank. In minimal localized areas where bank erosion is occurring, bank treatments will include sloping, matting, and live staking as well as planting a riparian buffer in excess of 50 feet. Livestock will be permanently excluded as part of the overall restoration efforts. Michael Baker Russell Gap Stream Mitigation Project Catawba River Basin + RFP #16-006807 + Cataloging Unit 03050101 R9 — Restoration Work along R9 will involve Priority Level I Restoration to provide the maximum amount of functional uplift and promote long-term channel stability. Appropriate dimension, pattern and profile will be restored to this reach. The channel has become slightly incised and the stream banks have been impacted by cattle hoof shear. In -stream structures will be utilized to improve bedform diversity, provide grade control, and to protect restored streambanks. There are no mature trees or shrubs along this reach. Riparian buffers of at least 50 feet will be established and livestock will be permanently excluded from the reach. The existing pipe stream crossing will remain at the top of the reach to maintain long-term site access. In addition to restoring R9, two linear wetland features will be protected inside the conservation easement and planted with native wetland species. Also a stormwater wetland structural BMP will be constructed in the wallow near the upstream extent of R9 that supplies water to the linear wetland. The BMP will improve water quality by increasing nutrient uptake by plants in the wetland prior to entering into the stream channels. Cattle will be permanently excluded from R9, the wetland features and the BMP. R10 — Enhancement I Work along R10 will involve Enhancement Level I practices to improve the stability of the channel. The existing channel has been heavily impacted by livestock and is vertically unstable. Consequently, Michael Baker proposes to construct a channel with the appropriate bankfull geometry though bank sloping and bankfull benching, install in -stream structures for grade control and repair headcuts, mat and live stake the stream banks, and plant the riparian buffer in excess of 50 feet, and permanently exclude livestock. The existing riparian wetlands along R10 will also be protected and improved through re-establishing a native wetland vegetation community. R11— Enhancement I Work along R11 will involve Enhancement Level I practices to maintain and improve the stability of the channel. The reach begins at a perched culvert pipe crossing and immediately downcuts until the steeper valley gradient begins to flatten out further downstream. The existing channel has areas of bank erosion and channel incision, most of which occur in the upper section. The channel loses bed and bank features downstream of the ford crossing as it flows to its confluence with R1. Consequently, Michael Baker proposes to install grade control structures to step down the outfall and arrest headcuts, slope, provide bankfull benches, mat and live stake the stream banks in areas where active bank erosion is occurring, plant the riparian buffer in excess of 50 feet, and permanently exclude livestock. Where the valley flattens out near the confluence with R1, appropriate channel geometry will be established and a stable connection to R1 will be made. R12 — Restoration Work along R12 will consist of Priority I restoration. The existing channel begins at a culvert crossing along Russell Gap Road. R12 is incised and has areas of severe bank erosion. The correct bankfull channel geometry will be established and the channel bed will raised. Where R12 flows into R1, R12 will transition into R1 using grade control structures to promote the long term stability of R12 and to ensure aquatic organism passage. Streambanks will also be matted and livestaked. The riparian buffer will be planted in excess of 50 feet, and livestock will be permanently exclude. An existing power line easement crosses R12. The conservation easement will abut the powerline easment to avoid conflicts. M Page 36 1 N T E R 9 A T 1© N A L Russell Gap Stream Mitigation PY ject Catawba River Basin • RFP #16-006807 • Cataloging Unit D3050101 R13 — Enhancement I Work along R13 will take a similar approach to work along R1O and will involve Enhancement Level I practices to improve the stability of the channel. The existing channel emerges from a stable forested headwater valley and has been heavily trampled by cattle. The area has also been historically disturbed through logging practices and pasture use. Consequently, Michael Baker proposes to re-establish the proper bankfull geometry, slope, mat, and live stake the stream banks, stabilize the stream bed using in -stream structures to arrest and stabilize headcuts, plant the riparian buffer in excess of 50 feet, and permanently exclude livestock. R14 — Restoration R14 begins at the downstream terminus of R13 and continues until the confluence with R1. R14 is severely incised in the upstream section with a BHR of up to 4.0. During site investigations, the downstream channel appears to have been ditched and moved to the right edge of the valley floor for approximately 250 feet, and becomes wider and flatter with less discernable bed and bank features. Work along R14 will involve a hybrid of Priority Level I and II Restoration by raising the bed elevation while sloping banks to provide a floodplain bench within the existing channel in the upstream section of this reach. This section will be designed as a Rosgen B4 stream type and transition to an E4 stream type as the gradient flattens near R1. This reach will be restored through the use of appropriate riffle -pool and riffle -step -pool morphology since the channel slope exceeds 3 to 6 percent in the upper reach. These techniques will allow restoration of a stable channel form with appropriate bedform diversity, as well as improved channel function through improving aquatic habitat, activating floodplain connection, improving the existing wetland feature along the right floodplain of R1, and restoring aquatic and terrestrial habitats. While formal design calculations have not been completed, the design width/depth ratio for the channel will be similar to comparable stream channels in this geologic setting. In -stream structures will be used to control grade, dissipate energies, protect stream banks, and eliminate the potential for upstream channel incision. In -stream structures will most likely include constructed riffles for grade control and riffle habitat (coarse gravel substrate was observed in this channel section), log and boulder j -hook vanes, boulder cross vanes, and log rollers for step -pool formation and fine sediment recruitment, bank stability, and habitat diversity. The bed elevation will be stepped down using appropriate in -stream structures at the downstream end of R14 in order to provide a stable connection to R1. Channel banks will be graded to stable slopes, and the historic floodplain connection will be re-established to further promote stability and establishment of riparian vegetation. Bio -engineering techniques such as geolifts, brush layers, and live stakes will also be used to protect restored stream banks and to promote woody vegetation growth along the stream banks. There are very few mature trees along this reach, therefore riparian buffers in excess of 50 feet will be restored and protected along all of R14. Additionally, permanent fencing will be installed to exclude livestock and reduce sediment and nutrient inputs. The proposed improvements will provide the maximum possible functional uplift. The existing piped stream crossings near the upstream and downstream ends of the reach will be removed. R15, R16, R17, R18, R21, R22, R23, R24, R26 — Enhancement II Work along these reaches will take a similar approach to work along Enhancement Level II reaches to maintain and improve the stability, habitat, and function of the channel. Many of the existing channels originate from steeper forested Michael Baker Russell Gap Stream Mitigation Project Catawba River Basin + RFP #16-006807 + Cataloging Unit 03050101 headwater tributaries and have isolated areas of limited bank erosion and channel incision. Consequently, Michael Baker proposes to slope, mat, and live stake the stream banks in minimal localized areas where bank erosion is occurring, stabilize the stream beds using in -stream structures to arrest and stabilize headcuts, plant the riparian buffer in excess of 50 feet, and permanently exclude livestock. The existing crossings will remain along R18 and R19 and will be improved as necessary. These areas will be excluded from the conservation easement and no credit will be requested for these areas. R19 — Enhancement I Work along R19 will take a similar approach to work along R11 and will involve Enhancement Level I practices to maintain and improve the stability of the channel. The existing channel originates from a steep, forested headwater valley and has areas of bank erosion and channel incision. Consequently, Michael Baker proposes to slope, mat, and live stake the stream banks in areas where bank erosion is occurring, stabilize the stream bed using in -stream structures to arrest and stabilize headcuts, provide bankfull benches were possible, plant the riparian buffer in excess of 50 feet, and permanently exclude livestock. The channel will be designed as a Rosgen C4b stream type. R20 — Restoration Work along R20 will take a similar approach to work along R14 and will involve a hybrid or Priority Level I and II Restoration techniques. Numerous large headcuts exist along this reach which originates from a steep headwater valley. Grade control structures will be installed to repair headcuts and to allow for aquatic organism passage. The bed elevation will be raised and the banks sloped and bankfull to provide an active floodplain to allow for energy dissipation from storm flows. The stream will also be matted, live staked, and riparian buffers in excess of 50 feet will be planted to ensure long-term stability. Any existing native tree disturbance will be avoided to the extent possible during construction. Any trees that do require removal will be utilized for in -stream structures or bio -engineering. Livestock will be permanently excluded from this reach. The channel will be designed as a Rosgen B4 stream type. R25 — Restoration Work along this reach will involve a Priority Level I Restoration approach to restore stream functions and improve water quality. The reach originates in a wooded area and is incised and has areas of severe bank erosion. An existing clogged culvert is present on this reach. This culvert will be removed. This channel will be designed as a C4b and the appropriate bankfull geometry and step -pool morphology will be established on this reach to provide the maximum functional uplift. The bed elevation will be stepped down using appropriate in - stream structures throughout the reach to provide grade control, improve aquatic habitat, and increase dissolved oxygen. Channel banks will be graded to stable slopes, and the historic floodplain connection will be re-established to further promote stability and establishment of riparian vegetation. Bio -engineering techniques such as geolifts, brush layers, and live stakes will also be used to protect restored stream banks and to promote woody vegetation growth along the stream banks. There are very few mature trees along this reach therefore, riparian buffers in excess of 50 feet will be restored and protected along its entire length. 1� -z YAW A. _ �•R M a: .�oLe� Photo 17. Photo looking up the linear wetland feature near R9 and direct livestock access to the streams and wetlands. Russell Gap Stream Mitigation Project Catawba River Basin + RFP #16-006807 + Cataloging Unit 03050101 BMP Considerations As described above, the existing willow area near the upstream end of R9 will be converted to a structural wetland BMP to provide improved runoff treatment prior to entering the project streams. The BMP will utilize native wetland plants to uptake nutrients from cattle and other agricultural activities. Water that is detained and treated in this wetland will either infiltrate into the soil, evaporate, or be released into the downstream linear wetland feature through an outlet structure. Livestock will be excluded from the linear wetland feature as well as the BMP. Livestock Exclusion As previously described, direct livestock access and the resulting excessive erosion, sediment, and pollutants are primary stressors for the Russell Gap Stream Mitigation Project Site. Permanent cattle exclusion will be provided with fencing, installed to NRCS standards as required by the RFP, around all proposed mitigation reaches, restored wetland areas, and riparian buffers where livestock have access. Conservation Easement Boundary Marking Immediately following site construction and planting, the conservation easement boundaries will be permanently marked and posted. All boundary marking, posting and signage will be in accordance with the applicable NCDMS, North Carolina State Properties Office, and State of North Carolina standards. Restoration of Riparian Buffers Riparian buffers in excess of 50 feet from the top of banks will be restored along all proposed stream restoration and enhancement reaches, as previously discussed. The proposed vegetative plant selection for stream and wetland buffer areas will incorporate native species that follow those described by Schafale and Weakley (1990) and tolerances cited in Wetlands Research Program (WRP) Technical Note VN -RS -4.1 (1997). The natural vegetation community will include the appropriate strata (canopy, understory, shrub, and herbaceous species) based on an appropriate reference community. Within the four different strata, a variety of species will be planted to create an appropriate, diverse plant community as shown in Table 3. Additionally, moderately -tolerant species are able to survive on soils that are saturated or flooded for several months during the growing season. Flood -tolerant species are able to survive on sites in which the soil is saturated or flooded for long indefinite periods during the growing season (WRP, 1997). Tree species planted across the stream banks, wetlands, floodplains, and upland