Loading...
HomeMy WebLinkAbout20190862 Ver 1_Technical Proposal_20190513RFP # 16-007704 Copy Technical Proposal Nesbit Stream and Riparian Wetland Mitigation Site Catawba River Basin Cataloging Unit: 03050103 Attn: Marjorie Barber - Purchas Proposal Number: 16-007571 NC Department of Environment; Division of Mitigation Services 217 West Jones Street, Suite 340 Raleigh, North Carolina 27603 Proposal Due Date: January 09, 2019 at 2:00 PM ET 390 430 430 PART A — COVER LETTER Technical Proposal (RFP #16-007704) FULL DELIVERY PROJECTS TO PROVIDE STREAM & RIPARIAN WETLAND MITIGATION CREDITS WITHIN CATALOGING UNITS 03050101, 03050102, AND 03050103 OF THE CATAWBA RIVER BASIN January 9, 2019 PROPOSAL NUMBER: 16-007704 NC DEQ -DIVISION OF MITIGATION SERVICES ATTN: MARJORIE BARBER 217 WEST JONES STREET, SUITE 3409-J RALEIGH, NORTH CAROLINA 27603 Dear Ms. Barber: Restoration Systems, L.L.C. is pleased to provide you with this Technical Proposal in response to the Request for Proposals (RFP) #16-007704 dated September 6, 2018. This submittal includes one signed, original technical proposal, four photo copies of the technical proposal, and one USB flash drive containing two redacted copies of the technical proposal and ArcGIS shapefiles of the proposed project boundaries. The cost proposal has been submitted in a separate sealed envelope. This technical proposal describes the Nesbit Stream & Wetland Mitigation Site and is designed specifically to assist in fulfilling North Carolina Department of Environmental Quality's restoration goals. Restoration Systems herein offers the following mitigation option: - 5264 Stream Mitigation Units - 4.7 Riparian Riverine Wetland Mitigation Units If you, or your staff, have questions or comments regarding our proposal, please feel free to contact me at your convenience at the number below. We look forward to working with the North Carolina Division of Mitigation Services on this important project and are available for Site visits and technical review at your discretion. Sincerely, RESTORATION SYSTEMS, L.L.C. George A. Howard Authorized Representative 1101 Haynes Street, Suite 211 Raleigh, N.C. 27604 919-755-9490 PROPOSAL PRINTED ON 30% POST CONSUMER RECYCLED PAPER PART B: TITLE PAGE TECHNICAL PROPOSAL AND RESTORATION PLAN NESBIT STREAM & WETLAND MITIGATION SITE UNION COUNTY, NORTH CAROLINA (RFP #16-007704) FULL DELIVERY PROJECTS TO PROVIDE STREAM & RIPARIAN WETLAND MITIGATION CREDITS WITHIN CATALOGING UNITS 03050101, 03050102, AND 03050103 OF THE CATAWBA RIVER BASIN Prepared for: NORTH CAROLINA DIVISION OF MITIGATION SERVICES RALEIGH, NORTH CAROLINA Restoration Systems, LLC Authorized Representative: Georee Howard Ph: 919-755-9490 1101 Haynes Street, Suite 211 Raleigh, North Carolina 27604 Prepared by: JANUARY 2019 Axiom Environmental, Inc. Axiom Environmental, Inc. 218 Snow Avenue Raleigh, North Carolina 27603 i� Prepared for: NORTH CAROLINA DIVISION OF MITIGATION SERVICES RALEIGH, NORTH CAROLINA Restoration Systems, LLC Authorized Representative: Georee Howard Ph: 919-755-9490 1101 Haynes Street, Suite 211 Raleigh, North Carolina 27604 Prepared by: JANUARY 2019 Axiom Environmental, Inc. Axiom Environmental, Inc. 218 Snow Avenue Raleigh, North Carolina 27603 XA STATE oF�o v ; ` �.. �i• \SSF QUUAMM�% STATE OF NORTH CAROLINA DEPARTMENT OF ENVIRONMENTAL QUALITY Request for Proposal #: 16-007704 Full Delivery Projects to Provide Stream and Riparian Wetland Mitigation Credits within the Cataloging Units 03050101, 03050102 and 03050103 of the Catawba River Basin as described in the Scope of Work Date of Issue: September 6, 2018 Proposal Opening Date: January 9, 2019 At 2:00 PM ET Direct all inquiries concerning this RFP to: Marjorie Barber Purchasing Agent Email: marjorie.barber@ncdenr.gov Phone: (919) 707-8451 0 �,1, �STATF 0,, �FSSE QUA/ STATE OF NORTH CAROLINA Request for Proposal # 16-007704 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 G.S. 132-1.10(b) this identification number shall not be released to the public. This page will be removed and shredded, or otherwise kept confidential, before the procurement file is made available for public inspection. This page is to be filled out and returned with your proposal. Failure to do so may subject your proposal to rejection. ID Number: Federal ID Number or Social Security Number Vendor Name dh �FSSE QUA/ STATE OF NORTH CAROLINA Request for Proposal # 16-007704 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 G.S. 132-1.10(b) this identification number shall not be released to the public. This page will be removed and shredded, or otherwise kept confidential, before the procurement file is made available for public inspection. This page is to be filled out and returned with your proposal. Failure to do so may subject your proposal to rejection. ID Number: Federal ID Number or Social Security Number Vendor Name STATE OF NORTH CAROLINA £_ %s Department of Environmental Quality Refer ALL Inquiries regarding this RFP to: Request for Proposal # 16-007704 Marjorie Barber Proposals will be publicly opened: January 9, 2019 Contract Type: Open Market Email: mariorie.barber(cDncdenr.gov Phone: (919) 707-8451 Commodity No. and Description: 962-73 Restoration / PRINT NAME & TITLE OF PERSON SIGNING ON BEHALF OF VENDOR: Reclamation Services of Land and other Properties Using Agency: Division of Mitigation Services DATE: EMAIL: Requisition No.: N/A EXECUTION 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 -Contractors for any Contract awarded as a result of this RFP, complies with the requirements of Article 2 of Chapter 64 of the NC General Statutes, including the requirement for each employer with more than 25 employees in North Carolina to verify the work authorization of its employees through the federal E -Verify system. 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 this response to the RFP, the undersigned certifies, 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: STREET ADDRESS: P.O. BOX: ZIP: CITY & STATE & ZIP: TELEPHONE NUMBER: TOLL FREE TEL. NO: PRINCIPAL PLACE OF BUSINESS ADDRESS IF DIFFERENT FROM ABOVE (SEE INSTRUCTIONS TO VENDORS ITEM #10): PRINT NAME & TITLE OF PERSON SIGNING ON BEHALF OF VENDOR: FAX NUMBER: VENDOR'S AUTHORIZED SIGNATURE- DATE: EMAIL: Offer valid for at least 180 days from date of proposal opening. 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 Departmentof Environmental Quality 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 accept and Contract awarded this day of , 2019, as indicated on the attached certification, by (Authorized Representative of DEQ) Ver:7/1/18 Page 1 of 39 Proposal Number: 16-007704 Vendor. Table of Contents 1.0 PURPOSE AND BACKGROUND.............................................................................................4 2.0 GENERAL INFORMATION.......................................................................................................4 2.1 REQUEST FOR PROPOSAL DOCUMENT.............................................................................4 2.2 E -PROCUREMENT SOLICITATION.......................................................................................4 PRICING................................................................................................................................17 2.3 NOTICE TO VENDORS REGARDING RFP TERMS AND CONDITIONS...............................4 DOWNWARD PAYMENT ADJUSTMENTS...........................................................................17 2.4 RFP SCHEDULE.....................................................................................................................5 INVOICES.............................................................................................................................18 2.5 MANDATORY PRE -PROPOSAL CONFERENCE...................................................................5 PAYMENT TERMS................................................................................................................18 2.6 PROPOSAL QUESTIONS.......................................................................................................6 FINANCIAL STABILITY........................................................................................................18 2.7 PROPOSAL SUBMITTAL.......................................................................................................6 FINANCIAL ASSURANCE....................................................................................................18 2.8 PROPOSAL CONTENTS........................................................................................................7 VENDOR EXPERIENCE.......................................................................................................19 2.9 IMPORTANT INFORMATION AND RESTRICTIONS............................................................10 REFERENCES......................................................................................................................19 2.10 TEMPLATES, TECHNICAL SCORESHEETS, TARGET WATERSHEDS, & MAPS.............10 BACKGROUND CHECKS.....................................................................................................19 2.11 DEFINITIONS, ACRONYMS, AND ABBREVIATIONS..........................................................10 PERSONNEL........................................................................................................................19 3.0 METHOD OF AWARD AND PROPOSAL EVALUATION PROCESS....................................14 3.1 METHOD OF AWARD...........................................................................................................14 3.2 CONFIDENTIALITY AND PROHIBITED COMMUNICATIONS DURING EVALUATION ....... 15 3.3 PROPOSAL EVALUATION PROCESS.................................................................................15 3.4 EVALUATION CRITERIA......................................................................................................16 3.5 PERFORMANCE OUTSIDE THE UNITED STATES.............................................................17 3.6 INTERPRETATION OF TERMS AND PHRASES..................................................................17 4.0 REQUIREMENTS...................................................................................................................17 4.1 CONTRACT TERM................................................................................................................17 4.2 PRICING................................................................................................................................17 4.3 DOWNWARD PAYMENT ADJUSTMENTS...........................................................................17 4.4 INVOICES.............................................................................................................................18 4.5 PAYMENT TERMS................................................................................................................18 4.6 FINANCIAL STABILITY........................................................................................................18 4.7 FINANCIAL ASSURANCE....................................................................................................18 4.8 VENDOR EXPERIENCE.......................................................................................................19 4.9 REFERENCES......................................................................................................................19 4.10 BACKGROUND CHECKS.....................................................................................................19 4.11 PERSONNEL........................................................................................................................19 4.12 VENDOR'S REPRESENTATIONS........................................................................................19 Ver: 7/1/18 Page 2 of 39 Proposal Number: 16-007704 Vendor., 5.0 SCOPE OF WORK.................................................................................................................21 5.1 GENERAL.............................................................................................................................21 5.2 OBJECTIVES........................................................................................................................21 5.3 TASKS...................................................................................................................................22 5.4 ACCEPTANCE OF WORK....................................................................................................25 6.0 CONTRACT ADMINISTRATION.............................................................................................25 6.1 PROJECT MANAGER AND CUSTOMER SERVICE............................................................25 6.2 DISPUTE RESOLUTION.......................................................................................................25 6.3 CONTRACT ADMINISTRATOR............................................................................................25 ATTACHMENT A: PRICING.............................................................................................................26 ATTACHMENT B: INSTRUCTIONS TO VENDORS..........................................................................27 ATTACHMENT C: NORTH CAROLINA GENERAL CONTRACT TERMS & CONDITIONS .............30 ATTACHMENT D: LOCATION OF WORKERS UTILIZED BY VENDOR.........................................36 ATTACHMENT E: CERTIFICATION OF FINANCIAL CONDITION...................................................37 ATTACHMENT F: SUPPLEMENTAL VENDOR INFORMATION......................................................38 ATTACHMENT G: ADDITIONAL VENDOR INFORMATION ATTACHMENT H: TASK AND DELIVERABLES Ver: 7/1/18 Page 3 of 39 Proposal Number: 16-007704 Vendor., 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. Proposals shall be submitted in accordance with the terms and conditions of this RFP and any addenda issued hereto. 2.0 GENERAL INFORMATION 2.1 REQUEST FOR PROPOSAL DOCUMENT 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. 2.2 &PROCUREMENT SOLICITATION ATTENTION: This is NOT an E -Procurement solicitation. Paragraph #16 of Attachment C: North Carolina General Contract Terms and Conditions, paragraphs (b) and (c), do not apply to this solicitation. 2.3 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 2.6 PROPOSAL QUESTIONS. If the State determines that any changes will be made as a result of the questions asked, then such decisions will be communicated in the form of an RFP addendum. The State may also elect to leave open the possibility for later negotiation and amendment of specific provisions 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. Vendor's proposal shall constitute a firm offer. 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. If a Vendor desires modification of the terms and conditions of this solicitation, it is urged and cautioned to inquire during the question period, in accordance with the instructions in this RFP, about whether specific language proposed as a modification is acceptable to or will be considered by the State. Identification of objections or exceptions to the State's terms and conditions in the proposal itself shall not be allowed and shall be disregarded or the proposal rejected. 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. Ver: 7/1/18 Page 4 of 39 Proposal Number: 16-007704 Vendor., 2.4 RFP SCHEDULE The table below shows the intended schedule for this RFP. The State will make every effort to adhere to this schedule. Event Responsibility Date and Time Issue RFP State September 6, 2018 Hold Pre -Proposal Meeting State September 20, 2018 Submit Written Questions Vendor October 4, 2018 Provide Response to Questions State October 11, 2018 Submit Proposals Vendor January 9, 2019 Contract Award State TBD Contract Effective Date State TBD 2.5 MANDATORY PRE -PROPOSAL CONFERENCE Mandatory Pre -Proposal Conference Date: September 20, 2018 Time: 10:30 AM Eastern Time Contact #: (919) 707-8451 Instructions: It shall be MANDATORY that each Vendor representative be present for a pre -proposal site visit on September 20, 2018. Attendees must meet promptly at 10:30 AM Eastern Time at North Carolina Department of Environmental Quality, Division of Mitigation Services, 217 West Jones Street, Raleigh, NC 27603. 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; Late arrivals will not be allowed to sign in or participate in the meeting (2) sign -in on the attendance sheet; and (3) sign -out upon completion of the Pre -Proposal Conference. Failure to comply with this requirement will cause offer to be rejected. The purpose of the pre -proposal conference is for all prospective offerors to acquaint themselves with the conditions and requirements of the tasks to be performed. Submission of an offer shall 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 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. The purpose of this visit is for all prospective Vendors to apprise themselves with the conditions and requirements which will affect the performance of the work called for by this Request for Proposals. Vendors must stay for the duration of the site visit. No allowances will be made for unreported conditions that a prudent Vendor would recognize as affecting the work called for or implied by this proposal. Vendors are cautioned that any information released to attendees during the site visit, other than that involving the physical aspects of the facility referenced above, and which conflicts with, supersedes, or adds to requirements in this Request for Proposal, must be confirmed by written addendum before it can be considered to be a part of this proposal. Ver: 711118 Page 5 of 39 Proposal Number: 16-007704 Vendor., 2.6 PROPOSAL QUESTIONS Upon review of the RFP documents, Vendors may have questions to clarify or interpret the RFP in order to submit the best proposal possible. To accommodate the Proposal Questions process, Vendors shall submit any such questions by the above due date. Written questions shall be emailed to mariorie.barber(@ncdenr.gov by the date and time specified above. Vendors should enter "RFP #: 16-007704: 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 Vendor Question RFP Section, Page Number Vendor question ...? 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. 2.7 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. Mailing address for delivery of proposal via US Postal Service PROPOSAL NUMBER: 16-007704 NC DEQ - DIVISION OF MITIGATION SERVICES ATTN: MARJORIE BARBER 1652 MAIL SERVICE CENTER RALEIGH, NC 27699-1652 Office Address of delivery by any other method (special delivery, overnight, or any other carrier) PROPOSAL NUMBER: 16-007704 NC DEQ - DIVISION OF MITIGATION SERVICES ATTN: MARJORIE BARBER 217 WEST JONES STREET, SUITE 3409-J 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 email, in response to this RFP shall NOT be accepted. Ver: 7/1/18 Page 6 of 39 Proposal Number: 16-007704 Vendor., a) Submit one (1) signed, original executed Technical Proposal responses, and four (4) photocopies, (All 5 Must Be Placed in Separate - 3 -Ring Binders or Notebooks and Include Section Tabs). Original responses must be labeled. b) Submit two (2) redacted electronic (Proprietary and Confidential Information Excluded) copies of the executed Technical Proposal on one (1) USB flash drive simultaneously to the address identified in the table above. The electronic files 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 and/or Microsoft Excel. Technical Proposal must list any proprietary information identified as confidential and proprietary in accordance with Attachment A, Paragraph 11 of the Instructions to Vendors. The Division of Mitigation Services, in responding to public records requests, will release the information provided. It is the sole responsibility of the Vendor to ensure that this information complies with the requirements of Paragraph 11 of the Instructions to Vendors c) Submit the ArcGIS format of the boundaries of the proposed project on the USB flash drive containing the technical proposals described above. 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. JIM file must be in ArcGIS format and must be projected in the State Plane Coordinate System (NAD 831 usina a base unit of meters or feet. 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) d) Submit your technical proposal in a sealed package. Clearly mark each package with: (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 separate sealed envelopes and marked accordingly. For delivery purposes, separate 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. e) 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 proposal 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 frim, irrevocable offer for a period of at least six (6) months beyond the specified "Opening Date" for this RFP. 2.8 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: Ver: 7/1/18 Page 7 of 39 Proposal Number: 16-007704 Vendor. 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. (Submitted Mitigation credits as stated in the Executive Summary must match the credit tables shown in the Technical approach section of the submittal. This credit total also must match the amount on the Sealed Bid Proposal (attachment C). 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. 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) applicable to the project area, and the objectives that will be used to accomplish those goals. RBRPs can be found at: https://deg.nc.gov/about/divisions/mitigation-services/dms-planning/watershed-planning-documents 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) with topographic background that includes mapping of proposed mitigation areas (Restoration, Enhancement, etc.) Project Development — Describe in detail the means by which the proposed changes will be made. Describe in detail reasons for the anticipated activities and why these activities are warranted to the level proposed. Clearly state the anticipated ecological uplift for each activity on the project. The project development description must include: ■ A general description for all stream crossings, fords, roads etc. The description must include the location, width, and type of crossing (ford, culvert, bridge etc.). Crossings that utilize bridges and/or culverts with fencing that permanently prevent livestock access both upstream and downstream of the crossing (so that livestock exclusion is not dependent on the use of gates) provide better protection of the riparian area, and possibly gaining more points on the Technical Proposal Scoresheet. Ver: 7/1/18 Page 8 of 39 Proposal Number: 16-007704 Vendor.• Proposed Mitigation - Provide a description of the mitigation credits proposed. Include an explanation of how the proposed credits were derived and a table of anticipated mitigation credits. The table should include a total for each type of mitigation (i.e. restoration, 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 providing long term protection of the mitigation site. The long term protection may be provided through real estate instruments such as conservation easements held by entities such as federal, tribal, state or local resource agencies, non- profit conservation organizations, or private land managers; the transfer of title to such entities; or by restrictive 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 at least one -hundred eighty (180) days from the closing date of this RFP, prepared in accordance with NCGS Chapter 47G-2, and recorded in the applicable County(ies), or other suitable documentation of real property interest must be provided for each parcel. Project Phasing — Provide a complete schedule for completing the tasks for the project as identified in this RFP. Describe methods for completing these tasks. The proposed schedule must be based on completion of the project (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. Success Criteria — Identify specific performance standards that are anticipated to be utilized to measure success of the project. The success criteria must be directly related to the anticipated ecological uplift identified in paragraph Project Development above. Quality Control — This section shall describe the Vendor's quality control program and other procedures that will be used to ensure: 1) each deliverable (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 format(s) established by NCDMS, it contains all required information, and is grammatically/typographically correct; and 2) sufficient oversight is provided during the construction/planting phase so that the project is completed on schedule and is in compliance with any required federal, state or local permit(s). Maps diagrams, and/or photographs may be used to supplement the text and may be printed on one side. However, the Technical Proposal should not exceed a total of 50 pages printed front to back (100 - page limit) and each 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. g) ATTACHMENT A: PRICING (COMPLETED, SIGNED AND SEPARATELY SEALED) h) ATTACHMENT B: INSTRUCTIONS TO VENDORS 1) ATTACHMENT C: NORTH CAROLINA GENERAL CONTRACT TERMS AND CONDITIONS j) ATTACHMENT D: LOCATION OF WORKERS UTILIZED BY VENDOR (COMPLETED) i) ATTACHMENT E: CERTIFICATION OF FINANCIAL CONDITION (COMPLETED AND SIGNED) j) ATTACHMENT F: SUPPLEMENTAL VENDOR INFORMATION (COMPLETED) k) ATTACHMENT G: ADDITIONAL VENDOR INFORMATION (COMPLETED) 1) TECHNICAL SCORESHEET — COMPLETED (OPTIONAL) Ver: 7/1/18 Page 9 of 39 Proposal Number: 16-007704 Vendor., 2.9 IMPORTANT INFORMATION AND RESTRICTIONS a) The DMS recognizes that a Vendor(s) might not be able to find one site that provides the total amount of mitigation requested for the cataloging unit listed above. Therefore, proposals may be submitted in any of the following categories: ■ One or more sites providing all 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. 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 the TASKS Section, long-term protection of the selected properties must be provided by a conservation easement held by the State of North Carolina. 2.10 TEMPLATES, TECHNICAL SCORESHEETS, TARGET WATERSHEDS, & MAPS The latest required report templates, technical scoresheets, target watersheds and mapping and applicable to this RFP are found at: https://deg.nc.gov/aboutldivisions/mitigation-services/dms-vendors/rfi)-forms-templates 2.11 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 Ver: 7/1/18 Page 10 of 39 Proposal Number: 16-007704 Vendor., 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. The Categorical Exclusion will be satisfied by completing the Categorical Exclusion Action Form and Document. The Categorical Exclusion must be approved by the Federal Highway Administration (FHWA). Coastal Wetland — As defined in North Carolina General Statute 113-229(n)(3) and described in the CAMA Handbook for Development in Coastal North Carolina — Section 2(A)(4) 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 — Total bid cost divided by the number of offered credits for each type of mitigation. Credit Release Schedule - The timeline established for the periodic release of mitigation credits based upon the successful implementation of the approved Mitigation Plan, including construction and post -construction monitoring. Department — The North Carolina Department of Environmental Quality (NCDEQ) Division of Financial Services — Contracting arm of NCDEQ. Division of Water Resources -Division in NCDEQ that is responsible for state water quality regulations. DOA/P&C — The North Carolina Department of Administration, Division of Purchase and Contract. Financial Assurance — Financial security assuring the ability of the provider to deliver the contracted for mitigation credits. Financial Assurance must be provided through Performance Bonds, Letters of Credit or Casualty Insurance. Hydrologic Unit ("HU") — A geographic area representing a portion of a Cataloging Unit as depicted on the "Hydrologic Unit Map — 1974, State of North Carolina, published by the U.S. Department of Interior, Geological Survey," and identified by a 14 -digit number. Interagency Review Team (IRT) — A group of federal, tribal, state, and/or local regulatory and resource agency representatives that review documentation for, and advises the USACE district engineer on the establishment and management of a stream and/or wetland mitigation bank or an in -lieu fee program. Intermittent Stream — A well-defined channel that contains water for only part of the year, typically during winter and spring when the aquatic bed is below the water table. The flow may be heavily supplemented by storm water runoff. An intermittent stream should score at least 19 points using the NC Division of Water Quality Classification Manual, Version 4.11, 2010, effective September 1, 2010. This manual can be found at: http://portal. ncdenr.org/web/wq/swp/ws/401 /waterresou rces/streamdeterm inations Jurisdictional Wetland - A wetland as defined in the 1987 Corps of Engineers Wetlands Delineation Manual. Ver: 7/1/18 Page 11 of 39 Proposal Number: 16-007704 Vendor., 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: https://deg.nc.gov/abouVdivisions/mitigation-services/dms-planning/watershed-planning-documents Long Term Protection — as defined in the Federal Code of Regulations (Federal Register/Vol. 73, No. 70/Thursday, April 10, 2008/ Rules and Regulations — Section 332.7 Management, the Long Term Protection of a mitigation site may be provided through real estate instruments such as conservation easements held by entities such as federal, tribal, state or local 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. Monitoring Report — A written document, supplemented with graphics due on December 1 st of each year during the 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 opening date/time. Perennial Stream — A well-defined channel that contains water year-round during a year of normal rainfall, with the aquatic bed located below the water table for most of the year. A perennial stream should score at least 30 points using the NC Division of Water Quality Stream Classification Manual, Version 4.11, 2010, effective September 1, 2010. This manual can be found at: http://Portal.ncdenr.org/web/wq/swp/ws/401/waterresources/streamdeterminations 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. 