HomeMy WebLinkAboutR-2558WM„a STATE q
STATE OF NORTH CAROLINA
;aL 3 p ao
DEPARTMENT OF TRANSPORTATION
JAMES B. HUNT JR. P.O. BOX 25201, RALEIGH, N.C. 27611-5201 E. NORRIS TOLSON
GOVERNOR July 21, 1998 SECRETARY
Ms. Cyndi Bell
Division of Water Quality
4401 Reedy Creek Rd
Raleigh, North Carolina 27607
Re: Ephemeral Pool Wetland Mitigation Site, Scotland County,
TIP Project No. R-2558 WM
Dear Ms. Bell,
Please find enclosed the As-Built Report for the Ephemeral Pool Mitigation Site
located in Scotland County. The Resident Engineer responsible for this project, Mr.
Buddy Nelson, P.E. has certified that the site was constructed according to construction
plan sheets, with any exceptions noted in this As-Built Report.
For completeness purposes, the following information has been included as part of
the As-Built Report: (1) Letter of Construction Compliance, (2) As-Built Plan Sheet(s),
(3) Planting Plan Sheets, (4) Well Location Map, (5) Contract Proposal, (6) Summary of
Costs, (7) Estimate of Quantities, (8) Photos.
If you should have any questions or require additional information, please do not
hesitate to contact Phil Harris, Wetland Mitigation Coordinator, at 919-733-7844 (Ext.
301). Thank you once again for your continued support and cooperation.
Sincerely,
'r -4- ?'
David C. Robinson, Ph.D, P.E.
Assistant Branch Manager
Enclosures
cc: Mr. David Franklin, USACE
Dr. V. Charles Bruton, NCDOT
Mr. Phil Harris, P.E., NCDOT
07/09/1998 15:58 910-944-3742 A L NELSON RES ENGR PAGE 02
P
A3W[6
.w
STATE OF NORTH CAROL NI A
DEPARTMENT OF TRANSPORTATION
JAMES W HUNT JR. DIVISION OF HIGHWAYS
GOVERNOR
July 9, 1998
PROJECT NO: 6.599001T (R-2558 WM)
COUNTY: Scotland
E. NORRIS TOLSON
SECRETARY
DESCRIPTION: Ephemeral Pool Mitigation Site
MEMORANDUM TO: Mr. Phil Harris, P.E., Wetland Mitigation Coordinator
FROM: A. L. Nelson, P.E., Resident Engineer g, 0?p, ?
SUBJECT:
Ephemeral Pool Mitigation Site
Construction of the above site was monitored and inspected by my office to ensure
conformity with the construction plans prepared by NCQOT.
hereby certify that the Ephemeral Pool Project has been constructed according to the
purchase order contract and plan sheet except as noted therein.
Every effort was made to construct this site in accordance with the best Information and
guidance that was available at the time,
Please contact the Scotland County Maintenance office at Wagram, (910) 369-2645, for
access to the site. If any additional information is needed, please advise my offico,
ALN:JLF:kbg
cc: Mr. W. F. Rosser, P.E.
Ms. Kendra Williamson
P. O. Box 1067 / Aberdeen, N, C. 26315 / 910-944-7554 / Fax: 910-944-3742
Im
mg
;u
C) M
ti
OI n
I -0 I v ? ??? C7
C"
I w I ? ?C)?
ti
?' I yl `q 9??y ??ti
I ;u yo i
I
? r
N W I ?? M-' ?6?
I O O I ? ? f
F p ? Q'
W rn
x
mo
bn y m
m C"
x
mg I? ? ? m-u
Om p = D
W n W
-q C4
OM v ?_ N
r
j N
I
O i Y
rc)yM oo ??, o
? I I w i? 1o yi
I
m
0
D m
A N O DA
T7 bA' m (-
e ti ? ors ? ? ? ?. N
v
el. 64?,?? I I r <?
urn
l? y0 L? 6 J ? o
?jo
w p
I m I ? i
I ? I
A
O ti ijQ
I?yI
I I '
I I
I I
I I
r?
0
m
o;u
m?
N p
m
-o ?
O
NO
tO D
Old
Q
y
x ??o
o ? rza
z r 0M?
n O O x
c o
"? o
0
e
F
0
Ae a o
2111]
Xz91
1 ?4
9
y
P: P. g A ;
I WE ?! ss ggggg P aRy
r a
: z rip
may r ?e
°z
pA / /
N O /
m
0
H ?
ro
b
8p?
Z
N A y ; y
t4 f=1
o
Z 2 C,
0
r
OA
O~
I a I
V? v
N
? I ,?
gO
N
I i o
t y?
? ?,r4?y?0
s ?
I ry I
9 May
?
ayti.eli,
\
m
O
A
l m?
I
? N y?
O' I O
O
O ?4' NO
O o
V I ' %
+ /
m y
x Z N r\
zo
n"'
A a m
'
4 \ n A
O
2
nn?
J
i A
In N y
AyIC j.,
/ /
d /
A ,y
° /
? ??r o•
y M,o
?
n
t
`?lpll bp6 / /? epp»J
q' v /
.g61. ?l • A
T A
??S I T t y
Zv
y?
0? 4y,
yOl? ,6p p4? ?
?? I k I
o z
M
m ti m
?m
I??I
I I
I I
I I
I
I
I
I
I
I
I
VIDA
_ x
? 2
? m
DA
AoO
?
-i 2
AZO
U
W
SAtlMH3JIH OO ?OI8IAI0
IIlbl!lOdS tl!!1 d0 '1d30
FlNIlO tl3 H1a0N
J0 31tl1S
I.
a03 •NIw
,? ? ,? ao? Iw .e-,z
O J
" H10
1. ?i is td 3 NI-1 31 • IW -
STATE OF
NORTH CA?tOLINA
DEPTOF TRA?JSPORTATI(
DIVISION OF HIGHWAYS
RALEIGH. N. C.
33N3-? HO I H , 9 -ONV is 1 , -V
3:3N33 AN1-1 NIdHC
)jo3 oNIMdHa OUVONd1S HSIlON3
O
C2
I' 11?1:
ll cr-
0
+ H
rW M
yy <
[?j}O • i a Cil /r
M"?
F
M1
?
M
J- (f) M
H (n t.?
IL LL
T
-L
?? H O
lf ?
j{ L,. u.
M H z
+
{L 7 O
J -J U
Q Z
LL
W
a rn °C ? C7
... 2w
o Z
J F- H
U
M
M
w
F,
0?2 X
O
U
A 1I 01
L0 U ?
Z L
d
Q LL
mot CD
¢m
v v
U
a
O J
Ol 1
96
M 1 M
"LL
1L0
a
M
Q) !,
M
MI
M ^Fa
L
a
ENGLISH STANDARD
CHAIN LINK
4' . 5' AND- 6'
LLO
mI
J
J
Q
Z
W
O
Z ~
o w
u
Q z
> w
w LL
J 0
W z
O
?I ?
O
H
DRAWING FOR
FENCE
HIGH FENCE
w
F-
a. cr
H
"LLI
u=m?
PEI
0
??WM
•ip
?LL
W 9;
e0
CO
00
CO
00
STATE OF NORTH CAROLINA
DEPARTMENT OF TRANSPORTATION
00
?'~
*
OF,1Ve
DIVISION 08 DISTRICT 3
CONTRACT PROPOSAL
WORK ORDER NUMBER: 6.599001T
ROUTE: SR 1332 COUNTY: SCOTLAND
DESCRIPTION: Ephemeral Pool Wetland Mitigation Site Preparation
-BID OPENING: FRIDAY AUGUST 29 1997
NOTICE:
ALL BIDDERS SHALL COMPLY WITH ALL APPLICABLE LAWS
REGULATING THE PRACTICE OF GENERAL CONTRACTING AS
CONTAINED IN CHAPTER 87 OF THE GENERAL STATUTES OF NORTH
CAROLINA WHICH REQUIRES THE BIDDER TO BE LICENSED BY THE, N.C.
LICENSING BOARD FOR CONTRACTORS WHEN BIDDING ON ANY NON-
FEDERAL AID PROJECT WHERE THE BID IS $30,0110 OR MORE, EXCEPT
FOR CERTAIN SPECIALTY WORK AS DETERMINED BY THE LICENSING
BOARD. BIDDERS SHALL ALSO COMPLY WITH ALL OTHER APPLICABLE
LAWS REGULATING THE PRACTICES OF ELECTRICAL, PLUMBING,
HEATING AND AIR CONDITIONING AND REFRIGERATION CONTRACTING
AS CONTAINED IN CHAPTER 87 OF THE GENERAL STATUTES OF. NORTH
CAROLINA.
NAME OF BIDDER
N.C. CONTRACTOR'S LICENSE NUMBER
ADDRESS OF BIDDER
RETURN BIDS TO:
Mr. W. F. Rosser, PE
NC Department of Transportation
P O Box 1067; 902 N. Sandhills Blvd.
Aberdeen, North Carolina 28315
INSTRUCTIONS TO BIDDERS
PLEASE READ ALL INSTRUCTIONS CAREFULLY
BEFORE PREPARING AND SUBMITTING YOUR BID.
All bids shall be prepared and submitted in accordance with the following requirements. Failure to
comply with any requirement shall cause the bid to be considered irregular and shall be grounds for
rejection of the bid.
1. The bid sheet furnished by NCDOT with the proposal shall be used and shall not be altered in any
manner. DO NOT SEPARATE THE BID SHEET FROM THE PROPOSAL!
