SCOPE OF SERVICES

1 CHAGRIN RIVER WATERSHED PARTNERS, INC. Green Ridge Golf Course and Manakiki Golf Course Stream Restoration Project REQUEST FOR PROPOSALS June 1, 201...
Author: Felicia Joseph
10 downloads 0 Views 4MB Size
1 CHAGRIN RIVER WATERSHED PARTNERS, INC. Green Ridge Golf Course and Manakiki Golf Course Stream Restoration Project REQUEST FOR PROPOSALS June 1, 2016 SECTION A: SUPPLIES OR SERVICES AND PRICES/COSTS The Chagrin River Watershed Partners, Inc. (CRWP) is seeking a contractor to complete the following: 1. Design and construction of a stream and riparian corridor restoration along a headwater tributary to Deer Creek/Gully Brook at Green Ridge Golf Course in the City of Wickliffe. 2. Design and construction of a stream and riparian corridor restoration along a segment of a headwater tributary to Deer Creek/Gully Brook and the conversion of an inline pond to a stream and wetland complex at the Cleveland Metroparks Manakiki Golf Course in the City of Willoughby Hills. This project is funded under the United States Environmental Protection Agency (US EPA) Great Lakes Restoration Initiative (GLRI) grant program. This contract will include coordination with CRWP, the City of Wickliffe, and Cleveland Metroparks. The Contractor shall furnish all necessary drawings, plans, permits (local, state and federal), labor, facilities, materials, equipment and construction oversight services to complete the project scope of services. Contractors must have successfully completed at least 3 stream restoration projects and have someone on their project team with experience in golf course design and/or construction to be eligible to submit proposals. The total maximum cost/price for performance under this contract is $161,000. This maximum amount of $161,000 shall not be exceeded under any circumstances unless written authorization is obtained from CRWP. Candidates are strongly encouraged to provide discussion and comment on any tasks which may not be needed to complete the project, and to propose alternate and/or complimentary tasks to complete the project more economically. SECTION B: DESCRIPTION/SPECIFICATIONS/SCOPE OF SERVICES BACKGROUND CRWP is a non-profit technical organization founded by the cities, villages, townships, counties, and park districts of the Chagrin watershed. We provide land use assistance to our 34 Member communities and park districts as they grow and manage property while minimizing the impacts of development on the watershed and Lake Erie. Our work includes implementation of the state endorsed Chagrin River Watershed Action Plan, including the Chagrin River Watershed Balanced Growth Plan and the Chagrin River Total Maximum Daily Load, and providing assistance to local governments on best management practices to minimize new, and address current, flooding, erosion, and water quality problems.

2 The City of Wickliffe’s Green Ridge Golf Course is located at 29150 Ridge Road in Wickliffe, Ohio. An approximately 480 linear foot segment of headwater stream is eroding and downcutting its banks and has lack of floodplain access and riparian buffer. The goal of the restoration project is to stabilize the streambanks and restore riparian vegetation to minimize streambank erosion, enhance nitrogen and phosphorus filtering, and provide sustainable instream habitat for macroinvertebrates. This project will demonstrate opportunities for improving stream quality on golf courses while still allowing for active recreation. Cleveland Metroparks Manakiki Golf Course is located at 35501 Eddy Road in Willoughby Hills, Ohio. A 40,000 square foot inline pond has excessive sedimentation and decreased storage capacity. A downstream segment of stream from the pond is severely eroding and downcutting its banks and has lack of floodplain access. The goal of the project is to convert the pond to a stream and wetland complex to restore natural hydrology and to stabilize the streambanks to minimize streambank erosion and provide in-stream habitat for macroinvertebrates. In 2015, a 50% conceptual design was developed for the Manakiki restoration through funding provided by the Cleveland Foundation’s Lake-Geauga Fund. This design is included in the RFP as an appendix. Deer Creek/Gully Brook has been severely impacted by urban stormwater that has caused stream channel instability and high stream conductivity due to heavy road salt application. This project will improve the water quality of Deer Creek/Gully Brook by stabilizing these tributary streambanks, improving floodplain access, replacing turf grass in the riparian corridor with deeper rooted native grasses and woody vegetation, and restoring natural hydrology. SECTION C: CONTRACTOR SCOPE OF SERVICES AND SCHEDULE Through this Request for Proposals, CRWP will select a contractor to provide recommendations, designs, and construction for the Green Ridge Golf Course and Manakiki Golf Course Stream Restoration Project. The contractor scope of services and proposed schedule are as follows: CONTRACTOR SCOPE OF SERVICES 1. Green Ridge Golf Course: a. Complete topographical and reference surveys as necessary. b. Provide all information and secure all necessary local, state, and federal permits for the project. c. Provide plans for streambank stabilization, floodplain excavation, and riparian planting to CRWP. Revise plans based on comments from CRWP, City of Wickliffe, and regulatory agencies. d. Register with the City of Wickliffe. e. Complete the following restoration tasks: i. Restore approximately 480 linear feet of stream (centerline measurement) using natural channel design. This may include re-shaping and recontouring of eroding streambanks, installing in-stream grade control