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. Ver: 7/1/18 Page 12 of 39 Proposal Number: 16-007704 Vendor., 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 (or DWR for riparian buffer and nutrient offset), 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 Buffer Mitigation Credit- The unit of measurement of the extent of riparian buffer mitigation being offered in a Proposal. Riparian Wetlands — An area that is underlain with hydric soils and located within a geomorphic floodplain or natural crenulation, or contiguous with NATURAL water bodies greater than 20 acres in size. River Basin — The largest category of surface water drainage; there are seventeen (17) river basins in North Carolina. River Basin Restoration Priorities - A planning document prepared by the NCDMS that targets specific watersheds (TLWs) with descriptions of existing degradation and protection needs for restoration project implementation. Unless otherwise stipulated in the RFP, NCDMS requires mitigation sites to be located in these targeted local watersheds (i.e. hydrologic units). Scope of Services — All services, actions, and physical work required by the Department to achieve the purpose and objectives defined in the RFP; such services may include the furnishing of all required labor, equipment, supplies and materials except as specifically stated. Sealed Cost Proposal — The completed Sealed Cost Proposal form included in the RFP signed by the Vendor specifying the total compensation requested for the performance of the specified scope of services as defined by the RFP. If more than one Site is proposed, a separate Sealed Cost Proposal must be submitted for each Site. If the Vendor is willing to offer multiple options (i.e. different quantities of mitigation at different credit costs) for one proposed site, a separate Cost Proposal must be submitted for each option offered. Service Area — 1) A geographic area where mitigation credits from a mitigation site can generally be utilized to satisfy permit requirements. 2) A geographic area where a mitigation requirement can be satisfied. Site — Property or properties identified by a Vendor in a Proposal as having potential to provide either wetland, stream, buffer or nutrient offset mitigation. A proposed project shall describe mitigation activities that occur on a single property parcel, or which occur on multiple property parcels. Project proposals shall demonstrate hydrologic connectivity and/or habitat continuity such that the functional relationships between the project components, encompassed within each parcel is evident. DMS shall have the sole discretion to determine whether the project components have sufficient hydrologic connectivity and/or habitat continuity to be considered in a single project proposal. Stream Mitigation Credit — The unit of measurement of the extent of stream mitigation being offered in a Proposal. 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. Ver: 7/1/18 Page 13 of 39 Proposal Number: 16-007704 Vendor., 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, firm, 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. 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 METHOD OF AWARD AND PROPOSAL EVALUATION PROCESS 3.1 METHOD OF AWARD Contracts will be awarded in accordance with G.S. 143-52 and the evaluation criteria set out in this solicitation. Prospective Vendors shall not be discriminated against on the basis of any prohibited grounds as defined by Federal and State law. All qualified proposals will be evaluated and awards will be made to the Vendor(s) meeting the RFP requirements and achieving the highest and best final evaluation, based on the criteria described below. The NCDMS Procurement Manager and the Director, will analyze the ranked sites, determine the proposal selections and submit recommendations to 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 needs at the time of selection ■ the best interest of the State of North Carolina Ver: 7/1/18 Page 14 of 39 Proposal Number: 16-007704 Vendor. While the intent of this RFP is to award a Contract(s) to single Vendor, the State reserves the right to make separate awards to different Vendors for one or contracts, to not award one or more contracts or to cancel this RFP in its entirety without awarding a Contract, if it is considered to be most advantageous to the State to do so. The status of a Vendor's E -Procurement Services account(s) shall be considered a relevant factor in determining whether to approve the award of a contract under this RFP. Any Vendor with an E -Procurement Services account that is in arrears by 91 days or more at the time of proposal opening may, at the State's discretion, be disqualified from further evaluation or consideration. The State reserves the right to waive any minor informality or technicality in proposals received. 3.2 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 -contractors 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 -contractor 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 RFP 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. 3.3 PROPOSAL EVALUATION PROCESS The State shall review all Vendor responses to this RFP to confirm that they meet the specifications and requirements of the RFP. The State will conduct a Two -Step evaluation of Proposals: 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 not 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. All technical proposals will be evaluated prior to opening any cost proposal. Ver: 7/1/18 Page 15 of 39 Proposal Number: 16-007704 Vendor. 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 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. Proposals will generally be evaluated according to completeness, content, experience with similar projects, ability of the Vendor and its staff, and cost. Specific evaluation criteria are listed section 3.4 EVALUATION CRITERIA, below. 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 within a competitive range to submit a best and final offer (BAFO), based on discussions and negotiations with the State, if 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. 3.4 EVALUATION CRITERIA All qualified proposals will be evaluated and award made based on considering the following criteria, to result in an award most advantageous to the State. A proposal may be rejected during any phase of review if 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 offeror 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 Contract Administrator and Purchasing Agent. Only vendors who meet these initial qualifications will move forward. b) Upon completion of the initial review, a field review and evaluation of the proposed site will be conducted by the PRC. c) Each Vendor will be scored based on the Technical Scoresheet. Price a) Sealed cost proposals for all proposals still under consideration will be opened and tabulated. b) The adjusted credit cost is a combined technical and cost measure, and used for ranking sites. This is a best value determination by NCDMS after evaluating all factors in the technical proposal and then evaluating the cost proposal. The adjusted credit cost will be calculated and determined using the following formula: Credit Cost _ Proposal Rating (Technical Score) Each site will be ranked by the lowest adjusted credit cost. Ver: 711118 Page 16 of 39 Proposal Number: 16-007704 Vendor.- 3.5 endor. 3.5 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: a) Total cost to the State b) Level of quality provided by the Vendor c) Process and performance capability across multiple jurisdictions d) Protection of the State's information and intellectual property e) Availability of pertinent skills f) Ability to understand the State's business requirements and internal operational culture g) Particular risk factors such as the security of the State's information technology h) Relations with citizens and employees i) Contract enforcement jurisdictional issues 3.6 INTERPRETATION OF TERMS AND PHRASES This 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 Contract Terms and Conditions. The use of phrases such as "shall," "must," and "requirements" are intended to create enforceable contract conditions. In determining whether proposals should be evaluated or rejected, the 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. 4.0 REQUIREMENTS This Section lists the requirements related to this RFP. By submitting a proposal, the Vendor agrees to meet all stated requirements in this Section as well as any other specifications, requirements and terms and conditions stated in this RFP. If a Vendor is unclear about a requirement or specification or believes a change to a requirement would allow for the State to receive a better proposal, the Vendor is urged and cautioned to submit these items in the form of a question during the question and answer period in accordance with Section 2.6. 4.1 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 days of the Effective Date. 4.2 PRICING Proposal 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 not invoice for any amounts not specifically allowed for in this RFP. Complete ATTACHMENT A: PRICING FORM and include in Proposal. 4.3 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 Ver: 7/1/18 Page 17 of 39 Proposal Number: 16-007704 Vendor., baseline monitoring document; the post construction monitoring period, and/or after final determination of mitigation credits by the IRT. 4.4 INVOICES a) Invoices are to be submitted to the NCDMS after its approval of each individual task/deliverable. b) The Vendor must follow the NCDMS Invoice Guidelines dated March 1, 2014. c) Final invoice must be received by the DEPARTMENT within 45 days after the end of the contract period. d) Invoices must bear the correct contract number to ensure prompt payment. The Vendor's failure to include the correct contract number may cause delay in payment. e) Invoices must be submitted to the following address: NC Department of Environmental Quality Division of Mitigation Services Attn: Debby Davis 1652 Mail Service Center Raleigh, NC 27699-1652 4.5 PAYMENT TERMS a) The Vendor will be compensated at the rates quoted in the Vendor's Cost Proposal (as per the Payment Schedule provided in Section 5.3 TASKS). b) The Vendor will be paid net thirty (30) calendar days after the Vendor's invoice is approved by the State 4.6 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 statement made in this Certification. 4.7 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 an acceptable performance bond as described in the following paragraph to guarantee delivery of the maximum number of originally contracted credits. The performance bond must be obtained from a company licensed in North Carolina as shown in the Federal Treasury Listing of Approved Sureties (Circular 570). The maximum allowable amount provided by a surety may not exceed the "underwriting limitation" for the surety as identified in the Federal Treasury Listing. Although this RFP is a request for mitigation and not construction, the performance bond shall follow the prescribed wording provided in N.C.G.S. § 44A-33. The performance bond must be for 55% of the total value of the contract and must be in effect and 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. 2) Letters of Credit- LDCs 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. Ver: 711118 Page 18 of 39 Proposal Number: 16-007704 Vendor., 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 DMS," the contract number and the Insured Property must be named in the insurance document. NCDEQ shall have the sole right to place a claim against the policy, b. Casualty Insurance can be written effective for one year, but notice from the Vendor, stating that it is currently in the process of replacing the current policy, must be submitted to NCDMS at least one month before policy expiration date. 4.8 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. 4.9 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. 4.10 BACKGROUND CHECKS Vendor and its personnel are required to provide or undergo background checks at Vendor's expense prior to beginning work with the State. As part of Vendor background the details below must be provided to the State: a) Any regulatory sanctions levied against Vendor or any of its officers, directors or its professional employees expected to provide Services on this project by any state or federal regulatory agencies within the past three years or a statement that there are none. As used herein, the term "regulatory sanctions" includes the revocation or suspension of any license or certification, the levying of any monetary penalties or fines, and the issuance of any written warnings; b) Any regulatory investigations pending against Vendor or any of its officers, directors or its professional employees expected to provide Services on this project by any state or federal regulatory agencies of which Vendor has knowledge or a statement that there are none. Vendor's responses to these requests shall be considered to be continuing representations, and Vendor's failure to notify the State within thirty (30) days of any criminal litigation, investigation or proceeding involving Vendor or its then current officers, directors or persons providing Services under this contract during its term shall constitute a material breach of contract. The provisions of this paragraph shall also apply to any subcontractor utilized by Vendor to perform Services under this contract. 4.11 PERSONNEL Vendor shall not substitute key personnel assigned to the performance of this Contract without prior written approval by the Contract Lead. 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. 4.12 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 not enter any agreement with a third party that may abridge any rights of the State under this Contract. Vendor will serve as the prime contractor under this Contract and shall be responsible for the performance and payment of all subcontractor(s) that Ver: 7/1/18 Page 19 of 39 Proposal Number: 16-007704 Vendor., may be approved by the State. Names of any third party Vendors or subcontractors of Vendor may appear for purposes of convenience in Contract documents; and shall not limit Vendor's obligations hereunder. Vendor will retain executive representation for functional and technical expertise as needed in order to incorporate any work by third party subcontractor(s). b) If any Services, deliverables, functions, or responsibilities not 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 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. Ver: 711118 Page 20 of 39 Proposal Number: 16-007704 Vendor. - 5.0 SCOPE OF WORK 5.1 GENERAL The mission of NCDMS is to provide cost-effective mitigation alternatives that improve the state's water resources. This RFP is soliciting Proposals from qualified Vendors for needed mitigation as described herein for the NCDMS to successfully meet permit conditions mandated by the regulatory agencies. 5.2 OBJECTIVES The Department desires to acquire Stream and Riparian Wetland Mitigation Credits quantified in the table below and occurring within the Catawba Expanded Service Area (ESA) including sections of Cataloging Units 03050101, 03050102, and 03050103 (which can be found on the DMS website at the following link: https://deg.nc.gov/about/divisions/mitigation-services/dms-vendors/rfp-forms-templates). RIVER BASIN CATALOGING UNITS Catawba 03050101*, 03050102*, 03050103* *Catawba 03 Expanded Service Area (ESA) Mitigation Type Requested Credits Thermal Regime Credits Shall Not Exceed Preservation Percentage Credits Shall Meet a Minimum Restoration Percentage of Total Credits Offered Stream 5,000 Warm/Cool/Cold 10 % of total linear feet n/a Riparian Wetland 8.00 n/a 50% Non -Riparian Wetland n/a n/a n/a Riparian Buffer n/a n/a n/a Credit Combinations Acceptable for this Submission Stream Only NO Riparian Wetland Only YES Stream & Wetland YES General Mitigation Information Stream Mitigation: The definitions of stream restoration, enhancement levels I and II, and preservation are defined in the Stream Mitigation Guidelines (U.S. Army Corps of Engineers, Wilmington District, April, 2003) available on their website. For the purposes of this RFP (the technical proposal, and any contract(s) that may result from this RFP), all mitigation must be consistent with 2003 USACE Stream Mitigation Guidelines and the Wilmington District Stream and Wetland Compensatory Mitigation Update (NCIRT-October 24, 2016). Wetland Mitigation: Information, including soil boring logs prepared by a Licensed Soil Scientist (LSS), must be provided in the technical proposal to demonstrate that areas proposed for restoration consist predominantly of hydric soils, and: 1. Are not currently jurisdictional wetlands as defined in the 1987 US Army Corps of Engineers Wetland Delineation Manual and USACE regional supplements, and that are devoid of the proper community type of vegetation (Wetland Re-establishment). 2. Are degraded (poorly functioning) jurisdictional wetlands that have been drained or otherwise manipulated resulting in a significant loss of wetland function (Wetland Rehabilitation). Wetland Rehabilitation should restore most, if not all natural and/or historic functions to a degraded wetland. Ver: 7/1/18 Page 21 of 39 Proposal Number: 16-007704 Vendor., 3. Are degraded (poorly to moderately functioning) jurisdictional wetlands that have been manipulated resulting in a loss of wetland function (Wetland Enhancement) — Wetland Enhancement results in the gain of selected wetland function(s), but may also lead to a decline in other aquatic resource function(s). 5.3 TASKS Task deliverables must meet the latest required report templates described in Section 2.10. Deliverable quantity, format, and method of delivery are provided in Attachment H. The Vendor may elect to complete Task 3 (site specific Mitigation Plan), including the requirement for financial assurance (See FINANCIAL ASSURANCE section) prior to completion of Task 2. Task 1 Environmental and Project Screening: 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 provide the following task deliverables associated with the conservation easement(s): 1. Draft Conservation Easement • Use the latest conservation easement template found on the DMS website. • 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 mimic 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. 2. Preliminary Survey Plat • 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 Project number, name of the owner, location, date surveyed, scale of the drawing, name, address, registration number and seal of the surveyor. • 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 text metes and bounds must be provided for recordation with the conservation easement. • 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. Ver: 711118 Page 22 of 39 Proposal Number: 16-007704 Vendor., 3. Draft 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. 4.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 Deliverables The Vendor will complete the six (6) listed deliverables. 1. Recorded Conservation Easement 2. Recorded Survey Plat 3. Final attorneys report on title based on 30 -year search with deeds and documentation. 4.Original title insurance policy shall be forwarded to SPO immediately upon availability 5. Provide the name, address, phone number, and e-mail address (if available) of each grantor (via electronic communication) to SPO and DMS. 6. Install survey monumentation and conduct boundary marking with the following specifications in accordance with NCBELS: 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 tableof 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: 1. The vendor may elect to install boundary marking during Task 6 preparation. No payment for Task 6 will be approved prior to installation. 2.The original title insurance policy(ies) must be received prior to payment for the Task 6 deliverable. TASK 3 Develop a site-specific Draft mitigation plan, as appropriate for each site and submit it to the DMS for review, comment, and approval. Submit a Final Draft mitigation plan for IRT review. Submit a Final mitigation plan with PCNs for permitting. FINANCIAL ASSURANCE is also due as part of this deliverable. Deliverables will not be approved without the strict adherence to the current version of the DMS digital drawing guidance. TASK 4 Secure any necessary permits and/or certifications (i.e. Erosion and Sedimentation Control permit, etc.). Submit applicable permits, certifications, etc. to DMS prior to implementation of the earthwork portion of the mitigation project. Upon completion of earthwork, notify DMS in writing of completion date. Ver: 711118 Page 23 of 39 Proposal Number: 16-007704 Vendor., TASK 5 Complete planting of the mitigation site and install 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. Deliverables will not be approved without the strict adherence to the current version of the DMS digital drawing guidance. TASK 6 Prepare the baseline monitoring document and as -built drawings. The as -built drawings (final record of project construction) should be submitted with the following criteria: a. Pre -Construction Plan design b. As -built survey (on same sheets as Pre -Construction Plan design) C. Must bear Professional Land Surveyor (PLS) seal and/or Professional Engineer (PE) seal where applicable d. Annotation and corrections of the Pre -Construction Plan design Deliverables will not be approved without strict adherence to the current version of the DMS digital drawing guidance. TASKS 7-13 Monitor the mitigation site as stipulated in the mitigation plan and baseline monitoring report to assess the success of the restored site for a period of at least seven (7) years. Each annual monitoring report must be submitted to the DMS by December 1st of the year during which the monitoring was conducted. The 7th year monitoring report (or final year in cases where monitoring has been extended beyond 7 years) must include a closeout report that provides an assessment of the monitoring data collected from the entire monitoring period. The Vendor must attend preparation closeout meetings, and present the final project to the IRT in closeout office/onsite meetings. Deliverables will not be approved without the strict adherence to the current version of the DMS digital drawing guidance. PAYMENT SCHEDULE AND DESCRIPTION OF MILESTONES Project Milestones and Payment Schedule 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 Drawin s 1 10 7 Submit Monitoring Report #1 to DMS meets success criteria*)l 5 8 Submit Monitoring Report #2 to DMS meets success criteria*)l 2 9 Submit Monitoring Report #3 to DMS meets success criteria*)l 2 10 Submit Monitoring Report #4 to DMS meets success criteria*)l 2 11 Submit Monitoring Report #5 to DMS meets success criteria*)l 2 12 Submit Monitoring Report #6 to DMS meets success criteria*)l 2 13 Submit Monitoring Report #7 to DMS and complete project Close- Out rocess meets success criteria* 10 OTAL 100 ^Vendor is only eligible for payment after DMS has approved the task/deliverable. **If site fails to meet success criteria, as indicated in any monitoring report, payment of the monitoring task may be made if a suitable contingency plan is submitted to and accepted by the DMS. Ver: 711118 Page 24 of 39 Proposal Number: 16-007704 Vendor., 1 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 must be adjusted, then all future yearly payments will be made following IRT yearly release of the credits. 5.4 ACCEPTANCE OF WORK In the event acceptance criteria for any work or deliverables is not described in contract documents or work orders hereunder, the State shall have the obligation to notify Vendor, in writing ten (10) calendar days following completion of such work or deliverable described in the Contract that it is not acceptable. The notice shall specify in reasonable detail the reason(s) it is unacceptable. Acceptance by the State shall not be unreasonably withheld; but may be conditioned or delayed as required for reasonable review, evaluation, installation or testing, as applicable of the work or deliverable. Final acceptance is expressly conditioned upon completion of all applicable assessment procedures. Should the work or deliverables fail to meet any requirements, acceptance criteria or otherwise fail to conform to the contract, the State may exercise any and all rights hereunder, including, for deliverables, such rights provided by the Uniform Commercial Code as adopted in North Carolina. 6.0 CONTRACT ADMINISTRATION 6.1 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 G: Additional Vendor Information and return with bid. 6.2 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, 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. 6.3 CONTRACT ADMINISTRATOR Kristie Corson is designated as the contract administrator for the Department for the purposes of this RFP. Ver: 711118 Page 25 of 39 Proposal Number: 16-007704 ATTACHMENT A: PRICING Vendor: RFP #: 16-007704 RFP TITLE: Full Delivery Projects to provide Stream and Riparian Wetland Mitigation Credits within the Cataloging Units 03050101, 03050102, and 03050103 of the Catawba River Basin as described in the Scope of Work 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 OPTION PROPOSED COST GRAND TOTAL: Printed Name of Authorized Representative Signature of Authorized Representative Company Name (Printed) Date Ver: 7/1/18 Page 26 of 39 STREAM RIPARIAN WETLAND TOTAL CREDITS CREDIT COST ($/CREDIT) TOTAL COSTS GRAND TOTAL: Printed Name of Authorized Representative Signature of Authorized Representative Company Name (Printed) Date Ver: 7/1/18 Page 26 of 39 Proposal Number: 16-007704 Vendor., ATTACHMENT B: 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 all 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. Regardless of error or omission, a Vendor shall not be permitted to increase its pricing after the deadline for submitting proposals. 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 the Execution Page (numbered page 1 of the RFP) 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 those in any resulting contract documents, 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 and administration provisions in Sections 4, 5 and 6 of this RFP; (3) North Carolina General Contract Terms and Conditions in ATTACHMENT C: NORTH CAROLINA GENERAL CONTRACT TERMS AND CONDITIONS; (4) Instructions in ATTACHMENT B: INSTRUCTIONS TO VENDORS; (5) ATTACHMENT A: PRICING, and (6) 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 shall submit with its proposal any sketches, descriptive literature and/or complete specifications covering the products and Services offered. Reference to literature submitted with a previous proposal or available elsewhere will not satisfy this provision. Failure comply with these requirements shall constitute sufficient cause to reject a proposal without further consideration. 8. RECYCLING AND SOURCE REDUCTION: It is the policy of the State to encourage and promote the purchase of products with recycled content to the extent economically practicable, and to purchase items which are reusable, refillable, repairable, more durable and less toxic to the extent that the purchase or use is practicable and cost- effective. We also encourage and promote using minimal packaging and the use of recycled/recyclable products in the packaging of commodities purchased. However, no sacrifice in quality of packaging will be acceptable. The company remains responsible for providing packaging that will adequately protect the commodity and contain it for its intended use. Companies are strongly urged to bring to the attention of purchasers those products or packaging they offer which have recycled content and that are recyclable. 