areas will include a mixture of appropriate native species for the local region and based on wetness conditions. Planting will be done at a density to achieve the vegetative success criteria outlined in Part 5.7. - = Page 39 1 N T E R N A T 1© N A L Russell Gap Stream Mitigation Project Catawba River Basin + RFP #16-006807 + Cataloging Unit 03050101 Table 3. Summary Information for Natural Vegetation Community. Botanical Name Common Name Strata Distribution Wetland Tolerance Acer rubrum Red maple Canopy Riparian Buffer & Wetland FAC Betula nigra River Birch Canopy Riparian Buffer & Wetland FACW Quercus rubra Red Oak Canopy Riparian Buffer FACU Liriodendron tulipfera Tulip poplar Canopy Riparian Buffer FACU Platanus occidentalis American Sycamore Canopy Riparian Buffer & Wetland FACW- Salix nigra Black Willow Canopy Riparian Wetland OBL Carpinus carolinianum Ironwood Understory Riparian Buffer & Wetland FAC Hamamelis virginiana Witch -hazel Understory Riparian Buffer & Wetland FACU Halesia caroliniana Silverbell Understory Riparian Buffer & Wetland FAC Asimina triloba Paw paw Understory Riparian Buffer & Wetland FAC Cornus amomum Silky Dogwood Shrub Layer Riparian Buffer & Wetland FACW+ Salix nigra Black Willow Shrub Layer Riparian Buffer & Wetland OBL Anus serrulate Tag Alder Shrub Layer Riparian Buffer & Wetland FACW+ Salix sericea Silky Willow Shrub Layer Riparian Buffer & Wetland OBL Corylus americana Hazelnut Shrub Layer Riparian Buffer & Wetland FACU Chasmanthium latifolium River oats Herbaceous Layer Riparian Buffer FACU Carex lurida Lurid sedge Herbaceous Layer Riparian Buffer & Wetland OBL Carex crinito Fringed sedge Herbaceous Layer Riparian Buffer & Wetland OBL Andropogon virginicus Broom sedge Herbaceous Layer Riparian Buffer FACU Vernonia noveboracensis New York Ironweed Herbaceous Layer Riparian Buffer FACW Juncus effuses Soft stem rush Herbaceous Layer Riparian Wetland OBL Sagittaria latifolia Arrow arum Herbaceous Layer Riparian Wetland OBL Andropogon glomeratus Bushy bluestem Herbaceous Layer Riparian Wetland FACW Eutrochium fistulosum Joe-pye-weed Herbaceous Layer Riparian Wetland FACW Michael Baker and River Works have a successful planting strategy which includes early successional, as well as climax species. The vegetation selections will be interspersed throughout the project area so that the early successional species may give way to climax species in all areas. The early successional species which have proven successful include river birch and red maple. The successful climax species include red oak, sycamore, and tulip poplar. The wetland selections and all understory and shrub layer species are all considered to be climax species in both the wetland and riparian buffer community. It is understood that riparian buffer conditions at mature reference sites do not reflect those seen at planted or successional buffer sites until the woody species begin to establish and compete with herbaceous vegetation. To account for this, a riparian buffer planting with a combination of overstory and understory species, planted at 680 stems per acre, is typically utilized. Michael Baker will also consider, via prescription in the mitigation plan, the revegetation and supplemental planting of larger and older planting stock to modify species density and type. This consideration will be utilized particularly to increase the rate of buffer establishment and buffer species variety, as well as to decrease the planting/application costs. Examples might include the selective supplemental planting of older mast producing species as potted stock in later years for increased survivability. This technique can be effective as it avoids sun scald common with bare root planting at initial revegetation. As part of the proposed project, invasive exotic vegetation will be treated within the proposed conservation easement areas. These efforts will aid in the establishment of native riparian species within the restored riparian buffer areas. Russell Gap Stream Mitigation Project Catawba River Basin + RFP #16-006807 • Cataloging Unit 03050101 Restoration of Riparian Wetlands On-site investigations of the soils in this area were conducted on November 5, 2014 and May 5, 2016 by Michael Baker's licensed soil scientist, Scott King, LSS, PWS. His findings indicate the presence of hydric soils along the floodplains of R1, R4, and R9, totaling approximately 8.9 acres, within the proposed easement boundaries. Additionally, several areas of significantly degraded, likely jurisdictional riparian wetlands, totaling approximately 1.7 acres were delineated within these same hydric soils boundaries (Figures 18 and 19). The wetlands in these areas have been significantly impacted by a combination of human manipulations and livestock impacts over many years. W1— Restoration/Re-establishment The soils along the floodplain of R1 were identified as being hydric and a prime candidate for wetland restoration through re-establishment. It is anticipated that through Priority Level I Restoration, removal and permanent exclusion of livestock, and re -vegetation, proper hydrology will be restored and allow the wetlands along the R1 floodplain to regain their historic functions. This area is shown on Figure 18 and totals approximately 5.6 acres. Based on Michael Baker's findings described above, soil conditions along the floodplain of R1 are favorable for re-establishing areas of historic riparian wetlands. Riparian wetland re-establishment will involve improving current hydrologic and vegetative conditions across the historic floodplain. An overbank flooding regime will be restored throughout the area by restoring the appropriate bankfull channel geometry and stream pattern and by raising the stream bed elevation to reconnect the channel to its historic floodplain. It is anticipated that through Priority Level I Restoration, removal of livestock, and re -vegetation the hydrology will be restored which will allow the wetland to regain its historic functions. This approach will provide significant hydrologic connection and functional uplift across the project area. Restoration of Riparian Wetlands Along R4 and R9 Based on Michael Baker's findings described above, soil conditions are favorable for restoring areas of hydric soil along R4 and R9 in addition to small pockets of significantly degraded (poorly functioning) existing wetlands throughout the project site. Riparian wetland restoration in these areas will involve improving current hydrologic conditions across the historic floodplain, the removal and permanent exclusion of cattle, and the restoration of the riparian buffer. Where possible, an overbank flooding regime will be restored throughout the area by restoring the appropriate bankfull channel geometry and stream pattern and reconnecting the channel to its historic floodplain. Based on field observations and landowner discussions, these degraded wetland areas experience seasonal wetness for prolonged periods and conditions appear favorable to support wetland hydrology and vegetation. These areas area not being requested for riparian wetland credit but will provide significant hydrologic connection and functional uplift across the project area. Native riparian vegetation species will be established in both the restored stream buffer and wetland complexes throughout the site. Proposed wetland plants will include wet tolerant species, such as: river birch (Betula nigra), red maple (Acer rubum), sycamore (Platanus occidentalis), black willow (Salix nigra), ironwood (Carpinus carolinianum), silverbell (Halesia caroliniana), tag alder (Alnus serrulate), witch -hazel (Hamamelis virginiana), paw paw (Asimina triloba), soft stem rush (Juncus effuses), arrow arum (Sagitteria latifolia), and joe-pye weed (Eutrochium fistulosum). Expected Water Quality Benefits Along the project stream reaches, greater than 85 percent of the stream banks have inadequate (less than 50 feet wide) riparian buffers. In addition, livestock have unrestricted access to 25 of the 27 stream reaches and full access to all of the degraded wetland areas. Research has demonstrated cattle grazing adjacent to streams can directly contribute contaminants such as sediment, nutrients, and pathogens to the stream by fecal deposition and cattle traffic, and indirectly by cattle traffic stirring up sediment, trampling streambanks, and increasing bank erosion (Kauffman et al., 1983; Kauffman and Kruger, 1984; Marlow et al., 1987; Trimble, 1994; Trimble and Mendel, 1995; Belsky et al., 1999; Bagshaw, 2002; Sarr, 2002; Chanasyk et al., 2010). Cooper et al. (1995) stated that the exclusion of cattle from riparian zones may act like a riparian buffer thereby reducing runoff and improving water quality. Miller et al. (2010) concluded that the improved environmental quality of cattle -excluded areas are the result of decreased runoff and greater infiltration due to greater vegetation cover, more standing litter, decreased bare soil, and lower soil compaction. The proposed buffer areas for the project site will have trees replanted to appropriate densities (i.e. the riparian buffers will be restored and permanently protected). The leaves that these trees will drop every fall further increase the standing litter on the ground, reducing runoff and increasing the previously noted water quality benefits. - Page 41 1 N T E R N A T 1 0 N A L Russell Gap Stream Mitigation Project Catawba River Basin + RFP #16-006807 • Cataloging Unit 03050101 Owens et al. (1996) stated that livestock exclusion from riparian areas reduced the sediment yield from a cattle pasture by up to 40 percent, as documented over a 13 -year monitoring period. In addition to sediment reduction, studies have shown that livestock exclusion results in reductions in nitrogen and phosphorus loads and exports. James et al. (2007) have estimated that excluding pastured cattle from streams has resulted in a 32 percent reduction of in -stream deposition of fecal phosphorous in Cannonsville Watershed of southeastern New York. Jones and Knowlton (1999) noted 52 percent reductions in downstream total phosphorus after dairy cows and calves were fenced out of a stream. Byers et al. (2005) concluded that cattle -grazed pastures with un -fenced streams contributed significant loads of nutrients and other pollutants during base flow, as well as storm flow. Line et al. (1999) showed that an analysis of 81 weeks of pre -exclusion and 137 weeks of post -exclusion fencing data documented 33, 78, 76 and 82 percent reductions in weekly nitrate+nitrite, total Kjeldahl nitrogen (TKN), total phosphorous (TP) and sediment loads, respectively, from a 14.9 hectare pasture in the piedmont of North Carolina. Although the numerical amounts of reductions vary from study to study, all studies reviewed by Michael Baker conclude that excluding livestock from riparian areas will significantly reduce pollutant loads, including sediment and nutrients. Further, the reductions are comparable to those commonly accepted for the restoration of riparian buffers (average removal efficiency of 60 to 70 percent according to Mayer et al., 2007). To quantify how the proposed project would reduce sediment inputs into the Lower Little River watershed, Michael Baker utilized the United States Environmental Protection Agency (USEPA) Region 5 model. The Region 5 Model is a widely accepted computer based model used to determine sediment and nutrient load reductions from the implementation of urban and agricultural BMPs, including but not limited to vegetated filter strips, wetland detention, and bank stabilization/stream restoration. Model inputs include eroded stream bank length, stream bank height, lateral recession rates, soil weight, and BMP efficiency. The model estimates that the project would reduce sediment inputs to the watershed by 326 tons/year. To quantify nutrient reductions, Michael Baker utilized the North Carolina Agricultural Nutrient Assessment Tool (Version 2.02, NC State University. Raleigh, NC.). This tool utilizes two separate North Carolina -specific models, the Phosphorus Loss Assessment Tool and the Nitrogen Loss Estimation Worksheet to evaluate nutrient loss in agricultural settings. It particular, they were designed to estimate the nutrient loss reductions to be expected through the implementation of commonly installed agricultural BMPs (such as buffers). For this project, the site was divided into two sections: the higher slope headwater stream areas and the lower slope valley areas, with each section being evaluated independently. The tool showed that by stabilizing stream bank erosion, removing direct livestock access from the streams, wetlands, and riparian buffers, and by planting hardwood trees, phosphorus loss from the site can be dramatically reduced on the site as whole by approximately 98 percent, while nitrogen loss can be reduced by approximately 47 percent. Additionally, to better document water quality improvements for the project, surface water samples will be collected at 3 stream locations onsite prior to construction, and then again at those same locations annually throughout the project monitoring period. Samples will be analyzed for TP, TKN, NO3 and Nitrite NO2 by a certified independent laboratory as per the appropriate EPA methodology. Functional Uplift: In their current conditions, the project reaches and riparian wetland areas are highly degraded as a result of past channelization, land use disturbance, cattle access, and silvicultural practices. The maximum possible functional uplift will be achieved by: • Providing stable channel forms to reduce bank erosion and sedimentation. • Restoring riparian wetlands along the project stream reaches. • Restoring and enhancing riparian wetland and riparian buffer vegetation to promote native species, improve vegetation densities, filter flood flows and runoff, and increase riparian habitat value. • Providing improved floodplain connection to dissipate flood energies, filter storm flows, and promote sediment and debris deposition on the floodplain and banks. • Restoring diverse aquatic and terrestrial habitats that are appropriate for the ecoregion and landscape setting. • Restoring and extending wildlife corridors that connect to existing wooded areas and natural communities at the periphery of the project site. • Reducing nutrient, bacterial, and sediment loadings by permanently excluding cattle from the project reaches and riparian wetlands and through the implementation of structural BMPs. _ I = 0 Page 42 1 N T E R N A T 1 0 N A L r . := Russell Gap Stream Mitigation Prgiect 1 w rs. Catawba River Basin • RFP #16-006807 • Cataloging Unit D3050101 5.4. Proposed Mitigation: This technical proposal describes the proposed stream mitigation and wetland restoration approaches for the Russell Gap Stream Mitigation Project. The work will include restoration and enhancement of approximately 12,500 LF of existing stream (Figure 6). This approach will yield more than 9,400 warm water stream mitigation credits. In addition, the project will also include the restoration of more than 5.6 acres of riparian wetlands using wetland re-establishment. Any additional credits developed within the conservation easement areas above the contracted amount will be available to NCDMS as part of the proposed project. The proposed amounts of stream and wetland mitigation are presented in Table 4 below. Table 4. Proposed Stream and Wetland Mitigation Credit Summary for the Russell Gap Stream Mitigation Project. •. rJ eTzlrei <..i,. 