2. All entries on the bid sheet, including signatures, shall be written in ink.
3. The Bidder shall submit a unit price for every item on the bid form. The unit prices for the various
contract items shall be written in figures.
4. An amount bid shall be entered on the bid sheet for every item. The amount bid for each item shall
be determined by multiplying each unit bid by the quantity for that item, and shall be written in
figures in the "Amount Bid" column of the sheet.
5. The total amount bid shall be written in figures in the proper place on the bid sheet. The total
amount shall be determined by adding the amounts bid for each item.
6. Changes in any entry shall be made by marking through the entry in ink and making the correct entry
adjacent thereto in ink. A representative of the Bidder shall initial the change in ink.
7. The bid shall be properly executed. All bids shall show the following information:
a. Name of individual, firm, corporation, partnership, or joint venture submitting bid.
b. Name of individual or representative submitting bid and position or title.
c. Name, signature, and position or title of witness.
d. Federal Identification Number
c. Contractor's License Number
8. Bids submitted by corporations shall bear the seal of the corporation.
9. The bid shall not contain any unauthorized additions, deletions, or conditional bids.
10. The bidder shall not add any provision reserving the right to accept or reject an award, or to enter
into a contract pursuant to an award.
11. THE PROPOSAL WITH THE BID SHEET STILL ATTACHED SHALL BE PLACED IN A
SEALED ENVELOPE AND SHALL HAVE BEEN DELIVERED TO AND RECEIVED IN
THE ABERDEEN DIVISION ENGINEER'S OFFICE AT 902 N. SANDHILLS BLVD.,
ABERDEEN, NC BY 10:00 A.M. ON FRIDAY, AUGUST 29, 1997.
12. The sealed bid must display the following statement on the front of the sealed envelope:
QUOTATION FOR WORK ORDER 6.599001T - EPHEMERAL POOL
WETLAND MITIGATION SITE PREPARATION IN SCOTLAND COUNTY
TO BE OPENED AT 10:00 A.M., FRIDAY, AUGUST 29, 1997.
13. If delivered by mail, the sealed envelope shall be placed in another sealed envelope and the outer
envelope shall be addressed as follows:
Mr. W. F. Rosser, PE
NC Department of Transportation
P O Box 1067; 902 N. Sandhills Blvd.
Aberdeen, NC 28315
AWARD OF CONTRACT
The award of the contract, if it be awarded, will be made to the lowest responsible Bidder. The
lowest responsible bidder will be notified that his bid has been accepted and that he has been
awarded the contract. NCDOT reserves the right to reject all bids.
PURCHASE ORDER CONTRACT
Standard Provisions
GENERAL
This contract is for an ephemeral pool wetland mitigation site preparation in Scotland County.
All work and materials shall be in accordance with the provisions of the General Guidelines of
this contract, the Project Special Provisions, the North Carolina Department of Transportation Standard
Specifications for Roads and Structures 1995, the North Carolina Department of Transportation Roadway
Standards Drawings, and the current edition of the Manual of Uniform Traffic Control Devices
(MUTCD).
The Contractor shall keep himself fully informed of all Federal, Slate and local laws, ordinances,
and regulations, and shall comply with the provisions of Section 107 of the Standard Specifications.
CONTRACT TIME AND LIQUIDATED DAMAGES
The date of availability for this project is October 1, 1997. The Contractor may begin work
prior to this date upon approval of the Engineer or his duly authorized representative. If such approval is
given, and the Contractor begins work prior to the date of availability, the Department of Transportation
will assume no responsibility for any delays caused prior to the date of availability by any reason
whatsoever, and such delays, if any, will not constitute a valid reason for extending the completion date
No work will be permitted and no purchase order will be issued until all required bonds and
prerequisite conditions and certifications have been satisfied.
The completion date for this project is December 19, 1997. No extensions will be authorized
except as authorized by Article 108-.10 of the Standard Specifications
Liquidated damages for this contract are Two Hundred Dollars ($200.00) per calendar day.
AUTHORITY OF THE ENGINEER
The Engineer for this project shall be the Division Engineer, Division 08, Division of Highways,
North Carolina Department of Transportation, acting directly or through his duly authorized
representatives.
The Engineer will decide all questions which may arise as to the quality and acceptability of
work performed and as to the rate of progress of the work; all questions which may arise as to the
interpretation of the contract; and all questions as to the acceptable fulfillment of the contract on the part
of the Contractor. His decision shall be final and he shall have executive authority to enforce and make
effective such decisions and orders as the Contractor fails to carry out promptly.
PURCHASE ORDER CONTRACT
Standard Provisions
GENERAL
This contract is for an ephemeral pool wetland mitigation site preparation in Scotland County.
All work and materials shall be in accordance with the provisions of the General Guidelines of
this contract, the Project Special Provisions, the North Carolina Department of Transportation Standard
Specifications for Roads and Structures 1995, the North Carolina Department of Transportation Roadway
Standards Drawings, and the current edition of the Manual of Uniform Traffic Control Devices
(MUTCD).
The Contractor shall keep himself frilly informed of all Federal, State and local laws, ordinances,
and regulations, and shall comply with the provisions of Section 107 of the Standard Specifications.
CONTRACT TIME AND LIQUIDATED DAMAGES
The date of availability for this project is October 1, 1997. The Contractor may begin work
prior to this date upon approval of the Engineer or his duly authorized representative. If such approval is
given, and the Contractor begins work prior to the date of availability, the Department of Transportation
will assume no responsibility for any delays caused prior to the date of availability by any reason
whatsoever, and such delays, if any, will not constitute a valid reason for extending the completion date.
No work will be permitted and no purchase order will be issued until all required bonds and
prerequisite conditions and certifications have been satisfied.
The completion date for this project is December 19, 1997. No extensions will be authorized
except as authorized by Article 108-10 of the Standard Specifications
Liquidated damages for this contract are Two Hundred Dollars ($21111.00) per calendar day.
AUTHORITY OF THE ENGINEER
The Engineer for this project shall be the Division Engineer, Division 08, Division of Highways,
North Carolina Department of Transportation, acting directly or through his duly authorized
representatives.
The Engineer will decide all questions which may arise as to the quality and acceptability of
work performed and as to the rate of progress of the work; all questions which may arise as to the
interpretation of the contract; and all questions as to the acceptable fulfillment of the contract on the part
of the Contractor. His decision shall be fipal and lie shall have executive authority to enforce and make
effective such decisions and orders as the Contractor fails to carry out promptly.
MATERIALS AND TESTING
The Engineer reserves the right to perform all sampling and testing in accordance with Section
106 of the Standard Specifications and the Department's "Materials and Test Manual." However the
Engineer may reduce the frequency of sampling and testing where lie deems it appropriate for the project
under construction.
The Contractor shall furnish the applicable certifications and documentation for all materials as
required by the Standard Specifications. Material which is not properly certified will not be accepted
EROSION CONTROL
The Contractor shall exercise every reasonable precaution throughout the life of the project to
prevent erosion and siltation. Silt fence and erosion control measures shall be installed in accordance
with the plans for this project, Section 1605 of the Standard Specifications, and in locations directed by
the Engineer or his representative.
UTILITY CONFLICTS
It shall be the responsibility of the Contractor to contact all affected utility owners and determine
the precise locations of all utilities prior to beginning construction. Utility owners shall be contacted a
minimum of 48 hours prior to the commencement of operations. Special care shall be used in working
around or near existing utilities, protecting theta when necessary to provide uninterrupted service. in the
event that any utility service is internapted, the Contractor shall notify the utility owner immediately and
shall cooperate with the owner, or his representative, in the restoration of service in file shortest time
possible. Existing fire hydrants shall be kept accessible to fire departments at all times.
The Contractor shall adhere to all applicable regulations and follow accepted safety procedures
when working in the vicinity of utilities in order to insure the safety of construction personnel and the
public.
TRAFFIC CONTROL AND WORK ZONE SAFETY
The Contractor shall maintain traffic during construction and provide, install, and maintain all
traffic control devices in accordance with these project guidelines, the Project Special Provisions, North
Carolina Department of Transportation Standard Specifications for Roads and Structures 1995, and the
current edition of the Manual of Uniform Tratfac Control Devices (MUTCD).
The Contractor shall utilize complete and proper traffic controls and traffic control devices
during all operations. All traffic control and traffic control devices required for any operation shall be
functional and in place prior to the commencement of that operation. Signs for temporary operations
shall be removed during periods of inactivity. The Contractor is required to leave the project in a manner
that will be safe to the traveling public and which will not impede motorists.
Traffic movements through lane closures on roads with two way traffic shall be controlled by
flaggers stationed at each end of the work zone. In situations where sight distance is limited, the
Contractor shall provide additional means of controlling traffic, including, but not limited to, two-way
radios, pilot vehicles, or additional flaggers. Flaggers shall be competent personnel, adequately trained in
flagging procedures, and furnished with proper safety devices and equipment, including, but not limited
to, safety vests and stop/slow paddles.
All personnel when working in traffic areas or areas in close proximity to traffic shall wear an
approved safety vest, or shirt or jacket and hat or helmet which meets the color requirements of the
Manual of Uniform TratTic Control Devices (MUTCD).
The Contractor shall comply with all applicable Federal, State, and local laws, ordinances, and
regulations governing saafety, health, and sanitation, and shall provide all safeguards, safety devices, and
protective equipment, and shall take any other needed actions, on his own responsibility that are
reasonably necessary to protect the life and health of employees on the job and the safety of the public,
and to protect property in connection with the performance of the work covered by the contract.