9. CERTIFICATE TO TRANSACT BUSINESS IN NORTH CAROLINA: As a condition of contract award, each out -of - State Vendor that is a corporation, limited -liability company or limited -liability partnership shall have received, and shall maintain throughout the term of The Contract, a Certificate of Authority to Transact Business in North Carolina from the North Carolina Secretary of State, as required by North Carolina law. A State contract requiring only an isolated transaction completed within a period of six months, and not in the course of a number of repeated transactions of like nature, shall not be considered as transacting business in North Carolina and shall not require a Certificate of Authority to Transact Business. Ver: 7/1/18 Page 27 of 39 Proposal Number: 16-007704 Vendor., 10. 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. 11. HISTORICALLY UNDERUTILIZED BUSINESSES: The State is committed to retaining Vendors from diverse backgrounds, and it invites and encourages participation in the procurement process by businesses owned by minorities, women, disabled, disabled business enterprises and non-profit work centers for the blind and severely disabled. In particular, the State encourages participation by Vendors certified by the State Office of Historically Underutilized Businesses, as well as the use of HUB -certified vendors as subcontractors on State contracts. 12. RECIPROCAL PREFERENCE: G.S. 143-59 establishes a reciprocal preference requirement to discourage other states from favoring their own resident Vendors by applying a percentage increase to the price of any proposal from a North Carolina resident Vendor. To the extent another state does so, North Carolina applies the same percentage increase to the proposal of a vendor resident in that state. Residency is determined by a Vendor's "Principal Place of Business," defined as that principal place from which the overall trade or business of the Vendor is directed or managed. 13. INELIGIBLE VENDORS: As provided in G.S. 147-86.59 and G.S. 147-86.82, the following companies are ineligible to contract with the State of North Carolina or any political subdivision of the State: a) any company identified as engaging in investment activities in Iran, as determined by appearing on the Final Divestment List created by the State Treasurer pursuant to G.S. 147-86.58, and b) any company identified as engaged in a boycott of Israel as determined by appearing on the List of restricted companies created by the State Treasurer pursuant to G.S. 147-86.81. A contract with the State or any of its political subdivisions by any company identified in a) or b) above shall be void ab initio. 14. CONFIDENTIAL INFORMATION: To the extent permitted by applicable statutes and rules, the State will maintain as confidential trade secrets in its proposal that the Vendor does not wish disclosed. As a condition to confidential treatment, each page containing trade secret information shall be identified in boldface at the top and bottom as "CONFIDENTIAL" by the Vendor, with specific trade secret information enclosed in boxes, marked in a distinctive color or by similar indication. Cost information shall not be deemed confidential under any circumstances. Regardless of what a Vendor may label as a trade secret, the determination whether it is or is not entitled to protection will be determined in accordance with G.S. 132-1.2. Any material labeled 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. If a legal action is brought to require the disclosure of any material so marked as confidential, the State will notify Vendor of such action and allow Vendor to defend the confidential status of its information. 15. PROTEST PROCEDURES: When a Vendor wishes to protest the award of The Contract 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: Division of 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.us/ips/. All protests will be handled pursuant to the North Carolina Administrative Code, 01 NCAC 05B .1519. Ver: 7/1/18 Page 28 of 39 Proposal Number: 16-007704 Vendor., 16. MISCELLANEOUS: Any gender -specific pronouns used herein, whether masculine or feminine, shall be read and construed as gender neutral, and the singular of any word or phrase shall be read to include the plural and vice versa. 17. 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 or award of a Contract related to this RFP. Failure to comply with this requirement shall constitute sufficient justification to disqualify a Vendor from a Contract award. Only those communications with the using agency or issuing agency authorized by this RFP are permitted. 18. TABULATIONS: Bid tabulations can be electronically retrieved at the Interactive Purchasing System (IPS), https://www.ips.state.nc.us/ips/BidNumberSearch.aspx. Click on the IPS BIDS icon, click on Search for Bid, enter the bid number, and then search. Tabulations will normally be available at this web site not later than one working day after the bid opening. 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. 19. VENDOR REGISTRATION AND SOLICITATION NOTIFICATION SYSTEM: The North Carolina electronic Vendor Portal (eVP) allows Vendors to electronically register free with the State to receive electronic notification of current procurement opportunities 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://ncadmin.nc.gov/about-doa/divisions/purchase- contract. 20. 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 later date included in an Addendum to the RFP). A withdrawal request shall be submitted 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. 21. INFORMAL COMMENTS: The State shall not be bound by informal explanations, instructions or information given at any time by anyone on behalf of the State during the competitive process or after award. The State is bound only by information provided in writing in this RFP and in formal Addenda issued through IPS. 22. COST FOR PROPOSAL PREPARATION: Any costs incurred by Vendor in preparing or submitting offers are the Vendor's sole responsibility; the State of North Carolina will not reimburse any Vendor for any costs incurred prior to award. 23. 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. 24. INSPECTION AT VENDOR'S SITE: The State reserves the right to inspect, at a reasonable time, the equipment, item, plant or other facilities of a prospective Vendor prior to Contract award, and during the Contract term as necessary for the State's determination that such equipment, item, plant or other facilities conform with the specifications/requirements and are adequate and suitable for the proper and effective performance of the Contract. Ver: 7/1/18 Page 29 of 39 Proposal Number: 16-007704 Vendor., ATTACHMENT C: NORTH CAROLINA GENERAL CONTRACT TERMS & CONDITIONS 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 A (as amended, if applicable) is equal to the ratio of the Units actually generated to the total Units identified in Attachment A. In the event of default by the Vendor, the State may procure the goods and 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 The Contract, or upon the Vendor filing a petition for bankruptcy or the entering of a judgment of bankruptcy by or against the Vendor, the State may immediately cease doing business with the Vendor, immediately terminate The Contract for cause, and may take action to debar the Vendor from doing future business with the State. a) Vendor grants the State a personal non -transferable and non-exclusive right to use and access, all Services and other functionalities or Services provided, furnished or accessible under this Agreement. The State may utilize the Services as agreed herein. The State is authorized to access State Data provided by the State and any Vendor - provided data as specified herein and to transmit revisions, updates, deletions, enhancements, or modifications to the State Data. This shall include the right of the State to, and access to, Support without the Vendor requiring a separate maintenance or support agreement unless otherwise specifically agreed in writing. User access to the Services shall be routinely provided by the Vendor and may be subject to a more specific Service Level Agreement (SLA) agreed to in writing by the parties. In the absence of an SLA, the Vendor agrees to provide the Services at least in the manner that it provides accessibility to the services to comparable users. b) The State's right to access the Services and its associated services neither transfers, vests, nor infers any title or other ownership right in any intellectual property rights of the Vendor or any third party, nor does this right of access transfer, vest, or infer any title or other ownership right in any intellectual property associated with the Services unless otherwise agreed to by the parties. The provisions of this paragraph will not be construed as a sale of any ownership rights in the Services. Any Services or technical and business information owned by Vendor or its suppliers or licensors made accessible or furnished to the State shall be and remain the property of the Vendor or such other party, respectively. Vendor has a limited, non-exclusive license to access and use any State Data as provided to Vendor, but solely for performing its obligations under this Agreement and in confidence as provided herein. Vendor or its suppliers shall at minimum, and except as otherwise agreed, provide telephone assistance to the State for all Services procured hereunder during the State's normal business hours (unless different hours are specified herein). Vendor warrants that its Support and customer service and assistance will be performed in accordance with generally accepted industry standards. The State has the right to receive the benefit of upgrades, updates, maintenance releases or other enhancements or modifications made generally available to Vendor's users for similar Services. Vendor may, at no additional charge, modify the Services to improve operation and reliability or to meet legal requirements. c) Vendor will provide to the State the same Services for updating, maintaining and continuing optimal performance for the Services as provided to other similarly situated Users of the Services, but minimally as provided for and specified herein. The technical and professional activities required for establishing, managing, and maintaining the Services environment are the responsibilities of the Vendor. Any training specified herein will be provided by the Vendor to specified State users for the fees or costs as set forth herein or in an SLA. d) Some Services provided online pursuant to this Solicitation may, in some circumstances, be accompanied by a user clickwrap agreement. The term clickwrap agreement refers to an agreement that requires the end user to manifest his or her assent to terms and conditions by clicking an "ok" or "agree" button on a dialog box or pop-up window as part of the process of access to the Services. All terms and conditions of any clickwrap agreement provided with any Services solicited herein shall have no force and effect and shall be non-binding on the State, its employees, agents, and other authorized users of the Services. Ver: 7/1/18 Page 30 of 39 Proposal Number: 16-007704 Vendor. e) If Vendor modifies or replaces the Services provided to the State and other comparable users, and if the State has paid all applicable Fees, the State shall be entitled to receive, at no additional charge, access to a newer version of the Services that supports substantially the same functionality as the then accessible version of the Services. Newer versions of the Services containing substantially increased functionality may be made available to the State for an additional subscription fee. In the event of either of such modifications, the then accessible version of the Services shall remain fully available to the State until the newer version is provided to the State and accepted. If a modification materially affects the functionality of the Services as used by the State, the State, at its sole option, may defer such modification. 2. GOVERNMENTAL RESTRICTIONS: In the event any Governmental restrictions are imposed which necessitate alteration of the material, quality, workmanship or performance of the goods or Services offered prior to their delivery, it shall be the responsibility of the Vendor to notify the Contract Lead at once, in writing, 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. AVAILABILITY OF FUNDS: Any and all payments to the Vendor shall be dependent upon and subject to the availability of funds to the agency for the purpose set forth in The 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) The agency(ies) participating in The Contract are exempt from Federal Taxes, such as excise and transportation. Exemption forms submitted by the Vendor will be executed and returned by the using agency. c) Prices offered are not to include any personal property taxes, nor any sales or use tax (or fees) unless required by the North Carolina Department of Revenue. 5. SITUS AND 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 its conflict of laws rules, and within which State all matters, whether sounding in Contract or tort or otherwise, relating to its validity, construction, interpretation and enforcement shall be determined. 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 Vendor 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. AFFIRMATIVE ACTION: The Vendor will take affirmative action in complying with all Federal and State requirements concerning fair employment and employment of people with disabilities, and concerning the treatment of all employees without regard to discrimination on the basis of any prohibited grounds as defined by Federal and State law. 8. CONDITION AND PACKAGING: Unless otherwise provided by special terms and conditions or specifications, it is understood and agreed that any item offered or shipped has not been sold or used for any purpose and shall be in first class condition. All containers/packaging shall be suitable for handling, storage or shipment. 9. INTELLECTUAL PROPERTY WARRANTY AND INDEMNITY: Vendor shall hold and save the State, its officers, agents and employees, harmless from liability of any kind, including costs and expenses, resulting from infringement of the rights of any third party in any copyrighted material, patented or patent -pending invention, article, device or appliance delivered in connection with The Contract. Ver: 7/1/18 Page 31 of 39 Proposal Number: 16-007704 Vendor. a. Vendor warrants to the best of its knowledge that: i. The Services do not infringe any intellectual property rights of any third party; and ii. There are no actual or threatened actions arising from, or alleged under, any intellectual property rights of any third party; b. Should any Services supplied by Vendor become the subject of a claim of infringement of a patent, copyright, Trademark or a trade secret in the United States, the Vendor, shall at its option and expense, either procure for the State the right to continue using the Services, or replace or modify the same to become noninfringing. If neither of these options can reasonably be taken in Vendor's judgment, or if further use shall be prevented by injunction, the Vendor agrees to cease provision of any affected Services, and refund any sums the State has paid Vendor and make every reasonable effort to assist the State in procuring substitute Services. If, in the sole opinion of the State, the cessation of use by the State of any such Services due to infringement issues makes the retention of other items acquired from the Vendor under this Agreement impractical, the State shall then have the option of terminating the Agreement, or applicable portions thereof, without penalty or termination charge; and Vendor agrees to refund any sums the State paid for unused Services. c. The Vendor, at its own expense, shall defend any action brought against the State to the extent that such action is based upon a claim that the Services supplied by the Vendor, their use or operation, infringes on a patent, copyright, trademark or violates a trade secret in the United States. The Vendor shall pay those costs and damages finally awarded or agreed in a settlement against the State in any such action. Such defense and payment shall be conditioned on the following: i. That the Vendor shall be notified within a reasonable time in writing by the State of any such claim; and, ii. That the Vendor shall have the sole control of the defense of any action on such claim and all negotiations for its settlement or compromise provided, however, that the State shall have the option to participate in such action at its own expense. d. Vendor will not be required to defend or indemnify the State if any claim by a third party against the State for infringement or misappropriation results from the State's material alteration of any Vendor -branded Services, or from the continued use of the good(s) or Services after receiving notice they infringe on a trade secret of a third party. Vendor shall hold and save the State, its officers, agents and employees, harmless from liability of any kind, including costs and expenses, resulting from infringement of the rights of any third party in any copyrighted material, patented or patent -pending invention, article, device or appliance delivered in connection with The Contract. 10. TERMINATION FOR CONVENIENCE: If this contract contemplates deliveries or performance over a period of time, the State may terminate this contract at any time by providing 60 days' notice in writing from the State to the Vendor. In that event, any or all finished or unfinished 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 those items for which such option is exercised, less any payment or compensation previously made. 11. ADVERTISING: Vendor agrees not to use the existence of The Contract or the name of the State of North Carolina as part of any commercial advertising or marketing of products or Services. A Vendor may inquire whether the State is willing to act as a reference by providing factual information directly to other prospective customers. 12. ACCESS TO PERSONS AND RECORDS: During and after the term hereof, the State Auditor and any using agency's internal auditors shall have access to persons and records related to The Contract to verify accounts and data affecting fees or performance under the Contract, as provided in G.S. 143-49(9). 13. 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 Ver: 7/1/18 Page 32 of 39 Proposal Number: 16-007704 Vendor., 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 The Contract. 14. 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 in North Carolina. If any work is sub -contracted, the Vendor shall require the sub -Contractor to provide the same coverage for any of his employees engaged in any work under the Contract within the State. 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 within North Carolina in connection with the Contract. The minimum combined single limit shall be $250,000.00 bodily injury and property damage; $250,000.00 uninsured/under insured motorist; and $2,500.00 medical payment. REQUIREMENTS - Providing and maintaining adequate insurance coverage is a material obligation of the Vendor and is of the essence of The Contract. All such insurance shall meet all laws of the State of North Carolina. Such insurance coverage shall be obtained from companies that are authorized to provide such coverage and that are authorized by the Commissioner of Insurance to do business in North Carolina. The Vendor shall at all times comply with the terms of such insurance policies, and all requirements of the insurer under any such insurance policies, except as they may conflict with existing North Carolina laws or The Contract. The limits of coverage under each insurance policy maintained by the Vendor shall not be interpreted as limiting the Vendor's liability and obligations under the Contract. 15. 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 The 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 The 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 or Services to the State. The representation and warranty in the preceding sentence shall survive the termination or expiration of The Contract. 16. ELECTRONIC PROCUREMENT: a) Purchasing shall be conducted through the Statewide E -Procurement Service. The State's third -party agent shall serve as the Supplier Manager for this E -Procurement Service. The Vendor shall register for the Statewide E - Procurement Service within two (2) business days of notification of award in order to receive an electronic purchase order resulting from award of this contract. b) The Supplier Manager will capture the order from the State approved user, including the shipping and payment information, and submit the order in accordance with the E -Procurement Service. Subsequently, the Supplier Manager will send those orders to the appropriate Vendor on State Contract. The State or State -approved user, not the Supplier Manager, shall be responsible for the solicitation, proposals received, evaluation of proposals received, award of contract, and the payment for goods delivered. c) Vendor shall at all times maintain the confidentiality of its user name and password for the Statewide E - Procurement Services. If Vendor is a corporation, partnership or other legal entity, then the Vendor may authorize Ver: 7/1/18 Page 33 of 39 Proposal Number: 16-007704 Vendor., its employees to use its password. Vendor shall be responsible for all activity and all charges by such employees. Vendor agrees not to permit a third party to use the Statewide E -Procurement Services through its account. If there is a breach of security through the Vendor's account, Vendor shall immediately change its password and notify the Supplier Manager of the security breach by email. Vendor shall cooperate with the State and the Supplier Manager to mitigate and correct any security breach. VENDOR IS AND SHALL REMAIN RESPONSIBLE FOR PAYING THE TRANSACTION FEE ON BEHALF OF ANY SUB -CONTRACTOR OR DEALER INVOLVED IN PERFORMANCE UNDER THIS CONTRACT IN THE EVENT THAT SUCH SUB -CONTRACTOR OR DEALER DEFAULTS ON PAYMENT. 17. SUBCONTRACTING: Performance under The Contract by the Vendor shall not be subcontracted without prior written approval of the State's assigned Contract Lead. Unless otherwise indicated, acceptance of a Vendor's proposal shall include approval to use the subcontractor(s) that have been specified therein in accordance with paragraph 21 of Attachment B: Instructions to Vendor. 18. CONFIDENTIALITY: Any State information, data, instruments, documents, studies or reports given to or prepared or assembled by or provided to the Vendor under The Contract shall be kept as confidential, used only for the purpose(s) required to perform The Contract and not divulged or made available to any individual or organization without the prior written approval of the State. 19. CARE OF STATE DATA AND PROPERTY: The Vendor agrees that it shall be responsible for the proper custody and care of any data owned and furnished to the Vendor by the State (State Data), or other State property in the hands of the Vendor, for use in connection with the performance of The Contract or purchased by or for the State for The Contract. Vendor will reimburse the State for loss or damage of such property while in Vendor's custody. The State Data in the hands of the Vendor shall be protected from unauthorized disclosure, loss, damage, destruction by a natural event or other eventuality. Such State Data shall be returned to the State in a form acceptable to the State upon the termination or expiration of this Agreement. The Vendor shall notify the State of any security breaches within 24 hours as required by G.S. 143B.1379. See G.S. 75-60 et seq. 20. OUTSOURCING: Any Vendor or subcontractor providing call or contact center services to the State of North Carolina or any of its agencies shall disclose to inbound callers the location from which the call or contact center services are being provided. If, after award of a contract, the contractor wishes to relocate or outsource any portion of performance to a location outside the United States, or to contract with a subcontractor for any such the performance, which subcontractor and nature of the work has not previously been disclosed to the State in writing, prior written approval must be obtained from the State agency responsible for the contract. Vendor shall give notice to the using agency of any relocation of the Vendor, employees of the Vendor, subcontractors of the Vendor, or other persons providing performance under a State contract to a location outside of the United States. 21. COMPLIANCE WITH LAWS: Vendor shall comply with all laws, ordinances, codes, rules, regulations, and licensing requirements that are applicable to the conduct of its business and its performance in accordance with The Contract, including those of federal, state, and local agencies having jurisdiction and/or authority. 22. ENTIRE AGREEMENT: This RFP 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 hereto, 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. 23. ELECTRONIC RECORDS: The State will digitize all Vendor responses to this solicitation, if not received electronically, as well as any awarded contract together with associated procurement -related documents. These electronic copies shall constitute a preservation record, and shall serve as the official record of this procurement with the same force and effect as the original written documents comprising such record. Any electronic copy, Ver: 7/1/18 Page 34 of 39 Proposal Number: 16-007704 Vendor., printout or other output readable by sight shown to reflect such record accurately shall constitute an 'original." 24. AMENDMENTS: This Contract may be amended only by a written amendment duly executed by the State and the Vendor. 25. NO WAIVER: Notwithstanding any other language or provision in The Contract, nothing herein is intended nor shall be interpreted as a waiver of any right or remedy otherwise available to the State under applicable law. The waiver by the State of any right or remedy on any one occasion or instance shall not constitute or be interpreted as a waiver of that or any other right or remedy on any other occasion or instance. 