4s] z� "1975 Credits R1 Stream Restoration 1:1 1975 R2 Stream Enhancement Level 1 180 1.5:1 120 R3 Stream Enhancement Level 1 395 1.5:1 263 R4a Stream Enhancement Level II 600 2.5:1 240 R4 Stream Enhancement Level 1 1850 1.5:1 1233 R5 Stream Enhancement Level II 270 2.5:1 108 R6 Stream Restoration 752 1:1 752 R7 Stream Enhancement Level 1 1500 1.5:1 1000 R8 Stream Enhancement Level II 481 2.5:1 192 R9 Stream Restoration 463 1:1 463 R1O Stream Enhancement Level 1 400 1.5:1 267 R11 Stream Enhancement Level 1 500 1.5:1 333 R12 Stream Restoration 90 1:1 90 R13 Stream Enhancement Level 1 125 1.5:1 83 R14 Stream Restoration 525 1:1 525 R15 Stream Enhancement Level II 92 2.5:1 37 R16 Stream Enhancement Level II 140 2.5:1 56 R17 Stream Enhancement Level II 110 2.5:1 44 R18 Stream Enhancement Level II 170 2.5:1 68 R19 Stream Enhancement Level 1 480 1.5:1 320 R2O Stream Restoration 225 1:1 225 R21 Stream Enhancement Level II 70 2.5:1 28 R22 Stream Enhancement Level II 202 2.5:1 81 R23 Stream Enhancement Level II 375 2.5:1 150 R24 Stream Enhancement Level II 170 2.5:1 68 R25 Stream Restoration 460 1:1 460 R26 Stream Enhancement Level II 600 2.5:1 240 Total Stream Potential 13,200 9,422 Total Stream Proposed for Contract 13,200 9,400 W1 Riparian Wetland Restoration 5.6 1:1 5.6 Total Wetland Potential 5.6 5.6 Total Wetland Proposed for Contract 4.0 4.0 Russell Gap Stream Mitigation Prgiect Catawba River Basin • RFP #16-006807 • Cataloging Unit D3050101 5.5. Current Ownership and Long -Term Protection Michael Baker proposes to transfer a conservation easement to the State of North Carolina for the Russell Gap Stream Mitigation Project and for that conveyance to serve as the method that will be used for long-term protection of the mitigation site. Michael Baker has entered into Option Agreements for the acquisition of a conservation easement with the landowners along the Russell Gap Stream Mitigation Project (Table 5). The Option Agreements have been recorded with the Alexander County Register of Deeds and are valid for a period of greater than or equal to one (1) year from the closing date of this RFP. A copy of each of the Memorandum of Option Agreements are provided in the appendices, and are summarized in Table 5 below. A copy of the North Carolina Division of Mitigation Services Landowner Authorization Form has been signed by each of the project landowners. The Option Agreements allow Michael Baker to proceed with the project and to restrict the land -use in perpetuity through a permanent conservation easement. Michael Baker is prepared to close on the project area after contract award by NCDMS and will provide, at any time, copies of the deeds of easement, titles, surveys, and any maps as required. Table S. Summary Information of Current Land Ownership for the Russell Gap Stream Mitigation Project. • Note: A copy of each Memorandum of Option Agreement is provided in the appendices. The property owners of the Russell Gap Stream Mitigation Project grew up and live in the community. All of the properties are used primarily for livestock production. All of the landowners are excited about the project and have a strong desire to be good stewards of the land and protect it in perpetuity. 5.6. Project Phasing Michael Baker has extensive stream restoration experience and understands the most recent mitigation requirements and standards. Accordingly, Michael Baker is in a strong position to implement this project in a timely and effective manner. Upon contract execution for the Russell Gap Stream Mitigation Project, Michael Baker will implement the project schedule below. Scheduled Completion Time Duration of Agreement Option Agreement D.te James M. and Rebecca H. Dupuis November 3, 2014 36 months James R. and Mildred J. Herman November 3, 2014 36 months Christina H. and David S. Moose November 3, 2014 36 months Melinda H. and Randy B. St. Clair November 3, 2014 36 months Linda Lowe and Gail Bumgarner June 2, 2016 24 months Note: A copy of each Memorandum of Option Agreement is provided in the appendices. The property owners of the Russell Gap Stream Mitigation Project grew up and live in the community. All of the properties are used primarily for livestock production. All of the landowners are excited about the project and have a strong desire to be good stewards of the land and protect it in perpetuity. 5.6. Project Phasing Michael Baker has extensive stream restoration experience and understands the most recent mitigation requirements and standards. Accordingly, Michael Baker is in a strong position to implement this project in a timely and effective manner. Upon contract execution for the Russell Gap Stream Mitigation Project, Michael Baker will implement the project schedule below. Scheduled Completion Time Scheduled Completion Date (assuming IMP.roject Task M1 (from .. • .. hm� Task 1. CE Document 3 months January 1, 2017 Task 2. Submit Recorded Conservation 9 months July 1, 2017 Easement on the Site Task 3. Mitigation Plan (Final Draft) and 9 months July 1, 2017 Financial Assurance Task 4. Mitigation Site Earthwork 1 year, 3 months January 1, 2018 Completed Task S. Mitigation Site Planting and 1 year, 5 months March 1, 2018 Installation of Monitoring Devices Task 6. Baseline Monitoring Report (including As -built Drawings) 1 year, 7 months May 1, 2018 Task 7. Submit Monitoring Report #1 to 3 years, 2 months December 1, 2019 NCDMS (meets success criteria) Task 8. Submit Monitoring Report #2 to 4 years, 2 months December 1, 2020 NCDMS (meets success criteria) Task 9. Submit Monitoring Report #3 to 5 years, 2 months December 1, 2021 NCDMS (meets success criteria) Russell Gap Stream Mitigation Prgiect Catawba River Basin • RFP #16-006807 • Cataloging Unit D3050101 ect Task Proi (.&I Scheduled Completion Time Scheduled Completion Date (assuming (from .. October Task 10. Submit Monitoring Report #4 to 6 years, 2 months December 1, 2022 NCDMS (meets success criteria) Task 11. Submit Monitoring Report #5 to 7 Years, 2 months December 1, 2023 NCDMS (meets success criteria) Task 12. Submit Monitoring Report #6 to 8 Years, 2 months December 1, 2024 NCDMS (meets success criteria) Task 13. Submit Monitoring Report #7 to NCDMS and complete Project Close- 9 years, 2 months December 1, 2025 out process (meets success criteria) 5.7. Success Criteria Michael Baker has obtained regulatory approval for numerous stream and wetland mitigation projects (Permitee Responsible and both NCDOT and NCDMS full -delivery projects). The stream andY wetland restoration design and applied success criteria for theqcc n project site will follow approved success criteria presented in the mitigation plan, developed in compliance with the NCDMS Stream and Wetland Mitigation Plan Template and Guidance (October. 2015), as well as the Stream Mitigation Guidelines issued in April ` 2003. In addition, the monitoring success criteria, practices, and corresponding reporting will follow the NCDMS Stream and Wetland Mitigation Monitoring Guidelines issued in February, 2014, the NCDMS As -built Baseline Monitoring Report Format, Data { Requirements, and Content Guidance issued in February, 2014, and the NCDMS Annual Monitoring and Closeout Report Template v2.1, March 2015, and Closeout Template Guidance v2.1, February 2015. Monitoring activities will be conducted for a period of 5 to 7 years with the final duration dependent upon performance trends toward achieving project goals and objectives. An early closure provision may be requested by Michael Baker for some or all of the monitoring components. Early closure may only be obtained through written approval from the regulatory agencies. Specific success criteria components are presented below. Stream Restoration and Enhancement I Success Criteria Stream Hydrology: Two bankfull flow events must be documented within the seven-year monitoring period. The two bankfull events must occur in separate years. Otherwise, the stream monitoring will continue until two bankfull events have been documented in separate years. Bank Height Ratios: BHR shall not exceed 1.2 within restored reaches of the stream channel. This standard only applies to restored reaches of the channel where BHRs are corrected through design and construction. Entrenchment Ratio: Entrenchment Ratio (ER) shall be no less than 2.2 (> 1.4 for "B" channels) within restored reaches of the stream channel. This standard only applies to restored reaches of the channel where ERs are corrected through design and construction. Cross Sections: Cross sections along representative meander wavelengths will be monitored for seven years, with monitoring events occurring at a minimum during years 1, 3, 5, and 7. There should be little change in as -built restoration cross sections. If changes occur, they should be evaluated to determine if they represent a movement toward a more unstable condition (e.g., downcutting, erosion) or a movement toward increased stability (e.g., settling, vegetative changes, deposition along the banks, decrease in width/depth ratio). Cross sections shall be classified using the Rosgen Stream Classification method and monitored cross sections should fall within the quantitative parameters defined for channels of the design stream type. 0 Page 45 1 NTE R9ATI©NAL Russell Gap Stream Mitigation Project Catawba River Basin + RFP #16-006807 • Cataloging Unit 03050101 Longitudinal Profiles: Longitudinal profiles will be developed to document the as -built condition for Restoration and Enhanceent Level I reaches. Bedforms observed should be consistent with those observed for channels of the design stream type. Additional longitudinal profiles may be required if problems are identified during the monitoring period. Visual Assessment: Visual monitoring of all sections of the project, to include representative photographic documentation, will be conducted annually for each of the years of monitoring, and will be inclusive of the Current Conditions Plan View (CCPV) and tables that house the visual assessment metrics. Visual assessments will be undertaken of bank and bed stability, condition of in -stream structures, channel migration, headcuts, live stake mortality, impacts from invasive plant species or animal species, and condition of pools and riffles. Inspections will also include assessments of riparian buffer conditions. Photographs will be used to subjectively evaluate channel aggradation or degradation, bank erosion, success of riparian vegetation and effectiveness of erosion control measures. Longitudinal photos should indicate the absence of developing bars within the channel or excessive increase in channel depth. Lateral photos should not indicate excessive erosion or continuing degradation of the banks. A series of photos over time should indicate successional maturation of riparian vegetation. Stream Enhancement II Success Criteria Success criteria for Enhancement II stream reaches will follow the success criteria for Visual Monitoring/Photo Reference Stations and Vegetation Success Criteria as outlined herein. Vegetation Success Criteria Specific and measurable success criteria for plant density on the project site will be based on the recommendations found in the Wetlands Reserve Program (WRP) Technical Note and correspondence from review agencies on recent NCDMS full - delivery projects. The interim measures of vegetative success for the project will be the survival of at least 320, three- year-old planted trees per acre at the end of Year Three of the monitoring period and at least 260, five-year-old, planted trees per acre at the end of Year Five of the monitoring period. Final success criteria will be a density no less than 210, seven-year-old planted stems per acre in Year Seven of monitoring. A listing of preferred species to be planted on the site is provided in Part 5.3. Wetland Restoration Success Criteria Wetland Hydrology: Ground water levels will be within 12 inches of the soil surface for a minimum of 12 percent of the growing season. Method of Reporting on Success Criteria In accordance with the approved mitigation plan, the baseline monitoring document and as -built monitoring report documenting the stream mitigation will be developed within 60 days of the planting completion and monitoring installation on the restored site. In addition, a period of at least 6 months will separate the as -built baseline measurements and the first year monitoring measurements. The baseline monitoring document and as -built baseline report will include all information required by the current NCDMS templates and guidance referenced above, including planimetric (plan view) and elevation (profile view) information, photographs, sampling plot locations, description of initial species composition by community type, and monitoring stations. The report will include a list of the vegetation species planted and the associated planting densities. The monitoring program will be implemented to document system development and progress toward achieving the success criteria referenced above. At least 180 days