Failure to comply with any of the requirements for safety and traffic control of this contract shall
result in suspension of work as provided in subarticle 108-7(2) of the Standard Specifications.
SUPERVISION BY CONTRACTOR
At all times during the life of the project the Contractor shall provide one permanent employee
who shall have the authority and capability for overall responsibility of the project and who shall be
personally available at the work site within 24 hours notice. Such employee shall be fully authorized to
conduct all business with the subcontractors, to negotiate and execute all supplemental agreements, and to
execute the orders or directions of the Engineer.
At all times that work is actually being performed, the Contractor shall have present on the
project one competent individual who is authorized to act in a supervisory capacity over all work on the
project, including work subcontracted. The individual who has been so authorized shall be experienced in
the type of work being performed and shall be fully capable of managing, directing, and coordinating the
work; of reading and thoroughly understanding the contract; and receiving and carrying out directions
from the Engineer or his authorized representatives. He shall be an employee of the Contractor unless
otherwise approved by the Engineer.
The Contractor may, at his option, designate one employee to meet the requirements of both
positions. However, whenever the designated employee is absent from the work site, an authorized
individual qualified to act in a supervisory capacity on the project shall be present.
CONTRACT PAYMENT AND PERFORMANCE BOND
A performance bond in the amount of one hundred percent (100%) of the contract amount,
conditioned upon the faithful performance of the contract in accordance with specifications and conditions
of the contract is required for contracts of $50,000 or more. Such bond shall be solely for the protection of
the North Carolina Department of Transportation and the State of North Carolina.
A payment bond in the amount of one hundred percent (100%) of the contract amount,
conditioned upon the prompt payment for all labor or materials for which the Contractor, or his
subcontractors, are liable is required for this project. The payment bond shall be solely for the protection
of persons or firms furnishing materials or performing labor for this contract for which the Contractor is
liable.
LIABILITY INSURANCE
The Contractor shall obtain from an insurance company, duly authorized to do business in North
Carolina, Public Liability and Property Damage Insurance to protect his company and subcontractors
performing work covered under this contract from claims which may arise from operations under this
contract. Insurance coverage shall be maintained during the life of this contract and shall extend to
operations performed by the Contractor or his subcontractors, and by anyone employed directly or
indirectly by either of them.
Public Liability Insurance shall be in an amount not less than one hundred thousand dollars
($100,000.00) for injuries, including accidental death, to any one person, and subject to the same limit for
each person, in an amount not less than two hundred thousand dollars ($200,000,00) on account of one
accident.
Property Damage Insurance shall be in an amount not less than one hundred thousand dollars
($100,000.00)
Proof of insurance shall be furnished to the Engineer prior to beginning work.
SUBLETTING OF CONTRACT
The Contractor shall not sublet, sell, transfer, assign or otherwise dispose of this contract or any
portion thereof; or his right, title, or interest therein; without written consent of the Engineer, Subletting
of this contract or any portion of the contract shall conform to the requirements of Article of 108-6 of the
Standard Specifications. The Contractor will not be permitted to sublet more than 50'%, of the total
contract amount.
DEFAUL'T' OF CONTRACT
'fhe Department of Transportation shrill have the right to declare a default of contract for breach
by the Contractor of any material term or condition of the contract. Default of contract shall be in
accordance with the terms, conditions, and procedures of Article 108-9 of the Standard Specifications.
EXTENSION OF CONTRACT TIME
Failure on the part of the Contractor to furnish bonds or certifications, or to satisfy preliminary
requirements necessary to issue the purchase order will not constitute grounds for extension of the
contract time. If the Contractor has fulfilled all preliminary requirements for the issuance of a purchase
order, and the purchase order authorization is not available by the date of availability, the Contractor shall
be granted an extension equal to the number of calendar days the purchase order authorization is delayed
after the date of availability.
CLAIMS FOR ADDITIONAL COMPENSATION OR
EXTENSION OF TIME
Any claims for additional compensation and/or extensions of the completion date shall be
submitted to the Division Engineer with detailed justification within thirty (30) days after receipt of the
final invoice payment. The failure of the Contractor to submit the claim(s) within thirty days shall be a
bar to recovery.
PAYMENT AND RETAINAGE
The Contractor may submit a requests for partial payment on a monthly basis, or other interval as
approved by the Engineer. The amount of partial payments will be based on the work accomplished and
accepted as the last day of the approved pay period. Minority Business (MB) and Womens Business (WB)
participation shall be listed in the appropriate spaces on all requests for payment. If there is no
participation the word "None" or the figure "0" shall be entered. An amount equal to five percent (50/x) of
the total amount due on the partial pay estimate will be deducted and retained until after the final
inspection. One hundred percent (100%) payment shall be made after successful completion of the work
as verified by the final inspection. The invoices will show the requisition number and purchase order
number and should state "Terms Net Ten (10) Days."
PROSECUTION AND PROGRESS
The Contractor shall pursue the work diligently with workmen in sufficient numbers, abilities,
and supervision, and with equipment, materials, and methods of construction as may be required to
complete the work described in the contract by the completion date and in accordance with Section log of
the Standard Specifications
The Contractor's operations are restricted to daylight hours. No work may be performed on
Sundays and legal State holidays. Work shall only be performed when weather and visibility conditions
allow safe operations.
PURCHASE ORDER CONTRACT
Special Provisions
GENERAL
I . Contractor shall not utilize a borrow pit that is located within '/2 mile of any boundary of a NCDOT
wetland mitigation site, if excavation in the borrow pit will fall below the highest elevation of the
nearby mitigation.
2. No borrow material shall be taken from the mitigation site unless directed by the Engineer.
3. There is no subsurface information available for this project. The contractor shall make his own
investigation of subsurface conditions.
SITE PREPARATION PRIOR TO GRADING OPERATIONS
1, Clearing and Grubbing
a. Clearing and grubbing operations shall be performed, according to Section 200 of Standard
Specifications, and as directed by the Engineer. The extent of clearing and grubbing
includes lire necessary amount to install the chain link fence as depicted on the detail sheet.
b. Burning restrictions:
1. On-site burning of clearing and grubbing material is allowed; the contractor is
responsible for obtaining all necessary permits.
Disposition of debris and waste material:
d. Debris and waste material shall be disposed of off site at a location to be determined
by the Contractor.
2. Hand Clearing
a. Hand clearing operations shall be performed as identified by flagging in the field or as
directed by the Engineer. The extent of band clearing includes the necessary area to install
the chain link fence and the adjacent banks of the ephemeral pool.
b. Trees present along the batik of the ephemeral pool will be hand cut and laid down along the
bank slope to provide slope stabilization.
3. Temporary Seeding
a. Temporary seeding will be required following all land disturbing activities as directed by the
Engineer.
b. Fertilizer shall be 10-20-20 analysis applied at the rate of 400 pounds per acre. Upon written
approval of the Engineer, a different analysis fertilizer may be used provided the 1-2-2 ratio
is maintained and the rate of application is adjusted to provide the same amount of plant
food as a 10-20-20 analysis.
C. Rye grain at the rate of 50 pounds per acre shall be used for seeding.
EROSION CONTROL
The Contractor will utilize an erosion control plan as directed by the Engineer. Erosion control
techniques such as silt fence will be utilized in the minimization of sediment runoff into the pond.
TRAFFIC CONTROL
To limit disturbance of established bank slopes and exotic animal species on site, the Contractor
shall restrict the movement of all construction equipment to the allowable areas, as directed by the
Engineer. Prior to construction activities, all non-disturbance areas shall be identified by using a highly
visible tape, silt fencing, or orange boundary fencing, and limits of where constriction equipment is
permitted to travel, shall be staked.
FENCES AND ACCESS GATES
1. Chain Link Fence
a. The Contractors attention is directed to the attached sheet for the location of chain
link fence. The chain link fence shall be six (6) feet high and constructed as
detailed,
b. The chain link fence shall conform to specifications as detailed in Section 866 of
the Standard Specifications.
c. Materials shall meet the requirements of Division 10, Article 1050-5 of the
Standard Specifications.
AREAS OF SPECIAL ENVIRONMENTAL CONCERN
1. Other Areas of Environmental Concern
The Ephemeral Pool area shall not be disturbed. There shall be no work or any
disturbance in this area. Erosion control techniques shall be utilized to insure that sediment
runoff is directed away from this area. To ensure that no construction equipment enters this area,
prior to commencement of the work, the contractor shall identify the boundaries of this area
using a highly visible tape, silt fence, or orange boundary fencing, as directed by the Engineer.
PURCHASE ORDER
PROJECT SPECIAL PROVISION
MINORITY AND WOMEN BUSINESS ENTERPRISES
POLICY
It is the policy of the North Carolina Department of Transportation that minority
and women business enterprises shall have the maximum opportunity to participate in the
performance of contracts financed by Non-Federal Funds.
OBLIGATION
The Contractor and any subsequent Subcontractor shall ensure that minority and
women business enterprises have the maximum opportunity to participate in the
performance of the work included in this contract. The Contractor and any subsequent
Subcontractor shall take all necessary and reasonable steps to ensure that minority and
women business enterprises have the maximum opportunity to compete for and perform a
portion of the work included in this contract. Failure on the part of the Contractor to
carry out. the requirements set forth herein shall constitute a breach of contract and after
proper notification, may result in award disqualification, termination of the contract,
disqualification from bidding, or other appropriate remedy.
GOALS
Due to the nature of work in this contract, specific goals for participation by
Minority and Women Businesses are not established.