26. FORCE MAJEURE: Neither party shall be deemed to be in default of its obligations hereunder if and so long as it is prevented from performing such obligations as a result of events beyond its reasonable control, including without limitation, fire, power failures, any act of war, hostile foreign action, nuclear explosion, riot, strikes or failures or refusals to perform under subcontracts, civil insurrection, earthquake, hurricane, tornado, or other catastrophic natural event or act of God. 27. SOVEREIGN IMMUNITY: Notwithstanding any other term or provision in The Contract, nothing herein is intended nor shall be interpreted as waiving any claim or defense based on the principle of sovereign immunity or other State or federal constitutional provision or principle that otherwise would be available to the State under applicable law. Ver: 711118 Page 35 of 39 Proposal Number: 16-007704 Vendor., 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 V NO If the Vendor answered "YES" above, Vendor must complete items 1 and 2 below: List the location(s) outside the United States where work under this Contract will be performed by the Vendor, any sub -Contractors, 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 -Contractors 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 -Contractors of the Vendor, or other persons ❑ YES ;Z NO performing services under the Contract outside of the United States NOTE: All Vendor or sub -Contractor 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: Ver: 711118 Page 36 of 39 Proposal Number: 16-007704 Vendor., ATTACHMENT E: CERTIFICATION OF FINANCIAL CONDITION Name of Vendor: The undersigned hereby certifies that: [check all applicable boxes] {a The Vendor is in sound financial condition and, if applicable, has received an unqualified audit opinion for the latest audit of its financial statements. Date of latest audit: The Vendor has no outstanding liabilities, including tax and judgment liens, to the Internal Revenue Service or any other government entity. The Vendor is current in all amounts due for payments of federal and state taxes and required employment- related contributions and withholdings. The Vendor is not the subject of any current litigation or findings of noncompliance under federal or state law. The Vendor has not been the subject of any past or current litigation, findings in any past litigation, or findings of noncompliance under federal or state law that may impact in any way its ability to fulfill the requirements of this Contract. W He or she is authorized to make the foregoing statements on behalf of the Vendor. Note: This is a continuing certification and Vendor shall notify the Contract Lead within 15 days of any material change to any of the representations made herein. If any one or more of the foregoing boxes is NOT checked, Vendor shall explain the reason in the space below: Signature Printed Name Date Title [This Certification must be signed by an individual authorized to speak for the Vendor] Ver: 711118 Page 37 of 39 Proposal Number: 16-007704 Vendor., ATTACHMENT F: SUPPLEMENTAL VENDOR INFORMATION HISTORICALLY UNDERUTILIZED BUSINESSES Historically Underutilized Businesses (HUBs) consist of minority, women and disabled business firms that are at least fifty-one percent owned and operated by an individual(s) of the categories. Also included in this category are disabled business enterprises and non-profit work centers for the blind and severely disabled. Pursuant to G.S. 14313-1361(a), 143-48 and 143-128.4, 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. This includes utilizing subcontractors to perform the required functions in this RFP. Any questions concerning NC HUB certification, contact the North Carolina Office of Historically Underutilized Businesses at (919) 807-2330. The Vendor shall respond to question #1 and #2 below. a) Is Vendor a Historically Underutilized Business? ❑ Yes W No b) Is Vendor Certified with North Carolina as a Historically Underutilized Business? ❑ Yes JZ No If so, state HUB classification: Ver: 711118 Page 38 of 39 Proposal Number: 16-007704 Vendor: ATTACHMENT G: VENDOR'S INFORMATION Vendors Primary Contact (or Project Manager) Name: Agency: Title: Address: City: State/ Zip: Telephone: Fax: Email: Vendors Execution Address (Where the contract should be mailed for signature) Name: Agency: Title: Address: City: State/ Zip: Telephone: Fax: Email: Vendors Payment (Remit To) Address (Where the checks should be mailed (This address should agree with the "Remit -To" address associated with the Vendor's Tax ID. This information must be verified with the Vendor's Corporate Accounting Office) Name: Agency: Title: Address: City: State/ Zip: Telephone: Fax: Email: Ver: 7/1/18 Page 39 of 39 RFP 16-007704 Tasks and Deliverables Format Delivery Method ATTACHMENT H Digital Survey in AutoCAD Digital Survey in ArcMap Task # Task Description Task Deliverable Hardcopy (#) Adobe PDF MS Word (.dwg)** (.shp)** E -Mail USB Flash Drive Compact Disc Notes: Environmental & Project Approved Categorical Exclusion x x Screening Regulatory Agency Post -contract site visit Vendor. The Vendor will upload the returned, signed PCN with the Final Mitigation PCN forms (completed with DMS as 2 Meetine Minutes x Plan to the NC Division of Water Resources online document library at the link x Permittee, Vendor as Agent) DMS SPO DMS SPO DMS SPO DMS SPO DMS SPO DMS SPO DMS SPO Draft Conservation Easement x x Planting & monitoring x x Preliminary Conservation Easement Survey 5 x x x x x x x x ............................................................................................................................................................................................................................................................................................................................................................................................................................................. x Draft Attorney's Report/30-year title search Draft Baseline Monitoring report, As -Built x x x x x Drawings digital.delrverables .......... Draft Title Attorneys "Schedule A" x ......... ......... ...... ......... ......... .................. ......... ......... ...... x Baseline Monitoring & As- Final Baseline Monitoring report, As -Built 2 Property ................................................................................................... ......................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................... Vendor will upload to Final Baseline Monitoring Report and As 6 Built Drawings Drawings, digital deliverables (including Recorded Conservation Easement 1 x x Built Drawings to the NC Division of Water Resources online x 1 x x x x x Final Conservation Easement Survey 1 x x x x x x x x x x x ......................................................... Final Attorney's Report/30-year title search; ...... ......... ......... ......... ......... ......... x ......... ......... deeds; documentation 1 x Monitoring Years 1-6 Final Annual Monitoring Report &digital Original Title Insurance Policy 1 _ _ Vendor will upload to Final Mitigation Plan to the NC Division of Water Resources x 1 Survey monumentation installation Draft Mitigation Plan 2 .............................................................. Final Draft Mitigation Plan .......... ... 3 including revisions made during deliverable review) ......... ..... ......... Financial Assurance 1 3 I Mitigation Plan & Financial Assurance Final Mitigation Plan 2 documented on As -Built Survey per Task 6 x x x ................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................. DMS will upload the Final Draft Mitigation Report to the IRT Sharepoint for review by x x x IRT members, and distribute a hardcopy each to USACE and DWR. ............. ____. ...................... ____. ____...... ____. ____. ..... ..... ......... x DMS will distribute the Final Mitigation Plan to the USACE. ................................................................................................................................................................................................................................................................. Vendor will upload to Final Mitigation Plan to the NC Division of Water Resources online document library at the following link: Instructions for uploading documents are found online at the following link: https://edocs.deg.nc.zov/WaterResources/0/doc/620121/Pagelaspx DMS will distribute 1 signed PCN to the USACE, and return 1 signed PCN to the ........................................................ ................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................. Vendor. The Vendor will upload the returned, signed PCN with the Final Mitigation PCN forms (completed with DMS as 2 Plan to the NC Division of Water Resources online document library at the link Permittee, Vendor as Agent) provided above. 4 Permitting Permits and certifications x x Planting & monitoring 5 installation Written documentation x ............................................. ............................. ............................................................................................................................................................................................................................................................................................................................................................................................................................................. x Draft Baseline Monitoring report, As -Built 1 x x x x Drawings digital.delrverables .......... .......................... ......... ......... ...... ......... ......... .................. ......... ......... ...... ... ......... ......... ......... ......... ......... .......... Baseline Monitoring & As- Final Baseline Monitoring report, As -Built Vendor will upload to Final Baseline Monitoring Report and As 6 Built Drawings Drawings, digital deliverables (including Built Drawings to the NC Division of Water Resources online revisions made during deliverable review & 1 x x x x document library at the link provided above. Quality Control) Draft Annual Monitoring Report & digital 1 x ................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................. x x deliverables 7-12 Monitoring Years 1-6 Final Annual Monitoring Report &digital Vendor will upload to Final Mitigation Plan to the NC Division of Water Resources deliverables 1 x x x online document library at the link provided above. Draft Annual Monitoring Report#7, 1 x ............................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................. x x Closeout Report & digital deliverables Monitorin Year 7 and g 13 project Closeout Final Annual Monitoring Report #7, Closeout Vendor will upload to Final Mitigation Plan to the NC Division of Water Resources Report& digital deliverables 1 x x x online document library at the link provided above. Mitigation Services ENVIRONMENTAL QUALITY ROY COOPER Governor MICHAEL S. REGAN Secretary October 12, 2018 THIS ADDENDUM MUST BE RETURNED WITH YOUR TECHNICAL PROPOSAL RFP NO. 16-007704 RFP TITLE: FULL DELIVERY PROJECTS TO PROVIDE STREAM AND RIPARIAN WETLAND MITIGATION CREDITS WITHIN THE CATALOGING UNIT 03050101, 03050102 AND 03050103 OF THE CATAWBA RIVER BASIN AS DESCRIBED IN THE SCOPE OF WORK ADDENDUM NO. 2 USING AGENCY: DIVISION OF MITIGATION SERVICES PURCHASER MARJORIE OPENING BARBER DATE/TIME: JANUARY 9, 2019 @ 2:00 P.M. 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: Response to vendor questions: Questions and Answers: Question #1: Section 2.11, page 13, River Basin Restoration Priorities definition states that "Unless otherwise stipulated in the RFP, NCDMS requires mitigation sites to be located in these targeted local watersheds." Does DMS require that proposed sites be located within TLWs? Answer: Section 5.2 Objectives identifies the service areas for each mitigation type requested. In addition, the Targeted Watersheds pdf and the interactive map identify the specified service areas. Question #2: Proposal Section 2.7, page 7 of 39, line b: Can you tell us how many USB drives we should have for the Technical proposal and how many USB drives we should have for the ArcGIS files? Answer: Submit one (1) USB drive containing one (1) electronic copy and one (1) redacted electronic copy of the technical proposal, and the ArcGIS format of the proposed easement(s). Question #3: Proposal Section 2.8, page 8 of 39, line c: The ad says the addenda should be returned with the technical proposal signed, but the addenda says to not include. Please provide clarification. Should addenda be included with technical submission? Addendum #2: RFP 16-007704 Page 1 of 3 Answer: It is clearly stated on all addenda whether the vendor needs to sign and return. Question #4: Technical scoresheet referenced in proposal Section 2.10, page 10 of 39: Could DMS please provide a sample easement boundary GIS shapefile and its confirmed continuity value with which to test the new GIS Toolbox feature? Answer: The Easement Continuity Tool, including the sample easement boundary shapefile, is available on the DMS website. Question #5: Section 5.2 Objectives, page 21 states that stream preservation credits shall not exceed 10% of total linear feet. Wetland credits shall be a minimum of 50% wetland restoration credits as a percentage of total credit offered. Should stream preservation credits be a maximum of 10% of stream credits or 10% of project linear footage? Stream preservation at 10% of total length often forces us to leave out preservable headwater streams, which when left unprotected could cause future degradation to downstream systems. 10% of total credit would give us greater flexibility in establishing the highest -level projects possible. Answer: The maximum amount of stream preservation that will be accepted is 10% of the total length of the submitted project. Addendum #2: RFP 16-007704 Page 2 of 3 SECTION 2 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. PLEASE NOTE — THIS ADDENDUM MUST BE RETURNED WITH YOUR TECHNICAL PROPOSAL SECTION 3 Execute Addendum: BIDDER: ADDRESS (CITY & STATE): AUTHORIZED SIGNATURE: DATE: 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. [Mailing address for delivery of proposal via US Postal Service PROPOSAL NUMBER: 16-007704 NC DEQ - DIVISION OF MITIGATION SERVICES ATTN: MARJORIE BARBER 1652 MAIL SERVICE CENTER RALEIGH, NC 27699-1652 Office Address of delivery by any other method (special delivery, overnight, or any other carrier) PROPOSAL NUMBER: 16-007704 NC DEQ - DIVISION OF MITIGATION SERVICES ATTN: MARJORIE BARBER 217 WEST JONES STREET, SUITE 3409-J 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. ALL OTHER TERMS AND CONDITIONS REMAIN THE SAME. Addendum #2: RFP 16-007704 Page 3 of 3 Mitigation Services ENVIRONMENTAL QUALITY ROY COOPER Governor MICHAEL S. REGAN Secretary November 2, 2018 THIS ADDENDUM MUST BE RETURNED WITH YOUR TECHNICAL PROPOSAL RFP NO. 16-007704 RFP TITLE: FULL DELIVERY PROJECTS TO PROVIDE STREAM *Catawba 03 Expanded Service Area (ESA) Mitigation Type Requested Credits AND RIPARIAN WETLAND MITIGATION CREDITS Credits Shall Not Exceed Preservation Percentage Credits Shall Meet a Minimum Restoration Percentage of Total Credits Offered Stream WITHIN THE CATALOGING UNIT 03050101, 03050102 Warm/Cool/Cold 10 % of total linear feet n/a AND 03050103 OF THE CATAWBA RIVER BASIN AS 10.00 n/a DESCRIBED IN THE SCOPE OF WORK ADDENDUM NO. 3 USING n/a n/a Riparian Buffer AGENCY: DIVISION OF MITIGATION SERVICES PURCHASER MARJORIE OPENING BARBER DATE/TIME: JANUARY 9, 2019 @ 2:00 P.M. 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: Please make the following changes in the bid referenced above: REVISIONS/ADDITIONS: NCDMS requests an additional 2.00 Riparian Wetland Credits in the Catawba River Basin 03050101, 03050102 and 03050103. This increase makes the total Riparian Wetland Credits request 10.00. The Department desires to acquire Stream and Riparian Wetland Mitigation Credits quantified in the table below and occurring within the Catawba Expanded Service Area (ESA) including sections of Cataloging Units 03050101, 03050102, and 03050103 (which can be found on the DMS website at the following link: https://deg.nc.gov/about/divisions/mitigation-services/dms-vendors/rfp-forms-templates). RIVER BASIN CATALOGING UNITS Catawba 03050101*, 03050102*, 03050103* *Catawba 03 Expanded Service Area (ESA) Mitigation Type Requested Credits Thermal Regime Credits Shall Not Exceed Preservation Percentage Credits Shall Meet a Minimum Restoration Percentage of Total Credits Offered Stream 5,000 Warm/Cool/Cold 10 % of total linear feet n/a Riparian Wetland 10.00 n/a 50% Non -Riparian Wetland n/a n/a n/a Riparian Buffer n/a n/a n/a Addendum #3: RFP 16-007704 Page 1 of 2 SECTION 2 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. PLEASE NOTE — THIS ADDENDUM MUST BE RETURNED WITH YOUR TECHNICAL PROPOSAL SECTION 3 Execute Addendum: BIDDER: ADDRESS (CITY & STATE): AUTHORIZED SIGNATURE:DATE: 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. [Mailing address for delivery of proposal via US Postal Service PROPOSAL NUMBER: 16-007704 NC DEQ - DIVISION OF MITIGATION SERVICES ATTN: MARJORIE BARBER 1652 MAIL SERVICE CENTER RALEIGH, NC 27699-1652 Office Address of delivery by any other method (special delivery, overnight, or any other carrier) PROPOSAL NUMBER: 16-007704 NC DEQ - DIVISION OF MITIGATION SERVICES ATTN: MARJORIE BARBER 217 WEST JONES STREET, SUITE 3409-J 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. ALL OTHER TERMS AND CONDITIONS REMAIN THE SAME. Addendum #3: RFP 16-007704 Page 2 of 2 TECHNICAL PROPOSAL AND RESTORATION PLAN NESBIT STREAM & WETLAND MITIGATION SITE UNION COUNTY, NORTH CAROLINA RFP #16-007704 - FULL DELIVERY PROJECTS TO PROVIDE STREAM & RIPARIAN WETLAND MITIGATION CREDITS WITHIN CATALOGING UNITS 03050101, 03050102, AND 03050103 OF THE CATAWBA RIVER BASIN PART D. EXECUTIVE SUMMARY Restoration Systems, L.L.C. is pleased to provide you with this Proposal in response to the Request for Proposals (RFP) #16-007704 dated September 6, 2018. This submittal includes one original and four copies of the technical proposal, and one USB flash drive containing two redacted copies of the technical proposal and ArcGIS shapefiles of the proposed project boundaries. The cost proposal has been submitted in a separate envelope containing two originals and two copies. Preliminary restoration plans have been prepared by Axiom Environmental, Inc. with Site identification, land acquisition, management, and construction established by Restoration Systems, L.L.C. This proposal describes the technical merits of the project including the corporate team, fiscal resources, restoration/monitoring procedures, and implementation schedules. This proposal describes the Nesbit Stream & Wetland Mitigation Site (Site) and is designed specifically to assist in fulfilling North Carolina Department of Environment and Natural Resources (NCDENR) Division of Mitigation Services (NCDMS) mitigation goals. The Site is located within 14 -digit Cataloging Unit and Targeted Local Watershed 03050103030030, approximately 7 miles southwest of Monroe and 5 miles southeast of Waxhaw in the southwest corner of Union County near the North Carolina and South Carolina border (Figures 1 and 2, Appendix A). The Site is not located within a Regional or Local Watershed Planning area. The Site is situated along warm water, Glen Branch and unnamed tributaries to Glen Branch. The Nesbit Stream & Wetland Mitigation Site is proposed to include 4895 linear feet of stream restoration, 171 linear feet of stream enhancement (level 1), 1275 linear feet of stream enhancement (level 11), 2.8 acres of riparian riverine wetland restoration, and 3.8 acres of riparian riverine wetland enhancement. Site alterations include cessation of agriculture, restoration of streams and wetlands, and planting native, woody vegetation. Mitigation outlined in this report will result in net gains in hydrology, water quality, and habitat functions, and are designed to provide 5264 Stream Mitigation Units and 4.7 Riparian Riverine Wetland Mitigation Units, as calculated in accordance with the requirements stipulated in RFP #16-007704, and are outlined as follows. Proposed Mitigation Units Stream Mitigation Type Type Linear Feet Mitigation Ratio SMUs Restoration Priority 1 4895 1:1 4895 Enhancement Level 1 171 1.5:1 114 Enhancement Level II 1275 2.5:1 510/2 - 255* Preservation - -- 10:1 -- Totals 6341 linear feet 5264 SMUs Wetland Mitigation Type Type Acreage Mitigation Ratio Riparian Riverine WMU Restoration Riparian Riverine 2.8 1:1 2.8 Enhancement Riparian Riverine 3.8 2:1 1.9 Totals 6.6 acres 4.7 WMUs *Enhancement (level II) credit has been reduced by half to account for an approximate 5:1 ratio predicted to be allowed by the Interagency Review Team. Nesbit Stream & Mitigation Site Part D — Executive Summary Technical Proposal (RFP # 16-007704) PART E. CORPORATE BACKGROUND AND EXPERIENCE Restoration Systems (RS) is a leading environmental restoration and mitigation banking firm with more than seventy (70) sponsored mitigation banks, permittee -responsible, and full -delivery mitigation sites. Based in Raleigh, North Carolina, RS is one of the original 'Full -Delivery' providers in the nation and has participated in every Full Delivery in NC since their origination in 2000. RS has profound experience locating and acquiring the best properties for our customers in critical areas of targeted watersheds before using advanced ecological understanding to plan their restoration, enhancement, and preservation. After conscientious construction, RS maintains and monitors all projects to ensure physical stability and ecological success over the long-term based on permit and project -specific parameters. In 1996 RS principal George Howard managed and sold the state's first commercial mitigation bank to the North Carolina Department of Transportation's (Barra Farms Mitigation Bank (623 acres). In 1998 Howard co-founded Restoration Systems with the goal of developing Full -Delivery processes to better serve the North Carolina Department of Transportation. Working with Dr. David Robinson and Mr. David Schiller of NCDOT, who later joined the company, RS assisted the development of the first Full -Delivery RFP for compensatory mitigation in the United States, issued in 2000 for wetlands mitigation in the Neuse River basin. To date, RS has been awarded thirty-seven (37) full -delivery contracts from the North Carolina in -lieu fee program, the Division of Mitigation Services (DMS) and its predecessors. When combined with full -delivery projects outside of North Carolina, RS has entered into full -delivery contracts for stream mitigation totaling over 325,000 linear feet. RS' ecological restoration projects total over 115,000 acres of wetlands, forests, and prairies and 75 miles of streams, rivers, and bayous. The RS website and YouTube channel include a number of projects detailed with maps, images, and aerial photography and drone videography. - RS' website: www.restorationsystems.com - RS' YouTube Page: https://goo.gl/g751Bm RS' sole business activity is restoring and protecting water, land, and endangered species habitat by purchasing a permanent conservation easement, or fee -simple interest, from property owners, and physically restoring the waterways, vegetation, and habitat to exceed current function and duplicate historic ecological condition as closely as possible. This work requires a multidisciplinary approach to project delivery, as project sponsor on over seventy (70) compensatory mitigation projects across eight (8) States and US Army Corps Districts, RS intimately appreciates the importance of local environmental experts who understand the biological, ecological, and geological forces at work within their region. As a firm, RS is rooted in a multidisciplinary approach. Staff backgrounds in policy, environmental science, landscape architecture, real estate, construction management, and economics, allows for the flexibility to overcome ecological and regulatory variables that are inherently part of providing full -delivery compensatory mitigation. That approach is carried over to the selection of our sub -consultants. RS sub -contracts local biologist, geomorphologists, civil and environmental engineers, and project -specific consultants to provide a diverse approach to achieving cost-effective mitigation alternatives. Sub -contractors are under the supervision of RS' Senior Project Managers who hold direct oversight over all aspects of project development, implementation, monitoring, and closure. Work products are highly scrutinized for quality, receiving both sub -contractor and RS quality assurance and control (QA/QC). The RS Team for this project is detailed below, Project/Team Organization is detailed in Part F of this proposal. Raymond Holz, who is a member of the American Society of Landscape Architects (ASLA), will be the led RS Senior Project Manager. During his seven years with RS, Raymond has performed dozens of Site Identification and Mitigation Feasibility Studies and currently oversees Mitigation Implementation Services. He has worked on over a dozen NC DMS full -delivery projects, his responsibilities have included site identification and acquisition, vegetation management, project oversite (permitting, construction, yearly monitoring and, remedial action planning), Nesbit Stream & Wetland Mitigation Site Part E. Corporate Background & Experience Technical Proposal (RFP # 16-007704) coordination with DMS Project Managers, and management of project closeouts' with North Carolina Interagency Review Team led by the U.S. Army Corps of Engineers. Axiom Environmental (Axiom): http://axiomenvironmental.org/ Axiom is based in Raleigh, North Carolina and provides environmental services throughout the eastern US with experience in the Carolinas, Georgia, Louisiana, Tennessee, Virginia, Maryland, Pennsylvania, and the US Virgin Islands. Axiom offers a full -spectrum of natural systems investigations and natural resources restoration services to clients who need moderately priced and responsive solutions to complex ecological and regulatory issues. The Axiom team of professionals consists of Licensed Soil Scientists, Professional Wetland Scientists, a Licensed Wildlife Damage Control Agent, a geologist, botanists, biologists, and mitigation design specialists. Axiom offers services in support of the National Environmental Policy Act (NEPA), State Environmental Policy Act (SEPA), Clean Water Act, and Endangered Species Act. These services cover a wide range of activities including: - Stream and Wetland Restoration Design - Environmental Permitting - Ecological Surveys - Biological Assessments - H2O Quality Sampling - NEPA/SEPA Documentation - Transportation Environmental Studies - Protected Species Assessments - Stream and Wetland Delineations - Buffer Determinations - Mitigation Banking Axiom Staff in Publications - Mitigation Site Searches - Feasibility Studies - Mitigation Monitoring - Construction Plan Development and Oversight - Construction Implementation - Benthic Macroinvertebrate Surveys - Coastal Studies - Submerged Aquatic Vegetation Surveys - Forest Service Plant and Animal Surveys - Comprehensive Plant and Animal Surveys The North Carolina Wetland Assessment Method (NCWAM): Development of a Rapid Wetland Assessment Method and Use for Compensatory Mitigation John R. Dorney, LeiLani Paugh, Alexander P. (Sandy) Smith, Thomas (Brad) Allen, Matthew T. Cusack, Rick Savage, Emily B. Hughes, Breda Munoz Key Team Member Resumes & Experience Name and Proposed Role Key Mitigation Project Experience (Past 3 yrs.) Raymond Holz, ASLA — Restoration Systems Roles: Sr. Project Manager, DMS / Agency Coordination Lead, Site Acquisition, Project QA/QC No. of Relevant Projects: 12+ Professional Licenses, Certifications, and/or Training: Stream Mechanics — Function -Based Framework for Stream Assessment & Restoration Projects — 2015, NC State Nutrient Management Training — 2017 Worth Creech — Restoration Systems Roles: Construction Manger No. of Relevant Projects: 20+ Professional Licenses, Certifications, and/or Training: NC Unlimited Building General Contractor's License, NC, #64807, Rosgen Level I Certification, NC Stormwater BMP Inspection and Maintenance Certificate, NCEEP/NCSY Stream Restoration Construction Training Certificate - Environmental assessment and natural resource investigations - Land Acquisition - Natural Systems Restoration Design - Construction and Management - Monitoring - Project Closeout - Environmental assessment and natural resource investigations - Land Acquisition - Natural Systems Restoration Design - Construction and Management - Monitoring - Project Closeout Nesbit Stream & Wetland Mitigation Site Part E. Corporate Background & Experience Technical Proposal (RFP # 16-007704) W. Grant Lewis—Axiom Roles: Environmental assessment, natural resource investigations, and technical approach No. of Relevant Projects: 20+ Professional Licenses, Certifications, and/or Training: NRCS Licensed Soil Scientist (#1233) for the State of North Carolina, Society of Wetland Scientists, Professional Wetland Scientist Certification - January 2002, Applied Fluvial Geomorphology (Rosgen Level I, II, III, and IV) - Environmental assessment and natural resource investigations - Natural Systems Restoration Design - Construction and Management - Monitoring - Project Closeout Kenan Jernigan —Axiom Roles: Environmental assessment, natural resource - Environmental assessment and natural resource investigations, and technical approach No. of Relevant Projects: 10+ investigations - Natural Systems Restoration Design Professional Licenses, Certifications, and/or Training: INC Wetland Assessment Method Certification — 2012, Surface - Construction and Management Water Identification Training and Certification — 2014, NC Stre Monitoring Assessment Method Certification — 2017 - Project Closeout Nesbit Stream & Wetland Mitigation Site Part E. Corporate Background & Experience Technical Proposal (RFP # 16-007704) Restoration Systems' Existing Projects Project State River Basin 8 -Digit HUC Client Year Initiated Status (Q1 of 2017) Mitigation Type Credits (Stream) Credits (Wetlands) Credits (Nutrients) Credits (Buffer) Full Delivery Projects in North Carolina for the Division of Mitigation Services (DMS) 1 Alliance Headwaters NC Neuse 03020201 DMS 2016 Permitting Stream 6,657 Riparian Wetland 14.32 2 Abbey Lamm NC Cape Fear 03030002 DMS 2014 Monitoring Year 3 Stream 4,731 Riparian Wetland 1 3 Anderson Swamp NC Tar -Pamlico 03020102 1 DMS 2006 Closed Out Non -Riparian Wetland 15.5 4 Aycock Springs NC Cape Fear 03030002 DMS 2014 Monitoring Year 2 Stream 3,628 Riparian Wetland 0.5 5 Big Bull Creek NC Neuse 03020201 DMS 2005 Closed Out Buffer 29.98 6 Brogden Road NC Neuse 03020201 DMS 2005 Closed Out Buffer 15 7 Brown Marsh