will separate the completion of initial vegetation planting and the initiation of first year monitoring. Stream morphology, stream hydrology, as well as vegetation, will be assessed to determine the success of the mitigation. The monitoring program will be undertaken for five to seven years or until the final success criteria are achieved. For stream Enhancement II monitoring will be limited to reference photos and assessment of vegetation survival. Monitoring reports will be prepared in the fall of each year of monitoring and submitted to NCDMS by December 1 of each monitoring year. The monitoring reports will follow the current NCDMS monitoring report guidance and templates, as specified in the RFP, and referenced above, and will include: 1. A detailed narrative summarizing the condition of the restored site and all regular maintenance activities; 2. Project background information; 1111 T"IT1111"W", M1 M Page 46 1 N T E R N A T 1 0 N A L Mussell Gap Stream Mitigation Project Catawba River Basin • RFP #16-006807 • Cataloging Unit D3050101 3. As -built topographic maps showing location of vegetation sampling plots, permanent photo points, and location of transects; 4. CCPV map including monitoring features and any areas of concern or problem areas noted during monitoring; 5. Photographs showing views of the restored site taken from fixed point stations; 6. Geomorphic and sediment data as required; 7. Hydrologic data; 8. Vegetative data, as described below; 9. Any geomorphic, hydrologic or vegetative problem areas; 10. A description of any damage done by animals or vandalism; and 11. Wildlife observations. Stream Mitigation Monitoring The stream mitigation success criteria are defined above. Hydrologic Monitoring: The hydrologic success criteria are defined above under Stream Hydrology for streams. Photo Reference Stations: Photographs will be used to visually document restoration success. Reference stations will be photographed for at least five years following construction. Reference photos will be taken once a year. Photographs will be taken from a height of approximately five to six feet above grade. Permanent markers will be established to ensure that the same locations (and view directions) on the site are monitored in each monitoring period. Stream Hydrology and Floodplain Access: The occurrence of bankfull events, and floodplain access within the monitoring period will be documented by the use of crest gages and photographs. The crest gages will be installed on the floodplain of and across the cross section of the restored channels as needed. The crest gages will record the highest watermark between site visits, and the gages will be checked each time there is a site visit to determine if a bankfull and/or geomorphically significant event has occurred. Photographs will be used to document the occurrence of debris lines and sediment deposition on the floodplain during monitoring site visits. Wetland Hydrology: Automated groundwater monitoring stations will follow the USACE standard methods found in the WRP Technical Notes (ERDC TN -WRAP -00-02, July 2000). A rain gauge will also be installed to provide precipitation data for the site during the monitoring period. Monitoring stations will be installed and monitored in the agreed upon locations described in the approved mitigation plan. Monitoring of wetland hydrology will take place annually. Cross Sections: Representative meander wavelengths will be chosen for each Restoration and Enhancement Level I reach that has discrete design criteria. Permanent riffle and pool cross sections will be installed along the chosen meander wavelengths with the number and location of each cross section to be determined based on the length of the reach and described in the approved mitigation plan. Each cross section will be monumented on both banks. The cross section survey will include points measured at all breaks in slope, including top of bank, bankfull, inner berm, edge of water, and thalweg, if the features are present. Riffle cross sections will be classified using the Rosgen stream classification system. Bank pin arrays will only be utilized if warranted forthe monitoring of lateral erosion at cross sections occurring in meander bend (typically pools). Lateral Reference Photos: Reference photo transects will be taken at each permanent cross section. Photographs will be taken of both banks at each cross section. The survey tape will be centered in the photographs of the bank. The water line will be located in the lower edge of the frame and as much of the bank as possible will be included in each photo. Photographers will make an effort to consistently maintain the same area in each photo over time. Structure Photos: Photographs will be taken at representative in -stream structures (typically grade control structures) along the restored streams. Photographers will make every effort to consistently maintain the same area in each photo over time. Vegetation Monitoring The vegetative success criteria are defined above. Successful restoration of the vegetation on a mitigation site is dependent upon hydrologic restoration, planting of preferred canopy species, and volunteer regeneration of the native M Page 47 INTERNATIONAL Russell Gap Stream Mitigation Project Catawba River Basin + RFP #16-006807 • Cataloging Unit 03050101 plant community. In order to determine if the criteria are achieved, vegetation -monitoring quadrants will be installed across the restoration site and monitored as directed by the NCDMS monitoring guidance as referenced above. Vegetation monitoring will occur in the fall. Individual quadrant data will be provided and will include individual -specific data onspecies, date planted, and grid location; as well as a collective determination of density within the quadrant. Relative values will be calculated and importance values will be determined. Individual seedlings will be marked, so they can be found in succeeding monitoring years. Volunteer species will be noted and their inclusion in quadrant data will be evaluated with NCDMS on a case-by-case basis. The presence of invasive species vegetation within quadrants will also be noted, as will any wildlife effects. At the end of the first growing season species composition, density, and survival will be evaluated. For each subsequent year, until the final success criteria are achieved, the restored site will be evaluated between July and October. Remedial Actions In the event that the site or a specific component of the site fails to achieve the defined success criteria, Michael Baker will develop necessary adaptive management plans and/or implement appropriate remedial actions for the site in coordination with NCDMS and the review agencies. Remedial action required will be designed to achieve the success criteria specified previously and will include a work schedule and monitoring criteria that will take into account physical and climatic conditions. Part 6. Quality Control Quality is built around processes and procedures. Michael Baker's companywide Quality Management System establishes those processes and procedures at three different levels: a. "Project Management - The Michael Baker Way' — Michael Baker has established a standard structured Project Delivery Process for all projects. This process addresses every aspect of a project and is the foundation for delivering a quality product. b. Project Management Plan (PMP) —The foundation established in "The Michael Baker Way" is further defined with the PMP. Each project's PMP applies the Project Delivery Process to specific project conditions and establishes the process for managing the project. C. Project Specific Quality Management Plan (PSQMP) — Project Managers prepare a PSQMP for each project that defines project specific quality assurance and quality control procedures. The first two levels of quality control will ensure that all aspects of this project are delivered according to schedule established herein. The PSQMP for this project will establish and document various quality assurance reviews to cross- examine all engineering and design methods, set forth document preparation and delivery methods and activities, and ensure all deliverables are technically sound, follow the required NCDMS formats, contain all required information, and are grammatically/typographically correct. Reviews will include: a. Peer Reviews — Qualified and experienced individuals independent of the project will perform peer reviews. The objective of these reviews will be to: assess the product versus NCDMS's requirements, spot check key values, verify completeness and clarity, and determine if the design meets sound engineering practice. b. Deliverable Reviews — Appropriate staff will review the entire submission for overall presentation, format, uniformity, consistency, and completeness. C. Constructability Reviews —Appropriate staff will perform constructability reviews relative to scope, schedule, and acceptability. Results of the constructability review will be incorporated in the design to optimize work and material used during construction, and to ensure the project is completed in compliance with any required federal, state, or local permits. The PSQMP also identifies when quality audits are performed to insure that the PSQMP is in place, appropriate, and being followed. The PSQMP is kept simple and practical to ensure effectiveness. Central to effectively implementing the PSQMP is ensuring that the project is appropriately staffed, both in terms of manpower and experience. Time to perform quality control and quality assurance activities is an important consideration when developing the project schedule. During the construction phases, the Project Manager and the assigned Michael Baker staff will be responsible for oversight of construction activities. This will involve checking the contractor's adherence to design documents, making decisions regarding field changes, and checking compliance with federal, state and local permits. Michael BakerPage 48 Figures III 18 -- r 03A40101 2 30401010104 `~ti J} Wilkes County II r f Alexander County Site Location dp X44 03` 401020 010 0 50101120010 f 16 +� ' �" 03050_ 11}20020 -�1 03050112003 s ' Not Site is located within targeted local -= watershed 03050101120010. Figure 1 / �Loca Project Vicinity Map i �16 Russell Gap Project 64 / Michael Baker 901�5aw % INTERNATIONAL Alexander County����-�`�� _ �� 0 0.5 1 2 Miles Conservation Easement .1327 t Olive --Chi Ce t Rip "N RZ 19 CO R25 t r c.Vi. dt B M,,.r2,+� r f ZI �., Moravian Falls Quadrangle _XO y Copyright:© 2013 National Geographic Society, i -cubed Figure 2 Michael Baker 0 1,000 2,000 USGS Topographic Map Feet Russell Gap Project I N T E R N AT I O N A L CsD EcD CsE CsD EcD BsD2 BsD2 &JO CoA EcD BsD2 EcD N DaA 2 �j Conservation Easement Soil Mapping Units - Ac E, Ashe-Cleveland Complex - BsC2, Braddock and Hayesville clay loams (6-15% slopes) - BsD2, Braddock and Hayesville clay loams (15-25% slopes) - CoA, Codorus loam (NRCS-listed Hydric Soil) CsD, Cowee-Saluda Complex (8-25% slopes) - CsE, Cowee-Saluda Complex (25-60% slopes) - DaA, Dan River and Comus soils EcD, Evard-Cowee Complex (8-25% slopes) - EcE, Evard-Cowee Complex (25-60% slopes) _ TfB, Tate -French Complex (2-10% slopes) R25 BsD2 p EcE EcD Figure 3 Michael Baker 0 1,000 2,000 NRCS Soils Map Feet Russell Gap Project I N T E R N AT I O N A L BsD2'- BsD2 B- a Q� BsD2 Be BsC2 BsD2 CoA Q-� EcD BsD2 R25 BsD2 p EcE EcD Figure 3 Michael Baker 0 1,000 2,000 NRCS Soils Map Feet Russell Gap Project I N T E R N AT I O N A L 0 1,000 2,000 Feet I N T E R N AT 1 0 N A L Elevation High : 1928 Low: 1184 0 Conservation Easement Figure 4 UDAR Map Russell Gap Project y •�t♦ _.�+; P ' _ {��-�_��4'2 IIt 4, Y t 4 �- � 4' t "�,Y}1 I� I 1 y { 1 5 l � I —��. a!}r�-,fir i I � r -if (/'. � 5tk �I t1,�Y �+IiI75i� � tr 111YS• 1rfZ I ' •,�st\ 11; 4\1�!4 �� � �I�I7 51t,4 � i1 5' Note:contain, X1'1 I ••'• •••• . - — � ��M1I f f d . I :.-v'' tl � 1'41, l� F i.�l;'���f�� =r•' I IVII%Mfl 14a�l 1004M%1111�1 I N T E R N A T 1 0 N A L 7-1 R22 0 R7 'R21 R18 R17 ...... ..... 0 500 1,000 � Feet 0 Visual Bank Height Ratio Assessment Conservation Easement Surveyed Cross Sections R4a R4 R 5 1% Figure 7 Pre -Monitoring Features Russell Gap Project r N ' , C v -,k 77 r x + i r . I r y- 4 ' . � ax M ri` t ri •r �d .r.,�° f t � � �,' y � f,+'��"•, J 4 zf J. At Op ZI _ Le ay 4 ap Y Pyp'Z, f g 0 Conservation Easement i Figure 8 Michael Baker 0 750 1,500 1940 Aerial Photo Feet Russell Gap Project I N T E R N AT I O N A L Conservation Easement N A Figure 9 Michael Baker 0 750 1,500 1993 Aerial Photo Feet Russell Gap Project I N T E R N AT I O N A L NChannel Incision Reach Existing Stream Length Not Incised - BHR - 1.0 Slightly Incised - BHR = 1.1-1.3 Moderately Incised - BHR = 1.3-1.5 Severely Incised - BHR> 1.5 BHR @ Cross Section Observed BHR Range R1 1947 100% 1.2 1.1-1.2 R2 177100% 1.1-1.2 R3 388 100% 1.0 1.0-1.1 i Y R4a 560 100% 1.1-1.2 R4 1771 50% 50% 1.5 1.1-1.5 R5 256 100% 1.1-1.2 R6 684 100% 2.7 2.0-3.0 R7 1396 100% 1.1 1.1-1.3 R8 437 100% 1.0-1.1 R9 421 50% 50% 1.5 1.1-1.5 R10 371 100% 1.0-1.1 R11 481 20% 80% 1.0-2.0 R12 86 100% 1.3-1.5 R13 124 100% 1.0-1.1 R14 512 30% 70% 4.0 1.0-4.0 R15 84 100% 1.1-1.2 R16 129 100% 1.1-1.2 R10 ; R17 110 100% 1.1-1.2 R18 164 100% 1.0-1.1 R19 454 100% 1.3-1.5 R20 206 100% 1.1-1.3 ' R21 67 100% 1.1-1.2 R22 202 50% 50% 1.2-2.5 R23 375 100% 1.1-1.3 R24 169 100% 1.0-1.1 R25 422 50% 50% 1.1-1.5 " - R26 548 100% 1.0-1.1 R1 ET - R12 ■ Vf; Y R4 R15 - . R2 R3 - R9 R22 R25 R7 R4a ARMWb�1, R20 R21 R19 0 Conservation Easement R18 Surveyed Cross Sections HeadCut 0. { a' O R17 ice' Bedrock 6 IncisionR6 R16 Not Incised (BHR - 1.0) Slightly Incised (BHR = 1.1-1.3) ' "' Moderately Incised (BHR = 1.3-1.5) R5 Severely Incised (BHR > 1.5) Figure 10 Michael Baker 0 500 1,000 Channel Stability Map Feet Incision and Bedrock Control I N T E R N A T 1 0 N A L Russell Gap Project . Stream Bank Erosion N Reach EAsting Stream Length Bank Scour % Mass Wasting % BHR R1 1947 50-60% 30-40% 1.2 R2 177 30-40% 5-10% 1.2 R3 388 20-30% 10-20% 1.0 R4a 560 0-5% 0% 1.2 R4 1771 30-40% 10-20% 1.2 R5 256 30-40% 5-10% 1.1 R6 684 90-100% 70-80% 2.7 R7 1396 30-40% 10-20% 1.1 = R8 437 5-10% 0% 1.0 R9 421 50-60% 40-50% 1.4 R10 371 30-40% 5-10% 1.1 R11 481 50-60% 10-20% 1.5 R12 86 50-60% 10-20% 1.3 R13 124 5-10% 0% 1.0 O R14 512 50-60% 30-40% 4.0 4 R15 84 20-30% 0% 1.2 R16 129 5-10% 0% 1.2 R17 110 10-20% 0-5% 1.2 �, � R1 _ _ R18 164 5-10% 0% 1.0 R19 454 50-60% 5-10% 1.4 R20 206 50-60% 10-20% 2.0 R21 67 5-10% 0% 1.1 R22 202 5-10% 0-5% 1.7 0 R23 375 10-20% 0-5% 1.2 R24 169 0-5% 0-5% 1.0 R14 1 R25 422 40-50% 10-20% 1.2 R26 548 5-10% 0% 1.0 O'2 1. The estimated bank erosion percentages are calculated for both banks combined It R4a t M SIE a Conservation Easement Surveyed Cross Sections HeadCut QBedrock Bank Scour 0-5% 5-10% 10-20% 20-30% 30-40% 40-50% 50-60% 90-100% W, I N T E R N AT 1 0 N A L R15 R4 R4 R20 ,_ DO 0 O ;� R21 !R1 - R18.. Figure 11a 500 1,000 Channel Stability Map Feet Streambank Erosion - Bank Scour Russell Gap Project Stream Bank Erosion N � Reach EAsting Stream Length Bank Scour % Mass Wasting % BHR R1 1947 50-60% 30-40% 1.2 R2 177 30-40% 5-10% 1.2 R3 388 20-30% 10-20% 1.0 R4a 560 0-5% 0% 1.2 R4 1771 30-40% 10-20% 1.2 R5 256 30-40% 5-10% 1.1 R6 684 90-100% 70-80% 2.7 R7 1396 30-40% 10-20% 1.1 R8 437 5-10% 0% 1.0 R9 421 50-60% 40-50% 1.4 R10 371 30-40% 5-10% 1.1 R11 481 50-60% 10-20% 1.5 _ R12 86 50-60% 10-20% 1.3 R13 124 5-10% 0% 1.0 Q R14 512 50-60% 30-40% 4.0 o R15 84 20-30% 0% 1.2 R16 129 5-10% 0% 1.2 i R17 110 10-20% 0-5% 1.2 R18 164 5-10% 0% 1.0 R19 454 50-60% 5-10% 1.4 F " R20 206 50-60% 10-20% 2.0 R21 67 5-10% 0% 1.1 R22 202 5-10% 0-5% 1.7 o R23 375 10-20% 0-5% 1.2 R24 169 0-5% 0-5% 1.0 R25 422 40-50% 10-20% 1.2 R26 548 5-10% 0% 1.0 A ages are calculated for both banks combined 1. The estimated bank erosion percent Er"O" 1 ° r Rc 1 o R25 t Conservation Easement ' F Surveyed Cross Sections R20 s.'AL HeadCut ® Bedrock Mass Wasting h19 o O o R21 0% w 0-5% R18 5-10% V' ° 10-20% •.ltd 30-40% R6 ; 70-80% oo. d Figure 11 b Michael0 500 1,000 Channel Stability Map Feet Streambank Erosion - Mass Wasting I N T E R N A T 1 0 N A L Russell Gap Project R24 ! R1 R23 R12 R11 � i ri R 14, n� R4a k�s�� y • y. � i l . i . ® R26 — NConservation Easement Berm *, Ditch Spoil Area ..