REPORTS
The Contractor shall submit a statement with the final invoice to report all MB and
WB participation on the project. In the event the Contractor had no NIB or WB
participation on the project, lie is still required to submit a statement with the final invoice
reporting no participation. Where participation is from MB and WB Material Suppliers or
Manufacturers, the statement shall indicate the appropriate percentage (60% for regular
dealers and 100% for manufacturers) of expenditures to be reported.
THE CONTRACTOR'S STATEMENT OF MB AND WB
PARTICIPATION MUST BE DELIVERED TO THE DEPARTMENT IN ORDER
FOR THE FINAL INVOICE TO BE PROCESSED FOR PAYMENT.
DBl
03-10-93
North Carolina Department of Transportation
PURCHASE ORDER CONTRACT BID FORM
Work Order Number: 6.59900IT
Wetland Mitigation Site
Scotland County
ITEM SECT DESCRIPTION QUANTITY UNIT UNIT PRICE AMOUNT BID
1 200 Clearing and Grubbing Lump Sum L. S.
2 545 Incidental Stone Base 20 TON
3 866 Chain Link Fence, 72" Fabric W/Top
Tension Wire 1090 L. F.
4 866 Metal Line Post 72" CL Fence 107 EA
5 866 Metal Terminal Post 72" CL Fence 2 EA
6 866 Metal Gate Post, 72 " CL Fence
Double 2 EA
7 866 Double Gatc 72" High, 18' Wide 1 EA
8 1605 Temporary Silt Fence 300 L. F.
9 1190 Temporary Work Zone Traffic
Control Devices Lump Sum L. S.
CONTRACTOR
ADDRESS
Federal Identification Number
Authorized Agent
Signature
Witness Title
Contractors License Number
Title
Date
Signature Date
?o:S: o
zozo
O
1210?O
"1 -1
0000
b
r) ?
?
r)
z
W
I?.?I
0.4
r
d
M
o ^
o?
Wro
-A,
m?
0 to
S[z`?
a
? ^
l 1
y?
"
n O ?
z
y
nC???
O
mcz
0-3 gp
? o0 d
??r e O
?
M o r^
02
y0
r
»,
z
Permits and Mitigation Unit, 5/26/98
General Specifications for the "Grading Contract"
of a Wetland Mitigation Site
(for NCDOT Roadway Design Unit, Design Services Unit, and Division Engineers)
Following is a comprehensive list of specifications that should be consulted when preparing the "Special
Provisions" section for contracts, purchase orders, or supplemental contract agreements. This list
consolidates in one place those specifications that relate to construction operations of a mitigation site.
(Note: Specifications for a forestry/planting contract are not included.) As this list is all-inclusive,
every specification is NOT required for each mitigation site. This document's purpose is to serve as a
"shopping list" of specifications that design engineers can choose from, depending on specific site
conditions.
Prior to final issuance, all plans and contract provisions must be reviewed by the NCDOT Mitigation
Coordinator. It is his responsibility to:
1. Review for compliance with permit conditions.
2. Review for consistency with any commitments made in the Mitigation Plan.
3. Consider the environmental consequences of plan sheet proposals or contract
provisions.
Field Inspection
Field Inspections are a normal occurrence of the design phase. The Roadway Design Unit is
responsible for scheduling field inspections, and for sending preliminary construction plan sheets to all
participants prior to the meeting. Prior to sending plan sheets out, however, the sheets must be reviewed
by the Wetlands Mitigation Coordinator. Given the high level of interest that resource agencies show
toward mitigation sites, agency participation in field inspections is a normal occurrence. The Roadway
Design Engineer should consult the Mitigation Coordinator for a list of agency personnel to invite.
Permits and Mitigation Unit, 5/26/98
General Comments:
Planting Activities
All planting activities will be coordinated through NCDOT Roadside Environmental Unit.
Reforestation areas will include areas cleared due to installation of the chain link fence.
Pre-Bid Conference
The unfamiliarity of contractors with wetland construction often causes a lack of interest in
bidding this type of project; therefore Division Engineers are highly encouraged to hold a pre-bid
conference with interested contractors. Only contractors present at the pre-bid conference shall be
allowed to "bid" on the project.
Preconstruction Conference
Due to the intense interest of resource agencies in the success of NCDOT wetland mitigation
sites, NCDOT should schedule preconstruction conferences well in advance so that the date of the
conference can be provided to agency personnel. The Resident Engineer is responsible for informing the
Wetland Mitigation Coordinator of the date of preconstruction conference, which should be held
approximately one week prior to the availability date.
Permits and Mitigation Unit. 5/26/98
A General Specifications
1. Contractor shall not utilize a borrow pit that is located within 1 /2 mile of any boundary of a NCDOT
wetland mitigation site, if excavation in the borrow pit will fall below the highest elevation of the nearby
mitigation site.
2. No borrow material shall be taken from the mitigation site unless directed by the Engineer.
3. There is no subsurface information available for this project. The contractor shall make his own
investigation of subsurface conditions.
B Site Preparation prior to Grading Operations
1 Clearing and Grubbing
a. Clearing and grubbing operations shall be performed, according to Section 200 of the
Standard Specifications, and as directed by the Engineer. The extent of clearing and grubbing includes
the necessary amount to install the chain link fence as depicted on the detail sheet.
b. Burning restrictions:
1. On-site burning of clearing and grubbing material is allowed: the contractor is
responsible for obtaining all necessary permits.
c. Disposition of debris and waste material
1. Debris and waste material shall be disposed of off site at a location to be determined
by the contractor.
2. Hand Clearing,
a. Hand clearing operations shall be performed as identified by flagging in the field. or as
directed by the Engineer. The extent of hand clearing includes the necessary area to install the chain link
fence and the adjacent banks of the ephemeral pool.
b. Trees present along the bank of the ephemeral pool will be hand cut and laid down along the
bank slope to provide slope stabilization.
3. Temporary Seeding
a. Temporary seeding will be required following all land disturbing activities as directed by the
Engineer.
b. Fertilizer shall be 10-20-20 analysis applied at the rate of 400 pounds per acre. Upon written
approval of the Engineer, a different analysis fertilizer may be used provided the 1-2-2 ratio is
maintained and the rate of application is adjusted to provide the same amount of plant food as a 10-20-
20 analysis.
c. Rye grain at the rate of 50 pounds per acre shall be used for seeding.
C. Access Roads and Haul Roads
1. Access to the project site shall be limited to the designated routes and locations, as directed by the
Engineer.
Permits and Mitigation Unit, 5/26/98
2. Damage to any existing access road shall be repaired to a condition which is at least as good as the
road condition before start of construction, as directed by the Engineer.
D. Erosion Control
The contractor will utilize an erosion control plan as directed by the Engineer. Erosion control
techniques such as silt fence will be utilized in the minimization of sediment runoff into the pond.
E. Traffic Control
To limit disturbance of established bank slopes and exotic animal species on site, the Contractor shall
restrict the movement of all construction equipment to the allowable areas, as directed by the Engineer.
Prior to construction activities, all non-disturbance areas shall be identified by using a highly visible
tape, silt fencing, or orange boundary fencing, and limits of where construction equipment is permitted
to travel, shall be staked.
F. Fences and Access Gates
1. Chain Link Fencc
a. The Contractors attention is directed to the attached sheet for the location of chain link
fence. The chain link fence shall be six (6) feet high and constructed as detailed.
b. The chain link fence shall conform to specifications as detailed in Section 866(c) of
the Standard Specifications.
c. Materials shall meet the requirements of Division 10, Article 1050-5 of the Standard
Specifications.
G Areas of Special Environmental Concern
1. Other areas of environmental concern
The Ephemeral Pool area shall not be disturbed. There shall be no work or any disturbance in
this area. Erosion control techniques shall be utilized to insure that sediment runoff is directed away
from this area. To ensure that no construction equipment enters this area, prior to commencement of
work, the contractor shall identify the boundaries of this area using a highly visible tape, silt fence, or
orange boundary fencing, as directed by the Engineer.
H Cooperation Between Contractors
In accordance with Section 105-7 of the Standard Specifications, the Department reserves the
right at any time to contract for and perform other or additional work on or near the work covered by the
contract.
When separate or additional contracts are let within the limits of any one project, each Contractor
shall conduct his work so as not to interfere with or hinder the progress or completion of the work being
performed by other Contractors. Contractors working within the limits of the same project shall
cooperate with each other.
Each Contractor shall conduct his operations in such a manner as to avoid damaging any work
being performed by others or which has been completed by others.
4
Permits and Mitigation Unit. 5/26/98
When a project is let under more than one contract and the plans and/or special provisions
include a construction schedule, it shall be the responsibility of the Contractors to complete the various
phases of the project in accordance with the time limits specified such that the total contracts will be
completed by the completion date. This construction schedule will remain in effect until such time as
the Contractors at their option submit to the engineer a joint construction schedule meeting the approval
of the Engineer. This joint construction schedule shall be signed by authorized representatives of each
firm and upon the approval of the Engineer shall be binding on each Contractor and made a part of the
contract documents. Subsequent modifications to the joint construction schedule maybe made during
the course of the work in the same manner.
Failure of the Contractor(s) to complete the various phases of work within the time limits set
forth in the construction schedule or latest approved joint construction schedule shall be just cause for
removing the Contractor(s) from the Department's list of qualified bidders. A Contractor disqualified
from bidding by reason of this provision will not be reinstated until such time as his progress is in
accordance with the latest approved construction schedule or until the project is completed and accepted,
whichever occurs first.
The Department will under no circumstances be liable for any claim for additional compensation
due to acts of one Contractor holding up the work of another.