NC Lumber 03040204 DMS 2006 Closed Out Stream 5,000 Non -Riparian Wetland 5 8 Cane Creek NC Broad 03050105 DMS 2006 Closed Out Stream 6,748 Riparian Wetland 4.4 Non -Riparian Wetland 5 9 Carbonton Dam NC Cape Fear 03030003 DMS 2004 Closed Out Stream 90,494 10 Casey Dairy NC Neuse 03020202 DMS 2002 Closed Out Buffer 72 11 Columbus Swamp NC Lumber 03040203 DMS 2007 Closed Out Wetland 32 12 Conetoe Creek NC Tar -Pamlico 03020103 DMS 2005 Closed Out Buffer 10 13 Cutawhiskie NC Chowan 03010204 DMS 2006 Close Out in Process Stream 3,418 Wetland 12.17 14 Elk Shoals NC Catawba 03050101 DMS 2003 Closed Out Stream 5,188 15 Fox Run NC Neuse 03020203 DMS 2009 Closed Out Buffer 45 Nutrient 26.22 16 Gatlin Swamp NC Roanoke 03010107 DMS 2005 Closed Out Non -Riparian Wetland 125 17 Gray Farm NC Catawba 03050101 DMS 2005 Closed Out Stream 7,610 18 Haw River NC Cape Fear 03030002 DMS 2003 Closed Out Riparian Wetland 31.55 19 Heath NC Neuse 03020202 DMS 2009 Closed Out Buffer 59.95 20 Herman Dairy NC Catawba 03050101 DMS 2010 Monitoring Year 6 Stream 4,785 Riparian Wetland 4 Non -Riparian Wetland 0.91 21 Heron NC Cape Fear 03030002 DMS 2017 Permitting Stream 6,096 Riparian Wetland 0.63 Nesbit Stream & Wetland Mitigation Site Part E. Corporate Background & Experience Technical Proposal (RFP # 16-007704) CONTINUED - Full Delivery Projects in North Carolina for the Division of Mitigation Services (DMS) 22 Holly Grove NC Cape Fear 03030002 DMS 2006 Closed Out Stream 15,726 23 Jarman's Oak NC Cape Fear 03030001 DMS 2006 Closed Out Stream 6,640 Wetland 12 24 Lick Creek NC Cape Fear 03030004 DMS 2004 Closed Out Stream 9,500 25 Little Buffalo NC Neuse 03020201 DMS 2005 Closed Out Buffer 18.5 26 Lloyd NC Cape Fear 03030001 DMS 2005 Closed Out Stream 4,750 Riparian Wetland 3.3 Non -Riparian Wetland 3.1 27 Lowell Mill Dam NC Neuse 03020201 DMS 2004 Closed Out Dam Removal 34,990 28 Major Hill NC Cape Fear 03030002 DMS 2017 Permitting Stream 3,234 Riparian Wetland 0.76 29 Morgan Creek NC French Broad 06010106 DMS 2006 Closed Out Stream 4,083 Wetland 1.14 30 Pepperwood Farm NC Neuse 03020201 DMS 2012 Monitoring Year 4 Buffer 13.1 31 Sliver Moon NC Neuse 03020202 DMS 2011 Monitoring Year 6 Non -Riparian Wetland 14 32 Summit Seep NC Yadkin 03040103 DMS 2010 Closed Out Riparian Wetland 4 33 Three Mile Creek NC French Broad 06010108 DMS 2007 Close Out in Process Stream 8,021 Wetland 2.3 34 Vickis Thicket NC Neuse 03020202 DMS 2009 Closed Out Buffer 28 35 Wall NC Cape Fear 03030003 DMS 2011 Close Out in Process Buffer 10.39 36 Walnut Creek NC Neuse 03020203 DMS 2004 Closed Out Buffer 25 37 Warren Wilson College NC French Broad 06010105 DMS 2017 Permitting Stream 9,485 Approved Banks 38 Bass Mountain NC Cape Fear 03030002 Bank 2005 Monitoring Year 4 Stream 5,748 Buffer 10.55 Nutrient Offsets 0.35 39 Cranston Mill Pond VA James 2080206 Bank 2008 Active Nutrient Offsets 752.00 40 Cripple Creek NC Cape Fear 03030002 Bank 2008 Monitoring Year 7 Stream 4,518 Wetland 7.85 41 Jesuit Bend LA Deltaic Plain 8090301 Bank 2010 Monitoring 2 Marsh (fresh/intermediate)Year 247 .7 Bottom Land Hardwoods Nesbit Stream & Wetland Mitigation Site Part E. Corporate Background & Experience Technical Proposal (RFP # 16-007704) CONTINUED—Approved Banks Closed/Sold Nutrients 96,648.00 42 Lane NC Neuse 03020201 Bank 2007 Buffer 10.56 Out Stream 8,158 Wetland 33.50 Monitoring 43 Pancho NC Neuse 03020201 Bank 2009 Nutrient Offsets 25,503.00 Year 5 Buffer 3.50 Monitoring Buffer 7.57 44 Half -Mile NC Neuse 03020201 Bank 2015 Nutrient Offsets 36,777.45 Year 3 45 Katy Prairie (Phase 1) TX Spring 12040102 Bank 2009 Monitoring Stream 17,918 Year 5 Closed/Sold 46 Wellons NC Neuse 03020201 Bank 2007 Nutrient Offsets 73,804.00 Under 47 Weaver Farm NC Neuse 03020201 Bank 2017 Buffer & Nutrient Offset 33,360.65 6.08 Construction Approved Stream 5,993 48 Benton Branch NC Cape Fear 03030002 Bank 2015 Wetland 2.90 MBI Approved Stream 5,492 49 Motes Creek NC Cape Fear 0303002 Bank 2015 Wetland 0.92 MBI Approved Stream 2,470 50 Orphan Creek NC Cape Fear 0303002 Bank 2015 Wetland 0.05 MBI Approved Stream 1,007 51 Rocky Top NC Cape Fear 0303002 Bank 2015 Wetland MBI Approved 52 Milburnie Dam NC Neuse 03020201 Bank 2009 Stream 40,840 MBI Banks In Development 53 Hebert II TX Spring 12040102 Bank 2014 Wetland 300.00 Development 54 Cane Island NC Cape Fear 0303002 Bank 2015 Stream 2,785 Development 55 Maple Hill NC Cape Fear 0303002 Bank 2015 Stream 2,685 Development 56 Slingshot Creek NC Cape Fear 0303002 Bank 2015 Stream 4,091 Development 57 Leaf Swamp NC Neuse 03020201 Bank 2017 Riparian Wetland 35.00 Development 58 Brooks Bank NC Yadkin 03040105 Bank 2016 Stream 5,990 Development Stream 5,707 59 Brushy Mountain NC Yadkin 03040101 Bank 2017 In- Development Wetland 2.47 Nesbit Stream & Wetland Mitigation Site Technical Proposal (RFP # 16-007704) Part E. Corporate Background & Experience Permittee Responsible Mitigation Projects 60 Angola Bay NC Lumber 03040203 Private 2004 Design Wetland 750.00 61 Bear Creek NC Neuse 03020202 NCDOT 2000 Closed Out Riparian Wetland 165.60 62 Burrows Cove TN Middle Tenn.- 6030003 TNDOT 2009 Monitoring Wetland 27.00 Elk Year 8 City of 63 Butlers Branch NC Neuse 03020202 2009 Closed Out Nutrient Offsets 122,742.00 Raleigh Stream 7,000 64 Causey Farm NC Cape Fear 03030003 Fed -Ex 2003 Closed Out Riparian Wetland 10.00 Global 65 Frog Hollow NC Neuse 03020202 2008 Closed Out Wetland Preservation 1,114.00 Transpark 66 Katy Prairie (F1) TX Spring 12040102 TxDOT 2014 Monitoring Stream 20,288 Year 3 67 Katy Prairie (F2) TX Spring 12040102 TxDOT 2014 Monitoring Stream 6,636 Year 3 68 Katy Prairie (G) TX Spring 12040102 TxDOT 2015 Monitoring Stream 28,161 Year 1 69 Salisbury Wicomico MD Wicomico 2060007 Private 2006 Closed Out Wetland 40.00 70 Sleepy Creek NC Neuse 03020202 NCDOT 2002 Closed Out Riparian Wetland 192.00 Stream 16,061 71 Spring Creek Ranch TX Spring 12040102 TxDOT 2015 Construction Wetland 8.00 Credits Credits Credits Credits (Stream) (Wetlands) (Nutrients) (Buffer) Note: Credits are calculated differently for each Corps District. In general, the "Credits" column represents the total length of stream restoration (feet), acreage of wetland restoration, acreage of buffer or pounds of nutrient Totals 425,675 3,229.57 389,613.67 365.18 offset. Nesbit Stream & Wetland Mitigation Site Part E. Corporate Background & Experience Technical Proposal (RFP # 16-007704) PART F: PROJECT ORGANIZATION RS will lead the team as Proposal Offeror/Sponsor, providing project management support and coordination between the RS Team members, the DMS, and regulatory entities (County, State, and Federal) for the life of the proposed project. Work on this project will be performed primarily by staff from the following office locations: Restoration Systems 1101 Haynes Street Suite 211 Raleigh, INC 27604 Jf r Axiom Envlronmemal. Inc. Axiom Environmental, Inc. 218 Snow Avenue Raleigh, North Carolina 27603 THE RESTORATION SYSTEMS TEAM The Restoration Systems' project team for implementation of the Nesbit Stream and Wetland Mitigation Site is comprised of the following personnel and subcontractors: ■ Raymond Holz, Restoration Systems, will serve as project manager, overseeing all aspects of implementation, monitoring, and closeout with the North Carolina Interagency Review Team. Raymond will be the primary contact for the DMS on this project. ■ Worth Creech, Restoration Systems, will be serving as construction manager and co -project manager. Worth is a licensed general contractor and will provide implementation, landowner coordination, and oversight for all activities undertaken by Restoration Systems throughout the life of the project. ■ Grant Lewis (Axiom), will contribute to project design as a subcontractor through RS. Axiom will also provide monitoring services throughout the project life. George Howard (RS) RS' CEO, Project's Authorized Representative NC DMS / NC IRT Raymond Holz (RS) Project Manager Worth Creech (RS) Construction Coordinator and Oversight Grant Lewis (Axiom) Project Design / Monitoring Nesbit Stream & Wetland Mitigation Site Part F. Project Organization Technical Proposal (RFP # 16-007704) TECHNICAL APPROACH AND RESTORATION PLAN NESBIT STREAM & WETLAND MITIGATION SITE UNION COUNTY, NORTH CAROLINA RFP #16-007704 - FULL DELIVERY PROJECTS TO PROVIDE STREAM & RIPARIAN WETLAND MITIGATION CREDITS WITHIN CATALOGING UNITS 03050101, 03050102, AND 03050103 OF THE CATAWBA RIVER BASIN TABLE OF CONTENTS PART G: TECHNICAL APPROACH...................................................................................................................1 1.1 Project Goals and Objectives...........................................................................................................1 1.2 Project Description..........................................................................................................................8 Table 1C. Stream/Wetland Targeted Functions, Goals, and Objectives.......................................................................4 1.2.1 Existing Conditions..........................................................................................................8 Table 3. Stream Geometry and Classification...............................................................................................................9 1.2.2 Stream Characterization.................................................................................................9 1.2.3 Sediment Model..............................................................................................................9 1.2.4 Nutrient Model..............................................................................................................10 Table7. Monitoring Schedule.....................................................................................................................................16 1.2.5 Site Design and Implementation Constraints................................................................10 Table 8. Stream Monitoring Summary........................................................................................................................16 1.3 Project Development....................................................................................................................12 Table 10. Vegetation Monitoring Summary...............................................................................................................18 1.3.1 Stream Restoration.......................................................................................................12 Table 11. Compatibility of Performance Criteria to Project Goals and Objectives.....................................................19 1.3.2 Stream Enhancement (Level 1)......................................................................................12 1.3.3 Stream Enhancement (Level 11).....................................................................................12 1.3.4 Wetland Restoration (Reestablishment).......................................................................13 1.3.5 Wetland Enhancement..................................................................................................13 1.3.6 Riparian Restoration.....................................................................................................13 1.3.7 Fence / Easement Marking...........................................................................................14 1.3.8 Nuisance Species Management....................................................................................14 1.4 Proposed Mitigation......................................................................................................................14 1.5 Current Ownership and Long term Protection..............................................................................14 1.6 Project Phasing..............................................................................................................................15 1.7 Success Criteria.............................................................................................................................15 1.7.1 Stream Monitoring........................................................................................................16 1.7.2 Stream Success Criteria.................................................................................................17 1.7.3 Wetland Monitoring......................................................................................................17 1.7.4 Wetland Success Criteria...............................................................................................17 1.7.5 Vegetation.....................................................................................................................17 1.7.6 Vegetation Success Criteria...........................................................................................18 1.7.7 Visual Monitoring..........................................................................................................18 1.7.8 Compatibility with Project Goals...................................................................................18 1.8 Quality Control..............................................................................................................................20 1.9 Summary.......................................................................................................................................21 1.10 References.....................................................................................................................................22 LIST OF TABLES Table1A. Nesbit NC SAM Summary..............................................................................................................................2 Table16. Nesbit NC WAM Summary............................................................................................................................3 Table 1C. Stream/Wetland Targeted Functions, Goals, and Objectives.......................................................................4 Table2. Site Soils..........................................................................................................................................................8 Table 3. Stream Geometry and Classification...............................................................................................................9 Table 4. BEHI and NBS Modeling Summary................................................................................................................10 Table 5. Threatened and Endangered Species............................................................................................................11 Table 6. Mitigation Activities and Credit Potential Summary.....................................................................................14 Table7. Monitoring Schedule.....................................................................................................................................16 Table 8. Stream Monitoring Summary........................................................................................................................16 Table 9. Wetland Monitoring Summary.....................................................................................................................17 Table 10. Vegetation Monitoring Summary...............................................................................................................18 Table 11. Compatibility of Performance Criteria to Project Goals and Objectives.....................................................19 Nesbit Stream & Wetland Mitigation Site Table of Contents Technical Proposal (RFP # 16-007704) APPENDICES Appendix A. Figures Figure 1. Site Location Figure 2. Hydrologic Unit Map Figure 3. Topography and Drainage Area Figure 4. Existing Conditions and Soils Figure 5. Proposed Conditions Appendix B. Stream & Wetland Data Cross Sections NCSAM Forms NCDWQ Stream Identification Forms NCWAM Form BEHI & NBS Nutrient Model Soil Boring Log Appendix C. NHP Report Appendix D. Memorandum of Option Agreement Appendix E. Landowner Authorization Form Appendix F. Technical Proposal Score Sheet Nesbit Stream & Wetland Mitigation Site Table of Contents Technical Proposal (RFP # 16-007704) TECHNICAL APPROACH AND RESTORATION PLAN NESBIT STREAM & WETLAND MITIGATION SITE UNION COUNTY, NORTH CAROLINA RFP #16-007704 - FULL DELIVERY PROJECTS TO PROVIDE STREAM & RIPARIAN WETLAND MITIGATION CREDITS WITHIN CATALOGING UNITS 03050101, 03050102, AND 03050103 OF THE CATAWBA RIVER BASIN TABLE OF CONTENTS PART G: TECHNICAL APPROACH...................................................................................................................1 1.1 Project Goals and Objectives...........................................................................................................1 1.2 Project Description..........................................................................................................................5 Table 1C. Stream/Wetland Targeted Functions, Goals, and Objectives.......................................................................4 1.2.1 Existing Conditions..........................................................................................................5 Table 3. Stream Geometry and Classification...............................................................................................................6 1.2.2 Stream Characterization.................................................................................................6 Table 5. Threatened and Endangered Species..............................................................................................................8 1.2.3 Sediment Model..............................................................................................................6 1.2.4 Nutrient Model................................................................................................................7 1.2.5 Site Design and Implementation Constraints..................................................................7 1.3 Project Development......................................................................................................................9 1.3.1 Stream Restoration.........................................................................................................9 1.3.2 Stream Enhancement (Level 1)........................................................................................9 1.3.3 Stream Enhancement (Level 11).......................................................................................9 1.3.4 Wetland Restoration (Reestablishment).......................................................................10 1.3.5 Wetland Enhancement..................................................................................................10 1.3.6 Riparian Restoration.....................................................................................................10 1.3.7 Fence / Easement Marking...........................................................................................11 1.3.8 Nuisance Species Management....................................................................................11 1.4 Proposed Mitigation......................................................................................................................11 1.5 Current Ownership and Long term Protection..............................................................................11 1.6 Project Phasing..............................................................................................................................12 1.7 Success Criteria.............................................................................................................................12 1.7.1 Stream Monitoring........................................................................................................13 1.7.2 Stream Success Criteria.................................................................................................14 1.7.3 Wetland Monitoring......................................................................................................14 1.7.4 Wetland Success Criteria...............................................................................................14 1.7.5 Vegetation.....................................................................................................................14 1.7.6 Vegetation Success Criteria...........................................................................................15 1.7.7 Visual Monitoring..........................................................................................................15 1.7.8 Compatibility with Project Goals...................................................................................15 1.8 Quality Control..............................................................................................................................17 1.9 Summary.......................................................................................................................................18 1.10 References.....................................................................................................................................19 LIST OF TABLES Table1A. Nesbit NC SAM Summary..............................................................................................................................2 Table16. Nesbit NC WAM Summary............................................................................................................................3 Table 1C. Stream/Wetland Targeted Functions, Goals, and Objectives.......................................................................4 Table2. Site Soils..........................................................................................................................................................5 Table 3. Stream Geometry and Classification...............................................................................................................6 Table 4. BEHI and NBS Modeling Summary..................................................................................................................7 Table 5. Threatened and Endangered Species..............................................................................................................8 Table 6. Mitigation Activities and Credit Potential Summary.....................................................................................11 Table7. Monitoring Schedule.....................................................................................................................................13 Table 8. Stream Monitoring Summary........................................................................................................................13 Table 9. Wetland Monitoring Summary.....................................................................................................................14 Table 10. Vegetation Monitoring Summary ...............................................................................................................15 Table 11. Compatibility of Performance Criteria to Project Goals and Objectives.....................................................16 Nesbit Stream & Wetland Mitigation Site Table of Contents Technical Proposal (RFP # 16-007704) APPENDICES Appendix A. Figures Figure 1. Site Location Figure 2. Hydrologic Unit Map Figure 3. Topography and Drainage Area Figure 4. Existing Conditions and Soils Figure 5. Proposed Conditions Appendix B. Stream & Wetland Data Cross Sections NCSAM Forms NCDWQ Stream Identification Forms NCWAM Form BEHI & NBS Nutrient Model Soil Boring Log Appendix C. NHP Report Appendix D. Memorandum of Option Agreement Appendix E. Landowner Authorization Form Appendix F. Technical Proposal Score Sheet Nesbit Stream & Wetland Mitigation Site Table of Contents Technical Proposal (RFP # 16-007704) PART G: TECHNICAL APPROACH This technical proposal describes the Nesbit Stream & Wetland Mitigation Site (hereafter referred to as the "Site"), located approximately 7 miles southwest of Monroe and 5 miles southeast of Waxhaw in the southwest corner of Union County near the North Carolina and South Carolina border (Figures 1 and 2, Appendix A). Site land use consists of agricultural row crops. All Site hydrology drains to warm, Glen Branch and unnamed tributaries to Glen Branch. The proposed conservation easement area contains approximately 18.1 acres. 1.1 Project Goals and Objectives The Site is located within Targeted Local Watershed (TLW) 03050103030030 and subbasin 03-08-38. The Site is not located in a Local Watershed Plan (LWP), Regional Watershed Plan (RWP), or Targeted Resource Area (TRA). Project goals are based on the Lower Catawba River Basin Restoration Priorities (RBRP) report (NCEEP 2007) and on-site data collection of channel morphology and functions observed during field investigations. The RBRP report documents that the main goal in the urbanized watersheds of this river basin is to better manage stormwater runoff. The Waxhaw Creek watershed, which includes the Site, is a priority for land preservation because it faces development pressures from the Charlotte Metro area, and the HU is the only one in the Catawba Basin that supports a population of the federally endangered Carolina heel -splitter mussel (one of only six populations in the world). Stream water quality is critical to its survival and requires the use of forested buffers and prevention of siltation and other sources of pollution. Site specific mitigation goals and objectives have been developed through the use of North Carolina Stream Assessment Method (NC SAM) and North Carolina Wetland Assessment Method (NC WAM) analyses of existing and reference systems at the Site (NC SFAT 2015 and NC WFAT 2010). These methodologies rate functional metrics for streams and wetlands as high, medium, or low based on field data collected on forms and transferred into a rating calculator. Using Boolean logic, the rating calculator assigns a high, medium, or low value for each metric and overall function. Site functional assessment data forms are available upon request and model output is included in Appendix B. Tables 1A and 16 summarize NC SAM and NC WAM metrics targeted for functional uplift; metrics targeted to meet the Site's goals and objectives are depicted in bold. Table 1C outlines functions targeted for functional uplift, goals tied to the specific functions, objectives to achieve the proposed goals, and outlines stressors that Site activities will provide functional uplift for. The Site provides for restoration and protection of aquatic resources within a conservation easement and will result in net gains in hydrology, water quality, and habitat functions. Nesbit Stream & Wetland Mitigation Site page 1 Technical Proposal (RFP # 16-007704) Table 1A. Nesbit NC SAM Summary SAM 2- NC SAM Function Class Rating Summary SAM 1 -UT 1 Glen Branch Upper (1) HYDROLOGY HIGH LOW SAM 3 - Glen Branch Lower LOW (2) Baseflow HIGH HIGH (2) Flood Flow HIGH LOW HIGH LOW (3) Streamside Area Attenuation MEDIUM LOW LOW (4) Floodplain Access HIGH MEDIUM MEDIUM (4) Wooded Riparian Buffer LOW LOW LOW (4) Microtopography LOW LOW LOW (3) Stream Stability HIGH LOW LOW (4) Channel Stability HIGH LOW LOW (4) Sediment Transport HIGH MEDIUM MEDIUM (4) Stream Geomorophology HIGH LOW LOW (1) WATER QUALITY LOW LOW LOW (2) Baseflow HIGH HIGH HIGH (2) Stream -side Area Vegetation LOW LOW LOW (3) Upland Pollutant Filtration LOW LOW LOW (3) Thermoregulation MEDIUM MEDIUM MEDIUM (2) Indicators of Stressors NO NO NO (2) Aquatic Life Tolerance LOW LOW LOW (1) HABITAT MEDIUM LOW LOW (2) In -stream Habitat HIGH LOW LOW (3) Baseflow HIGH HIGH HIGH (3) Substrate HIGH MEDIUM MEDIUM (3) Stream Stability HIGH LOW LOW (3) In -Stream Habitat HIGH LOW LOW (2) Stream -side Habitat LOW LOW LOW (3) Stream -side Habitat LOW LOW LOW (3) Thermoregulation LOW LOW LOW OVERALL MEDIUM LOW LOW Based on NC SAM output, all three primary stream functional metrics (Hydrology, Water Quality, and Habitat), as well as 16 sub -metrics are under -performing as exhibited by a LOW metric rating. LOW performing metrics are to be targeted for functional uplift through mitigation activities, goals and objectives, as well as, monitoring and success criteria. Nesbit Stream & Wetland Mitigation Site Technical Proposal (RFP # 16-007704) page 2 Table 1B. Nesbit NC WAM Summary NC WAM Sub -function Rating Summary WAM1 Wetland Type Bottomland Hardwood Forest (1) HYDROLOGY MEDIUM (2) Surface Storage & Retention MEDIUM (2) Sub -surface Storage and Retention MEDIUM (1) WATER QUALITY MEDIUM (2) Pathogen change (2) Particulate Change MEDIUM LOW (2) Soluble change (2) Physical Change MEDIUM MEDIUM (1) HABITAT LOW LOW (2) Physical Structure (2) Landscape Patch Structure LOW LOW (2) Vegetative Composition OVERALL MEDIUM Based on NC WAM output, one of the primary wetland functional metrics (Habitat), as well as 4 sub -metrics are under -performing as exhibited by a LOW metric rating. LOW performing metrics are to be targeted for functional uplift through mitigation activities, goals and objectives, as well as, monitoring and success criteria. The proposed easement, existing conditions, and proposed mitigation activities are depicted in Figures 4 and 5 (Appendix A). Nesbit Stream & Wetland Mitigation Site page 3 Technical Proposal (RFP # 16-007704) Table 1C. Stream/Wetland Targeted Functions, Goals, and Objectives Targeted Functions Goals Objectives DMS Functional Uplift Evaluations Functional Stressor (Uplift Potential) (1) HYDROLOGY (2) Flood Flow 0Construct new channel at historic floodplain elevation to restore overbank flows and restore/enhance jurisdictional wetlands (3) Streamside Area Attenuation • Minimize downstream flooding to the maximum extent 0 Plant woody riparian buffer 0 Install marsh treatment areas (4) Wooded Riparian Buffer possible. 