� Flood Alteration Altered • T Unaltered R24 ! R1 R23 R12 R11 � i ri R 14, n� R4a k�s�� y • y. � i l . i . ® R26 0 - - 0:F.01 NJ Figure 12 0 500 1,000 Floodplain Alteration Map Gap Project Feet Russell Ga INTERNATIONAL j T , R4 �iV n 1F 5: "sY ,i 4 7 Floodplain Alteration / Reach Existing Stream Length Altered Unaltered " � r R1 1947 50% 50% R2 177 100% 4' �;� F'"+M e# R3 388 30% 70% .�` . r ~� R4a 560 100% "� R4 1771 50% 50% � R5 256 10% 90% V°��' R6 684 100% R7 1396 100% r •N R8 437 100% �E"` !,� R9 421 100% R10 371 50% 50% 4 y► 'rt 3 .G t.:. R11 481 20% 80% t R12 86 75 /0 25% R13 124 100% " R17 4MV R14 512 70% 30% ' R16�` R15 84 100% R16 129 100% rAd R17 110 100% R18 164 100% }- } R19 454 30% 70% R20 206 100%AL •' Y r R21 R21 67 100% . Ptr r . R22 202 100% R23 375 100% R24 169 100% , R25 422 40% 60% R26 548 100% 0 - - 0:F.01 NJ Figure 12 0 500 1,000 Floodplain Alteration Map Gap Project Feet Russell Ga INTERNATIONAL j Watershed Planning Conservation Easement Targeted Local Watershed 03050101120010 N R/ VA ' 7 �] U F - y 7 Site Location C Figure 14 Michael Baker 0 0.5 1 Watershed Planning Miles Contextual Map I N T E R N A T 1 0 N A L Russell Gap Project w _ 'h Planning Elements • Existing EEP Projects Conservation Easement Brushy Mountains Macrosite _ }� - Significant Natural Heritage Area (SNHA) r ' Managed Area ._ � � �,, s 1Jo ..F�-� Natural Heritage Element Occurrence (NHEO) a AIMS u�wd�nr � a 0 ip 2. ' ilFisiW"I' _• _ ' i F. h Site Location _ t .e. ...:- � '. ._` may( •i .. _ E -I. ndnia 0"�'�"�-� _.. ,rl,�i —_ _. J. tw 9 � �'M • _ - __. Y 1. Upper Fork Little River �¢ 1 Brushy Mountains 1 r' 2. Sugarloaf Mountain 3. Bald Rock Mountain - Copyright: © 2013 National Geographic Society Figure 15 Michael Baker 0 1 2 Adjacent and Proximal Miles Planning Elements Map I N T E R N A T 1 0 N A L Russell Gap Project R 1 i Appro>amate Longitudinal Forest Continuity Reach Existing Stream Length Discontinuous Forest Length LB Discontinuous Forest Length RS Discontinuous Forest Length R1 1947 1947 1947 100% R2 177 177 177 100% R3 388 317 317 82% R4a 560 210 210 38% R4 1771 1771 1771 100% R5 256 256 0 50% R6 684 591 500 80% R7 1396 1494 1028 90% RS 437 0 0 0% R9 421 421 421 100% - R10 371 371 371 100% R11 481 378 378 79% R12 86 86 86 100% R13 124 124 100 90% R14 512 512 512 100% R15 84 84 84 100% R16 129 0 0 0% R17 110 110 110 100% R18 164 164 164 100% R19 454 355 265 68% R20 206 95 95 46% R21 67 67 60 95% R22 202 202 202 100% R23 375 375 375 100% R24 169 169 169 100% R25 422 325 325 77% R26 548 548 548 100% Totals 12541 88.9% 81.5% R4a NTIi Ile INN ASW 4 ���lu M1 i' 3 tr, ,��'� ?i5i'y e �'�C. •�Ift y < . R4 R2 R3 ` R4 I R3 R9 R22 R8 R25 R7 A R20 rho � "E'• ' e r n+ -r I R17 .I R6 Approximate Existing Forested Buffer Widths 01 0-10' 10-20' 20-30' >30' Reach Existing Stream Length Total Stream Bank Length LB RS LB RB LB RB LB RS LB RB ` ' ; S yr 3 ' R7 1947 3894 100% 100%�,- R2 177 354 100% 100% f � ti R3 i R3 388 776 75% 75% 25% 25% I RCJ ,- ��J }i�3� i F�• �Y��, �. p 4 R4a 560 1120 60% 60% 40% 40% (iayT t •r R4 1771 3542 100% 95% 5% R16 ,>1, R5 256 512 100% 100% ?� r�i �� L�,. i�. r�,r �,�1• N I t �� p R6 684 1368 100% 10% 90% R7 1396 2792 100% 70% 30% R8 437 874 20% 100% 80% i1 a II �ilre t 1'�� R9 421 842 100% 100% R10 371 742 100% 100% R11 481 962 90% 90% 10% 10% R12 86 172 100% 100% R13 124 248 100% 100% R14 512 1024 100% 100% R15 84 168 100% 100% R16 129 258 100% 100% R17 110 220 100% 100% R18 164 328 95% 95% 5% 5% R19 454 908 40% 40% 60% 60% R20 206 412 40% 40% 60% 60% R21 67 134 10% 100% 90% R22 202 404 100% 100% R23 375 750 100% 100% Q Conservation Easement R24 169 338 100% 100% R25 422 844 60% 60% 20% 20% 40% R26 548 1096 100% 100% Totals 12541 25082 10301 8971 1301 1044 0 0 0 87 940 2439 41.1% 35.8% 5.2% 4.2% 0.0% 0.0% 0.0% 0.3% 3.7% 9.7% Michael Baker Figure 16 0 500 1,000 Riparian Buffer Analysis Feet p Project Russell Ga Pro INTERNATIONAL J 5 4 x ;! 2 I RII ISI 4. 4- R13 R12 ,� y i e- y AV Appro>amate Longitudinal Forest Continuity Reach Existing Stream Length Discontinuous Forest Length LB Discontinuous Forest Length RS Discontinuous Forest Length R1 1947 1947 1947 100% R2 177 177 177 100% R3 388 317 317 82% R4a 560 210 210 38% R4 1771 1771 1771 100% R5 256 256 0 50% R6 684 591 500 80% R7 1396 1494 1028 90% RS 437 0 0 0% R9 421 421 421 100% - R10 371 371 371 100% R11 481 378 378 79% R12 86 86 86 100% R13 124 124 100 90% R14 512 512 512 100% R15 84 84 84 100% R16 129 0 0 0% R17 110 110 110 100% R18 164 164 164 100% R19 454 355 265 68% R20 206 95 95 46% R21 67 67 60 95% R22 202 202 202 100% R23 375 375 375 100% R24 169 169 169 100% R25 422 325 325 77% R26 548 548 548 100% Totals 12541 88.9% 81.5% R4a NTIi Ile INN ASW 4 ���lu M1 i' 3 tr, ,��'� ?i5i'y e �'�C. •�Ift y < . R4 R2 R3 ` R4 I R3 R9 R22 R8 R25 R7 A R20 rho � "E'• ' e r n+ -r I R17 .I R6 Approximate Existing Forested Buffer Widths 01 0-10' 10-20' 20-30' >30' Reach Existing Stream Length Total Stream Bank Length LB RS LB RB LB RB LB RS LB RB ` ' ; S yr 3 ' R7 1947 3894 100% 100%�,- R2 177 354 100% 100% f � ti R3 i R3 388 776 75% 75% 25% 25% I RCJ ,- ��J }i�3� i F�• �Y��, �. p 4 R4a 560 1120 60% 60% 40% 40% (iayT t •r R4 1771 3542 100% 95% 5% R16 ,>1, R5 256 512 100% 100% ?� r�i �� L�,. i�. r�,r �,�1• N I t �� p R6 684 1368 100% 10% 90% R7 1396 2792 100% 70% 30% R8 437 874 20% 100% 80% i1 a II �ilre t 1'�� R9 421 842 100% 100% R10 371 742 100% 100% R11 481 962 90% 90% 10% 10% R12 86 172 100% 100% R13 124 248 100% 100% R14 512 1024 100% 100% R15 84 168 100% 100% R16 129 258 100% 100% R17 110 220 100% 100% R18 164 328 95% 95% 5% 5% R19 454 908 40% 40% 60% 60% R20 206 412 40% 40% 60% 60% R21 67 134 10% 100% 90% R22 202 404 100% 100% R23 375 750 100% 100% Q Conservation Easement R24 169 338 100% 100% R25 422 844 60% 60% 20% 20% 40% R26 548 1096 100% 100% Totals 12541 25082 10301 8971 1301 1044 0 0 0 87 940 2439 41.1% 35.8% 5.2% 4.2% 0.0% 0.0% 0.0% 0.3% 3.7% 9.7% Michael Baker Figure 16 0 500 1,000 Riparian Buffer Analysis Feet p Project Russell Ga Pro INTERNATIONAL J 7 R1 R12 Y IYII%A WWI UO Conservation Easement Stream Status Perennial Intermittent R4a R22 R20 R21 R19 R18 R6 R5 ............ Figure 17 0 500 1,000 Intermittent and Perennial Feet Stream Status Russell Gap Project - .. � �', Icy - • ,. l 4,'� e Wry•. (Area within CE) Ilf s-; y 1. se — I Y r Conservation Easement Existing Wetland Areas (0.88 ac total, 0.79 ac within CE) f M Hydric Soil Within Easement (6.18 acres) Hydric Soil Surveyed (7.25 acres total) Figure 18 Michael Baker 0 200 400 Wetlands and Hydric Soils I N T E R N AT 1 0 N A L Feet Russell Gap Project - North �., y jf �+ yf`Aq•.Y a y '{ ', A ,;��a.• 4 ���. •r�� 1 ft,4, y� t r Tom+•-. ��- �sv � _. >•i� Xr',1 ' � r ,tn � w e r - "'�_ y w h'p(X1+�`ri�re'A�'i_j%.,"ii`t .1r fi i, re Y;ari M"itr r r FAV, '�a d 7 r fi3r. Q �}.�jtp{ybw' i Moa 1 !Tfi S r 1 `-` r. J d F �.o,��+•f{+aP.777.Mi6.1 '�".`y?}i�r1' 'I�,Rk�I.l "Y��i,w���5 � f^' o V7.i'.rLIN.;1 �j "t- `4 •�y ;A". i'�#�'!'Y fry. t l'.E r' 4�YT ' rlN' "� tyw�i y1�,'#4" iii s Tom, ° 'v;jr���1'•,�1 1. �l�"�yt Ile .� t c'� " •a' y r ��r ct�li 'p1C,`' �o C( I Conservation Easement .0" Existing Wetlands (1.33 ac total, 0.88 ac within CE) Hydric Soil (apx. 4.6 ac total, 2.7 ac in Easement) > f, w # NC @OlneMam N;, Ceniter for Geegraph"ic Inform' tion and Anal sis, NC 911 Figure 19 Michael Baker 0 200 400 600 800 Wetlands & Hydric Soils I N T E R N AT 1 0 N A L Feet Russell Gap Project - South Appendices Section ATTACHMENT H (REVISED) Important Notes/Guidance 1. Projects MUST be located within DMS Targeted Local Watersheds within Catawba 03050101 (Attachment G Table and Map). Projects located within Local Watershed Planning (LWP) HUCs may receive additional points, as noted in Section 1.0 of this Technical Proposal Rating Form (or "scoresheet"). 2. BONUS questions in Scoresheet Modules 1.0 through 6.0 (after the Overall Merit/Proposal Screening section) may receive additional points, but will NOT disqualify a Provider's proposal if unanswered or not applicable. Technical Proposal Evaluation Criteria Catawba 03050101 Rating Form Offeror: Michael Baker Engineering, Inc. Site Name: Russell Gap Stream Mitigation Project River Basin / Catalog Unit: Catawba River Basin 03050101 RFP Number: 16-006807 Date of Site Evaluation: 2014-2016 / Completed by: Michael Baker Engineering, Inc. Type/Amt of Mitigation 9400 Warm Stream Credits Offered: 4.0 Riparian Wetland Credit Proposal Review Committee: Alternate Attendees: Overall Merit (Proposal Screening) Yes/No 1 -For stream mitigation projects, does the Technical Proposal adequately document the historical presence of stream(s) on the project site, and provide the drainage areas (acres) and provide accurate, process -based descriptions of all project stream reaches and tributaries? y 2 -Does the proposal adequately document the physical, chemical and/or biological impairments that currently exist on the project site? y 3 -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.] Y 4 -Does DMS agree with the proposed credit structure(s) described in the proposal? y 5 -Does the proposed project avoid significant adverse impacts to existing wetlands and/or streams? y 6 -Does the proposal adequately describe how the project will advance DMS watershed planning goals? Y ATTACHMENT H (REVISED) 7 -For any proposed Priority II restoration, are all the following elements included in the proposal OR is Priority 2 stream restoration limited to "tie-ins" (designed tributary confluences)? - Floodplain bench grading will extend a minimum 1.5 bankfull widths beyond the stream belt -width (no meandering floodplains — see Diagram below). - The floodplain will be over -excavated to accommodate replacement of topsoil. - The design and construction oversight will ensure the management of topsoil to include the harvest and segregated stockpiling of A and B soil horizons for placement on excavated floodplain features. - The slopes between the outer edge of floodplain grading and the terrace will be a minimum of 5:1. Y Note: An answer of No in this section means the Technical Proposal is rejected. Continue or Reject? 200 Diagram for Priority II Question Above. � Priority 11 floodplain b—ch ISO grading bo%Anclary minimums 00 ww sds O.O. 10_..,,224.6. mss' 449.3. 1 C, \ r' 112.3. - /" 'Y 336.9. - a 100 20 foot channelviclih Aim 30 foot bench width (1.5JuEnes channel width) beyond the bef width. y 1 .2na O 160 200 300 460 sm Section 1.0 - Watershed Module [35 Points Possible] Projects Located outside of LWP 1 For proposed projects located outside of a Local Watershed Plan (LWP) area -- but within another targeted HUC (TLW) -- to what extent does the project support the restoration goals? The following CU -wide and TLW goals are documented in the Catawba River Basin Restoration Priorities (RBRP) reports (see links below): ) - protection of WS -classified waters draining to water supply reservoir(s) on Catawba River main stem; 2 - reduced nutrient inputs to streams; 3 - reduced sediment inputs to streams; 4 - reduced fecal coliform inputs to streams; 5 - restoration of degraded aquatic habitat; 6 - implementation of agricultural BMPs (e.g., livestock exclusion) in rural subwatersheds; 7 - improved stormwater management in urban/suburban subwatersheds. [Provider's proposal must describe specific elements/features of the current site conditions and proposed project design that will contribute substantially to meeting these goals. Because goals #6 and #7 are mutually exclusive, the maximum number of goals that can be addressed is six.] Catawba RBRP (2007) - includes lower Catawba River Basin Upper Catawba RBRP (2009) Project addresses two or fewer goals. 1 point Project addresses three or four goals. 3 points Project addresses five goals. 10 points 10 - 2, 3, 4, 5, 6 Project addresses six goals. 