The Department will under no circumstances be liable for any damages experienced by one
Contractor as a result of the presence and operations of other Contractors working within the limits of
the same project.
5
C'-S- 9 7
taw / /7,14-
Lt.
s? 4.e- (?. syy
UP
-D
N
(n
(D
J
cn -
w
m o.
3
T
m 'D
=r D D
_» 3 n
iII (D = p
N y
cc m
0 0 0 0
0 0 O
0
0 0 Cn O O
co
v 0
o-
-- 0 0
Z?-i-I:z7D?
G1
CC?C7 -i Z
0 p ^
o
s _.
s c v C p-0 m p
CDD 3 -o ?
3 w
n n n G1 fD
(n v v a
3 (D O
.
N
(
? o
n
o nT v
C
n
N n o (n 0 N
n
0 0 (
(
(
D
G? n> n, to D (
i (A
u
°'
cn -1
0000 ^ 0
(A
000
N _
- o-W ?•?
(n apace p
(n c (n °'
CD S =
f7
D D < D<? M c cn
o (o
< - m N o (n voi 0
(on X CD
0 o
-
Q
=
CD co c<D cD o m m o v
-- O
v N o
c (c W=
LO (c -.
w v
-
CD
(a p
o
- m v
N 6
< < CD C7
<
D
m (
(D (D (D (?D N (D (D (D (D
CL 5? (> > (n
w (D r. ?
O 3 r1
CD
n
o
CL C
o ?_.
(D
p o .._. C./) -- - (?- -
m
c x 0
a)
7
0 0- O
.
? D 0
w
(D <
n?
- i - (p N
rr
o v - o v - c (n p' __ a (n
mrn m
n p CL. o ?_ (D
(n v ?7 ZJ n 0
=r p S O
< o
< 6
Z Z
CD CD
n
rT
? a
zr J %_ Q(
N
M
O
CD (D (C (n
W M - N 0
- O O
Q
J
CD N ?
v CD
CL 0
(D CL
CL
C < C: U)
o
°' (
o ?
? ? D
c m _- m
cD n c =
^*
u
_
C- o (o -- .
CII
0 ? G1
(D (D O
CL
C
o 0
T.
n
0
(m
U)
(D
O
(D
n?
cn
m
N
m c
:r c
s
m
- x
x
Cl)
cn 0
2)
< n m
au o
o
o
O
1
+
CD
co n
O _r 3 r
0
m
3 m
3
3
a
f9
=
n
0 m
x c
0 v
c
C
0 0 0 0 0 0 0 0< 0 0 0 0 in 0 0 0 O O O
D D D O
r
D D D r T D D D r o D D Z
< D D z m
< <
m <
cD (D
(D < < <
M (D
CD > >
w m
" c
u
cr
v v c M m m
O
n
a m
m N
cn co c W
cn @
cn
m
N co cn cn
m m m
c
c c -* ° ° 0 m ° m m , (DD
a a ? O a
a 0 a. -mp r _a -0 c!) a c 0
_
a J
co _
5 a J
0 W
W-
? Fr 3
C) w
=
O N
C7 CD (D
-
3
U -0 -
3
a p Q.
°
O °
w
-0
(n
ul -0
°
o °
o S
° -
CD 0
o 6
m m o
0- j
m
a
° c
.
< ?
m
Q m n
o Q m
m m cn
N n C? x
m J
° n
<
CD
r, m n-
n a
I .
-
{
O m O
x 0
o
O O X
X
n n,
(? m
< C < < ° O
0
n
i c
co cn
n v c
(
u
n
o O O O 0 0 O
C)o n
C?
0
m
3
v
n?
m
m
w
(n
CD
w
-? oo?ooon5(-) g
D
C
0
(A -I
O T C U) 2
<
w (D
(D --o'
(-n' o v
S- EF (D
- F
o 0 0 0 C?
0
° ° a 3 -
a n? s CR' N (D 3-0 ?. 0- N ((D 3 S
0 O o
m r: (D O w s D p M M 0 0
CD
o O w C ? CD C 0 3 N w w n C
o n C 2 N co m m N m N N -- c G7 0
LC C') (D N
5
2
.no
O
n
ry. n
O ll 0
7
O
p (o (D o
SZ Q 7 .
Q
N w N N (On (S
(D
o
N
-,
N
CD
N
N
(o
m CD
x O
3 3
U:j a w 2 N
m n (n Q, X x
- 3
-
3
a ! ? N.
0 -- -
w 3 m < < T. i a a a a W
M w
- - cn m
O a 0 C
(7 <
ill w w (p
^' "' N, 0
S =r s =r (D (D
N D <D
(
0
O (D
N
? .
o O O
Q.
D N
-0
0 (n
to
(D
(D E
Lo cc (c (n
X
O 0
O
N
C x
0
w CD (n U) (n Ln
C
n 7
O 0 n
N O O (D
N
(D D
C (
CL
0 N N ?• N
N
CD
7 C
??
(o (n 0
tS (n
a 0 -
(D O cD O w
Q°
co
p CD 0 N N N N
N (o O
7 D (D <D 3 -- o- 0-
0
CD a
o
5' S,
cn
9?11
.?.
-, C o m
tv cn >
w N
90
; co
w _ n m m -
< C U' N n
O N N ?. n
T D N
O O O O (n f7
O
- ?
w
w C C C C 7
cn cn co cn LO ^?
m
co N N N N - y
y (D
N X X X X
3
n tD
I t
D w
---
- -
-4 (D
N
O O
O
D
0 0
0 0 0 0
0 O
0 0 000 0000 Ui O
. U,
?
C
w w
w w w w
w
n (7 n (7 n n n n n w w
D
D (D (D
0 O
(D D ?' (D (D lD (D
(D ( ( (D N
x x x x x
n
N C_ X N N N N N N N ._- C
x x
Q x X X X X X X (o (c (o (O
X X X X X
? s
CD
N 3
cn
O 0)
(J? A s _
N N c.0
0 C)
-?
O O
a O Ln O N A (Jl
O U, m (n O
O m .A O A m O 4 O co O O G7
CD (D (D (D (D
C (D (D (D (D (D (D (D (D (D (D (D (D (D (D (D
--, -, o
n
0 (D N
C -
C - -,
w w -, -, - -
w w w w -,
w -
v w
0 n 0 0 0 n n n n
0 O
-
w 0- 0 0 0 0 0 n 0 (D
D
Z) 0 O T• (D (D (D (D O (D CD II II II II II II II II II II
I I p? I I I I I I I I I I I I I I I I _- _ -. -
A j9 0 60 4D?9 69 Efi
64
ffl
co
y O ' CO Q?
C:)
C CD C) 69 469 0
CD w C)
t1i rQ 0 bq V) k04 kn 69 69 41.q r*q
CD .69 0 Id) e9 -(W 4.0 k04 169 4A 0 4A
C) O 0 O 0 O 0 0 0 O O
CD
O 0 C)
O 0 O O O O 0 0 0 ' O o O O O O
n
O
rn
N
3
w
(D
0
7r
N
m
2
W
(n
(D
.A
o'
n
d
N
CD
O CJ1 W N O O N c n 0
O O 0
s O
m O N O '-l v O c n N A O O
O O O O Cn m O cn Cn (n 0 0 0 Z. M M 0 0 0 a) CD O O
7 7 n• N 7 3 o a a 0 0? v d C/) v
0 o Qo 0 O cn (jo (n =3 C: (n -r1 ?t x (n. ?' c? -p c U
o" n o m
(0 (C 0 CD ID C/) -- 0i a 3
0 07 U-) CD cr C) < D_ CL CM G)
c --. m m
O O N O W ' N 0 0 n o a m (D 0 x o m 0 cr tC
in (%? ((DD (D n (D O (D (n W W < Q) w
< W W O CD -0 W e O = ((DD cn O 7 (D W bl o o m
CL 0 ED r W W C (D
n
(D O
c C C7
a O W T O
CL = -
o cn c = -< ?.
c° (o 3 c Q° (n (n o o CD
W o
0 0° U o ccD o con (D " CD n
O -. O ?. (n T E5: (n c
M J
? 7 -0
- 3 -0 (D ? W 7 - CD -
M o C,
p (?D W °- °- w
W O ? n? o cn o n <? n
a m o ?
fl° (o O 0 0 0
'.' -
FD °' o
c cn o- Q o
W ... cn N -0 m (D O_ ._.
o
0 o m C7 a
CD W v C7 G S
n 0
cn - _-
n
0
m
N
W
(D
12
N
J6
0
North Carolina Department of Transportation
PURCHASE ORDER CONTRACT FINAL 'ESTIMATE
Work Order Number: 6,59911017
Wedand Mitigation Site
Scotland County
(?.0. 95893
ITEM SECT DESCRIPTION QUANTI'T'Y UNIT UNIT PRICE AMOUNT BID
1 200 Clearing and Grubbing Lump Sum L. S. -7b 000 . oo ' -701 cnp , o0
2 515 Incidental Stone Base T)GKc:?S O 3H- TON 30.00 0.00
3 866 Chain Link Fence, 72" Fabric W/Top
Tension Wire nU4a-y Fa • S Wo
/,033 L. F.
3 .85
3, 477.DS
4 866 Metal Line Post 72" CL Fcncc ° .5 / 407- EA o0 2, 98?.0
b
5 866 Metal Terminal Post, 72" Cl. Fence r- s 8 -2- EA 9 Z. 7. 3Co•?