0 Remove agricultural row crops • Deep rip floodplain soils to reduce compaction and increase soil surface • peak Flows (4) Microtopography roughness • Protect riparian buffers with a perpetual conservation easement • Artificial Barriers • Ditching/Draining (3) Stream Stability • Construct channels with proper pattern, dimension, and longitudinal profile • Remove agricultural row crops (4) Channel Stability • Increase stream stability within the Site so that channels • Construct stable channels with appropriate substrate are neither aggrading nor degrading. • Upgrade forded crossings (4) Stream Geomorphology • Plant woody riparian buffer • Stabilize stream banks (1) WATER QUALITY (2) Streamside Area Vegetation 0Remove agricultural row crops and reduce agricultural land/inputs • Install marsh treatment areas (3) Upland Pollutant Filtration Plant woody riparian buffer • Non-functioning Riparian Buffer/Wetland Vegetation (2) Aquatic Life Tolerance • Remove direct nutrient and pollutant inputs from the Site and reduce contributions to downstream waters. • Restore/enhance jurisdictional wetlands adjacent to Site streams 0 Provide surface roughness and reduce compaction through deep • Sediment ripping/plowing. • Nutrients Wetland Particulate Change Restore overbank flooding by constructing channels at historic floodplain elevation. (1) HABITAT (2) In -stream Habitat • Construct stable channels with appropriate substrate • Plant woody riparian buffer to provide organic matter and shade (3) Stream Stability (3) In -Stream Habitat • Construct new channel at historic floodplain elevation to restore overbank (2) Stream side Habitat flows • Habitat Fragmentation (3) Stream -side Habitat • Improve instream and stream -side habitat. • Upgrade forded crossings • Limited Bedform Diversity • Plant woody riparian buffer (3) Thermoregulation Protect riparian buffers with a perpetual conservation easement • Absence of Large Woody Debris Wetland Physical Structure • Restore/enhance jurisdictional wetlands adjacent to Site streams Stabilize stream banks PWetland Landscape Patch Structure Install in -stream structures Vegetation Composition Nesbit Stream & Wetland Mitigation Site Technical Proposal (RFP # 16-007704) page 4 1.2 Project Description 1.2.1 Existing Conditions Physiography and Land Use The Site is located in the Carolina Slate Belt portion of the Piedmont ecoregion of North Carolina. Regional physiography is characterized by dissected, irregular plains with moderate to steep slopes and low to moderate gradient streams over boulder and cobble -dominated substrate (Griffith et al. 2002). Onsite elevations range from a high of 640 feet National Geodetic Vertical Datum (NGVD) at the upper reaches to a low of approximately 620 feet NGVD at the Site outfall (USGS Waxhaw, North Carolina 7.5 -minute topographic quadrangle) (Figure 3, Appendix A). The Site provides water quality functions to watersheds ranging from approximately 0.03 square mile (21 acres) on UT3 to 1.25 square miles (799 acres) at the outfall (Figure 3, Appendix A). The watershed is dominated by pasture, agricultural land, forest, and sparse residential development. Impervious surfaces account for less than 2 percent of the upstream watershed land surface. Land use at the Site is characterized by agricultural row crops. Water Quality The Site is located within the Catawba River Basin in United States Geological Services (USGS) 14 -digit HUC 03050103030030 and North Carolina Division of Water Resources (NCDWR) Subbasin 03-08-38. Site hydrology drains to Glen Branch and unnamed tributaries to Glen Branch (Stream Index Number 11-139-1), which has been assigned a Best Usage Classification of C (NCDWR 2013). Glen Branch is not listed on the NCDENR draft 2018 or final 2016 303(d) lists (NCDEQ 2018a, NCDEQ 2018b). Soils and Land Form Based on Web Soil Survey mapping (USDA 2017), the Site contains four soil series as follows (Figure 4, Appendix A). Table 2. Site Soils Map Unit Map Unit Name Hydric Status Description Symbol (Classification) This series consists of moderately eroded, well -drained soils Badin channery silty clay found on interfluves with 2-8 percent slopes. The parent BdB2 loam Non -hydric material is residuum weathered from metavolcanics and/or (Typic Hapludults) argillite. Depth to the water table is more than 80 inches. Depth to restrictive features is 20-40 inches to paralithic bedrock and 40-80 inches to lithic bedrock. This series consists of moderately well -drained soils found on Cid channery silt loam interfluves with 1-5 percent slopes. The parent material is CmB loam Non -hydric residuum weathered from metavolcanics and/or argillite. (Aquic Hapludults) Depth to the water table 12-30 inches. Depth to restrictive features is 20-40 inches to paralithic bedrock and 40-80 inches to lithic bedrock. This series consists of moderately well -drained soils found on Non -hydric, but Secrest-Cid complex interfluves with 0-3 percent slopes. The parent material is ScA may contain (Aeric Epiaquults/Aquic residuum weathered from metavolcanics and/or argillite. hydric Hapludults) Depth to the water table 12-30 inches. Depth to restrictive inclusions features is 40-60 inches to paralithic bedrock and 60-80 inches to lithic bedrock. This series consists of well -drained soils found on interfluves Ta B, Ta C, Tarrus gravelly silt loam with 2-15 percent slopes. The parent material is residuum Ta B2 (Typic Kanhapludults) Non -hydric weathered from metavolcanics and/or argillite. Depth to the water table more than 80 inches. Depth to restrictive features is 40-60 inches to paralithic bedrock. Nesbit Stream & Wetland Mitigation Site page 5 Technical Proposal (RFP # 16-007704) Existing wetlands and drained hydric soils were mapped by a licensed soil scientist (NC LSS # 1233); results of the soil mapping are depicted on Figure 4 (Appendix A) and the Site includes approximately 2.8 acres of disturbed wetland and 3.8 acres of drained hydric soils. A soil boring log is included in Appendix B. 1.2.2 Stream Characterization Stream geometry and substrate data have been evaluated to orient stream restoration based on a classification utilizing fluvial geomorphic principles (Rosgen 1996). This classification stratifies streams into comparable groups based on pattern, dimension, profile, and substrate characteristics. Primary components of the classification include degree of entrenchment, width -depth ratio, sinuosity, and channel slope. Cross-sectional measurements were utilized to characterize existing stream channel conditions. The location of each cross-section is depicted in Figure 4 (Appendix A). Cross-sectional data indicate that Site streams are downcutting and eroding vertically and laterally. The channels are characterized by incised Eg-type and unstable E -type channels. Although E -type channels are not exhibiting incision, the width to depth ratio depicts a channel that is narrow and deep (W/D ratio of 4.9) and are showing lateral scour on banks that would be expected to continue eroding until Eg- type channels are present at the Site (data is presented in Figure 4, Appendix A and Table 3). Table 3. Stream Geometry and Classification Attribute XS 1 Existing Nesbit Site XS 1 Proposed XS 2 Existing XS 2 Proposed DA 0.27 0.27 0.74 0.7.4 Abkf 8.7 8.7 17.5 17.5 Aexisting 16.5 8.7 18.7 17.5 Wbkf 8.5 8.1 9.3 12.1 Dbkf 1.0 1.1 1.9 1.1 Dmax 1.7 1.3 2.8 1.4 Wbkf/Dbkf 8.2 7.6 4.9 8.4 FPA 50 50 50 50 ENT 5.9 6.1 5.4 4.1 LBH 2.5 1.3 3.0 1.4 B H R 1.47 1.0 1.07 1.0 SIN 1 1.1 1 1.15 1 1.05 1 1.15 Stream Type I Eg-type I E -type I E -type I E -type Proposed Stream Geometry Site streams have been characterized based on fluvial geomorphic principles (Rosgen 1996). Table 3 provides a summary of measured stream geometry attributes under existing conditions (considered to be unstable) and a preliminary estimate of potentially stable stream attributes. Preliminary estimates of stable stream attributes are based primarily upon data observations along the existing reaches, measurements of two cross-sections within the Site, and regional curves for the Piedmont region of North Carolina. Hydrology This hydrophysiographic region is characterized by moderate rainfall with precipitation averaging approximately 46.7 inches per year (USDA 1996). The Site's discharge is dominated by a combination of upstream basin catchment, groundwater flow, and precipitation. Based on regional curves (Harman et al. 1999), the bankfull discharge for a 0.03- to 1.25 -square mile watershed is expected to average 7.5 to 104.5 cubic feet per second and occur approximately every 1.3 to 1.5 years (Rosgen 1996, Leopold 1994). 1.2.3 Sediment Model Sediment load modeling was performed using methodologies outlined in A Practical Method of Computing Streambank Erosion Rate (Rosgen 2009) along with Estimating Sediment Loads using the Bank Assessment of Non - point Sources Consequences of Sediment (Rosgen 2011). These models provide a quantitative prediction of Nesbit Stream & Wetland Mitigation Site page 6 Technical Proposal (RFP # 16-007704) streambank erosions by calculating Bank Erosion Hazard Index (BEHI) and Near -Bank Stress (NBS) along each Site reach. The resulting BEHI and NBS values are then compared to streambank erodibility graphs prepared for North Carolina by the NC Stream Restoration Institute and NC Sea Grant. Streambank characteristics involve measurements of bank height, angles, materials, presence of layers, rooting depth, rooting density, and percent of the bank protected by rocks, logs, roots, or vegetation. Site reaches have been measured for each BEHI and NBS characteristic and predicted lateral erosion rate, height, and length to calculate a cubic volume of sediment contributed by the reach each year. Data forms for the analysis are available upon request and the data output is presented in Appendix B. Results of the model are presented in the following table. Table 4. BEHI and NBS Modeline Summary Stream Reach Proposed Mitigation Treatment Predicted Sediment Contribution (tons/year) Glen Branch Restoration and Enhancement (Level 1) 223.8 UT 1 Restoration and Enhancement (Level 11) 3.9 UT 2 Restoration and Enhancement (Level 11) 4.8 UT 3 Restoration and Enhancement (Level 11) 0 Total Sediment Contribution (tons/year) 232.5 1.2.4 Nutrient Model A preliminary land use nutrient model was developed to estimate nitrogen and phosphorus inputs from row crops at the Site. Model inputs include Site area, percent land use, rainfall, and row -crop type. Using published values of nitrogen and phosphorus the model predicts the nutrient input of fertilizer associated with land uses (USDA 2015, USDA 1992, NC State 2016, SMRC 2016). A copy of the model input and output is presented in Appendix B. Based on the land use nutrient model, cessation of land use activities at the Site will result in a direct reduction of 360 pounds of phosphorus per year and 360 pounds of nitrogen per year. 1.2.5 Site Design and Implementation Constraints The presence of conditions or characteristics that have the potential to hinder restoration activities on the Site was evaluated. The evaluation focused primarily on the presence of hazardous materials, utilities and restrictive easements, rare/threatened/endangered species or critical habitats, and the potential for hydrologic trespass. Existing information regarding Site constraints was acquired and reviewed. In addition, any Site conditions that have the potential to restrict the restoration design and implementation were documented during the field investigation. No known Site constraints, that may hinder proposed mitigation activities, were identified during field surveys. Potential constraints reviewed include the following. Threatened & Endangered Species Three federally protected species are listed as occurring in Union County as of June 27, 2018 (USFWS 2018); the following table summarizes potential habitat and a preliminary biological conclusion. Nesbit Stream & Wetland Mitigation Site page 7 Technical Proposal (RFP # 16-007704) Table 5. Threatened and Endangered Species Species Habitat Potential Biological Habitat at Site Conclusion In North Carolina, the species is now known only from a handful of streams in the Pee Dee and Catawba River systems. The species exists in very low abundances, usually within 6 feet of shorelines, throughout its known range. The general habitat Carolina heelsplitter requirements for the Carolina heelsplitter are shaded areas in (Losmigona decorata) large rivers to small streams, often burrowed into clay banks No No effect Endangered between the root systems of trees, or in runs along steep banks with moderate current. The more recent habitat where the Carolina heelsplitter has been found is in sections of streams containing bedrock with perpendicular crevices filled with sand and gravel, and with wide riparian buffers. Grows in sandy or rocky, open, upland woods on acidic or circumneutral, well -drained sands or sandy loam soils with low cation exchange capacities. The species is also found on sandy or submesic loamy swales and depressions in the fall line Sandhills region as well as in openings along the rim of Carolina bays; maintained railroad, roadside, power line, and utility Michaux's sumac rights -of way; areas where forest canopies have been opened (Rhus michauxii) up by blowdowns and/or storm damage; small wildlife food Yes Unresolved Endangered plots; abandoned building sites; under sparse to moderately dense pine or pine/hardwood canopies; and in and along edges of other artificially maintained clearings undergoing natural succession. In the central Piedmont, it occurs on clayey soils derived from mafic rocks. The plant is shade intolerant and, therefore, grows best where disturbance (e.g., mowing, clearing, grazing, periodic fire) maintains its open habitat. This species is found along roadside rights-of-way, maintained power lines and other utility rights-of-way, edges of thickets and old pastures, clearings and edges of upland oak -pine - hickory woods and Piedmont longleaf pine forests, and other Schweinitz's sunflower sunny or semi -sunny habitats where disturbances (e.g., (Helianthus mowing, clearing, grazing, blow downs, storms, frequent fire) Yes Unresolved schweinitzii) help create open or partially open areas for sunlight. It is Endangered intolerant of full shade and excessive competition from other vegetation. Schweinitz's sunflower occurs in a variety of soil series; it is generally found growing on shallow sandy soils with high gravel content; shallow, poor, clayey hardpans; or shallow rocky soils, especially those derived from mafic rocks. Cultural Resources The term "cultural resources" refers to prehistoric or historic archaeological sites, structures, or artifact deposits over 50 years old. "Significant" cultural resources are those that are eligible or potentially eligible for inclusion in the National Register of Historic Places. Evaluations of site significance are made with reference to the eligibility criteria of the National Register (36 CFR 60) and in consultation with the North Carolina State Historic Preservation Office (SHPO). Field visits were conducted at the Site in December 2018 to ascertain the presence of structures or other features that may be eligible for inclusion on the National Register of Historic Places. No structures were identified within proposed easement boundaries; however, coordination with State Historic Preservation Office will occur prior to construction activities to determine if any significant cultural resources are present. North Carolina Natural Heritage Elements A query of the North Carolina Natural Heritage Program (NCNHP) database indicates there are no records for rare species, important natural communities, natural areas, or conservation/managed areas within the proposed project Nesbit Stream & Wetland Mitigation Site page 8 Technical Proposal (RFP # 16-007704) boundary. Within a one -mile radius of the Site, NCNHP lists the Eastern creekshell (Villosa delumbis) and the Waxhaw Creek Aquatic Habitat (Appendix Q. FEMA Inspection of the FEMA Flood Insurance Rate Maps 3710540000J, Panel 5400, effective October 16, 2008, indicates that the lower reaches of the Site are located within a Zone AE flood area. Therefore, a HEC -RAS analysis will be completed on the existing and proposed conditions of Glen Branch and its tributaries to assess hydraulic performance. As per North Carolina Floodplain Mapping requirements, a Conditional Letter of Map Revision (CLOMR) may need to be prepared for the Site. Utilities No utilities are located on the Site. Air Transport Facilities No air transport facility is located within 5 miles of the Site; however, a landing field is located approximately 2 miles southeast of the Site. 1.3 Project Development 1.3.1 Stream Restoration Stream restoration efforts are designed to restore a stable stream that approximates hydrodynamics, stream geometry, and local microtopography relative to reference conditions. Restoration at the Site will be Priority I restoration; therefore, bankfull elevations will be raised to meet the adjacent valley floodplain elevation. Stream restoration is expected to entail 1) channel excavation, 2) channel stabilization, 3) channel diversion, and 4) channel backfill. In -stream Structures The use of in -stream structures for grade control and habitat is essential for successful stream restoration. In -stream structures may be placed in the channel to elevate local water surface profiles in the channel, potentially flattening the water energy slope or gradient and directing stream energy into the center of the channel and away from banks. The structures will consist of log cross -vanes or log j -hook vanes; however, at the discretion of the Engineer, rock cross -vanes or rock j -hook vanes may be substituted if dictated by field conditions. In addition, the structures will placed in relatively straight reaches to provide secondary (perpendicular) flow cells during bankfull events. Forded Channel Crossings Landowner constraints will necessitate the installation of forded channel crossings within breaks in the easement to allow access to portions of the property isolated by stream restoration activities Figure 5 (Appendix A). The crossings may be constructed of hydraulically stable rip -rap or suitable rock. Crossings will be large enough to handle the weight of anticipated vehicular traffic. Approach grades to the crossing will be at an approximate 10:1 slope and constructed of hard, scour -resistant crushed rock or other permeable material, which is free of fines. 1.3.2 Stream Enhancement (Level 1) Stream enhancement (level 1) will entail restoration of stream dimension, installation of easement markers, and planting riparian buffers with native forest vegetation to facilitate stream recovery and prevent further degradation of the stream. 1.3.3 Stream Enhancement (Level II) Stream enhancement (level II) will entail installation of easement markers and planting riparian buffers with native forest vegetation to facilitate stream recovery and prevent further degradation of the stream. Nesbit Stream & Wetland Mitigation Site page 9 Technical Proposal (RFP # 16-007704) 1.3.4 Wetland Restoration (Reestablishment) Alternatives for wetland reestablishment are designed to restore a fully functioning wetland system, which will provide surface water storage, nutrient cycling, removal of imported elements and compounds, and will create a variety and abundance of wildlife habitat. Portions of the Site underlain by hydric soils have been impacted by stream degradation, vegetative clearing, agriculture plowing, and other land disturbances associated with land use management. Wetland reestablishment options should focus on the restoration of vegetative communities, restoration of stream corridors and historic groundwater tables, and the reestablishment of soil structure and microtopographic variations. In addition, the construction of (or provisions for) surface water storage depressions (ephemeral pools) will also add an important component to groundwater restoration activities. These activities will result in the reestablishment/restoration of 2.8 acres of jurisdictional riparian riverine wetlands. 1.3.5 Wetland Enhancement Wetland enhancement will focus on the removal of row crops and restoration of vegetative communities resulting in the enhancement of 3.8 acres of jurisdictional riparian riverine wetlands. 1.3.6 Riparian Restoration Restoration of floodplain forest allows for development and expansion of characteristic species across the landscape. Ecotonal changes between community types contribute to diversity and provide secondary benefits, such as enhanced feeding and nesting opportunities for mammals, birds, amphibians, and other wildlife. Revegetating floodplains will provide overall system stability, shade, and wildlife habitat. In addition, viable riparian communities will improve system biogeochemical function by filtering pollutants from overland and shallow subsurface flows and providing organic materials to adjacent stream channels. Variations in vegetative planting will occur based on topography and hydraulic condition of soils. Vegetative species composition will be based on RFEs, site-specific features, and community descriptions from Classification of the Natural Communities of North Carolina (Schafale and Weakley 1990). Community associations to be utilized include: 1) Piedmont/Low Mountain Alluvial Forest, 2) Dry-Mesic Oak -Hickory Forest and 3) Streamside Assemblage. Bare -root seedlings within the Piedmont/Low Mountain Alluvial Forest and Dry-Mesic Oak -Hickory Forest will be planted at a density of approximately 680 stems per acre on 8 -foot centers, and in the stream -side assemblage at a density of approximately 2720 stems per acre on 4 -foot centers. Planting will be performed between November 15 and March 15 to allow plants to stabilize during the dormant period and set root during the spring season. Potential species planted within the Site may include the following. Piedmont/Low Mountain Alluvial Forest 1. Sycamore (Platanus occidentalis) 2. American elm (Ulmus americana) 3. Hackberry (Celtis laevigata) 4. Green ash (Fraxinus pennsylvanica) 5. Shagbark hickory (Carya ovata) 6. Willow oak (Quercus phellos) 7. Shumard oak (Quercus shumardii) 8. River birch (Betula nigra) 9. Silky dogwood (Cornus amomum) 10. Pawpaw (Asimina triloba) Nesbit Stream & Wetland Mitigation Site page 10 Technical Proposal (RFP # 16-007704) Dry-Mesic Oak -Hickory Forest 1. White oak (Quercus alba) 2. Northern red oak (Quercus rubra) 3. Pignut hickory (Carya glabra) 4. Mockernut hickory (Carya alba/tomentosa) 5. Black gum (Nyssa sylvatica var. sylvatica) 6. Flowering dogwood (Cornus florida) 7. Eastern red cedar (Juniperus virginiana) 8. Persimmon (Diospyros virginiana) 9. Ironwood (Carpinus caroliniona) Stream -Side Assemblage 1. Black willow (Salix nigra) 2. Tag alder (Alnus serrulate) 3. Buttonbush (Cephalanthus occidentalis) 1.3.7 Fence / Easement Marking The entire easement area will fenced and/or appropriately marked to identify the easement boundaries per United States Army Corps of Engineers (USACE) and Interagency Review Team (IRT) requirements. 1.3.8 Nuisance Species Management Beaver, privet, and other potential nuisance species will be monitored over the course of the 7 -year monitoring period. Appropriate actions to ameliorate any negative impacts regarding vegetation development and/or water management will occur on an as -needed basis. 1.4 Proposed Mitigation Mitigation outlined in this report is designed to provide the following, as calculated in accordance with the requirements stipulated in RFP #16-007704. Table 6. Mitigation Activities and Credit Potential Summary Stream Mitigation Type Type Linear Feet Mitigation Ratio SMUs Restoration Priority 1 4895 1:1 4895 Enhancement Level 1 171 1.5:1 114 Enhancement Level II 1275 2.5:1 510/2 - 255* Preservation - - 10:1 - Totals 6341 linear feet 5264 SMUs Wetland Mitigation Type Type Acreage Mitigation Ratio Riparian Riverine WMU Restoration Riparian Riverine 2.8 1:1 2.8 Enhancement Riparian Riverine 3.8 2:1 1.9 Totals 6.6 acres 4.7 WMUs *Enhancement (level II) credit has been reduced by half to account for an approximate 5:1 ratio predicted to be allowed by the Interagency Review Team. 1.5 Current Ownership and Long term Protection Restoration Systems has an Agreement for the Purchase and Sale of a Conservation Easement with the property owner. A Memorandum of this agreement was recorded at the Union County Register of Deeds January 7, 2019 is included in Appendix E. Full copies are these agreements are available upon request. Upon approval of the contract, Restoration Systems will execute the contract and subsequently place a conservation easement over the subject parcel; such easement will be conveyed to the State of North Carolina. Restoration Systems will remain responsible for project implementation and achievement of success criteria. Nesbit Stream & Wetland Mitigation Site page 11 Technical Proposal (RFP # 16-007704) Current property ownership and parcel information is as follows: Owner Name NC PIN# Buford Township Farms, LLC (Alison & Franklin Howey Jr.) 04335004 During the operational period of the Site, Restoration Systems will be responsible for management actions. A long- term management plan will be developed for the Site and incorporated into the mitigation plan. In general, long- term management activities will include protecting the Site from encroachment, trespass, clearing, and other violations that interfere with conservation purposes. Other activities may be incorporated based on site-specific considerations. 1.6 Project Phasing A tentative phasing schedule for the proposed project is presented below based on an executed contract at Week 0. Task Description Weeks from Contract Execution Task 1 Categorical Exclusion Document 5 Task 2 Submit Recorded Conservation Easement on the Site 20 Task 3 Mitigation Plan (Final Draft) and Financial Assurance 49 Task 4 Mitigation Site Earthwork Complete 76 Task 5 Mitigation Site Planting and Installation of Monitoring Devices 87* Task 6 Baseline Monitoring report (including As -built Drawings) 87* Task 7 Submit Monitoring Report #1 to NCDMS Dec. after implementation Task 8 Submit Monitoring Report #2 to NCDMS Dec. - 2yrs after implementation Task 9 Submit Monitoring Report #3 to NCDMS Dec. - 3yrs after implementation Task 10 Submit Monitoring Report #4 to NCDMS Dec. - 4yrs after implementation Task 11 Submit Monitoring Report #5 to NCDMS Dec. - 5yrs after implementation Task 12 Submit Monitoring Report #6 to NCDMS Dec. - 6yrs after implementation Task 13 Submit Monitoring Report #7 to NCDMS Dec. - 7yrs after implementation Closeout Process Spring after submittal of Report #7 * Time frame is dependent upon seasonal conditions at completion of Site implementation. 