15 points ATTACHMENT H (REVISED) Projects Located within LWP 2 For projects located within a Local Watershed Plan (LWP) area, does the proposed project address stressors and sources as identified in LWP Findings and Recommendations Summary reports (see left-hand side of webpage link provided below)? [LWP HUCs within 03050101 are shown in Attachment G Table and Map.] To receive points, Provider must describe in detail how the proposed project will contribute significantly to addressing identified stressors. The priority stressors identified across LWP areas within the CU include: 1 - unstable, eroding stream banks; 2 - lack of forested riparian buffers; 3 - stream channelization/modification; 4 - impervious cover (excessive stormwater velocities, peak flows); 5 - livestock access to streams; 6 - excessive nutrient inputs; 7 - excessive sediment inputs; and 8 - fecal coliform bacteria. Catawba LWP Findings & Recommendations Summaries N/A Project addresses three or fewer stressors. 5 points Project addresses four or five stressors. 10 points Project addresses six stressors. 15 points Project addresses seven or eight priority LWP stressors. 20 points Projects Located within or outside LWP (but still in a designated TLW) 3 Bonus: Does the project design include one or more structural BMPs (other than livestock exclusion fencing and alternate watering) within or immediately upstream of the project easement such that nutrient and/or sediment inputs or hydraulic stresses from outside the project easement are more effectively addressed? [In rural subwatersheds, this would be agricultural BMPs; in urban/suburban watersheds, this would be stormwater BMPs.] Yes. 15 points Yes, 15 Section 2.0 - Existing Conditions and Functional Uplift Module [107 Points Possible] 1 Bonus: Project reach(es) are on or confluent to (directly discharge to) a 303d listed stream or waterbody. 0 Direct confluence = 3 points Reach is 303d = 6 points 2 Bonus: Is the proposed project on WS -classified reach(es) upstream of a water supply intake or reservoir? Yes = 6 points 6 Yes, See Section 5.2 3 What is the proportion of significant, obvious incision (BHR > —1.5) for reaches identified for some level of channel modification? <30% of the proposed footage exhibits significant, obvious incision. 2 points 30-70% of the proposed footage exhibits significant, obvious incision. 6 points 6 37% >70% of the proposed footage exhibits significant, obvious incision. 10 points 4 What is the proportion of active bank erosion for the existing condition of reaches proposed for channel modification? [Active bank erosion includes surficial scour, hydraulic and mechanical failures, and other mass wasting from channel processes.] <30% active erosion. 4 points 30-70% active erosion. 10 points 10 51% >70% active erosion. 20 points ATTACHMENT H (REVISED) 5 For reaches proposed for restoration/enhancement, what is the dominant buffer vegetation condition? Small woody Vegetation >30 feet in width (shrub, early successional trees). 4 points Small woody vegetation <30 feet in width or an herbaceous dominated condition; or mature trees are scattered and sparse within the proposed boundary (the proposed reach treatments could take place with minimal impacts to mature trees). 12 points No buffer vegetation, maintained cover, or grazed pasture; or impervious cover proposed for 20 removal. 20 points 6 For reaches proposed for restoration/enhancement, what is the percent of project length actively subject to onsite water quality or habitat stressors that the design proposes to address? [Onsite means within or immediately adjacent to (within 30 ft of) the proposed easement boundary. Example stressors include pasture with direct livestock access, livestock exclusion but with poorly managed crossings, hydrologic bypass of buffers (e.g. the drains, discharge outfalls, hydrologic connections to livestock wallows or CAFO ponds), stormwater outfalls, adjacent row crops, maintained vegetation, or impervious surfaces.] Proportion of affected channel <30%. 1 point Proportion of affected channel 30-70%. 4 points 8 Proportion of affected channel >70%. 8 points 7 Bonus: Comparing nutrient concentrations of influent to effluent demonstrates the nutrient removal function of a project site. Using a widely accepted computer model (including simple spreadsheet tools), to what extent is the project predicted to reduce on-site nutrient inputs (total dissolved nitrogen and/or phosphorus) from runoff flowing laterally into the proposed project easement -- with effluent measured/predicted at the immediate downstream project boundary? [Note: to receive credit, Provider must provide a reference for spreadsheet tool or model, describe assumptions, and include maps/schematics as appropriate.] Modeling estimates anticipated reductions of 30-60% in total nitrogen and/or total phosphorus levels. 3 points Modeling estimates anticipated reductions of >60% total nitrogen and/or total phosphorus levels. 6 12 points Modeling estimates anticipated reductions of>60%total nitrogen and/or total phosphorus, and describes specific pre- and post -construction monitoring protocols to document nutrient reductions 98% P Reduction directly attributable to proposed project. 12 points 8 For proposed wetland restoration/rehabilitation projects: existing condition of predominant wetland vegetation community. [Predominant means covering >50% of the area proposed for restoration and/or enhancement.] Wetland vegetation is present but is managed to prevent appropriate wetland community. 2 points Wetland vegetation is absent. 5 points 5 9 Confidence in existing wetland hydrologic condition and uplift potential. Hydrologic modifications to wetlands are described, but their location and extent Hydric Soils are not clearly depicted. 1 point Hydrologic modifications to wetlands are described, and the effects and extents Report and Wetland are clearly defined. 10 points Restoration Section Hydrologic modifications to wetlands are described, and the effects and extent are clearly defined and are supported with field data and/or modeled results. 20 10 points ATTACHMENT H (REVISED) Section 3.0 Habitat and Conservation Connectivity Module [24 Points Possible] 1 Bonus: Ability to connect adjacent (having a common boundary with) natural habitats and extend wildlife corridors. ject as proposed provides an uninterrupted wildlife corridor from an adjacent V ntiguous) natural area with mature vegetation. 6 points 6 2 Bonus: Proposed project boundaries are directly contiguous to (have a common boundary with) another protected property. Proposed project easement shares at least one boundary with a conservation easement that is not used for mitigation. 6 points Proposed project easement shares at least one boundary with another mitigation property (DMS project or approved Mitigation Bank site) with a permanent 0 easement. 12 points 3 Bonus: Ability to provide habitat improvement for identified Threatened and Endangered Species (federal or state listed). Moderate = potential for identified species to exist on project site, but no specific Bog Turtle design elements proposed to address species habitat. 2 points High = proposed mitigation will restore or enhance potential habitat for identified Dwarf Flowers Heuit Leaf species by providing specific habitat elements required for listed species. 6 points 6 Section 4.0 - Design Module [81 Points Possible] 1 To what extent does the proposal (and project design) address sediment supply and transport? F - Proposal qualitatively describes sediment supply, storage and transport dynamics in a restoration context. 2 points Proposal qualitatively describes sediment supply and transport dynamics in a restoration context; and proposal specifies, describes and justifies as appropriate for the project the methods that will be used for quantitatively evaluating, simulating or analyzing sediment supply and transport processes for existing and proposed conditions. Alternatively, Proposal qualitatively describes sediment supply and transport dynamics in a restoration context and provides justification that no quantitative methods will be necessary to support project design. 8 points Proposal qualitatively describes sediment supply and transport dynamics in a Pebble Counts, restoration context; and some assessment methods have been applied and Shear Stress background data are summarized in proposal. Quantitative or analytical tools to Analysis vs Shields Curve WARSS, BAGS be used for evaluating sediment supply and transport for existing and proposed conditions are specified, described and justified as appropriate for the project with the proposal. 16 points 16 ATTACHMENT H (REVISED) 2 Bonus For stream or buffer mitigation projects on first order streams (headwater drainages), do project easements extend upstream toward drainage divides on all tributaries/reaches such that flow (whether perennial, intermittent or ephemeral) in >90% of all upstream channels is captured within the project easement(s)? [To receive points, Provider must include appropriate maps and calculations to demonstrate that this criterion is met.] Yes = 10 points. 1 0 3 Presence/extent of hydric soils and/or hydric soil indicators, as described by a Licensed Soil Scientist. The proposal documents, through soil borings and profile descriptions, established listed hydric soils and/or the presence of listed hydric soil indicators (A Guide for Identifying and Delineating Hydric Soils, Version 7.0, 2010) for most (65-85%) of the proposed wetland area, and shows the locations of the borings on the wetland area map = 1 point The proposal documents, through soil borings and profile descriptions, established listed hydric soils and/or the presence of listed hydric soil indicators ( A Guide for Identifying and Delineating Hydric Soils, Version 7.0, 2010) for >85% of the proposed wetland area, and shows the locations of the borings on the wetland area map = 15 points 15 4 Risk of hydrologic failure. Most, but not all of the drainage alterations on site and in proximity are being restored to restore wetland hydrology, but some features (due to their proximity and/or size) leave uncertainty as to their impact on estimated wetland mitigation credit yields = 5 points All drainage features capable of significantly supporting restored wetland hydrology are thoroughly addressed in the proposal to support proposed wetland hydrology = 10 points 10 All drainage features capable of significantly supporting restored wetland hydrology are thoroughly addressed in the proposal to support proposed wetland hydrology, which is further supported with hydrologic modeling of the site = 15 points. 5 Uncertainty of origin and extent of overburden. Overburden exists; origin is unknown, but is less than one feet deep on average = 1 point Overburden exists, is generally no greater than 0.5 ft in depth, and its origin is documented to be primarily from anthropic manipulation (e.g., dredge material, ditching side -cast, deliberate row crop crowning) = 5 points Proposed wetland features are generally devoid of overburden, with hydric indicators appropriate to the setting and soil series dominating the A or B horizons = 10 points 10 ATTACHMENT H (REVISED) 6 JAppropriate wetland hydroperiod for performance criteria. Success hydroperiod exceeds the 5% minimum and is appropriate for the setting and landscape position = 5 points 5 Success hydroperiods are based on a thorough modeling effort of the site such that a pre/post water budget is estimated and is appropriate for the setting and landscape position = 10 points Success hydroperiods are based on a thorough modeling effort of the site such 12% min. that a pre/post water budget is estimated and is appropriate for the setting and landscape position, AND modeled results are supported with local reference gauge data = 15 points Section 5.0 - Implementation and Risk Module [50 Points Possible] 1 Does the proposed project provide Between 25 - 50% of the RFP request (mitigation quantities)? 5 points Between 51- 90% of the RFP request? 10 points Greater than 90% of the RFP request? 20 points 20 2 Physical constraints or barriers (i.e. utilities, culverts, property lines, easements, managed areas, etc.) that affect project design and effectiveness. [Percentages calculated based upon adding total linear footage of crossings, roadways, utilities, or reduced buffer; divided by total linear footage.] >10 % of the total project footage is segmented by crossings, roadways, or utility rights of way. 1 point 5-10 % of the total project footage is segmented by crossings, roadways, or utility rights of way. 3 points < 5% of the total project footage is segmented by crossings, roadways, or utility rights of way. 6 points 6 Project is not affected by crossings, roadways, and/or utilities; or project with existing constraints removes or relocates the constraints or barriers such that the design is not significantly affected by the constraint(s). 15 points 3 What is the predominant land use/land cover within the watershed (contributing drainage area) upstream of the proposed project site? [Predominant = 50% or greater of the drainage area upstream of the project easement.] Urban/suburban (developed; overall imperviousness >5%), without stormwater BMPs to treat flows influent to project reach(es) _ 1 point [high physical risk to project] Urban/suburban (developed; overall imperviousness >5%), with stormwater BMPs integrated into project design and/or immediately adjacent to easement to treat most flows influent to project reach(es) = 5 points [moderate risk; possible water quality and hydrologic uplift] Agriculture, low-density rural residential, or private forested lands = 10 points [generally low risk; moderate to high water quality uplift potential] 10 Forested, undeveloped lands in long-term (or permanent) conservation (e.g., National or State Parks and Forests, Natural Areas protected by Land Trusts) _ 15 points [very low risk to project; possible habitat connectivity] ATTACHMENT H (REVISED) Section 6.0 - Quality Control Module [20 Points Possible] 1 Similar mitigation projects completed by the Offeror (through at least 3 years of monitoring). Completed from 2 to 5 mitigation projects. 2 points Completed more than 5 mitigation projects. 5 points 5 2 Experience of Project Team (people actually completing work). Project team contains at least two individuals with specialties specific to project evaluation, acquisition, design, construction, and monitoring. 2 points All of the above and at least two projects brought to successful regulatory closure with the Interagency Review Team (IRT). 