f.

g.

h. i. j.

k.

l.

m. n. o. p.

q.

3 riffles, and preparing areas directly adjacent to the streambanks for riparian plantings. ii. Restore 0.11 acres of riparian corridor with native woody shrub and tree species along sections of the newly restored riparian corridor. Selected plants must not impede course playability and must be low growing and/or withstand frequent trimming. Stream and floodplain restoration should avoid wetlands to the greatest extent possible. If any wetlands are impacted as a result of this project, any mitigation will be completed on site and included as a part of this design-build project. Provide and execute a Stormwater Pollution Prevention Plan (SWP3) for the project. Erosion and sediment discharge must be controlled throughout the construction process in accordance with the Ohio EPA construction general permit and City of Wickliffe Erosion and Sediment Control Regulations. Protect water quality and stream integrity as much as possible during construction. Any fill or spoils that need to be moved should remain on-site at a location designated by the City of Wickliffe and CRWP. The contractor shall be responsible to repair, replace, or restore any part of Green Ridge Golf Course outside of the project boundaries that are damaged or changed by the contractor or subcontractor doing work on the project. Coordination with golf course management to ensure minimal disruption to golf play during construction. The project design shall not affect the integrity of Green Ridge Golf Course and provide that the use of the golf course will not be interrupted. All materials, reports, surveys, delineations, plans, etc. will be available to CRWP to use for educational materials and signage, grant documentation and reporting, and permitting. All materials and each part or detail of work shall be subject to inspection by CRWP. As-built construction plans shall be provided to CRWP upon completion of the project. Construction must be completed by June 15, 2017. The contractor shall be responsible for up to five years of post-construction monitoring and reporting to satisfy United States Army Corps of Engineers (USACE) permit requirements. The contractor shall be responsible for ensuring that plant survivability conditions and all other conditions are met. If no USACE plant survivability conditions are required, the contractor must guarantee 90% survivability of the plant materials for one year from the date of installation. The contractor must inspect the plants after one year and provide CRWP with inspection results and replace plant materials as necessary. The contractor agrees to release, indemnify and hold the City of Wickliffe and CRWP, their officers and employees, harmless from and against any and all liabilities, damages, business interruptions, delays, losses, claims, judgments of any kind, including all costs, reasonable attorneys’ fees, and expenses incidental thereto, which may be suffered by, or charged to the City of Wickliffe or the