_
6 866 Metal Gate Post, 72 " Cl, Fcncc
Double c? %n•a•-( rm5 2 EA
. on
1 (Q c)
32p . rA
_7 866 Double Gatc 72" IIi gh, 18' Wide b1 1 EA Z-r C), oo Z?o, w
_ 8 1605 Temporary Silt Fence O 39H-- L. F. (o , 00 O . 00
9 1190 Temporary Work Zonc Traffic
Control Devices Lump Sum i L.. S.
x,400 ,o°
tp,¢ao, o0
7-OT4l, $1 84, (90.OF>
i
1
t
f ? ATM; w?
,
DEPARTMENT OF THE ARMY PERMIT
Mr. L. J. Ward,.Manager
Planning and Environmental Branch
Permittee N. C. Department of Transportation
Raleigh, North Carolina 27611-5201
Permit No. Action ID. 199201292
Issuing Office
CESAW-CO-E
RECEIVED
t f' 1 1991
REGULATORY-BRANCH
NOTE: The term "you" and its derivatives, as used in this permit, means the permittee or any future transferee. The term
"this office" refers to the appropriate district or division office of the Corps of Engineers having jurisdiction over the permitted
activity or the appropriate official of that office acting under the authority of the commanding officer.
You are authorized to perform work in accordance with the terms and conditions specified below.
Project Description:
To place fill material in the waters/wetlands of Bridge and Leith Creeks associated
with widening of U.S. Highway 401/12/501, the Laurinburg Bypass, from south of
S.R. 1105 to north of S.R. 2323, in accordance with enclosed plans.
Project Location:
Scotland County, North Carolina.
Permit Conditions:
General Conditions:
1. The time limit for completing the work authorized ends on December 31, 1995 . If you find that you need
more time to complete the authorized activity, submit your request for a time extension to this office for consideration at least
one month before the above date is reached.
2. You must maintain the activity authorized by this permit in good condition and in conformance with the terms and condi.
tions of this permit. You are not relieved of this requirement if you abandon the permitted activity, although you may make
a good faith transfer to a third party in compliance with General Condition 4 below. Should you wish to cease to maintain
the authorized activity or should you desire to abandon it without a good faith transfer, you must obtain a modification of
this permit from this office, which may require restoration of the area.
3. If you discover any previously unknown historic or archeological remains while accomplishing the activity authorized by
this permit, you must immediately notify this office of what you have found. We will initiate the Federal and state coordina-
tion required to determine if the remains warrant a recovery effort or if the site is eligible for listing in the National Register
of Historic Places.
ENO FORM 1721, Nov 88 EDITION of sEP 82 is OBSOLETE. (33 CFR 325 (Appendix A))
1
4. If you sell the property associated with this permit, you must obtain the signature of the new owner in the space provided
and forward a copy of the permit to this office to validate the transfer of this authorization.
5. If a conditioned water quality certification has been issued for your project, you must comply with the conditions, specified
in the certification as special conditions to this permit. For your convenience, a copy of the certification is attached if it con-
tains such conditions.
6. You must allow representatives from this office to inspect the authorized activity at any time deemed necessary. to ensure
that it is being or has been accomplished in accordance with the terms and conditions of your permit.
Special Conditions:
See enclosed sheet.
Further Information:
1. Congressional Authorities: You have been authorized to undertake the activity described above pursuant to:
( ) Section 10 of the Rivers and Harbors Act of 1899 (33 U.S.C. 403).
( Section 404 of the Clean Water Act (33 U.S.C. 1344).
( ) Section 103 of the Marine Protection, Research and Sanctuaries Act of 1972 (33 U.S.C. 1413).
2. Limits of this authorization.
a. This permit does not obviate the need to obtain other Federal, state, or local authorizations required by law.
b. This permit does not grant any property rights or exclusive privileges.
c. This permit does not authorize any injury to the property or rights of others.
d. This permit does not authorize interference with any existing or proposed Federal project.
3. Limits of Federal Liability. In issuing this permit, the Federal Government does not assume any liability for the following:
a. Damages to the permitted project or uses thereof as a result of other permitted or unpermitted activities or from natural
causes.
b. Damages to the permitted project or uses thereof as a result of current or future activities undertaken by or on behalf
of the United States in the public interest.
c. Damages to persons, property, or to other permitted or unpermitted activities or structures caused by the activity
authorized by this permit.
d. Design or construction deficiencies associated with the permitted work.
2
e. Damage claims associated with any future modification, suspension, or revocation of this permit.
4. Reliance on Applicant's Data: The determination of this office that issuance of this permit is not contrary. to the public
interest was made in reliance on the information you provided.
5. Reevaluation of Permit Decision. This office may reevaluate its decision on this permit at any time the circumstances
warrant. Circumstances that could require a reevaluation include, but are not limited to, the following: 4.
a. You fail to comply with the terms and conditions of this permit.
b. The information provided by you in support of your permit application proves to have been false, incomplete, or
inaccurate (See 4 above).
C. Significant new information surfaces which this office did not consider in reaching the original public interest decision
Such a reevaluation may result in a determination that it is appropriate to use the suspension, modification, and revocation
procedures contained in 33 CFR 325.7 or enforcement procedures such as those contained in 33 CFR 326.4 and 326.5. The
referenced enforcement procedures provide for the issuance of an administrative order requiring you to comply with the terms
and conditions of your permit and for the initiation of legal action where appropriate. You will be required to pay for any
corrective measures ordered by this office, and if you fail to comply with such directive, this office may in certain situations
(such as those specified in 33 CFR 209.170) accomplish the corrective measures by contract or otherwise and bill you for the
cost.
6. Extensions. General condition 1 establishes a time limit for the completion of the activity authorized by this permit. Unless
there are circumstances requiring either a prompt completion of the authorized activity or a reevaluation of the public interest
decision, the Corps will normally give favorable consideration to a request for an extension of this time limit.
Your signature below, as permittee, indicates that you accept and agree to comply with the terms and conditions of this permit.
N.C. DEPT. OF TEANS' TATION, L. J. WARD
(PERMITT F
(DATE)
This permit becomes effective y en the Federal official, designated to act for the Secretary of the Army, has signed below.
ENGINEER)
S. TULLOCH,
?r
(DATE)
When the structures or work authorized by this permit are still in existence at the time the property is transferred, the terms and
conditions of this permit will continue to be binding on the new owner(s) of the property. To validate the transfer of this permit
and the associated liabilities associated with compliance with its terms and conditions, have the transferee sign and date below.
(TRANSFEREE)
3
(DATE)
*U.S. GOVERNMENT PRINTING OFFICE: 1986 - 717.425
SPECIAL CONDITIONS
a. All work authorized by this permit must be performed in strict
compliance with the attached plans, which are a part of this permit.
b. Culvert extensions to stream crossings will have an open bottom or..
the culvert bottom will be set below the existing stream substrate. .,
C. Culvert extensions to stream crossings will have a "low flow" notch,
baffles or other structures installed to maintain a channel and prevent the
stream from spreading in a shallow layer across the culvert bottom during
periods of low flow.
d. The permittee will provide compensatory mitigation for the
unavoidable loss of 1.53 acres of forested wetlands by debiting the Company
Swamp Mitigation Bank on a three to one basis.
e. The fill material will be clean and free of any pollutants except in
trace quantities.
f. The permittee will maintain the authorized work in good condition and
in conformance with the terms and conditions of this permit.
g. The activity will be conducted in such a manner as to prevent a
significant increase in turbidity outside the area of construction or
construction-related discharge. Increases such that the turbidity in the
waterbody is 25 NTU's or less are not considered significant.
h. Appropriate sedimentation and erosion control measures will be
employed.
END PROJECT
SITE #
i .?. J a 'F ^ LAURINBURG
4- SITE #1 BEGIN PROJECT •' ( `-
LOCATION MAP
SHOWING SITES FOR PERMIT
APPLICATION ALONG PROPOSED U.S.4O1 BY-FASS
N.C. DEPT. OF TRANSPORTATION
DIVISION OF HIGHWAYS
SCOTLAND-COUNTY
0 4000 8000
PROJECT 6.591005 - R-613
U.S. 401 BY-PASS IN LAURINBURG
SCALE IN FEAT
SHEET I OF 7 SEPT., 1991
r
. ' 1
r-
United States Department
?+?of_the Interior
'SH At?TD WILDLIFE SERVICE .
Raleigh Field Office
Post Office Box 33726
Raleigh, North Carolina 27636-3726
September 28, 1990
Mr. L.J. Ward, Manager
Planning and Research Branch
N.C. Department of Transportation
Division of Highways
Post Office Box 25201
Raleigh, North Carolina 27611-5201
SUBJECT: State Environmental Assessment/Finding of No Significant Impact
(FONSI) for US 401/15/501, Laurinburg Bypass, State Project No.
6.591005 (R-613), Scotland County, North Carolina
Dear Mr. Ward:
This responds to your June 13, 1990 letter soliciting comments on the
subject document. This is the report of the Department of the Interior and
U.S. Fish and Wildlife Service (Service) and is submitted in accordance with
provisions of the Fish and Wildlife Coordination Act, as amended (16 U.S.C.
661-667e), and Section 7 of the Endangered Species Act of 1973, as amended
..(16 U.S.C. 1531-1543). This supplements our report dated February 8, 1990.
The Service has reviewed the subject document and offers the following
comments. The proposed project will result in the direct loss of 2.90 acres
of wetlan s, as described in the subject document. In our previous report,
we requested:
"...any-future document-:for this project should include a specific
wetland mitigation plan sufficient to fully mitigate for fish and
wildlife .habitat values lost to project construction, and a
commitment to implement the plan.".