10 points 10 3 lQuality Control Program. Proposal describes checks and balances that review engineering and design methods and results, document preparation, and project implementation to be used in the proposed project. 2 points Proposal includes a detailed QA/QC plan, including specific reviews of engineering and design methods, sampling to validate results, document preparation and editing, and project implementation to be used in the proposed project. 5 points 5 J TOTAL 226 Total Points (Maximum Possible = 317 Points) _ Proposal Rating ( Score x 0.01) = 2.26 Comments: Pe: CR eo.�ded� o2/25/2of® at 13:21:33 an PlexanderiaNcee Peae i of a III. In N. Hlnea na8tatar nI aeada -588 -1226-1229 V* NON-STANDARLG FEE: $25.00 AMENDMENT TO MEMORANDUM OF OPTION TO PURCHASE CONSERVATION EASEMENT THIS AMENDMENT TO MEMORANDUM FOR OPTION TO PURCHASE Co\ SERVATION EASEMENT ('°Amendment") is made sod entered into this _ n9 _ day cf January, Y916, by and between James M1[. Dupuis and Achceca H. Dupuis ("Grantor') and. MICHAEL BAKER ENGINEERING, INC.,. Neva York corporation, with an office at 797 Haywood Roan Ste. 201, Asheville, NC 28806 (`Raker"), WHEREAS, Grsrttorand Baker have entered into that certain Option to Purehaso Con .I,.. Easement (the "Option")dated November 3. 2614, 3— for to which Gtor Raated to Siker' its successors and assigns, an option to purchase a lerx purchase— easement (Ne cL-asemenf') over certain real property located in. Alexander County, North Carolina, which property is more particularly des.€ibed on the attached Exhibit I (the "Property") and WHEREAS, Grantor and Baker filed. Memorandum R,r Optimt t. Purchase Conszna[ion Easement at Book 578, Page 105, Alexander County Registry (the "Memorandum ) for the pup— of giving record notice efthe Option: and WHEREAS, the paries enter into this Amendment forth. propose fscttig forth 'crmin changes to rhe terms and ...dniuns ofthe Option and to provide c n. curet vc —ice of the.,ucn hnnges; NOW, THEREFORE, in .... ide..tien oHhe foregoing, the parties hereby agree as follows 1. Th,tcrm ofthe Option emeonenced on November 3,2014 and shall expire on November ,3L 2n17. STATE OF NORTH CAROLINA Drp.6 pcnonally ap eorad before ethic day_ COUNrY of viler evidence, end acknowledged to rue that he valumanly signed the foregoing document for the S fitl ✓i ,,cjg h° , the undersigned Notary Public, certify that Rebecca H. Dupuis personall, appeared me this day, proved her identity to me by satist'actory -de.e_ and acknowledged to me that she xolumari l y si grad the foreping document for the pumosestated therein. Witness my hand and Notarial stamp r "` 1 � or seal this the _L_ day of 1120. I Q Ie �eSlafry R $afOger NW Notary Prblj Notary Public AezanderCount,NC Desianf K Srt ale/ Typed or Pirilued Name efN y My Commission Fxphos: 5�' 74–! g STATE OF NORTH 'C,A,,ROLINA COUNTY OF Vll/NWG L 4ikw4, �Ait lljol w the undersigned Notary Public ofthe County and State aforesaid, certify that Q 1-r,– VV kmC , personally appzatul bcfoe me this day, acknowledging m me drat he is V CGL Pr-Stdeyui— ofMichuel Baker Engineering, Inc., a New York corporanrn and that he acknowicdged to that be vrlsmr ly signed the foregoing dc—n— for the purposes b—na exprossed and in the repro manive capacity" stated. ,�rsF Witness myhandand Not," stamp or seal, this t"4 /dray o€�jkrWIN 2&. rt'O.,;-N Notary Public ry Pulilv",`'G I�ukCtic+.n M Wtl{l'to&Ln �k�COUN, Typod or Pnntud Num, of Notary My Commission Expires: �-Zk, 1R 2. All ofthe provisions set forth in the Option, asamended, are incorporated in this Amendmcnr by reference. 3. The Option shall he binding upon and inure t, the benefit of the partes anddeir respective heirs, successors and assigns, IN WITNESS WHEREOF, theparties have duly executed this Amendment as ofthe date first above — ft—GRANTOR: GRANTEE: MIC14AELBAKF NGINEERING,INC., dam � M. Dupuis a New or�ratFio T Reb— H- Dupuis ,J _ Print Namyy; rypeEPT W L.:�•S Title:y "n 'PE6 S be rT STATE OF NORTH CAROLINA COUNTY OF At e ynP1ApY " c ( ,rhe undersigned Notary Tooke, certify that James M. Drp.6 pcnonally ap eorad before ethic day_ ro pved his identity -to me by sansfactory evidence, end acknowledged to rue that he valumanly signed the foregoing document for the purpose au,ted therein. Who— my hand and Notarial stamp or seal this the 1i day of Fpm, 201t, Destalty R SoMger Notary Not Publi Pubflc Alexander County NC n1; c .rrn r TypM orAi ed Name of Nml®ry My Commission Expires:? -19-19 �o�n �a.a: my Z/2016 .t rz ..r on 'e aur: ast.oa Yaaa r er qze ni—d— ue -588 1230-1233 auyha w Dna a�:�m: .»a stwre,J�- liiniryfk n,non.11P NON-STANDARD FEE: $25.00 AMENDMENT TO MEMORANDUM OF OPTION TO PURCHASE CONSERVATION EASEMENT THIS AIYIF.NDNI"ENT TO MEMORANDUM FOR OPTION TO PURCHASE CONSERVATIONEASEMENT ("Amendment") is made and catered into this 29 dayof .Tanuary, 2016, by and be[wccn James R. Herman and Mildred J. Herman ("Granmr'1 and MICHAEL BAKER ENGINEERING, INC., a New York corporation, with an of ice at 797 Haywood Road, Ste. 201, Asheville, NC 28306 ("Baker'')_ WHEREAS, Grantor and Baker have ortercd into that certain Option to Purchase Conservation Fasament (the "Option") dated November g, 2014, pursuant to which Grantor grsm,M m Bakcr, its a.,.a., and asci fou, as option to purchase a conservation casement (Ihe "Easement") ower certain rent property located in Alexander County, North Cmolina, which property ix more pnttindarly, described on the attached Exhilih 1 (the "Propcdy„') and WHEREAS. Creator and Raker fled a Memorandum for Option to Purchase Conservation Easfinent at Book 575, Yage 87, Alexander County Registry (the "Memoranduru") t'or [he puryose of giving record nonce of the Option; and W HF.REAS, the pmtics enter into thin Amendment for the purpose of setting forth certain changes to the terms and conditions of the Option and to provide constructive notice of the Option changes: NOW, THEREFORE, in consideration ofthe foregoing, the paries hereby agree ns follows: 1. The term of Ere Option commenced on November 3, 2014 and shall expire on November 30, 2017. STATE. OF NORTH CAROLTNA COUNTY OF A.1efAe f � YCl n the undersigned Notary Public. certify tbstt Mildred J. Herman personally ppcared bcfo me this day, proved her identity to me by satisfactory evidence, and acknowledged to me that she valuntarily signed rhe foregoing document for the pnrpoae stated therein. Witness my hand and Namrial stanyt ar seal thisthe day of �P%ll�, 20L ties{any R Serager YZ MU{ply Pdb ICNoTny Pnblie 9it3Xpnde(i)ODD,NC 3 �.-,(1nl SLIO({P✓ Typedor Printed Nam�iaz ofN aryy My Comrins[on Expires: S- 19-14 STATE OF NORTH CAROLINA COUNTY OF NOW I, 4g&t5rrl M pgWta'Y%,aA , the [mdersigned Notary PnMie nfthe County and Stare aforesaid, cenify that Ko art V4 • varlt p—molly appeared hefore me this day, aekmowledging to me that he isIli 4- ofMlchael Baker Engineering, Inc., a Now York corpot ition, read that he acknowledged to me that he voluntarily signed the foregoing document for the purposes therein expressed and in the represontmiva capacity sa stated. Witness my hand and Notarial stamp or seal, this ��day of y�,PtJ , 20W n M ��M� 4a NOTARy tom✓ e��, ty�r orr:a� Notary Pubhc 1 �P�ueLio a� KaW leen M MWc;ii E , 1'rF COLLN�� Typed or Printed Name arNotary My Commission Expires: 2. All of rhe provisions set forth in the Option, as omendcd, are incorporated in this Amendment by rete mcg. 3. The Option shall be binding upon and inure to the benefit of the parties and their respective heirs, successors and assigns. IN WITNESS WHEREOF, the parties have duly executed this Amendment as of the date first above written. GRANTOR: GRANTEE: o f ��v! MICH,kEL BAIGE • NCINE ERING,INC., 'Samfs R. Hfmtan a NeYOY COY roti n By. ry' MildrrA J- � an r�- ABT Let-, Prue Nam�e// I P eid"bad Title: Irs.E T' STATF. OF NORTH CAROLINA COUNTY OF AII P 1„�\�IL1Yl �C ,the nndersigoed \Diary Pahlic, certify that lames R. Herman pers-nally a pfare me this day, proved his idennry tome by satisfactory evidence, and acknowledged to me [hal he vnlumanly signed the foregoing document. fox the purpose snded therein, Witness my hand and Notarial stamp or seal tltis theme day of ,If A , 201,6 ln ya5proer �taryPlNomryPubider EN. County, NC Oyr. n11 { sC.PUgpr- e Typed or Pri f ted Nome of'Nandy My Commission Expires:'5- I9- I9 'ececaea az/as/aura et ni..:nd:ris�ao Pee. t .fart as rn .Nr..en -568 ea1218--1122`21 Y/' F Pnve�d bMwJ boom: AinPY R lann,al.t�P Piliali. NC 3'IWe JON-STANOARO FEE: $25.00 AMPNDMENT TO MEMGIAN DUM OF OPTION TO PURCHASE CONSERVATION EASEMENT THIS AMENDMENT TO MEMORANDUM FOR OPTION TO PURCHASE CONSERVATION EASEMENT ("Amendment") is made and entered in,. this �._ day c f January, 2016, by and between Chrlslina H. Mouse and. Daerd S. Mnnsa ("Comtor") and MICHAEL BAKER ENGINEERING, INC., a New Ynrk corporation, with an offire .1791 Haywood Road, St, 201, Ashcvi llc, NC 2H8061"Baker�. WHEREAS, Gmnmr and Baker have entered into that certain Option to Purchase Conservation Easement (the "Option") dated Nuaember 3, 2014, purl an[ to which Grantor .anted to Baker, its successors and assigns, an option m purchase n en —rnion --.t (thc Easement") over certain real property located in Alexander County, North Carolina, which property is more pa,tsmitdy described on the attached Exhibit 1(the "Property") and WHEREAS, Gran[or and Baker filed. Memorandum for Option to purchase Conservation Easement al Bnok 57[i. Pattc fi4, Alexander CW my RcEistN (the "Memorandnni') Y the purpose of giving reu,rd notice of the. Option; and WHEREAS, the Perrin toter into this Amendment for the purpose or seumg forth certain changes to the terms and conditions of the Option and m provide onnstmmive notice of the Option changes: NOW, THEREFORE, in consideration of the foregoing, the Parties hereby agree as fid_ L. The term of the Option co—.d on November, 3, 2014 and aha31 expire on N.—ber 70, 2017. STATE OF NORTH CAROLINA COUNTY OF fA1?y;C1Y1a{' I, 11CA`p\�,�.. SCC(7U21' the undersigned Notary Public, certify that David S_ Moose personally uppeated bef�s day, proved his identityto me by satisfactory evidence, and acknowledged to me that he voluntarily signed the foregoing decrmrent for the purpose stated therein_ Witness my hand and hotatial stamp or scat this the _Lday of ", 1 01, DestanyRScroger V NataryPublie NotuyPubl:e Alexander CPuniy, NC �P`>atl.+nht Q 54f6CSf Typed or Print d Name oFN ry My Commission Expires: 9i— \ 15 —14 STATE OF NORTH CAROLINA COUNTY OF Wflk& 1, KpAM Notary Public of the hn Cennty and SatePsN, wned c personally appeared before me this day. acknowledging to methal he is V{rte, Dreealenf of Michael Baker Engine .ring, Inc., a New Y,rk corporation, and that he acknowledged to me that he voltmtarily signed the f agoing document for the purposes themtn expressed and in the tepreeentat"t capacity so stated. witness my hand and Notarial stamp orsenl,this ledayof rckyMA's20L 1,5 couwe'; Nokery Public �Pu�BL\Y?� SliE'CO& �p..{Ltlt.�rt !fir MLy/etft,nw Typed or Printed Name efNotay My Commission Expires: ^_. All o£the provisions set forth in the Option, as amended, are incorporated in this Amendment by reference. 3. 'Ilio Option shall be binding upon and inure to the benefit ofthe parties and their respective heirs, succe_csnts and assigns. LN'WITNESS WTiEREOF, the parties have duly executed this Amendment as fthe dare firstabove rine R: GRANTEE: MICHAEL DA.,- GINEERING, INC., uish H Moose n New Yor arorafi n Hy avid S. Moos. Prim Name: I�aerRT y�- LEw�S Title: 4, r_e AT S'T'ATE OF NORTH CAROLINA COUNTY�OsF, Al xan6er 1.IX;.1ODll S{rU OZI� .the undecsip ud Nmary Public, certify that Christina H. Moose personally appeared b of me this day-, proved her identity tome by smisfnctory evidence, end acknowledged m me that she vmuntarily signed the f roguing document for thc. pu'pa'e stated therein. Wimcss my hand and Nptarial ,tamp —al this the day of FF 2011 Destany R 5crager awro Notary oust T4,dary pnb` AlexanderCun ,NC , C, w R �CYpCPr Typcci.Prined NameofN ry My Commission Expi— 2 - � 4 - l9 'eZa:aa/,tvc-te ox ":,a:. m Lee nmr: n51.m Pege 1 0{ 4 Ne E.r, nc Fllep '5$8 -1222-1225 PrePweHh -atr.wl r q Ballcyn& Uiaon, LLP Aolnrh. NC3raV: JON -STANDARD FEE: $25.00 AMENDMENT TO MEMORANDUM OF OPTION TO PURCHASE CONSERVATION EASEMENT THIS AMENDMENT TO MEMORANDUM FOR OPTION TO PURCHASE CONSERVATION EASE..\IENT ("Amendment") is made and entered into this .29 day of January, 2016, by and between Melinda H. St Clair and Randy B. St Clair ("Grantor") and MICHAEL BAKER ENGIN ERRING, INC., a New York corpor'ati—, with an ort,- at 747 Haywood Road, Ste. 201, Asheville, NC 28806 ("Baker"). WHEREAS, Grants and Baker have cnlered into that ccnam Option to Purchase Conservation Easement (the "Option') dated November 3.2014, pursuant m which Grantor grained ro Baker, its sncnegsars vnd assign' an option n parcltase a cansefvaiiort cesemunl (the "Ea"na'a"') over eerlain real ptopeny foaled in Alexander County, North C ... line, which properly is mors pazticularly described oo the attached Exhibit 1 (the "Properly") and WHEREAS, Grantor and Baker filed aMerr—ilum for Option to Purchase Conservation Easement a1 Book 576. Page. 5t, Alexander County Registry (the "Memotaodtun"'1 for the propose .f giving record notice of the Option: and WHEREAS, the parties enter int. this Amendment for the purpose of seuing lard, certain changes to the terms and canditie- of the Option and m provide our—we mice of the Option chnage,; NOW, THEREFORE, in cuosideration of the foregoing, the parties hereby agree as forr_. I- The term o€the Option commenced on November 3, 2019 and shall expire ria November 30,1017. STATE OF NORTH CAROLINA COUNTY OF WIDA'6C I, 1i `i CToQY 1' , the undersigned N.n y Public, certify that Randy B. 51 Clair personally ap eared before tin this day, proved his identity (c or, by satisfactory evidence, and acknowledged to me that he voltmtarily signed the foregoing document for the purpose stated I, ... in. Witness my hand and Notarial stamp or seal this the day oof 22", I, 2011, DesharryRSCrager Notary PubfiC AlexanderCounty,NC l+/✓!GQ'�� arc R bli d S�PS�i)Y\\l R SW22Y " Typed or Prtnt rl NameofN' ry My Commission Expires: STATE OF NORTH CAROLINA COUNTY OF VJCiVel 1, VM1IP&N1-lwyfil,tft the. undersigned Notary Public ofth, County and Stwc. afuresaicf,certify That 12,j2&yt W. IA31 S personally appeared before me this day,acknowledging to me that he is )It!E Pr''[ ofMichacl Baker Engineering, Inc., a New York corporation, and that he acknowledged to me that he voluntarily sigmcdthe foregoing J.