4 CRWP by reason of any loss of or damage to any property, or injury to or death of any person arising out of or by reason of any negligence of the contractor, its subcontractor, their servants, employees or agents of any covenant or condition of this Agreement, or by any act or failure to act of those persons. 2. Manakiki Golf Course a. Complete topographical and reference surveys as necessary. b. Provide all information and secure all necessary local, state, and federal permits for the project, including from Cleveland Metroparks. c. Provide plans for the conversion of a pond to stream and wetland complex, and streambank stabilization, floodplain excavation, and native riparian planting to CRWP. Revise plans based on comments from CRWP, Cleveland Metroparks, and regulatory agencies. d. Register with the City of Willoughby Hills. e. Complete the following restoration tasks: i. Restore approximately 160 linear feet of stream (centerline measurement). ii. Convert a 40,000 square foot impounded pond to a stream and wetland complex and select and install native vegetation that does not impede course playability. f. Stream and floodplain restoration should avoid wetlands to the greatest extent possible. If any wetlands are impacted as a result of this project, any mitigation will be completed on site and included as a part of this design-build project. g. Construction must not interrupt the function of the course’s irrigation system, whose source is an impounded pond downstream of the project site. Construction must also not impact and/or suspend salt deposits at the shale layers of the downstream irrigation pond. h. Provide and execute a Stormwater Pollution Prevention Plan (SWP3) for the project in accordance with any requirements established by Cleveland Metroparks. i. Protect water quality and stream integrity as much as possible during construction. j. Any fill or spoils that need to be moved should remain on-site at a location designated by Cleveland Metroparks and CRWP. k. The contractor shall be responsible to repair, replace, or restore any part of Manakiki Golf Course outside of the project boundaries that are damaged or changed by the contractor or subcontractor doing work on the project. l. Coordination with golf course management to ensure minimal disruption to golf play during construction. The project design shall not affect the integrity of Manakiki Golf Course and provide that the use of the golf course will not be interrupted. m. All materials, reports, surveys, delineations, plans, etc. will be available to CRWP to use for educational materials and signage, grant documentation and reporting, and permitting. n. All materials and each part or detail of work shall be subject to inspection by CRWP.

o. p. q.

r.

5 As-built construction plans shall be provided to CRWP upon completion of the project. Construction must be completed by June 15, 2017. The contractor shall be responsible for up to five years of post-construction monitoring and reporting to satisfy United States Army Corps of Engineers permit requirements. The contractor shall be responsible for ensuring that plant survivability conditions and all other conditions are met. If no USACE plant survivability conditions are required, the contractor must guarantee 90% survivability of the plant materials for one year from the date of installation. The contractor must inspect the plants after one year and provide CRWP with inspection results and replace plant materials as necessary. The contractor agrees to release, indemnify and hold Cleveland Metroparks and CRWP, their officers and employees, harmless from and against any and all liabilities, damages, business interruptions, delays, losses, claims, judgments of any kind, including all costs, reasonable attorneys’ fees, and expenses incidental thereto, which may be suffered by, or charged to the Cleveland Metroparks or the CRWP by reason of any loss of or damage to any property, or injury to or death of any person arising out of or by reason of any negligence of the contractor, its subcontractor, their servants, employees or agents of any covenant or condition of this Agreement, or by any act or failure to act of those persons.

SCHEDULE June 13, 2016: July 7, 2016: July 15, 2016: June 15, 2017:

Non-mandatory pre-bid site visit at Manakiki Golf Course at 8:00AM EST, and Green Ridge Golf Course at 10:00AM EST. Proposals must be received at CRWP by 5:00PM. Anticipated date for CRWP to award contract. Restoration must be completed.

INSURANCE REQUIREMENTS 1. The Bidder shall provide the City of Wickliffe, Cleveland Metroparks, and CRWP with a Certification of Insurance verifying its limits for public liability, property damage, and automobile insurance in an amount not less than Two Million Dollars ($2,000,000), per occurrence. 2. The City of Wickliffe, Cleveland Metroparks, and CRWP shall be specifically named as an “additional insured” on all policies covering work under this Contract. The required Certificate of Insurance shall show that the City of Wickliffe, Cleveland Metroparks, and CRWP have been added to the policies. 3. ALL insurance shall be endorsed so that it cannot be canceled in less than thirty (30) days. SECTION D: APPLICABLE STATE AND FEDERAL REQUIREMENTS