1.7 Success Criteria Monitoring requirements and success criteria outlined in this plan follow the October 24, 2016 NC Interagency Review Team Wilmington District Stream and Wetland Compensatory Mitigation Update. Monitoring data collected at the Site should include reference photos, plant survival analysis, channel stability analysis, and biological data, if specifically required by permit conditions. Wetland hydrology is proposed to be monitored for a period of seven years (years 1-7). Riparian vegetation and stream morphology is proposed to be monitored for a period of seven years with measurements completed in years 1-3, year 5, and year 7. If monitoring demonstrates the Site is successful by year 5 and no concerns have been identified, Restoration Systems may propose to terminate monitoring at the Site and forego monitoring requirements for years 6 and 7. Early closure will only be provided through written approval from the USACE in consultation with the IRT. Monitoring will be conducted by Axiom Environmental, Inc. Annual monitoring reports of the data collected will be submitted to the NCDMS by Restoration Systems no later than December 31 of each monitoring year data is collected. Nesbit Stream & Wetland Mitigation Site page 12 Technical Proposal (RFP # 16-007704) Table 7. Monitoring Schedule Resource Streams Wetlands Macroinvertebrates Visual Assessment Report Submittal Year 1 1 Year 2 1 Year 3 1 Year 4 1 Year S I Year 6 1 Year 7 1.7.1 Stream Monitoring Annual monitoring will include development of channel cross-sections and substrate on riffles and pools. Data to be presented in graphic and tabular format will include 1) cross-sectional area, 2) bankfull width, 3) average depth, 4) maximum depth, and 5) width -to -depth ratio. Longitudinal profiles will not be measured routinely unless monitoring demonstrates channel bank or bed instability, in which case, longitudinal profiles may be required by the USACE along reaches of concern to track changes and demonstrate stability. Table 8. Stream Monitoring Summary Parameter Method Schedule/Frequency Number/Extent Stream Profile Full longitudinal survey As -built (unless otherwise All restored stream required) channels Stream Dimension Cross-sections As -built, Years 1, 2, 3, 5, and 7 Two per 1000 feet of restored channels Visual Assessments Yearly All restored stream channels Only if instability is Channel Stability Bank Pins Yearly documented during monitoring Additional Cross- Only if instability is Yearly documented during sections monitoring Continuous monitoring Continuous recording through As requested by the Stream Hydrology water level gauges monitoring period IRT and/or trail camera Visual Assessments Visual assessment of in -stream structures will be conducted to determine if failure has occurred. Failure of a structure may be indicated by collapse of the structure, undermining of the structure, abandonment of the channel around the structure, and/or stream flow beneath the structure. In addition, visual assessments of the entire channel will be conducted in each of the seven years of monitoring as outlined in the October 24, 2016 NC Interagency Review Team Wilmington District Stream and Wetland Compensatory Mitigation Update. Areas of concern will be depicted on a plan view figure identifying the location of concern along with a written assessment and photograph of the area. Benthic Macroinvertebrates Benthic macroinvertebrate sampling will be conducted once before construction (baseline conditions) and once during monitoring years 3, 5, and 7. Macroinvertebrate sampling will be conducted in accordance with the "Qual 4" method described in Standard Operating Procedures for Collection and Analysis of Benthic Macroin vertebrates, Version 5.0 (NCDWR 2016). In addition, sampling will occur during the "index period" referenced in Small Streams Biocriteria Development (NCDWQ 2009). Results will be presented on a site -by -site basis and will include a list of taxa collected, an enumeration of Ephemeroptera, Plecoptera, and Tricopetera taxa as well as Biotic Index values. Benthic Macroinvertebrate sampling data will not be tied to success criteria; however, the data may be used as a tool to observe positive gains to in -stream habitat. Nesbit Stream & Wetland Mitigation Site page 13 Technical Proposal (RFP # 16-007704) 1.7.2 Stream Success Criteria Monitoring and success criteria for stream restoration should relate to project goals and objectives identified from on-site NC SAM data collection. From a mitigation perspective, several of the goals and objectives are assumed to be functionally elevated by restoration activities without direct measurement. Other goals and objectives will be considered successful upon achieving vegetation success criteria. The following summarizes stream success criteria, per the October 24, 2016 NC Interagency Review Team Wilmington District Stream and Wetland Compensatory Mitigation Update. • All streams must maintain an Ordinary High -Water Mark (OHWM), per RGL 05-05. • Bank height ratio (BHR) cannot exceed 1.2 for a majority of measured cross sections on a given reach. • Entrenchment ratio (ER) must be 2.2 or above for a majority of measured riffle cross-sections on a given reach. • BHR and ER should not change by more than 10% in any given year for a majority of a given reach. • Must document occurrence of at least 4 bankfull events in separate years during the monitoring period. 1.7.3 Wetland Monitoring Groundwater monitoring gauges will be installed to take measurements after hydrological modifications are performed at the Site. Hydrological sampling will continue throughout the entire year at intervals necessary to satisfy jurisdictional hydrology success criteria. In addition, an on-site rain gauge will be used to document rainfall data for comparison of groundwater conditions with extended drought conditions and a floodplain crest gauge (or other suitable recording devices) will be installed to confirm overbank flooding events. Table 9. Wetland Monitoring Summary Parameter Method Schedule/Frequency Number/Extent Data Collected Gauges spread Soil temperature at the Wetland Groundwater As -built, Years 1, 2, throughout beginning of each monitoring Restoration gauges 3, 4, 5, 6, and 7 restored period, groundwater and rain wetlands data for each monitoring period 1.7.4 Wetland Success Criteria The following summarizes wetland success criteria, per the October 24, 2016 NC Interagency Review Team Wilmington District Stream and Wetland Compensatory Mitigation Update. • Saturation or inundation within the upper 12 inches of the soil surface for, at a minimum, 10 percent of the growing season, during average climatic conditions (10% of the growing season as per USACE 2016). According to the Soil Survey of Union County, the growing season is from March 28 — November 3 (USDA 1996). However, the start date for the growing season is not typical for the Piedmont region; therefore, for purposes of this project gauge hydrologic success will be determined using data from March 1 - November 3 to more accurately represent the period of biological activity. Based on growing season information outlined in the Interim Regional Supplement to the Corps of Engineers Wetland Delineation Manual: Eastern Mountains and Piedmont Region (USACE 2012), this will be confirmed annually by soil temperatures exceeding 41 degrees Fahrenheit at 12 inches depth and/or bud burst. Target hydrological characteristics include saturation or inundation for 10 percent (for a Worsham soil) of the monitored period (March 1- November 3), during average climatic conditions (USACE 2016). 1.7.5 Vegetation After planting has been completed in winter or early spring, an initial evaluation will be performed to verify planting methods and to determine initial species composition and density. Supplemental planting and additional Site modifications will be implemented, if necessary. Nesbit Stream & Wetland Mitigation Site page 14 Technical Proposal (RFP # 16-007704) During quantitative vegetation sampling, plots (100 square meters in size) will be installed within the Site as per guidelines established in CVS-EEP Protocol for Recording Vegetation, Version 4.2 (Lee et al. 2008). In each sample plot, vegetation parameters to be monitored include species composition and species density. Visual observations of the percent cover of shrub and herbaceous species will also be documented by photograph. Table 10. Vegetation Monitoring Summary Parameter Method Schedule/Frequency Number/Extent Data Collected Permanent vegetation plots As -built, Years 1, 2, Plots spread across Species, height, 0.0247 acre (100 3, 5, and 7 the Site (^2% of the location, planted vs. square meters) in planted area) volunteer, and age Vegetation size establishment and Annual random vigor vegetation plots, 0.0247 acre (100 As -built, Years 1, 2, 3 plots randomly Species and height square meters) in 3, 5, and 7 selected each year size 1.7.6 Vegetation Success Criteria The following summarizes vegetation success criteria, per the October 24, 2016 NC Interagency Review Team Wilmington District Stream and Wetland Compensatory Mitigation Update. • Within planted portions of the site, a minimum of 320 stems per acre must be present at year 3; a minimum of 260 stems per acre must be present at year 5; and a minimum of 210 stems per acre must be present at year 7. • Trees must average 7 feet in height at year 5, and 10 feet in height at year 7. • Planted and volunteer stems are counted, provided they are included in the approved planting list for the site; natural recruits not on the planting list may be considered by the IRT on a case-by-case basis. • Any single species can only account for 50% of the required stems within any vegetation plot. 1.7.7 Visual Monitoring Visual monitoring of general Site conditions will be conducted at least twice during each monitoring year. Monitoring will be conducted by traversing the entire Site to identify and document areas of low stem density, poor plant vigor, prolonged inundation, native and exotic invasive species, beaver activity, excessive herbivory, easement encroachment, and other areas of concern. 1.7.8 Compatibility with Project Goals The following table outlines the compatibility of Site performance criteria described above to Site goals and objectives that will be utilized to evaluate if Site goals and objectives are achieved. Nesbit Stream & Wetland Mitigation Site page 15 Technical Proposal (RFP # 16-007704) i ame ii. c,ompatiamty or rerrormance criteria to Project t3oais ana ulojectives Goals Objectives Success Criteria W HYDROLOGY • Minimize downstream flooding to • the maximum extent possible. • • • • Increase stream stability within the • Site so that channels are neither • aggrading nor degrading. • • WATER QUALITY • Remove direct nutrient and pollutant inputs from the Site and reduce contributions to downstream waters. (1) HABITAT • Improve instream and stream -side habitat. Construct new channel at historic floodplain elevation to restore overbank flows and restore jurisdictional wetlands Plant woody riparian buffer Install marsh treatment areas Remove agricultural row crops Deep rip floodplain soils to reduce compaction and increase soil surface roughness Protect riparian buffers with a perpetual conservation easement Construct channels with proper pattern, dimension, and longitudinal profile Remove agricultural row crops Construct stable channels with appropriate substrate Upgrade forded crossings Plant woody riparian buffer Stabilize stream banks Remove agricultural row crops and reduce agricultural land/inputs Install marsh treatment areas Plant woody riparian buffer Restore/enhance jurisdictional wetlands adjacent to Site streams Provide surface roughness and reduce compaction through deep ripping/plowing. Restore overbank flooding by constructing channels at historic floodplain elevation. Construct stable channels with appropriate substrate Plant woody riparian buffer to provide organic matter and shade Construct new channel at historic floodplain elevation to restore overbank flows Plant woody riparian buffer Protect riparian buffers with a perpetual conservation easement Restore/enhance jurisdictional wetlands adjacent to Site streams Stabilize stream banks Install in -stream structures • BHR not to exceed 1.2 • Document four overbank events in separate monitoring years • Attain Wetland Hydrology Success Criteria • Attain Vegetation Success Criteria • Conservation Easement recorded • Cross-section measurements indicate a stable channel with appropriate substrate • Visual documentation of stable channels and structures • BHR not to exceed 1.2 • ER of 2.2 or greater • < 10% change in BHR and ER in any given year • Attain Vegetation Success Criteria • Attain Wetland Hydrology Success Criteria • Attain Vegetation Success Criteria • Cross-section measurement indicate a stable channel with appropriate substrate • Visual documentation of stable channels and in -stream structures. • Attain Wetland Hydrology Success Criteria • Attain Vegetation Success Criteria • Conservation Easement recorded Nesbit Stream & Wetland Mitigation Site page 16 Technical Proposal (RFP # 16-007704) 1.8 Quality Control Our core business at RS is full -delivery ecosystem restoration (usually within the context of compensatory mitigation); as such, our projects are repeatedly scrutinized, and more importantly, our compensation is tied directly to project quality. Thus, quality assurance and quality control (QA/QC) are of the utmost importance to our compensation and reputation. The RS QA/QC program is made up of a broad range of measures, both general and specific, to ensure that all deliverables submitted to the contracting organization meet projected schedules, follow appropriate formats, and comply with applicable laws, regulations, and permits. General Measures: - Staff Qualifications — RS employs personnel who are trained and/or experienced in varied specific aspects of environmental restoration. Examples include regulatory affairs, permitting, design, geomorphology, chemistry, biology, soils, Geographic Informational Systems (GIS), invasive species management. Field Training — Staff members attend periodic workshops for training in pertinent topics to improve and/or maintain necessary skills related to stream/wetland design and construction. Restoration Systems periodically holds internal workshops and field study days lead by experienced staff members to ensure that the team of Project Managers is up-to-date on current practices and technology. Staff members have also attended stream and wetland restoration workshops, including those held by North Carolina State University's Stream Restoration Institute (SRI), focusing on proper procedures related to stream restoration practices. Internal Experience - Office staff members periodically attend workshops lead by professional organizations in order to remain current on best practices. All projects are backed by a support team. Senior level professionals are consulted at all times to successfully guide the process from start to finish. Specific Measures: - Project Implementation - The core of RS's project implementation QA/QC program utilizes points of task changeover within the restoration process. Procedural verification steps at each of these changeover points provide opportunities for control and correction, minimizing waste while ensuring a project meets its objectives. - Quality Control - Ecosystem restoration projects o Site evaluation ■ identify and document site constraints that will affect restoration objectives, design, and construction o Design evaluation ■ verify design meets objectives and is practicable given construction constraints and site- specific conditions o Construction plan evaluation ■ ensure construction plan is consistent with permit conditions and efficiently implements design (i.e., limits number of phases) o Construction environmental and permit compliance ■ routine inspection of construction activities to ensure environmental compliance and that all work is performed according to specifications and limitations of acquired permits o Design and construction reconciliation ■ reconcile construction drawings with implementation routinely, especially before transitioning between construction phases o Construction drawing and as -built reconciliation verify the accuracy of as -built drawings and reconcile with construction drawings, noting deviations and their explanations Nesbit Stream & Wetland Mitigation Site page 17 Technical Proposal (RFP # 16-007704) o Site close out confirm planting was performed with appropriate species composition and density check that all excess construction materials have been removed and all features/structures are in a completed condition Assignment of specific tasks and responsibilities — Specific tasks that occur throughout the life of a project are assigned to specific individuals who are trained and/or experienced to perform that task. All arrangements are overseen by senior management. Project implementation QA/QC program is a collaborative effort between the Project Manager (PM) and Construction Manager (CM). Either the project manager or the construction manager (or both) will be on-site during construction hours to ensure environmental compliance and the appropriate implementation of the project's design. - Deliverable Preparation — a series of measures are taken in the preparation of deliverables to ensure each product meets the expectations of the customer in a timely manner. Checklists and Templates — RS staff has developed internal guidelines, checklists and templates for the preparation of all deliverables to ensure compliance with appropriate requirements and schedules. Checklists are created to ensure that all required paperwork is included when assembling submittal packages and for easy delegation of workflow. Peer Review of Documents — All submitted deliverables are reviewed by several qualified individuals. Once a document has been generated internally or received from an assigned consultant, it is entered into a three -round process of internal review. It is first reviewed by staff members with experience in editing, and then the document is passed on to staff members with specific expertise in a given area to further ensure accuracy. Finally, where applicable, maps and diagrams are reviewed by an experienced GIS Manager for accuracy. Once all comments have been made, the document is edited and distributed for a final round of review by staff members and the assigned Project Manager before packaging. o Project Managers' Meetings — All managers meet weekly to update company management on the status of each project, including the projected future timeline of tasks. o Project Coordination and Tracking — Restoration Systems' Project Manager and Construction Manager utilize appropriate computer software to produce a Gantt chart for each project. These charts graphically display the schedule for each project and are used to identify potential delays, overload points, and other issues related to schedules. Each chart is reviewed weekly at the Project Managers' meeting. 1.9 Summary Proposed Mitigation: 5264 SMUs & 4.7WMUs (calculated in accordance with RFP #16-007704) Site: Nesbit Stream & Wetland Mitigation Site Location: Union County River Basin: Catawba USGS Cataloging Unit: 03050103 NCDWQ Subbasin: 03-08-38 USGS 14 -Digit Cataloging Number: 03050103030030 Targeted Local Watershed: Yes 303d Listed: No Best Use Classification: C Nesbit Stream & Wetland Mitigation Site page 18 Technical Proposal (RFP # 16-007704) 1.10 References Griffith, G.E., J.M. Omernik, J.A. Comstock, M.P. Schafale, W.H. McNab, D.R. Lenat, T.F. MacPherson, J.B. Glover, and V.B. Shelbourne. 2002. Ecoregions of North Carolina and South Carolina. U.S. Geological Survey, Reston, Virginia. Harman, W.A., G.D. Jennings, J.M. Patterson, D.R. Clinton, L.A. O'Hara, A. Jessup, R. Everhart. 1999. Bankfull Hydraulic Geometry Relationships for North Carolina Streams. N.C. State University, Raleigh, North Carolina. Lee, M.T., R.K. Peet, S.D. Roberts, and T.R. Wentworth. 2008. CVS-EEP Protocol for Recording Vegetation. Version 4.2. North Carolina Department of Environment and Natural Resources, Ecosystem Enhancement Program. Raleigh, North Carolina. Leopold, L.B. 1994. A View of the River. Harvard University Press. Cambridge, MA. 298 pp. North Carolina Division of Water Quality (NCDWQ). 2009. Small Streams Biocriteria Development. Available: http://porta I. ncden r.org/c/document_l i brary/get_fi le?uuid=2d54ad23-0345-4d6e-82fd- 04005f48eaa7&grou pld=38364 North Carolina Department of Environmental Quality (NCDEQ). 2018a. Final 2016 Category 5 Assessments -303(d) List (online). Available: https:Hfiles.nc.gov/ncdeq/Water%20Quality/Planning/TM DL/303d/2016/2016_NC_Category_5_303d_list.pdf (December 14, 2018). North Carolina Department of Environmental Quality (NCDEQ). 2018b. Draft 2018 North Carolina 303(d) List (online). Available: https:Hfiles.nc.gov/ncdeq/Water%20Quality/Planning/TM DL/303d/2018/2018-DRAFT-NC-303-d--ListwCover.pdf (December 14, 2018). North Carolina Division of Water Resources (NCDWR). 2013. River Basin Classification Schedule: Catawba (online). Available: https:Hfiles.nc.gov/ncdeq/Water%20Quality/Planning/CSU/Surface%2OWater/River%2OBasin%2OWater%2OQualit y%20Classifications%20as%20of%20Dec%209%202013/Catawba_Hydro_order.pdf (December 14, 2018). North Carolina Division of Water Resources (NCDWR). 2016. Standard Operating Procedures for Collection and Analysis of Benthic Macroinvertebrates (Version 5.0). (online). Available: https:Hfiles.nc.gov/ncdeq/Water%20Quality/Environmental%2OSciences/BAU/NCDW RMacroinvertebrate-SOP- Fe b ru a ry%202016_fi n a 1. p d f North Carolina Ecosystem Enhancement Program (NCEEP 2007). Lower Catawba River Basin Restoration Priorities 2007 (online). Available: https://files.nc.gov/ncdeq/Mitigation % 20Services/Watershed_Planni ng/Catawba_River_Basin/RBRP_2007 % 20Low er%20CAT_032013%20Final.pdf. North Carolina Department of Environment and Natural Resources, Raleigh (December 18, 2018). North Carolina State University (NC State 2016). NC State University and A&T State University Cooperative Extension Resources. 2016 North Carolina Agricultural Chemicals Manual. Available: http://content.ces.ncsu.edu/north- carolina-agricultural-chemicals-manual North Carolina Stream Functional Assessment Team. (NC SFAT 2015). N.C. Stream Assessment Method (NC SAM) User Manual. Version 2.1. North Carolina Wetland Functional Assessment Team (NC WFAT) 2010. N.C. Wetland Assessment Method (NC WAM) User Manual. Version 4.1. Nesbit Stream & Wetland Mitigation Site page 19 Technical Proposal (RFP # 16-007704) Rosgen, D. 1996. Applied River Morphology. Wildland Hydrology (Publisher). Pagosa Springs, Colorado Rosgen, D. 2009. A Practical Method of Computing Streambank Erosion Rate (online). Available: http://www.u-s- c.org/htmI/documents/Erosionrates.pdf. Rosgen, D. 2011. Estimating Sediment Loads using the Bank Assessment of Non -point source Consequences of Sediment (BANCS). Watershed Assessment of River Stability and Sediment Supply (WARSSS). Hagerstown, Maryland. Schafale, M.P. and A.S. Weakley. 1990. Classification of the Natural Communities of North Carolina: Third Approximation. North Carolina Natural Heritage Program, Division of Parks and Recreation, North Carolina Department of Environment, Health, and Natural Resources. Raleigh, North Carolina. Stormwater Manager's Resource Center (SMRC). 2016. The Simple Method to Calculate Urban Stormwater Loads. Available: http://www.stormwatercenter.net/mon itoring%20a nd%20assessment/si m ple%20meth/si m ple. htm Unites States Army Corps of Engineers (USACE). 2012. Regional Supplement to the Corps of Engineers Wetland Delineation Manual: Eastern Mountains and Piedmont Region. United States Army Corps of Engineers (USACE). 2016. Wilmington District Stream and Wetland Compensatory Mitigation Update. United States Department of Agriculture (USDA). 1992. Natural Resources Conservation Service. Agricultural Waste Management Handbook. Available at http://www. n res. usda.gov/wps/portal/n res/detail/national/tech n ica I/nra/d ma/?cid=nres143_014211. United States Department of Agriculture (USDA). 1996. Soil Survey of Union County, North Carolina. Soil Conservation Service. United States Department of Agriculture (USDA). 2015. Animal Manure Management (NRCS) available at htt p://www. n res. u sd a .gov/wps/p o rta I/n res/d eta i I/n hj/tec h n i ca I/cp/cta/? United States Department of Agriculture (USDA). 2017. Web Soil Survey (online). Available: http://websoilsurvey.nres.usda.gov/app/WebSoilSurvey.aspx [December 14, 2018]. United States Fish and Wildlife Service (USFWS). 2018. Endangered Species, Threatened Species, Federal Species of Concern, and Candidate Species, Union County, North Carolina (online). Available: https://www.fws.gov/raleigh/species/cntylist/union.html [December 17, 2018]. Nesbit Stream & Wetland Mitigation Site page 20 Technical Proposal (RFP # 16-007704) APPENDIX A FIGURES Figure 1. Site Location Figure 2. Hydrologic Unit Map Figure 3. Topography and Drainage Area Figure 4. Existing Conditions Figure 5. Proposed Conditions Nesbit Stream & Wetland Mitigation Site Appendices Technical Proposal (RFP # 16-007704) Axiom ErtivTrQnmsefl187, inc. Prepared for: 00 r+ora IF ,f ,r ffj� Pa\rkJwood School Road;,.RESTORATION Copyright:© 2013 National Geographic 7f' r Society, -cubed Project: Sao t � - �-�i. � .- NESBIT O a Monroe �� r o • MITIGATION SITE - r' I ' , ll 1 i 75 s c l� • Union County, NC F: t- L -- . y ,ea d + Title: t Y7� Nesbif d _ a I d�. -- ° - BANK SITE rr-_"� �� ✓' r� LOCATION 2004 I 'eT r �. zoo rawn t , D 4 Legend KRJ Nesbit Easement 18.1 ac X.- Date: ! NCDOT Roads DEC 2018 J " x Scale: USGS 7.5 Minute Topographic Map (Waxhaw and Unity, NC Quads) 1:20,000 522 UNl61a fr r''�,'r i '� ,•"I 'y�^(y -4, ,+ — Copyright © 2013 Nati` nal Geogr [) i - JSoc ety a cubed Project No.: 18-002.08 FIGURE 1 27 r� cer 3u tairl M nt fly'- F,Fs a Alfai�dR�n i lle 29 Irno : arta KnobGaston r 'kkwieipar 1 _— r:. Reed G lJme Historic S LC 24 1_ _ —Midland �1 �Bowling Green c—lover _ _a s ` A A LL >r h For it ok Cr 74 ii- � k h � . lnd'rVarr trail ed Hill ir io t 1�' Fort Mill _ rk = Rot# Hili Y CCA Axicm Erivrorimsenial, Pnc. Prepared for: Project: NESBIT f MITIGATION SITE Union County, NC Title: HYDROLOGIC UNIT MAP Drawn by: ll - -- KRJ 21 i7 w _ � -- 4 Mineral Sp gs % Date: pf hock H1l l / DEC 2018 � Y�Waxlww e 218 _ 7� p , ♦ �. Scale: }� �► t 1:240,000 Legend ' Project No.: 9�}' _ 18-002.08 Nesbit Easement = 18.1 ac �C. Van Vlyck USGS Hydrologic Unit 03050103 � catawt}a - Location of Nesbit Mitigation FIGURE Site within USGS Hydrologic 14 Digit Hydrologic Unit Boundaries• V,' �.! �_a1 Unit and Targeted Local Targeted Local Watersheds Watershed 03050103030030 ' 0 2.5 5 10 15 Miles 7+r`r r ...�� e_o — Copyright:© 2014 DeLorme Legend -�— a Nesbit Easement = 18.1 ac Glen Branch Drainage Area = 1.25 sq mi (798.8 ac) UT -1 Drainage Area = 0.28 sq mi (176.2 ac) _ UT -2 Drainage Area = 0.07 sq mi (.6 ac) UT -3 Drainage Area = 0.03 sq mi (2121.0 ac) 4� N 0 ? 