—rot for the purposes therein expressed and in the rep[esenfalive capacity so stated. Wimess my hand and N,I-rl stamp ox seal, this J j ay ofrte, 2(& M MoS Notary Public �, Rue><t� a° ' ILdliYileevl M. WICILei�inan 4kP COU Typed or Printed Nam, of Nataty My Commission Expires: 2Z6 Iii 2. All of the previsions set forth in the Option, as amended, are incorporated in this Amcodmenc by r,fercn- 3. The Option shall be binding upon and inure to the benefit of the parties and their respective heirs, --is and assigns, L\' WTTNESS WI♦EREOF, the. parties have duly executed this Amendment as of ere date fast above written. GRANTOR: GRANTEE: Yi �wuda. 7 i'ulf'(XX.ln MICHAEL BAKER E INEERING INC., hlehnda H. St Clair a New y per Rand B. SLC1.11 /J 1 Print Nam'yPIy rte 6EWr tN LEWS Title: Y'�C 26s ra 6 T' STATE OF NORTH CAROLINA COUNTY OF AV XatYkT I, n aii imilLy Q S{C( (1f .theund—igned Nowry Public, certify that Melinda H.6Y Clair personn]ty ppcur ,this day, preved her ideutity to me by satixfactory ,video and acknowledged to in, that she voluntarily signed the foregoing document for the purpose sIwcd 11,"ia, W'itncss ny hand and Notn ial stamp or seal this the __)_ day of Desiany R Scroger I Ntlfa AUbIIC No try Public Alexander Coun , NC k ICY e Typed or Print dNama oflIonkry My Commissio,,Expires:S— 14 14 Tvae: sIEYN girded: a 02/lata as oa;gt :2r aH "e a E29 : /Oq Pepv a or a nlaaemder asntamin N. Hines neais[er or Desai Fllea -590 Pa1993-1998 M�---r-'A�OT ! O p77e�. 'i-t� �,r Ec4c$c- CD�Su✓w.}r`on IN WITNESS WHEREOF, the ponies have dWy aexomd Ihna Memorandum ea oftNe date that .Mc. wrinen. GRANTEE: By: 1 ,� Prial Name: I-6FP4 W. LEWIS Till.: V165 YRGd t�brdT STATE OF �� COUNTY OP—WA�C__ r L ,a Notary Public ofthe County and Smte af—id, do hoehy certify thal ki Lfam,— that hOshe is f Michael Bakm Fngincoiag, Inc. a New York prufoci—I corpontion, aced drar he acknowledged ro one tNal Ne volunmriFy signed the foregoing dncmnem fur the purposes thnem o,pressed and in the represci'rla,�i L'i1�vqe{�cca.�p'`aci+n' so s,alo& I hate rxeived satisfactory evidence of the prmcipat'a idoonty in the form of yrlyd,�re'/ Witness my hand and official seal, this thedsy of -l" Orriie. Signature of Nm., Prinood Name. a��.l "r. orary Nblic My Cmnmission Expires: 0,1', 9j k � [AFFIX ,NDTARTAL STAMP -SEAL] 9g� F. �R WJ DT ARH `et � r 64-2018. O. 4. GDBtiyG ? �+f COON EXHIBIT D Prepared by and Return Imxh By.. Mielncl Bakes Engwering, Ina 7971aywnnd Road AM—.1k NC 28906 MEMORANDUM OF OPTION TO PURCHASE CONSERVATION EASEMENT THIS MEMORANDUM FOR OPTION TO PURCHASE CONSERVATION EASEMENT I"Mennnnd-1 m nude and cooed into this '� day of T '20h. by and baov-e Rini ,W Rumeasner and I.inda Iswe,. pirate lando—("Gmnwr) and MICHAEL BARER ENGINEERING, a New York mtporation ("Bake.P'). WHEREAS, Giant., and Raker have emaad into n vsrnuin Option to Putehaae Con—tion E—ml (thee"Opkion") dated a 2016, lana— to whiff Oraour grunted to Baker, its sureessam and asvgns, un option w Purchase a consra .- essemem (the "Es ev—i-t") ovn cenain real pn jp y 1—not in Aieaaader County, Noah Camliaa, which prapeny is more panioalariy described cn the anachod }�{rjpj1�411the "Pa peey") .1 WHEREAS, The pa— Iota into thin Marr>orardum forth. purpose of seeing. forth conal. remu and cotrddtioms ofabe Option and w provide cmistnrcolve notice of the Option: NOW,. THEREFORE, in «nnsidrraanon of the 14gn.ig, the paries herehy aggx as folluw'a I. The lean ofthe Opuon cmtmrrmed..-7- 1. 1a 2q l6 and dwll expire on e. dal 2019. 2- All of the previaiw set lbnh in the Option arc incorportad in this Memo Auar by ref 3. The [ipsion shall be bindmg aprnr and irusre w the benefit of rhe paaies and their respective dein. sacoes— anal—gas. [SIGNATURES AND NOTARY ACKNOWLEDGMENTS APPEJ R ON FOLLOWING PAGES By: A'11 M n7 Priv Name: L ! L TiBc: STATE OF NORTH CAROLINA COUNTY OFAk) dnjer L d. tmdompied Nou" Public of the County and Swo of id,eertiryrNet f011 L'&jMW-1M1 po-nallyii,redbefh—Iiiisday, ackymwledIang tow that Wsl lumanly signed and tmapned the fraogoing dommrml I leve «s 'uxd wtisf tory evidr ofthe pfinsapal-s idmti* io dw f of p:l o en"Ae Witness my hand and Notarial sounPasq this�day r ! iL '2016. ala OfYiend Si afNota y PN-- N-- n R f i , Notary Public NI, Cnmmissitm Epi— R- fes 1>i TAFFIX NOTARIAL STAMP -SEAL] 11e,'On R5 Afexonder�Ph � CRANTOR: $y� Ay.- yerk STATE OF COUNTY OF Rub Gea Simaemar I, itsr'\ ft„�� ,the undersipsod Notary Public ofthe County and Srate aforesaid certify thatL��ss.�l�t.a petsrmally appeared before me this day, ackiimledging m me that helshcvolanlarilyai—land --ted the foregoing document Ihzve received satisfactoryevidencc of the pnacipa]'s "S Orio Lsc identity in the form of Witness my hand and Notarial stamp or seal, this+day of MCG j 2015. �✓� !J �pmfo ,t.� .� ro. Laws OfCrcial 5 aline //f''N�ola/ry T� Printed Name . CC�CA.N rI.C�C/:yJEYltazy Public i /� My Commission Cxprtes: n214Lx' AFFIX NOTARIAL STAMP -SEAL] CAROLYN D. CLEMENTS Notary PULIic . Stale of Naw Yerk No. d1-CL6151165 Q-Iffi.d In Qtaeg. County Ny Commission Ezpires on �( Catawba 03050101 Rub Gea Simaemar eM Lmde Lowe Rin se'a Wou E � .� ro. Laws Pn' 99447BNI05 nab, mi8,lrF wriwacvrurwa Fwrvey I N o m 9au Eahiba DI FM Laws Farm W. INTERNATIONAL Hydric Soils Investigation Russell Gap Mitigation Site Alexander County, NC Prepared by: INTERNATIONAL Michael Baker Engineering, Inc. 8000 Regency Parkway — Suite 600 Cary, NC 27518 Scott E. King, LSS May 12, 2016 Introduction Michael Baker Engineering, Inc. conducted a hydric soils investigation along the floodplain of Davis Creek in Alexander County, NC for the purpose of identifying potential opportunities for historic wetland restoration as part of a proposed mitigation project for the NC Division of Mitigation Services (DMS). More specifically, the investigation was to confirm of the presence and location of any hydric soils found on site. Currently, the apx. 10 -acre subject area being investigated is open grassland used as pasture for cattle. Methodology Prior to the field investigation, the NRCS soils layer was reviewed for the site (Figure 1), along with the NRCS' most recent compilation of hydric soils for Alexander County, North Carolina (Dec. 2015). Codorus loam (0-2% slopes), an NRCS-listed Hydric Soil, was found to be mapped throughout much of the floodplains of the subject area. Codorus loams are taxonomically categorized as fine -loamy, mixed, active, mesic Fluvaquentic Dystrudepts. Additionally, the Hatboro loam series (fine -loamy, mixed, active, nonacid, mesic Fluvaquentic Endoaquepts) is listed as the most common component soil series of Codorus in its Map Unit Description. Hatboro is also listed as a Hydric Soil for Alexander County by the NRCS. Additionally, the USGS map for the site was also reviewed (the Moravian Falls Quadrangle — Figure 2). It identifies a solid blue -line stream named Davis Creek as running through the subject area valley, which is bounded by Russell Gap Road to the east and a steep hill slope to west coming off of Davis Mountain. Hand -turned soil auger borings and soils analyses were conducted throughout the subject area, and the subsequent hydric soil boundary was marked with 78 points captured with a Topcon Positioning Systems backpack GPS unit (GRS-1 model) providing sub -meter accuracy. Hydric soils were identified using the NRCS document "Field Indicators of Hydric Soils in the United States: A Guide for Identifying and Delineating Hydric Soils, Version 7.0, 2010". Numerous borings were taken within the floodplain to establish the hydric soils boundary, and seven representative boring descriptions and locations are provided in this report. Results and Conclusions The on-site field investigation was conducted on April 14, 2016. Extensive areas of hydric soils were discovered within the subject area, totaling 7.25 acres, of which 6.18 acres are within the proposed project easement (Figure 3). Both the Codorus loam and Hatboro loam soils were found within the project assessment area, though Hatboro was dominant within the lower floodplain adjacent to the existing stream. 2 Soils meeting hydric status were described by one or more of the following hydric soil indicators described below: F3 Depleted Matrix: 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. F6 Redox Dark Surface: A layer that is at least 10 cm (4 inches) thick, is entirely within the upper 30 cm (12 inches) of the mineral soil, and has: a. Matrix value of 3 or less and chroma of for less and 2 percent or more distinct or prominent redox concentrations occurring as soft masses or pore linings, or b. Matrix value of 3 or less and chroma of 2 or less and 5 percent or more distinct or prominent redox concentrations occurring as soft masses or pore linings. F8 Redox Depressions: In closed depressions subject to ponding, 5 percent or more distinct or prominent redox concentrations occurring as soft masses or pore linings in a layer that is 5 cm (2 inches) or more thick and is entirely within the upper 15 cm (6 inches) of the soil. Furthermore, three categories of hydric soil were discovered on site: 1. Hydric soils appropriate for restoration. These are the areas that meet one or more hydric soil indicators and appear to have been hydrologically impacted by stream downcutting and/or the ditching or straightening of various stream sections and connecting tributaries. They appear to be most suitable for wetland restoration through re-establishment with the Priority Level I restoration of Davis Creek and the restoration or enhancement of several of its tributaries, which will restore groundwater hydrology and increase flooding frequency to these areas. The impact caused by long-term use as cattle pasture would also repaired by the exclusion of cattle and the planting of wetland vegetation within the riparian buffer. This is the dominant hydric soils category found on site and totals 6.62 acres of the total 7.25 acres identified on site. 2. Hydric soils located within a likely existing jurisdictional wetland. These areas are shown as existing wetlands in Figure 3 and are generally located in depressions or swales within the floodplain. The boundaries for these areas were captured using GPS. Given the extent of cattle impact and the management of the area as pasture, these are areas that appear most suitable for wetland rehabilitation through the exclusion of cattle and the planting of wetland vegetation. This hydric soils category totals 0.63 acres of the total 7.25 acres identified on site. 3 3. Historic or 'buried' hydric soils. These are altered soil areas that have been clearly impacted by human activity through the intentional addition of fill soil material on the soil surface. Most notably observed along Russell Gap Road and around the adjacent powerline poles, this material would appear to have been placed to build up the road grade during construction. Fill soil was also found around the animal pen on the northern portion of the field, and on top of vehicle paths, particularly in the built-up stream crossing. Sediment deposition was also observed along the toe -of -slope of the western edge of the field, likely from erosion caused by the clearing of the adjacent hillslope for use as pasture. Generally, these areas were excluded from the hydric soil delineation boundary presented in Figure 3, though a very narrow area associated with the vehicle stream crossing (mostly located outside of the proposed easement) was included. 11 BsD2 n IN QProposed Project Easement Soil Mapping Units Ac E, Ashe-Cleveland Complex - BsC2, Braddock and Hayesville clay loams (6-15% slopes) - BsD2, Braddock and Hayesville clay loams (15-25% slopes) _ CoA, Codorus loam (NRCS-listed Hydric Soil) CsD, Cowee-Saluda Complex (8-25% slopes) - CsE, Cowee-Saluda Complex (25-60% slopes) - DaA, Dan River and Comus soils EcD, Evard-Cowee Complex (8-25% slopes) - EcE, Evard-Cowee Complex (25-60% slopes) - TfB, Tate -French Complex (2-10% slopes) BsD2 EcE" EcE BsD2 0 250 500 Feet I N T E R N AT 1 0 N A L Bs Figure 1 NRCS Soils Map Russell Gap Project EcD,,q* 0 250 500 Feet I N T E R N AT 1 0 N A L Bs Figure 1 NRCS Soils Map Russell Gap Project Proposed Project Easemen;-7, t 14 lk `, -` !SSS' • 0 w �X 1327 r tn 1 Moravian Falls Quadrangle Copy rig ht:©2013�NafioralGe graphic Society, i -cubed Figure 2 Michael Baker 0 500 1,000 USGS Topographic Map INTERNATIONAL Feet Russell Gap Project 7 N. o . '7 K , 6 d Yy s ,. LL� `L 6 4 Existing Stream Crossing Ylll r y ` • 3 • o Proposed Conservation Easement o o A Representative Soil Boring Locations ®` • Hydric Soil Boundary GPS point Existing Wetland Areas (0.63 ac total, 0.60 ac within CE) Surveyed Hydric Soil Boundary (7.25 ac total, 6.18 ac within CE) NRCS-Mapped Hydric Soils: Codorus loam (0-2% slopes) enter for Geographic, nf.©rmation and Analysis, NC 911 Michael 0 200 400 Figure 3 Feet Hydric Soils I N T E R N A T 1 0 N A L Russell Gap Project Soil Description Form Project: 4hA v-Ae SJK County: VMichael Baker Date: ;J1Nd((o I N T E R N AT I O N A L Staff: S, 11(4r5 I 1. Q yp�q Boring Horizon Depth iv Texture / Structure % Consistence Matrix Color Mottle Color(s) (Quantity/size/Contrast) a- LlAr I &t to 2 31Z 2,S'YIZ 512 0 2 H& c m r Z- EfrL /AK 6 v 2 (o Z e- 2q 4D- 3 N sr c 4gr lt(gf, e ss. (0 Y Z 9Z 11 Cf 4L 3- N 131L I S 42, 44Z. 2 L(16, m 3 0-314 Sir IU Y' 3 3 e -M -1`/ L 1,4A LC13 loye Z Z.a Y 11, L I- a S 8 c IiJN' S" 2 S- ?,5-Ye/G 10 - I i SS `� - k U- i r S o - R — a ( rti � s oY i G3 F -" •C s 2 IDY2 4l Z 2. s C - -�" <io r 10 111 2.s K a 0A r I D R I & c1 In 2 " s z r- 1 5 Z w b l Y2Id 60 G A i�-.44 r 1 a. t' �. -._ 3 3 - L 2 to t2 13 2. a Y G w 10 t_ 2, j0 s 2 r V2 - ,�: ►�i4'yrd� soy ( 1 q� IJ / Soil Description Form I� Project: 6-A County: Ab-xle�� Date: (,i I L l {C7 Staff: S I4�y aw K1 I N T E R N AT 1 0 N A L Boring HorizongDep,th Texture / Structure / Consistence Matrix Color Mottle Color(s) (Quantity / Size / Contrast) L 5r , U 2 3 2 2,5 Y2 t4 ,C ' S• ( R 8 i t. � ID 5 2 5Y 5 vi c I n 'I;4—/ 4 Si r l r r Olf 32 5 Sly L, r. I� I-1 2 2• S 8 t 'L t? ID YR5 3 Y R & I to r— (2 I 2_ 7 & c — • � v zol ( ■• 0