6 For the purpose of Section D, the selected contractor shall be referred to as “Contractor” or “Subgrantee.” In the performance of the duties and obligations under the Great Lakes Restoration Initiative Grant Agreement, Subgrantee shall comply with all applicable: 1. Ohio Governor Executive Orders; 2. Federal, state and local laws, regulations (rules), assurances, orders, and Ohio Department of Commerce Prevailing Wage Guidelines, regarding prevailing wages, deductions, worker compensation, taxes, social security and unemployment, compensation, and any contributions thereto; and 3. Federal state, and local laws and regulations (rules, ordinances), assurances, and orders, whether or not specifically referenced herein. BONDING REQUIREMENTS Bonding requirements are detailed in 40 CFR 30.48 https://www.epa.gov/grants/purchasingsupplies-equipment-and-services-under-epa-grants. 1. A bid guarantee from each bidder equivalent to five percent of the bid price. The “bid guarantee” shall consist of a firm commitment such as a bid bond, certified check, or other negotiable instrument accompanying a bid as assurance that the bidder shall, upon acceptance of his bid, execute such contractual documents as may be required within the time specified. 2. A performance bond on the part of the contractor for 100 percent of the contract price. A “performance bond” is one executed in connection with a contract to secure fulfillment of all the contractor's obligations under such contract. 3. A payment bond on the part of the contractor for 100 percent of the contract price. A “payment bond” is one executed in connection with a contract to assure payment as required by statute of all persons supplying labor and material in the execution of the work provided for in the contract. COMPLIANCE WITH FEDERAL GRANT AGREEMENT REQUIREMENTS 1. The Contractor, if subcontracting work, shall take all necessary affirmative steps to assure that minority firms, women's business enterprises, and labor surplus area firms are used when possible. Affirmative steps shall include: a. Ensure disadvantaged business enterprises (DBEs) are made aware of contracting opportunities to the fullest extent practicable through outreach and recruitment activities. For Indian Tribal, State and Local and Government recipients, this will include placing DBEs on solicitation lists and soliciting them whenever they are potential sources. b. Make information on forthcoming opportunities available to DBEs and arrange timeframes for contracts and establish delivery schedules, where the requirements permit, in a way that encourages and facilitates participation by DBEs in the competitive process. This includes, whenever possible, posting solicitations for

7 bids or proposals for a minimum of 30 calendar days before the bid or proposal closing date. c. Dividing total requirements, when economically feasible, into smaller tasks or quantities to permit maximum participation by DBEs in the competitive process. d. Encourage contracting with a consortium of DBEs when a contract is too large for one of these firms to handle individually. e. Using the services and assistance of the Small Business Administration, and the Minority Business Development Agency of the Department of Commerce. 2. The Contractor must also abide by the following requirements: a. The Contractor must pay any subcontractors within 30 days of receiving payment from CRWP. b. The Contractor must notify CRWP in writing prior to any termination of a DBE subcontractor for convenience of the Contractor. c. If a DBE subcontractor fails to complete the work for any reason, the Contractor must follow requirements a-e in 1. above if soliciting a replacement subcontractor. d. The selected contractor must provide its Data Universal Numbering System (DUNS) number to CRWP prior to contract signing. e. If the Contractor has received more than 80% of its annual gross revenues from Federal procurement contracts and Federal financial assistance, the Contractor may be required to report the salary of its five most highly compensated executives. DRUG FREE WORKPLACE The Contractor agrees to comply with all applicable federal, state and local laws regarding smoke-free and drug-free work places and shall make a good faith effort to ensure that none of its employees or permitted subcontractors engaged in the work being performed hereunder purchase, transfer, use, or possess illegal drugs or alcohol, or abuse prescription drugs in any way. NONDISCRIMINATION The Subgrantee will not discriminate against any employee or applicant for employment because of race, color, religion, national origin, ancestry, age, sex, handicap, or disability. The Subgrantee will take affirmative action to ensure that applicants are employed, and that employees are treated during employment, without regard to their race, color, religion, national origin, ancestry, age, sex, handicap, or disability. Such action shall include, but is not limited to, the following: employment, upgrading, demotion, or transfer, recruitment, or recruitment advertising; layoff or termination; rate of pay or other forms of compensation; and selection for training, including apprenticeship. The Subgrantee agrees to post in conspicuous places, available to employees and applicants for employment, notices as may be provided by the State of Ohio setting forth the provisions of this non-discrimination clause. The Subgrantee agrees that the hiring of employees for the performance of work under this Agreement shall be done in accordance with Sections 125.111, 153.59, and 153.591 of the Ohio Revised Code. EQUAL EMPLOYMENT OPPORTUNITY