..
f The final State Environmental Assessment (SEA) was not amended-as requested
JOE = by the Service, and on Page 4 of the FONSI, the North Carolina Department of
Transportation (NCDOT) indicates that mitigation for the w-etlarxLs lost due
13 rJ to project activities will not be considered if the project activities are
_
= covered under Bridge General or Nationwide Permits.
Although the 1990; Memorandum of Agreement between the U.S. Army Corps of "
T Engineers and-the Environmental Protection Agency specifically focuses:.on
standard ?Permits ' the _. guidelines for Section 404(b) (1) of . the `Clean` Water
-Act remain `applicable _t6_-al -1 discharges of dredge or fill material. thin
.wetlands. As such, mitigation_considerations are required-as pert of ;:the .
:Section 404(b)(1).guidelines analysis.
f
The 1985 Memorandum of Understanding (MOU) signed by the Service, NCDOT,
North Carolina Wildlife Resources Commission, and North Carolina Nature
Conservancy clearly outlines mitigation procedures for NCDOT highway`
projects that will unavoidably impact palustrine forested wetlands.
According to General Provision 6 of the MOU, the mitigation bank (as
described in the MOU) will be used for mitigating unavoidable impacts,
associated with NCDOT projects, regardless of the type of 404 permit that
the project. is covered under. The MOU also states that mitigation from the
bank will be used only to offset unavoidable impacts when NCDOT can
demonstrate to the satisfaction of all parties to the MOU that there are no
available or practical onsite mitigation alternatives.
Therefore, the Service requests that NCDOT develop and provide to the
Service a specific wetland mitigation plan sufficient to fully mitigate for
fish and wildlife habitat values lost to project construction, and a
commitment to implement the plan. Based on information on Page 82 of the
SEA, it appears that onsite mitigation may be feasible. If the N,= can
document that onsite mitigation is not available or practical, then debiting
from the appropriate mitigation bank, on an acre-for-acre basis should be
proposed.
The Service is also concerned about the impacts that this project may have
on the Federally-listed endangered red-cockaded woodpecker (Picoides
borealis). The draft SEA did not adequately address project-related impacts
to the red-cockaded woodpecker for the Service to concur with a finding of
"no effect". Consequently, we requested in our report dated February 8,
1990, that the final SEA include the results of an evaluation of project-
related impacts, on the red-cockaded woodpecker in accordance with the
Service's "Guidelines for Preparation of Biological Assessments and
Evaluations for the Red-Cockaded Woodpecker" dated September, 1989. 'T'hese
guidelines state that if the proposed project will be removing pine trees
greater than or equal to 30 years of age in pine or pine/hardwood habitat,
surveys should be conducted for active red-cockaded woodpecker cavity trees
within a 0.5 mile radius of project boundaries. If red-cockaded woodpeckers
are observed within the project area or active cavity trees found, the
project has the potential to adversely affect the red-cockaded woodpecker,
and our office should be contacted for additional information. As the final
SEA provides no more information regarding project-related impacts on the
red-cockaded woodpecker than the draft SEA, it appears that NCDOT has not
cc?conducted an adequate survey for red-cockaded woodpeckers, as requested by
the Service. Therefore, the Service cannot concur with a finding of "no
-,
I. effect" with respect to project-related impacts on red-cockaded woodpeckers.
We will reconsider our position when NCDOT provides the Service with results
of the requested evaluation.
Sincerely yours,
Debbie C. Scruggs
Acting Supervisor
of
r
L`?I /J
State of North Carolina
Department of Environment, Health, and Natural Resources
Division of Environmental Management
512 North Salisbury Street • Raleigh, North Carolina 27604
James G. Martin, Governor '
Ph.D.
George T. Everett,irector
William W. Cobey, Jr., Secretary D
June 8, 1992
Mr. Barney O'Quinn
Planning and Environmental Branch
N.C. Department of Transportation
P.O. Box 25201
Raleigh, N.C. 27611-5201
Dear Mr. O'Quinn:
Subject: Certification Pursuant to Section 401 of the Federal
Clean Water Act,
Proposed Laurinburg Bypass, U.S. Highway 401/12/501
Project #92141
Scotland County
Attached hereto is a copy of Certification No. 2741 issued
to N.C. Deparrtment of Transportation dated June 8. 1992.
If we can be of further assistance, do not hesitate to
contact us.
Sincerely,
e ge T. Everett
Director
/
Attachments
cc: Wilmington District Corps of Engineers
Corps of Engineers Wilmington Regional Office
Fayetteville DEM Regional Office
Mr. John Dorney
Mr. John Parker
Central Files
REGIONAL OFFICES
Asheville Fayetteville Mooresville Raleigh Washington Wilmington Winston-Salem
7042516208 919/486-1541 704/663-1699 919/571-4700 919/946-6481 919/395-3900 919/896-7007
Pollution Prevention Pays
P.O. Box 29535, Raleigh, North Carolina 2 762 6-05 3 5 Telephone 919-733-7015
An Equal Opportunity Affirmative Action Employer
NORTH CAROLINA
Scotland County
CERTIFICATION
THIS CERTIFICATION is issued in conformity with the
requirements of Section 401 Public Laws 92-500 and 95-217 of th6 -
United States and subject to the North Carolina Division of
Environmental Management Regulations in 15 NCAC 2H, Section .0500
to N.C. Department of Transportation pursuant to an application
filed on the 20th day of March, 1992 to construct the Laurinburg
Bypass for U.S. 401/12/501 from south of SR 1105 to north of SR
2323.
The Application provides adequate assurance that the
discharge of fill material into 1.8 acres of wetlands and waters
of Bridge Creek in conjunction with the proposed Laurinburg
Bypass in Scotland County will not result in a violation of
applicable Water Quality Standards and discharge guidelines.
Therefore, the State of North Carolina certifies that this
activity will not violate Sections 301, 302, 303, 306, 307 of PL
92-500 and PL 95-217 if conducted in accordance with the
application and conditions hereinafter set forth.
Condition(s) of Certification:
1. That the activity be conducted in such a manner as
to prevent significant increase in turbidity
outside the area of construction or construction
related discharge (increases such that the
turbidity in the Stream is 25 NTU's or less are not
considered significant).
Wetland mitigation (if required) must be done to
the satisfaction of the U.S. Army Corps of
Engineers.
Violations of any condition herein set forth shall result in
revocation of this Certification.
This Certification shall become null and void unless the
above conditions are made conditions of the Federal Permit.
This the 8th day of June, 1992.
DIVISION OF ENVIRONMENTAL MANAGEMENT
?&or e T. Everett, JD/' tor
WQC# 2741
DEPARTMENT OF THE ARMY
Wilmington District, Corps of Engine
Post Office Box 1890
Wilmington, North Carolina 28402-1
Action ID. 199201292
PUBLIC NOTICE
f 71" Y 4
C )?
d?? Q
?/1V
99
,1992
4
THE NORTH CAROLINA DEPARTMENT OF TRANSPORTATION, DIVISION OF HIGHWAYS,
Post Office Box 25201, Raleigh, North Carolina 27611-5201, has applied for a
Department of the Army (DA) permit TO PLACE FILL MATERIAL IN THE
WATERS/WETLANDS OF BRIDGE AND LEITH CREEKS ASSOCIATED WITH WIDENING OF U.S.
HIGHWAY 401/12/501, THE LAURINBURG BYPASS, FROM SOUTH OF S.R. 1105 TO NORTH OF
S.R. 2323, Scotland County, North Carolina.
The following description of the work is taken from data provided by the
applicant and from observations made during an onsite visit by a
representative of the Corps of Engineers. Plans submitted with the
application show the proposed placement of fill material in waters/wetlands at
two sites as the existing roadway is to be widened. Site 1 is at Bridge
Creek, where an existing reinforced concrete box culvert is to be extended.
Approximately 860 cubic yards of fill material is to be placed below the
elevation of ordinary high water encompassing approximately 1.14 acres of
wetlands located above the headwaters of Bridge Creek. Site 2 is on Leith
Creek where an existing reinforced box culvert is to be extended.
Approximately 380 cubic yards of fill material is to be placed in about 0.39
acre of wetlands. The purpose of the work is to widen the existing roadway by
two lanes to provide an improved, safer transportation roadway. Plans showing
the work are included with this public notice.
The State of North Carolina will review this public notice to determine
the need for the applicant to obtain any required State authorization. No
DA permit will be issued until the coordinated State viewpoint on the
proposal has been received and reviewed by this agency, nor will a DA permit
be issued until the North Carolina Division of Environmental Management has
determined the applicability of a Water Quality Certificate as required by PL
92-500.
This application is being considered pursuant to Section 404 of the Clean
Water Act (33 U.S.C. 1344). Any person may request, in writing within the
comment period specified in the notice, that a public hearing be held to
consider this application. Requests for public hearing shall state, with
particularity, the reasons for holding a public hearing.
1
1000N -- AJ00
DEPARTMENT OF THE ARMY
WILMINGTON DISTRICT, CORPS OF ENGINEERS
P.O. BOX 1890
WILMINGTON, NC 28402-1890
ATTN: CESAW-CO-E
t
PRE-DISCHARGE NOTIFICATION FORM FOR NATIONWIDE PERMIT 26
NOTES: If Item A.7. (below) is 10 acres or more or if any of the conditions
listed in Section B. (below) are not met, the applicant must submit an
individual permit application. Please contact the District fop forms and
information.
Applicant is required to obtain a Section 401 Water quality Certification from
the Scate of North Carolina for NWP 26 Lo be valid. This certification should
be furnished with this pre-discharge notification.