0 1,000 2,000 4,000 6,000 Feet -- - r - _-- -a- Prepared for Project: +� NESBIT r �, • MITIGATION SITE Union County, NC i f I Title: TOPOGRAPHY AND DRAINAGE AREA ! r 12 Copyri= 1 Drawn by: KRJ Date: DEC 2018 Scale: 1:13,000 Project No.: 18-002.08 FIGURE 3 APPENDIX B STREAM & WETLAND DATA Cross Sections NCSAM Forms NCDWQStream Identification Forms NCWAM Form BEHI & NBS Nutrient Model Soil Boring Log Nesbit Stream & Wetland Mitigation Site Appendices Technical Proposal (RFP # 16-007704) Nesbit Site - XS 1 Riffle -- 98.5 98 97.5 F 97 9 96.5 w 96 95.5 95 94.5 0 2 4 6 8 10 12 14 16 18 20 Width from River Left to Right (ft) of instrument notes elevation I I bankfull I too of dimensions 8.7 8.5 1.7 2.5 50.0 x -section area 1 1.0 9.3 0.9 8.2 5.9 Id mean width wet P d max h d radii bank ht w/dratio W Flood rone area lentratio hydraulics 0.0 velocity ftlsec 0.0 discharge rate, C2 cfs 0.00 shear stress Ibs/fts 0.00 shear velocity ft/sec 0.000 unit stream power lbs/ft/sec 0.00 Froude number 0.0 friction factor u/u` 0,0 threshold grain size mm check from channel material 0 measured D84 mm 0.0 relative rou hness 1 0.0 fric. factor 0.000 Mannin 's n from channel material 101 100 99 98 w 97 96 95 94 Nesbit Site - XS 2 Riffle -- 0 5 10 15 20 Width from River Left to Right (ft) height of instrument ftXIEZMI omit distance FS FS FS W fpa channel Mannii notes pt. (ft) (ft) elevation bankfull too of bank (ft) slope (% 1 "n" 25 dimensions 17.5 9.3 2.8 x -section area 1 1.9 11.7 1.5 4.9 5.4 Id mean width d max ad,3.0 bank ht tio50.0 LA W Flood rone area tio hydraulics 0.0 velocity ft/sec 0.0 discharge rate, Q cfs 0.00 shear stress Ibs/fts 0.00 shear velocity ft/sec 0.000 unit stream power(lbs/ft/sec) 0.00 Froude number 0.0 friction factor u/u` 0.9 threshold grain size mm check from channel material 0 measured D84 mm 0.0 relative rou hness 0.0 fric. factor 0.000 1 Mannin 's n from channel material Draft NC SAM Stream Rating Sheet Accompanies User Manual Version 2.1 Stream Site Name Nesbit Site - UT1 Date of Assessment 8/18/18 Stream Category Pa2 Assessor Name/Organization AXE/WGL Notes of Field Assessment Form (Y/N) NO Presence of regulatory considerations (Y/N) NO Additional stream information/supplementary measurements included (Y/N) YES NC SAM feature type (perennial, intermittent, Tidal Marsh Stream) Perennial USACE/ NCDWR Function Class Rating Summary All Streams Intermittent (1) Hydrology HIGH (2) Baseflow HIGH (2) Flood Flow HIGH (3) Streamside Area Attenuation MEDIUM (4) Floodplain Access HIGH (4) Wooded Riparian Buffer LOW (4) Microtopography LOW (3) Stream Stability HIGH (4) Channel Stability HIGH (4) Sediment Transport HIGH (4) Stream Geomorphology HIGH (2) Stream/Intertidal Zone Interaction NA (2) Longitudinal Tidal Flow NA (2) Tidal Marsh Stream Stability NA (3) Tidal Marsh Channel Stability NA (3) Tidal Marsh Stream Geomorphology NA (1) Water Quality LOW (2) Baseflow HIGH (2) Streamside Area Vegetation LOW (3) Upland Pollutant Filtration LOW (3) Thermoregulation MEDIUM (2) Indicators of Stressors NO (2) Aquatic Life Tolerance LOW (2) Intertidal Zone Filtration NA (1) Habitat MEDIUM (2) In -stream Habitat HIGH (3) Baseflow HIGH (3) Substrate HIGH (3) Stream Stability HIGH (3) In -stream Habitat HIGH (2) Stream -side Habitat LOW (3) Stream -side Habitat LOW (3) Thermoregulation LOW (2) Tidal Marsh In -stream Habitat NA (3) Flow Restriction NA (3) Tidal Marsh Stream Stability NA (4) Tidal Marsh Channel Stability NA (4) Tidal Marsh Stream Geomorphology NA (3) Tidal Marsh In -stream Habitat NA (2) Intertidal Zone NA Overall MEDIUM Draft NC SAM Stream Rating Sheet Accompanies User Manual Version 2.1 Stream Site Name Nesbit Site - Glen Br Upper Date of Assessment 8/18/18 Stream Category Pa3 Assessor Name/Organization AXE/WGL Notes of Field Assessment Form (Y/N) NO Presence of regulatory considerations (Y/N) NO Additional stream information/supplementary measurements included (Y/N) YES NC SAM feature type (perennial, intermittent, Tidal Marsh Stream) Perennial USACE/ NCDWR Function Class Rating Summary All Streams Intermittent (1) Hydrology LOW (2) Baseflow HIGH (2) Flood Flow LOW (3) Streamside Area Attenuation LOW (4) Floodplain Access MEDIUM (4) Wooded Riparian Buffer LOW (4) Microtopography LOW (3) Stream Stability LOW (4) Channel Stability LOW (4) Sediment Transport MEDIUM (4) Stream Geomorphology LOW (2) Stream/Intertidal Zone Interaction NA (2) Longitudinal Tidal Flow NA (2) Tidal Marsh Stream Stability NA (3) Tidal Marsh Channel Stability NA (3) Tidal Marsh Stream Geomorphology NA (1) Water Quality LOW (2) Baseflow HIGH (2) Streamside Area Vegetation LOW (3) Upland Pollutant Filtration LOW (3) Thermoregulation MEDIUM (2) Indicators of Stressors NO (2) Aquatic Life Tolerance LOW (2) Intertidal Zone Filtration NA (1) Habitat LOW (2) In -stream Habitat LOW (3) Baseflow HIGH (3) Substrate MEDIUM (3) Stream Stability LOW (3) In -stream Habitat LOW (2) Stream -side Habitat LOW (3) Stream -side Habitat LOW (3) Thermoregulation LOW (2) Tidal Marsh In -stream Habitat NA (3) Flow Restriction NA (3) Tidal Marsh Stream Stability NA (4) Tidal Marsh Channel Stability NA (4) Tidal Marsh Stream Geomorphology NA (3) Tidal Marsh In -stream Habitat NA (2) Intertidal Zone NA Overall LOW Draft NC SAM Stream Rating Sheet Accompanies User Manual Version 2.1 Stream Site Name Nesbit Site - Glen Br lower Date of Assessment 8/18/18 Stream Category Pa3 Assessor Name/Organization AXE/WGL Notes of Field Assessment Form (Y/N) NO Presence of regulatory considerations (Y/N) NO Additional stream information/supplementary measurements included (Y/N) YES NC SAM feature type (perennial, intermittent, Tidal Marsh Stream) Perennial USACE/ NCDWR Function Class Rating Summary All Streams Intermittent (1) Hydrology LOW (2) Baseflow HIGH (2) Flood Flow LOW (3) Streamside Area Attenuation LOW (4) Floodplain Access MEDIUM (4) Wooded Riparian Buffer LOW (4) Microtopography LOW (3) Stream Stability LOW (4) Channel Stability LOW (4) Sediment Transport MEDIUM (4) Stream Geomorphology LOW (2) Stream/Intertidal Zone Interaction NA (2) Longitudinal Tidal Flow NA (2) Tidal Marsh Stream Stability NA (3) Tidal Marsh Channel Stability NA (3) Tidal Marsh Stream Geomorphology NA (1) Water Quality LOW (2) Baseflow HIGH (2) Streamside Area Vegetation LOW (3) Upland Pollutant Filtration LOW (3) Thermoregulation MEDIUM (2) Indicators of Stressors NO (2) Aquatic Life Tolerance LOW (2) Intertidal Zone Filtration NA (1) Habitat LOW (2) In -stream Habitat LOW (3) Baseflow HIGH (3) Substrate MEDIUM (3) Stream Stability LOW (3) In -stream Habitat LOW (2) Stream -side Habitat LOW (3) Stream -side Habitat LOW (3) Thermoregulation LOW (2) Tidal Marsh In -stream Habitat NA (3) Flow Restriction NA (3) Tidal Marsh Stream Stability NA (4) Tidal Marsh Channel Stability NA (4) Tidal Marsh Stream Geomorphology NA (3) Tidal Marsh In -stream Habitat NA (2) Intertidal Zone NA Overall LOW NC DWQ Stream Identification Form Version 4.11 �rl - I (-11 I) Date: l♦ 1g1 it Projec=te: j,.. v, r t o. n is l latitude: 3 y, S 4 y 8 r Evaluator. j<<f ,.. .ie�, County: UM.�j Longitude: _gp , C 2.3 2 Total Points: Stream Determination (cigiwarreh Other W a s Stream Is at least Wemiltfent 7 3 if a 19 orperannial itt 2 30" Ephemeral Intermittent ((¢¢even e.g. Quad Name: . 164 1 A. Geomorphology subtotal Absent Weak Moderate Strong 1' Continuity of channel bad and bank 0 1 2 0 0.5 1 1.5 2. Sinuosity of channel along thalweg 0 1 3 3 In -channel structure: ex. riffle -pool, step1ml, ripple -pool uence 0 1 112 3 4 Particle size of stream substrate 0 1 2 24. Amphibians D 5 Activelrellct floodplain 0 1 2 3 6 Depositional bars or benches 0 t 7z 3 7 Recent alluvial deposits 0 2 3 B. Headcuts ,. 1 2 3 9. Grade control 0 0.5 Sketch: 1.5 10. Natural valley 0 0.5 1 1. 11 Second or greater order channel No = 0 Yes 3 artificial ditches are not rated; see discussions in manual B. Hydrology (Subtotal = -9--) 12. Presence of Baseflow 0 1 2 13. Iron oxidizing bacteria 1 2 3 14. Leaf litter 1 1 0.5 0 15. Sediment on plants or debris 0 1 1.5 16. Organic debris lines or piles 0 0.5 1 1.5 17. Soil4w sed evidence of high water table? No = 0 Yes . C. Biot Subtotal = 5 18. Fibrous roots in streambed 2 1 0 19. Rooted upland plants in streambed 2 1 0 20. Macrobenthos (note diversity and abundance) 0 1 2 3 21 Aquatic Mollusks 4 2 3 22, Fish 0.5 1 1.5 23. Crayfish U 1 1.5 24. Amphibians D 0. 1 1.5 25. Algae 0 0.5 1 1.5 26. Weiland plants in streambed FACW = 0.75; DHL =1.5 Other = 0 'perennial streams may also be identlfled using other methods. See p. 35 of manual. Notes: 1 Jr• �,. (i �, 1 - �� (-x• • I .. ,. Sketch: 1 NC DWQ Stream Identification Form Version 4.11 1,4 -&j.., 1)&J. -t Date: iZ + I� lu ProjectlSite- Or9v;l jM k Latitude: 38 13 (►GO Evaluator. j��n �., , Av;�,�. County: �;,,,r, Longitude: 60 ?01 Total Points: Stream 1s at kart rntermment Stream Deis (circle one) Other tt)j y -Aa",; If z 19 or rental If a 30• Ephemeral,1nitenntgok Perennial e.g. Quad Name: A. Geomorphology Subtotal = 14 - Absent Weak Moderate Strong 18 Continuity of channel bed and bank 0 1 2 15. Sediment on plants or debris 2 Sinuosity of channel along thalweg 0 1 2 1 1.5 3 In -channel structure. ex. riffle -pool, step -pool, ri of §Nuance 0 / 2 3 4 Particle size of stream substrate 0 N 2 3 5. Activelrelict floodplain 0 1.5 2 3 6. Depositional bars or benches 0 26. Wedand plants in stneatnbed 2 3 7 Recent alluvial deposits 0 7 2 3 8 Headcuts 0 ED 2 3 9 Grade control 0 0.5 1 1 10. Natural valley 0 0.5 1 1. 11 Second or greater order channel No =1] Yes = 3 "artificial ditches are not rated; see discussions in manual B. Hvdroloov (Subtotal = -7,S ) 12. Presence of Baseftow 0 t 3 13. Iron oxidizing bacteria 0 '1 3 14. Leaf litter 1.5 1 0. 0 15. Sediment on plants or debris 0 .5 1 1.5 16. Organic debris lines or plies 0 0. 1 1.5 17. Soil -based evidence of high water table? No = 0 Yes t3j C. Bioloav (Subtotal = 18. Fibrous roots in streambed 3 2 1 0 19. Rooted upland plants in streambed 2 1 0 20. Macxobenthos (note diversity and abundance) % 1 2 3 21 Aquatic Mollusks 1 2 3 22. Fish 9 0.5 1 15 23. Crayfish 0.5 1 1.5 24 Amphibians 0.5 1 1.5 25. Algae 05 1 1.5 26. Wedand plants in stneatnbed FACW = 0 75; OBL = 1.5 Other = 0 *perennial streams may also be identified using other methods. See p. 35 of manual. Notes: Sketch: NC DWO Stream Identification Form Version 4.1 t Data: I z I q`, q Projectlsits: O is 6 4 UT 2 Latitude: 3,f - 8 Evaluator. ZZ ,, AtO.Y.1 County: onb,t Longitude: -ao. (,S6-8 Total Points: Stream tied (circle one) Other u/ #� )rW Shear, is at least intermittent ?jo if? 19 or rennial if a 30' Ephemeral ntermltte Perennial P e.g. Quad Name: A. Geomorphology Subtotal = 15 � Arent Weak Moderate Strong 1° Continuity of channel bed and bank 0 1 2 3 2. Sinuosity of channel along thalweg 0 1 2 3 3. In -channel structure: ex. riffle -pool, step -pool, ri le Dol uence 0 1 2 3 4. Particle size of stream substrate 0 1 2 3 5. Activelrelict floodplain 0 0.5 M 3 6. Depositional bars or benches 0 0.5 2 3 7 Recent alluvial deposits 0 2 3 S Headcuts 1 2 3 9. Grade control 0.5 1 1.5 10_ Natural valley 0 0.5 1 1. 11, Second or greater order channel No 0 Yes = 3 Sketch: -artificial ditches are not rated; see discussions In manual B. Hydrology (Subtotal = q 1 12. Presence of Baseflow 0 1 2 3 13. Iron oxidizing bacteria 1 2 3 14. Leaf litter 1. 1 0.5 0 15. Sediment on plants or debris 0 0.5 1 15 16. Organic debris lines or piles 0 0.5 1 1.5 17. Soil -based evidence of high water table? No = 0 Yes 3 C. Biolociv (Subtotal = 5 ) 18. Fibrous roots in streambed 3 2 1 0 19. Rooted upland plants in streambed 3 2 1 0 20. Macrobenthos (note diversity and abundance) 130 1 2 3 21. Aquatic Mollusks 0 1 2 3 22. Fish 0 0.5 1 1.5 23. Crayfish 0 0.5 1 1.5 24. Amphibians i1L 0.5 1 1.5 25. Algae 0 1 1.5 26 Welland plants in strearnbed FACW = 0.75; OSL = 1.5 Other = 0 'perennial streams may also be Identified using other methods. See p. 35 of manual. Notes: c .l a W L I. -IT Irs[�•!j ', rlo•. 5 ev4cs1. �jP nK*-, 4to,rr Sketch: NC WAM Wetland Rating Sheet Accompanies User Manual Version 5.0 Wetland Site Name WAM #1 Date of Assessment 12/18/18 Wetland Type Bottomland Hardwood Forest Assessor Name/Organization Jernigan/Axiom Notes on Field Assessment Form (Y/N) NO Presence of regulatory considerations (Y/N) NO Wetland is intensively managed (Y/N) Particulate Change Assessment area is located within 50 feet of a natural tributary or other open water (Y/N) YES Assessment area is substantially altered by beaver (Y/N) YES Assessment area experiences overbank flooding during normal rainfall conditions (Y/N) YES Assessment area is on a coastal island (Y/N) NO Sub -function Rating Summary Condition Function Sub -function Metrics Rating Hydrology Surface Storage and Retention Condition MEDIUM Sub -surface Storage and Opportunity Presence (Y/N) Retention Condition MEDIUM Water Quality Pathogen Change Condition MEDIUM Hydrology Condition/Opportunity MEDIUM Water Quality Opportunity Presence (Y/N) NO Particulate Change Condition LOW Condition/Opportunity LOW Habitat Opportunity Presence (Y/N) NO Soluble Change Condition MEDIUM Condition/Opportunity MEDIUM Opportunity Presence (Y/N) NO Physical Change Condition MEDIUM Condition/Opportunity MEDIUM Opportunity Presence (Y/N) NO Pollution Change Condition NA Condition/Opportunity NA Opportunity Presence (Y/N) NA Habitat Physical Structure Condition LOW Landscape Patch Structure Condition LOW Vegetation Composition Condition LOW Function Rating Summary Function Metrics Rating Hydrology Condition MEDIUM Water Quality Condition MEDIUM Condition/Opportunity MEDIUM Opportunity Presence (Y/N) NO Habitat Condition LOW Overall Wetland Rating MEDIUM Site Nesbit Steam Mitigation Site Stream Glen Br Bank Length 8370 Observers WGL Date 18 -Dec -18 Station Bank BEHI NBS Erosion Rate Length Bank Height Erosion 1 80 left Low Low 0 80 2.5 0.0 2 675 left VH Low 0.6 595 3 1071.0 3 885 left Low Low 0 210 1.5 0.0 4 1555 left VH Low 0.6 670 3 1206.0 5 1815 left Low Low 0 260 3 0.0 6 2050 left High Low 0.1 235 2 47.0 7 4185 left Low Low 0 2135 2 0.0 8 9 80 right Low Low 0 80 2.5 0.0 10 675 right VH Low 0.6 595 3 1071.0 11 885 right Low Low 0 210 1.5 0.0 12 1555 right VH Low 0.6 670 3 1206.0 13 1815 right Low Low 0 260 3 0.0 14 2050 right High Low 0.1 235 2 47.0 15 4185 right Low Low 0 2135 2 0.0 16 17 18 19 20 21 22 23 24 Sum erosion sub -totals for each BEHI/NBS Total Erosion (ft3/yr) 4648.0 Divide total erosion (ft3) by 27 Total Erosion (yd/yr) 172.1 Multiply Total erosion (yard3) by 1.3 Total Erosion (tons/yr) 223.8 Erosion per unit length Total Erosion (Tons/yr/ft) 0.027 Site Nesbit Steam Mitigation Site Stream LIT 1 Bank Length 1802 Observers WGL Date 18 -Dec -18 Station Bank BEHI NBS Erosion Rate Length Bank Height Erosion 1 741 right Low Low 0 741 2 0.0 2 901 right High Low 0.1 160 2.5 40.0 3 4 741 left Low Low 0 741 2 0.0 5 901 left High Low 0.1 160 2.5 40.0 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 Sum erosion sub -totals for each BEHI/NBS Total Erosion (ft3/yr) 80.0 Divide total erosion (ft3) by 27 Total Erosion (yd/yr) 3.0 Multiply Total erosion (yard3) by 1.3 Total Erosion (tons/yr) 3.9 Erosion per unit length Total Erosion (Tons/yr/ft) 0.002 Site Nesbit Steam Mitigation Site Stream LIT 2 Bank Length 400 Observers WGL Date 18 -Dec -18 Station Bank BEHI NBS Erosion Rate Length Bank Height Erosion 1 40 left High Mod 0.15 40 2 12.0 2 60 left High High 0.2 20 3 12.0 3 80 left Low Low 0 20 1 0.0 4 200 left Mod Mod 0.05 120 3 18.0 5 6 40 right High Mod 0.15 40 2 12.0 7 80 right Mod Low 0.02 40 1.5 1.2 8 200 right High Mod 0.15 120 2.5 45.0 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 Sum erosion sub -totals for each BEHI/NBS Total Erosion (ft3/yr) 100.2 Divide total erosion (ft3) by 27 Total Erosion (yd/yr) 3.7 Multiply Total erosion (yard3) by 1.3 Total Erosion (tons/yr) 4.8 Erosion per unit length Total Erosion (Tons/yr/ft) 0.012 BEHIMBS Summary Stream Reach Erosion Rate (tons/year) Glen Br 223.8 UT 1 3.9 UT 2 4.8 Total 232.5 Nesbit Land Use Nutrient Model Woods Minimal Nutrients Concentration Land Use % Total Rainfall Stream Length Runnoff N (mg/1) Pasture N (Ibs) Annual Site Buffer Width 0 2.2 Woods 0 0 Commercial/IndustrialOw 0 2.3 Row Crop 100 0 0 Site Area (ft sq) 784080 0 3.0 Urban 0 0 must total 100 100 0.0 1 0.0 Total Urban N and P Number N inputs P inputs Total Total Land Use Characteristics of Animals lbs/au/yr lbs/au/yr N (Ibs) P (Ibs) Pasture Beef 113 40 0 0 Dairy 164 26 0 0 Pig 153 58 0 0 Horse 102 40 0 0 fert/ac 60 45 0 0 0 1 0 ITotal Pasture Nand P % N inputs P inputs Total Total Row Crop Area Ibs/ac/yr Ibs/ac/yr N P Row Crop Corn 20 20 360 360 Cotton 20 20 0 0 Soybeans it 0 15 0 0 Hay Fescue 50 45 0 0 Hay Bermuda 70 45 0 0 must total 100 100 1 360 1 360 ITotal Row Crop N and P Woods Minimal Nutrients Notes: Residential Assumes 25 % Impervious Surfac Commercial/Industrial Assumes 75% Impervous Surface Roadway Assumes 100% Impervious Surface Annual Load (Ibs) = 0.226*Annual Runoff (inches)*Concentration (mg/I)*Acres Total Nutrients Removed within Easement Total N Removed (Ibs/yr) 360 Total P Removed (Ibs/yr) 360 Concentration Concentration Total Total %Area Runnoff N (mg/1) P (mg/1) N (Ibs) P (Ibs) Urban Residential 0 2.2 0.4 0 0 Commercial/IndustrialOw 0 2.3 0.3 0 0 Roadway 0 3.0 0.5 0 0 0.0 1 0.0 Total Urban N and P Notes: Residential Assumes 25 % Impervious Surfac Commercial/Industrial Assumes 75% Impervous Surface Roadway Assumes 100% Impervious Surface Annual Load (Ibs) = 0.226*Annual Runoff (inches)*Concentration (mg/I)*Acres Total Nutrients Removed within Easement Total N Removed (Ibs/yr) 360 Total P Removed (Ibs/yr) 360 AXIOM ENVIRONMENTAL, INC 218 Snow Avenue Raleigh, North Carolina 27603 919-215-1693 SOIL BORING LOG Date: 12/18/2018 Project/Site: Nesbit Mitigation Site County, State: Union County, NC Sampling Point/ fine sandy loam Coordinates: Soil Profile (35.892134,-80.655905) Investigator: W. Grant Lewis Soil Series: Worsham Axiom Environmental, Inc. Notes: Location is shown on Figure 4. Matrix Depth (inches) Color % Mottlin€ Color % Texture 0-9 10 YR 5/3 90 10 YR 4/6 5 fine sandy loam 10 YR 6/4 5 9-11 10 YR 6/1 100 fine sandy loam 11+ 2.5 YR 6/2 70 2.5 YR 6/3 20 sandy clay 10 YR 5/8 10 North Carolina Licensed Soil Scientist Number: 1233 Signature: (0 &'�o Name/Print: W. Grant Lewis APPENDIX C NHP REPORT Nesbit Stream & Wetland Mitigation Site Appendices Technical Proposal (RFP # 16-007704) P, t t t t 1 1� 1`I t 11 11 I t \ I7 1 1 ♦ ♦ 1 t 1-► ♦ t ♦ t t t t ♦ ♦ ♦ 1..I'7 ♦ t ♦ t ♦ 1 1'I ♦ t ♦ ♦ 1.. '7 ♦ 1 \' I11111110 ♦ t ♦ ♦ 11111 ♦ \ 7 t ♦ ♦ t \ 7 1 11 1'I \' I \-► ♦ ♦ ♦ ♦ 1 1 \'7 ♦ ♦ 1 1 ♦ \'I t l' / t ♦ \ / ♦ 1 1 1 ♦ ♦ 1' I ♦ t I�llll 11151�11��11,!►1 IIN5�fQ�llllhlll,!I I111IIp11 I11151►1�15111111►11.11,!,Il IIIi115o11,�I"I 151 D111111!11011111 ►111111111111,11 11i1II,►1 P, "I'll 111III 1!.�111111►11,�1111►,111.1�1��1I,111F"�1►,!.111151a111N11 11 111111►i�I II II 111'.1 1. /111 Il hill► ►.1. it 1.1�11� I ►.111111 II ►5 ►1`,�1/1►;�',1111 I11 ►� ►.111111►.1111� I I I ►:4►; 4►JII►J► 101H1►111111111114►1►; I►:1IJII►:IIDJ►:I►.1VI1611t►; II►;01L 11I1►1IEP11►11►; ►1►:1111:1►1q; il,:1►�1011Al'Pi ►:II ►:1 lI111111:111►;t; ►1I11i1111I II IIII III►: 0►\,11 ►;I}I►\,11►j111151111'.111 11,,11►\,►II(1,�111►1► Ii 11111, 1111111Ij"l11I111111111 11 El; ►;11 ►� ►:� 11 11 CO ►II 111 11►11M1 fI 11 ►:1►;�;1;� 111181 /� 11 1111 1111 1111111111 1�1 11111111.►1 II II II111•11;1;1 11111;11111 11 111111 111111 II 1'.11111.11'.11',!1 ►1 I I P, 15 1111111111111►;1I 1 11111111►; 111r,111i i 111/1011 1111115 I I I E12 1 ►;�11► I I ►) i 5 1 ►;11/11111 ►;�11 I P,1111111s1111;11 1 Io1i2I I I I ►,i2►II ►;1101.12 111510 E rl "4l t1 ',II111 P, 15 11111 I P,1 5 11 IP, lIlIvvI I ll61r" 1111111" 1,1111 11 P, 15 111 II V,iI I ll Ill 11111111 11 111111111111111111111111111 111111111 ♦♦1,r vrr vsll•1n •11♦ cnr1111rn .r ♦♦ ♦1cr 11n111111ra�r ♦1♦1n ♦♦1r111r1111r as♦♦♦♦1r 1111 1 PI I!„I�111,111111� 11”,1111111111 1! pl l 1111 Npl,!,11� 11 11 111 1!I 11 l�l�211111I 11 llllpl,l,I 11 11 N�11�1��11111111111111�1 N 111 111!I11111111111 III.I►:I@I I►; 121►1:15 11►1/1 1 @10 116111110 F11 10110 1111111 0 11 2TI I II l /1►;�"Ill 11 /115 11 EII II l 1151 ►51►ro ►:11;111; 011111t511;111t5I ►.� 1'511;11111 ►'.l 11 11 ►� ►� 1151 ►1►1►1 I I I II ►/ I ►;'I ►1 ►1.I . ►11 I ►; IIiII ►1►1111''1 I ►1 I ►1 1:1 1:11;121:1 111QVI1:11;1111111@11 ........ ............. , ., ...1, ....1, ........1, .1, 1111...,, . , �, ... r..... r 1111 , �, .1, .. I II II I I I 1 11 11 11 1 1 I I I I I 11 I I ,I I I 1 1 1 1 1 11 1. 1 1 11 11 1 11 11 (11 1 1 1 11 1 1 1 1 1 1 11 11 11 1 1 1 1 11 1 1 1 1 il� �Ui �I� �lill�al� �lil� I� I Ali .lily i� Ieli �I . 1 1 111111 1 11 11 1 11 1 1 11 1 11 11 1 11 1 1. 11 1 11. 11 111 1 1 1 1 1 1 1111111 .1 ;1r �1 1� Q'I1 11i�n11 1 1 �I�r t,,'I 111' t t 11 111 11,11 111 1 11 1 1 111 I11r ♦ ♦ ♦ � ♦ 111...111,11111 1,„ � 1111 1 111 ,.;1111. ,;,11. ,1. 111 ,;,111111,;..;,1 1111111. , .11...11, . 11.11 111..1...11111111 11 w µaY +'3 �tl �a WyhM eR N W+E 5 December 24, 2418 Project Boundary Buffered Project Boundary NMP Natural Area (NHNA) NCNHDE-7778: Nesbit -,—.4 !Kru•.. - M M K +'3 m 6� Y �g�Y 6 f� L peY 1:25,712 0 0.2 0.4 0.8 mi 0 0.35 0.7 1.4 km Sources: Esri, HERE, Garrrin, Idar vp, inownere P Corp-. GE6CO3 USGS, FAO, NPS, NRGAN, GeoBaSe, IG N, Kadasler NL, grdnano9 Surrey, Esri Japan, MLTI, Esri Chula (Hong "). svdsstopo. G Qyen$OwWap wntribulors, and the GIS User Car MN APPENDIX D MEMORANDUM OF OPTION AGREEMENT Nesbit Stream & Wetland Mitigation Site Appendices Technical Proposal (RFP # 16-007704) FILED UNION COUNTY, NC CRYSTAL D. GILLIARD REGISTER OF DEEDS FILED Jan 07, 2019 AT 09:12 am BOOK 07294 START PAGE 0707 END PAGE 0712 INSTRUMENT # 00326 EXCISE TAX (None) KSE �u: Yl�o. +moo rfcll ►?•t5�o�aii�v, 9i�2w►S . Ilul I-i�ih45 `X, 4t ZIl wll� Zvi 2'ltev� Prepared by NORTH CAROLINA UNION COUNTY MEMORANDUM OF CONTRACT TO PURCHASE A CONSERVATION EASEMENT RESTORATION SYSTEMS, LLC, as Buyer, and BUFORD TOWNSHIP FARMS, LLC, a North Carolina limited liability company as Seller, for and in consideration of the sum of Ten Dollars ($10.00) and other good and valuable consideration, the receipt and sufficiency of which are hereby acknowledged, have entered into an Agreement for Purchase and Sale of a Conservation Easement, to purchase and sell that certain property of Seller containing 18 ± acres located in Jackson and Buford Townships, Union County, North Carolina, as described in Exhibit A and shown on Exhibit A-1 attached hereto and incorporated herein by reference. (a) The provisions set forth in a written Agreement for Purchase and Sale of Real Property dated the OLI. day of January 2019, between the parties, are hereby incorporated in this Memorandum by reference. The referenced Agreement has an examination period of eighteen (18) months from the execution of said Agreement. WITNESS our hands an seals to this Memorandum of Agreement for Purchase and Sale of Real Property, this the 31 day of January 2019. BUYER: RESTO lei SYSTE^ LLC By: (SEAL) N Page 1 of 5 STATE OF NORTH CAROLINA COUNTY OF W. I certify that the following person personally appeared before me this day, acknowledging to me that he signed the foregoing document: (Name of Person(s) Appearing before Notary) WITNESS my hand and official seal, this 2 day of January, 2019. (Official Seal) .CAN *i'0 My commission expires; Page 2 of 5 WITNESS our hands and seals to this Memorandum of Agreement for Purchase and Sale of a Conservation Easement, this the _�(G* day of January, 2019. SELLER: BUFCJRD TOWNSHIP FARMS, LLC By: loil° (SEAL) Name: ` tl t Title: Ma STATE OF NORTH CAROLINA COUNTY OF � '. I certify that the following persons personally appeared before me this day, each acknowledging to me that he or she signed the foregoing document: ,kct�4 WITNESS my hand and official seal, this &4 day of January, 2019. -1 -17 Notary's Official Signature (Official Seal) Notary's Printed or Typed Name My commission expires: 7 ce -7o..L ,, Ef fid J ah y /67 Gor,Aea5.� Page 3 of 5 EXHIBIT "A" LEGAL DESCRIPTION Attached to and made a part of that certain Agreement for Purchase and Sale of a Conservation Easement dated January Ste, 2019, by and between RESTORATION SYSTEMS, LLC and BUFORD TOWNSHIP FARMS, LLC, a North Carolina limited liability company. Seller's Property is a fee simple interest in the entire Property being located in Jackson and Buford Townships in Union County, North Carolina, described as follows: Parcel 1: Approximately 151.54 acres as conveyed to Seller in Deed recorded in Deed Book 7279, Page 643 of the Union County Public Registry, which property is also described in that certain deed recorded in Book 721, Page 225, Union County Public Registry, and also known as Parcel Number 04335004. The Easement Property is a portion of the total Property including approximately 18 acres. Boundaries are indicated on Exhibit A-1 attached hereto and incorporated herein by reference. The final legal description of the property will be determined by a survey prepared by a licensed surveyor selected and paid by Buyer. Page 4 of 5 EXHIBIT "A -I" Map Depicting Conservation Easement(s) Attached to and matte a part of that certain Agreement for Purchase and Sale of Conservation Easements dated January &'�^ 2019, by and between RESTORATION SYSTEMS, LLC ("Buyer") and BUFORD TOWNSHIP FARMS, LLC ("Seller"). [Map follows on next page.] Page 5 of 5 BUFORD TOWNSHIP FARMS, LLC PARCEL PARCEL #04335004 DEED BK 7279 PG 643 +0 *1vNPFPwqPR1v- ° — "�„ .�► nv` tura crossing at prabaur:dary M � 10 ji +� 60' ford crossing excluded From easement 's 21 j a - r THIS MAP MAY NOT BE A CERTIFIED SURVEY AND HAS j NOT BEEN REVIEWED BY A LOCAL GOVERNMENTAL Y AND HAS NOT AGENCY FOR COMPLIANCE WITH ANY APPLICABLE VMENT AGENCY LAND DEVELOPMENT REGULATIONS AND HAS NOT BLE LAND BEEN REVIEWED FOR COMPLIANCE WITH RECORDING ' xs REQUIREMENTS FOR PLATS (G.S. 47-30(n)) E [�i • it�l t lob �G` E r h bar gr i •5, E 1Ri b s d5.. r r©,Rtp�I� .. nel a �1 tJs r rt�u ,+ty FIConservation Easement Boundary = +/- 18 acres N ExhibitA-1 Approximate Easement Property Seller's Property Feel 0 195 390 780 UNION COUNTY NORTH CAROLINA 1,170 1,560 APPENDIX E LANDOWNER AUTHORIZATION FORM Nesbit Stream & Wetland Mitigation Site Appendices Technical Proposal (RFP # 16-007704) LANDOWNER AUTHORIZATION FORM PROPERTY LEGAL DESCRITION: Deed Book: 7279 Page: 643 County: Union Parcel ID Number: 04335004 Street Address: 4321 Nesbit Road Monroe, NC 28112 Property Owner (please print): BUFORD TOWNSHIP FARMS, LLC The undersigned, registered property owner(s) of the above property, do hereby authorize Matthew Harrell of Restoration Systems, LLC to take all actions necessary for the evaluation of the property as a potential stream and wetland mitigation project, including conducting stream and/or wetland determinations and delineations, as well as issuance and acceptance of any required permit(s) or certification(s). I agree to allow regulatory agencies, including the US Army Corps of Engineers, to visit the property as part of these environmental reviews. Property Owners(s) Address: PO Box 429. Monroe. NC 28110 (if different from above) Property Owner Telephone Number: (Frank Howey) 704-975-2200 Property Owner Telephone Number: We hereby certify the above information to be true and accurate to the best of our knowledge. 11 101L. �I (Properrty Owner Signature) (Date) APPENDIX F TECHNICAL PROPOSAL SCORE SHEET Nesbit Stream & Wetland Mitigation Site Appendices Technical Proposal (RFP # 16-007704) Technical Proposal Evaluation Criteria 8 -digit CU Rating Form Offeror: Site Name: River Basin / Catalog Unit: RFP Number: Date of Site Evaluation: Type/Amt of Mitigation Offered: Proposal Review Committee: Alternate Attendees: Section 1. Minimum Requirements Yes/No or N/A 1- For stream mitigation projects, does the Technical Proposal adequately document the historical presence of stream(s) on the project site, provide the drainage areas (acres) and provide accurate, process -based descriptions of all project stream reaches and tributaries? 2- For proposals that include wetland mitigation, does the technical proposal adequately document the presence of hydric soil indicators (including soil boring logs prepared by a Licensed Soil Scientist and a map showing soil boring locations and mapped soil series)? 3- For proposals that include wetland mitigation, does the proposed success hydroperiod follow the IRT Guidance for the project site and soil series? If the proposed hydroperiod differs from the IRT guidance, justification must be provided in the RFP. 4- Does the proposal adequately document the physical, chemical and/or biological impairments that currently exist on the project site? 5- Does DMS agree with the overall mitigation approach (proposed levels of intervention) presented? [The Technical Proposal must demonstrate that the proposed mitigation activities are appropriate for existing site conditions and watershed characteristics (e.g., adjacent land use/land cover), and are optimized to yield maximum functional gains.] 6- Does DMS agree with the proposed credit structure(s) described in the proposal? 7- Does the proposed project avoid significant adverse impacts to existing wetlands and/or streams? 8- Does the proposal adequately describe how the project will advance DMS watershed planning goals? 9- For any proposed Priority 2 restoration, is P2 justified and/or limited to "tie-ins"? An answer of No in this section means the Technical Proposal is rejected. Continue or Reject? Section 2. Functional Uplift Evaluation Functional Functional Planning Identified Functional Stressor Uplift Potential Stressor Category Check box below if Complete this section for identified stressor is identified Check boxes below to identify functional stressors ONLY. Select the option through watershed stressors addressed by proposal. that best describes the uplift potential for planning the majority of the project area. TRA RWP LWP ❑ Non-functioning riparian Low Moderate High Very High >. buffer / wetland vegetation ra ❑ Sediment Low Moderate High Very High Z3 ❑ Nutrients Low Moderate High Very High L Q� ❑ Fecal Coliform Low Moderate High Very High >ra ❑ Other Low Moderate High Very High ❑ Peak Flows Low Moderate High Very High t3A _O ❑ Artificial Barriers Low Moderate High Very High O � ❑ Ditching/Draining Low Moderate High 2 ❑ Other Low Moderate High Very High ❑ Habitat Fragmentation Low Moderate High Very High ro ❑ Limited Bedform Diversity Low Moderate High Very High ❑ Absence of Large Woody Low Moderate High Very High ca _ Debris ❑ Other Low Moderate High Very High a Total Count Total O Count ra 4-J Multiplier Multiplier ca x1 x3 x6 x10 x2 x4 x6 C: cn O W +-J C:Planning Count x Function Count x 'E Multiplier Multiplier LLra A B _ Sum of Function Sum of Planning Adjusted Risk Factor Total Stream Feet Restoration Feet Enhancement Feet Total Stream Feet Risk Adjusted Score (Sum of Function X Factorc) Restoration Feet + (Enhancement Feet) \ 2 J < 25% 25-50% 50-75% c D Risk Adjusted Score D+ PlanningB = I E I Total Function and Planning Section 3. Genera Section 4. Final Score and Proposal Rating Total Function and 1 point 3 points 6 points 10 points What percent of the request does the proposed wetland project provide? (if applicable) < 25% 25-50% 50-75% >75% What percent of the request does the proposed stream project provide? (if applicable) < 25% 25-50% 50-75% >75% Physical constraints or barriers >10% 5-10% <5% None Easement Continuity >12 8-12 0 - Project Density >10 8-10 4-8 <4 Total F Section 4. Final Score and Proposal Rating Total Function and E Planning F Total General Final Score (E + F) Proposal Rating (Final Score x 0.01) Comments: 4