8 The Subgrantee agrees that it will fully cooperate with the State Equal Employment Opportunity Coordinator, with any other official or agency of the State or Federal Government which seeks to eliminate unlawful employment discrimination, and with all other State and Federal efforts to assure equal employment practices, and said Subgrantee shall comply promptly with all requests and directions from the state of Ohio or any of its officials and agencies in this regard, both before and during performance. All bidding and contract documents shall contain necessary requirements to implement these provisions. NON-COMPLIANCE In the event of the Subgrantee’s non-compliance with the non-discrimination clauses of this contract, this contract may be canceled, terminated, or suspended in whole or in part. PREVAILING WAGE REQUIREMENT In compliance with the Davis-Bacon Act (40 U.S.C. 276a to a–7) and as supplemented by Department of Labor regulations (29 CFR part 5, “Labor Standards Provisions Applicable to Contracts Governing Federally Financed and Assisted Construction”), the Subgrantee shall be required to pay wages to laborers and mechanics at a rate not less than the minimum wages specified in a wage determination made by the Secretary of Labor. In addition, contractors shall be required to pay wages not less than once a week. The recipient shall place a copy of the current prevailing wage determination issued by the Department of Labor in each solicitation and the award of a contract shall be conditioned upon the acceptance of the wage determination. The recipient shall report all suspected or reported violations to EPA. Where applicable, all contracts awarded by recipients in excess of $100,000 for construction contracts and in excess of $2500 for other contracts that involve the employment of mechanics or laborers shall include a provision for compliance with sections 102 and 107 of the Contract Work Hours and Safety Standards Act (40 U.S.C. 327–333), as supplemented by Department of Labor regulations (29 CFR part 5). Under section 102 of the Act, each contractor shall be required to compute the wages of every mechanic and laborer on the basis of a standard work week of 40 hours. Work in excess of the standard work week is permissible provided that the worker is compensated at a rate of not less than1/2 times the basic rate of pay for all hours worked in excess of 40 hours in the work week. Section 107 of the Act is applicable to construction work and provides that no laborer or mechanic shall be required to work in surroundings or under working conditions which are unsanitary, hazardous or dangerous. These requirements do not apply to the purchases of supplies or materials or articles ordinarily available on the open market, or contracts for transportation or transmission of intelligence. INDEPENDENT CAPACITY OF SUBGRANTEE The parties hereto agree that the Subgrantee, and any agents and employees of the Subgrantee, in the performance of this agreement, shall act in an independent capacity and not as officers, employees, or agents of the state. Nothing in this Agreement shall be construed so as to create a partnership, joint venture, or other relationship between the parties. CONFLICTS OF INTEREST AND ETHICS COMPLIANCE The Subgrantee shall, prior to the completion of said work, voluntarily acquire any personal

9 interest, direct or indirect, which is incompatible or in conflict with the discharge and fulfillment of his or her functions and responsibilities with respect to the carrying out of said work. The Subgrantee represents, warrants, and certifies that it and its employees engaged in the administration or performance of this Agreement are knowledgeable of and understand the Ohio Ethics and Conflicts of Interest laws and Executive Order No. 2007-01S. The Subgrantee further represents, warrants, and certifies that neither Subgrantee nor any of its employees will do any act that is inconsistent with such laws and Executive Order. LIABILITY The Subgrantee agrees to indemnify and to hold CRWP, Cleveland Metroparks, and the City of Wickliffe harmless and immune from any and all claims for injury or damages arising from this Agreement which are attributable to Subgrantee’s own actions or omissions or those of its trustees, officers, agents, employees, subcontractors, suppliers, third parties utilized by Subgrantee, or joint venturers while acting under this Agreement. In no event shall either party be liable to the other party for indirect, consequential, incidental, special, or punitive damages, or lost profits. CAMPAIGN CONTRIBUTIONS The Subgrantee hereby certifies that all applicable parties listed in ORC 3517.13(I)(3) or (J)(3) are in full compliance with ORC 3517.13(I)(1) and (J)(1). SUBGRANTEE’S LIABILITY Throughout the contract period, the Subgrantee shall carry Workers' Compensation Insurance, as required by the Ohio Workers' Compensation Act, upon all its employees engaged in this work and shall be responsible to see that any sub-contractors carry such insurance on their employees. The Subgrantee shall also provide public liability and property damage insurance for the entire period, thus insuring the interests of all parties against any and all claims that may arise out of Subgrantee operations under the terms of this contract. A copy of the Contractor’s Workers’ Compensation Certificate shall be submitted to the CRWP. It is agreed that in the event any carrier of such insurance exercises cancellation, notice will be made immediately to CRWP of such cancellation. OHIO ELECTIONS LAW The Subgrantee shall, as applicable to this project, ensure that all sub-contractors comply with the provisions of the Ohio Elections Law, Section 3517.13 of the Ohio Revised Code. TRANSFER OF RECORDS Data shall be collected and formatted in a manner consistent with common good engineering practices. All records (original tracings, maps, field sketches, lab reports, flow data, graphics originals, design calculations, electronic files including model input and output files, etc.) generated by the project shall be the property of CRWP and shall be turned over to CRWP upon completion or as directed. SECTION E: INSTRUCTION TO OFFERERS