PLEASE PRINT Dr. L.R. Goode, PE, PhD
A. N.C. Department of Transportation, Division of Highways
1. OWNERS NAME.
2. OWNERS ADDRESS: Highway Building -- P.O. Box 25201
Raleigh, NC 27611
3. OWNERS PHONE NUMBER (HOME): N/A (WORK): (919) 733-2031
4. LOCATION OF PLANNED WORK: COUNTY: Scotland
SPECIFIC LOCATION (INCLUDE STREAM NAMES, ROAD NUMBERS ETC.)':
US 401 Bypass in Laurinburg, crossing or Bridge CreW'k
5-DESCRIPTION OF PROPOSED WORK:
Widening of Existing roadway by c 1
of existing US 401.
6. PURPOSE OF PROPOSED WORK: Public Roadway
7. APPROXIMATE SIZE OF WATERS AND WETLANDS WHICH WILL BE LOST OR
SUBSTANTIALLY ADVERSELY MODIFIED AS A RESULT OF THE PROPOSED WORK
IN TENTHS OF ACRES): - 1.14 acres (See drawings)
(EXPRESS
8. INFORMATION THAT THE APPLICANT BELIEVES IS APPROPRIATE:
.Jnncu-
do.
SIEVE?
?- S
STATE OF NORTH CAROLINA
DEPARTMENT OF TRANSPORTATION
JAMES B. HUNT JR.
GOVERNOR
September 21, 2000
U.S. Army Corps of Engineers
Wilmington Regulatory Field Office
Post Office Box 1890
Wilmington, NC 28402-1890
Dear Mr. McLendon:
DAVID MCCOY
SECRETARY
Subject: As-Built Report for Robeson County, Little McQueen Mitigation Site, State
Project No. 8.T461803, TIP Project No. R-2558WM.
Please find enclosed the As-Built Report for the subject site. The Division 6, District 1
Engineer responsible for this project, Mr. Bob Nelson, PE, has certified that the site was
constructed as instructed by representatives from NCDOT's Project Development &
Environmental Analysis Branch in accordance with Special Conditions of the permit (Action
I.D. 199501106).
For completeness purposes, the following information has been included as part of the
As-Built Report: 1) Letter of Construction Compliance, 2) List of Construction Tasks, and 3)
Planting Plan Sheets. Please be advised that this property will be transferred to the N.C.
Division of Parks and Recreation following the completion of NCDOT's vegetative monitoring.
If you should have any questions or require additional information, please do not hesitate
to contact Ms. Lynn Smith at (919) 733-0374. Thank you for your support and cooperation.
Sincerely,
111??
LUG
V. Charles Bruton, Ph.D.
- -° Assistant Manager, PD & EA Branch
Enclosures
cc: Mr. David Franklin, USACE, Wilmington
Mr. John Hennessy, NCDWQ, Raleigh
MAILING ADDRESS: TELEPHONE: 919-733-3141 LOCATION:
NC DEPARTMENT OF TRANSPORTATION FAX: 91 9-733-9794 TRANSPORTATION BUILDING
PROJECT DEVELOPMENT AND ENVIRONMENTAL ANALYSIS 1 SOUTH WILMINGTON STREET
1548 MAIL SERVICE CENTER WEBSITE: WWWD OH.DOT.STATE.NC.US RALEIGH NC
RALEIGH NC 27699-1548
.yye.,' 4NF o
STATE OF NORTH CAROLINA
U6 -74 .
DEPARTMENT OF TRANSPORTATION
JAMES B. HUNT JR. P.O. BOX 25201, RALEIGH, N.C. 27611-5201 DAVID MCCOY
GOVERNOR SECRETARY
September 1, 1999
STATE PROJECT NO.: 8.T461801 (R-2558)
COUNTY: Robeson
DESCRIPTION: Little McQueen Mitigation Site
MEMORANDUM TO: V.C. Bruton, Ph.D., Asst. Manager
Project Development and Environmental Analysis Bran h
FROM: Bob Nelson, P.E., District 1 Engineer
SUBJECT: Little McQueen Mitigation Site
Construction of the subject project was completed by staff from Division 6, as instructed by representatives from
NCDOT's Project Development and Environmental Analysis Branch.
I hereby certify that the subject project has been constructed according to the Special Conditions that accompanied
Permit #199501106. The two culverts referred to in Special Conditions items h (1) and h (2) were removed and
disposed of off site on high ground. The site was made impassable to vehicular traffic by installing 12" x 14" bridge
timbers across the main access road and placing a cable across them.
If you have any questions or need additional information, please contact me at (910) 618-5546.
af"Itk
tok*
Construction tasks for the Little McQueen Mitigation Site in Robeson County.
CONSTRUCTION TASKS STARTING DATE ENDING DATE
1 Tree Planting 04/12/99 04/12/99
2 Removal of culverts and 04/27/99 04/27/99
reconstruction of slopes
3 Installing cable (gate) May-99 May-99
4 Seeding slopes 06/18/99 06/18/99
5 Installing new cable 08/18/99 08/18/99
(previous cable removed)
6 Installing signs 05/23/00 05/31/00
..n
rtn rta rasacz sasonvn sa ?_? ?n
C. R-2558 B wM-L
R•ts AOl11C r.•wiLle Of?Iaal
PLANT]
SEEDLING / LINER
IN 'WETLAND
BEALING IN [ Al \ 1 I \ G PLAN
L Locate a healing--in site in a shady, well
protected area.
2. Facavate a fiat bottom trench
u" deep and provide drainage.
3. Back ill the trench with 2" well
rotted sawdust. Place a 2" layer of
well rotted sawdust at a sloping eagle
at one end of the trench.
4. Place a single layer of plants
against the sloping end so that
the root collar is at ground level.
5. Place a 2" layer of well trotted
sawdust over the roots maintaining
a sloping angle. ,
'ATION
TALL CONFORM TO THE FOLLOWING:
TAXODIUM DISTICHUM
QUERCUS MICHAUXII
NYSSA AQUATICA
TO 10' ON CENTER, RANDOM SPACING,
0 PLANTS PER ACRE. ALL TREES SHALL
PLANTING PLAN FOR AREAS TO BE PLANTED.
CULVERT REMOVAL AREAS
REMOVAL OF THE CULVERTS SHALL BE
ZA.
TRANSECTS
layers 6. Repeat of plants and sawdust
JETLAND REFORESTATION
as necessary and water thoroutgluly.
DETAIL SHEET
N.C.D.O.T. - ROADSIDE ENVIRONMENTAL UNIT
sssssssssssss
PLANTING DETAILS
SEEDLING / LINER BAREROOT PLANTING DETAIL
HEALING IN
DIBBLE PLANTING METHOD
USING THE KBC PIANTING BAR
L Lame a ha6eg4n site in a shaft, well
protected area.
2. Excavate a fist bottom trench
1z" des
,
? 2"
77 r
L Insert planting bar 2. Remove planning bar 3. Insert planting as sham and puff handle and place seeding at [owed panting bar 2-
toward planter. carat depth &om
seedling-
3. Rachfiff the trench with 2" well
rotted sawdust. Pace a 2" later of
well rotted sawdust at a ekepheg angle
atone end of the trmeds...,...... -._.:......_.::.....
4. Place a single later of plants
against the doping end so that
the toot cope is at ground k%vL
5. Paine a 2" later of wen rotted
sawdust over the roots maintaining
a sloping angle,
6. Repeat layers of plena and sawdust
as necessary and wager thoroughly.
PLANTING NOTES:
PLANTING BAG
During planting, seedlings
shall be kept in a moist
Comm bag or simile
comer to prevent the
root systems from drying.
Wrel
RBC PLANTING BAR
Planting bar shall have a
blade with a triangular
cross section, and shall
be 12" long, 4" wide and
I" thick at center.
ROOT PRUI•T'4G
All seedlings shall be root
pruned, if necessary, a that
no roots extend more than
10 inches (10') below the
root collar.
ft- "Art DOLT anmsa L aaoR ?u
A aaam
C. R-2558 B M"1
R?II alalL s?wLL camas
LI1'IT,E McQUEEN WETIAND
NIITIGA170N PIANfING PIAN
WETLAND TREE REFORESTATION
MIXTURE, TYPE, SIZE, AND FURNISH SHALL CONFORM TO THE FOLLOWING:
BALD CYPRESS TAXODIUM DISTICHUM
SWAMP CHESTNUT OAK QUERCUS MICHAUXII
WATER TUPELO NYSSA AQUATICA
TREE REFORESTATION SHALL BE PLANTED 6' TO 10' ON CENTER, RANDOM SPACING,
AVERAGING WON CENTER, APPROXIMATELY 680 PLANTS PER ACRE. ALL TREES SHALL
BE 12-18" BARE ROOT SEEDLINGS. NOTE: SEE PLANTING PLAN FOR AREAS TO BE PLANTED.
SLOPE STABILIZATION AT CULVERT REMOVAL AREAS
ALL EXPOSED SLOPES CREATED DURING TIIE REMOVAL OF THE CULVERTS SHALL BE
SEEDED AND MULCHED WITH ROBE LESPEDEZA.
VEGETATION MONITORING TRANSECTS
T1 (100 fL a 20 R)
T2 (135 & a 15 fL)
T3 (150 & z 10 fL)
WETLAND REFORESTATION
DETAIL SHEET
N.CD.O.T.- ROADSIDE ENVIRONMENTAL UNIT
sss sssrsrtuesssss
10 -$I!$$$$If"DGN$$$$$$$$$$$$$$$$