10 PROPOSAL FORMAT In responding to this RFP, please submit four (4) complete hardcopies and one digital copy of a proposal addressing the following items: 1. Description of Contractor’s Understanding of the Project. 2. Description of Services to be Performed. 3. Assumptions and Expectations. 4. Cost Proposal. Please provide a cost proposal including total hours available, hours per staff, and direct labor by labor category; overhead and other direct costs; and profit. This project is cost reimbursable up to a maximum of $161,000. 5. Proposed project schedule identifying milestones, deliverables, and key coordination meetings. Include current workload and schedule of proposed project in consideration of that workload. 6. Personal Experience and Resumes of Personnel. 7. Three (3) References. SELECTION AND AWARD PROCESS The selection process will involve screening of submitted proposals and interviews. CRWP will select a contractor on the basis of contractor qualifications, understanding of the scope of services, and level of services to be provided. Any contract awarded under this invitation will be financed through the United States Environmental Protection Agency’s Great Lakes Restoration Initiative grant program. No federal employee thereof shall be a party to this invitation for proposals or any resulting contract. Weather permitting, CRWP. Cleveland Metroparks, and City of Wickliffe staff will be available on June 13, 2016 at 8AM EST at Manakiki Golf Course and at 10AM EST at Green Ridge Golf Course to discuss the project and tour the project area. If interested, please submit four (4) complete hardcopies and one (1) digital copy of a proposal to the address below. Submissions must be received at the CRWP office no later than 5:00 pm on July 7, 2016. Proposals received after this date will not be accepted. CRWP expects to award the contract by July 15, 2016. Work will commence after successful execution of a contract for services between the contractor and CRWP and contract approval by U.S. EPA. All work under this contract, including invoices, must be completed and delivered to CRWP by June 15, 2017. Responses to this RFP must be sent to: Chagrin River Watershed Partners, Inc. P.O. Box 229 Willoughby, OH 44096-0229 Questions should be directed to Christina Znidarsic, 440-975-3870, [email protected]

11

12

CLEVELAND METROPARKS MANAKIKI GOLF COURSE WETLAND AND STREAM RESTORATION POND RETROFIT 50% DESIGN BUILD 35501 EDDY ROAD WILLOUGHBY HILLS, OH 44094

CONTACTS EXECUTIVE DIRECTOR OF GOLF CLEVELAND METROPARKS

SEAN MCHUGH - 440-232-7247 CHAGRIN RIVER WATERSHED PARTNERS, INC. CONTACT

KRISTEN BUCCIER - 440-975-3870

INDEX SHEETS NOTES.................................................1 PROJECT AREA OVERVIEW...............2 PLAN & PROFILE................................3-6 PLANTING PLAN VIEW.........................7 DETAILS ........................................... 8-9

NOTES SHEET # 1

MANAKIKI RESTORATION 50% DESIGN

AREA1

PP1 AREA 3

PP3

AREA 2

PP2 OVERVIEW SHEET #2

MANAKIKI RESTORATION 50% DESIGN

PROPOSED AREA 1- PHASE 1 The downstream reach after discharge from the 48" culvert from the pond has extensive downcutting. The proposed stabilization/restoration approach is the installation of a series of raised riffles to re-attach the streambed/floodplain relationship. Phase 1 of this project would require an estimated 133 CY of fill and 27 CY of substrate (refer to sheet 9) for the first two riffles in the immediate straight reach below the culvert discharge point. Both sides of the steam are heavily forested, therefore construction access will be through the stream.

Riffle 2

DOWNSTREAM PROFILE 775

Riffle 1

PROPOSED RIFFLE 1

PROPOSED AVERAGE STREAM BED SLOPE

PROPOSED RIFFLE 2

770

765

48" Culvert Invert Elevation: 773.5

EXSISTING STREAM BED

760

755 1+00

0+50

RIFFLE 1 785

785

780

780

Proposed Substrate

775

775

770

770 Exsisting Streambed

0+50

PLAN & CROSS SECTION VIEW SHEET #3

2+00

RIFFLE 2

Proposed Streambed

765

1+50

Proposed Fill

765 1+00

MANAKIKI RESTORATION 50% DESIGN

0+50

1+00

Riffle 6 PROPOSED AREA 1- PHASE 2 The downstream reach after discharge from the 48" culvert from the pond has extensive downcutting. The proposed stabilization/restoration approach is the installation of a series of raised grade riffles to re-attach the streambed/floodplain relationship. Phase 2 of this project would require an estimated 284 CY of fill and 63 CY of substrate (refer to sheet 9) for the remaining 4 riffles downstream of completed riffles 1 and 2 from Phase 1. Both sides of the stream are heavily forested, therefore construction access will be through the stream.

Riffle 5 Riffle 4 Riffle 3 Riffle 2

Riffle 1 48" Culvert Invert Elevation: 773.5

DOWNSTREAM PROFILE 775

PROPOSED RIFFLE 1

PROPOSED AVERAGE STREAM BED SLOPE

PROPOSED RIFFLE 2

770

PROPOSED RIFFLE 3

PROPOSED RIFFLE 4

PROPOSED RIFFLE 5

PROPOSED RIFFLE 6

765

EXSISTING STREAM BED

760

755 0+50

1+00

PLAN & CROSS SECTION VIEW SHEET #4

1+50

2+00

2+50

MANAKIKI RESTORATION

3+00

3+50

4+00

4+50

5+00

5+50

6+00

Proposed Berm

48" Culvert Invert Elevation: 783.22

Ch w flo t u O

XS1

Potential Borrow 2 ~750CY

l e n an

w Ch anne

PROPOSED CHANNEL

FLOODPLAIN

SUBSTRATE 4:1 SLOPE

Flow

Inflo

XS2

XS2

Potential Borrow 3 ~400-500 CY

l

w o l F

XS3

AREA 2 PROPOSED RESTORED STREAM

FILL

EXSISTING CHANNEL

XS1

Potential Borrow 1 ~950CY

Flow

XS3

48" Culvert Invert Elevation: 789.32

795

RESTORED STREAM PROFILE

Avg. Slope 2.8% 790

PROPOSED FLOODPLAIN

785

POOL RIFFLE

780

1+00

0+50

790

LATERAL WETLAND INFLOW CHANNEL PROFILE Elevation: 786.58

790

Slope 1.6%

785

Wetland Elevation: 785

780

785

780 1+00

PLAN, PROFILE & CROSS SECTION VIEW SHEET #5

Wetland Elevation: 785

Elevation: 783.38 0+50

PROPOSED THALWEG

2+50

LATERAL WETLAND OUTFLOW CHANNEL PROFILE

Slope 1.3%

0+50

2+00

1+50

Current Pipe Invert 48": 783.22

1+00

MANAKIKI RESTORATION 50% DESIGN

The purpose of inflow and outflow wetland channels are to gradually raise and lower the water elevation within the wetland area to reduce the risk of erosion.

PROPOSED AREA 2- PHASE 1 The proposed restoration approach is to restore stream within the existing pond. Due to the elevation difference between the input culvert on the upstream side and the output culvert there is a fair amount of earthwork. The proposed design assumptions have a 40ft wide floodplain and a 4:1 grade out to the existing pond bottom. To achieve this scenario it is estimated 1,288 CY of fill and 97 CY of substrate (refer to sheet 9) will be needed. A proposed berm around the pond to a 793.5 elevation will further minimize future damage and overtopping. The berm shall be compacted in 6 inch lifts unless otherwise approved. This is an estimated 500CY of fill. To help generate the earthwork volume three potential borrow sources have been proposed. Potential borrow 1 assumes approximately a 3 ft average cut , borrow 2 assumes a 2ft average cut. Borrow 3 would be regraded to create a softer landing area.

48" Culvert Invert Elevation: 773.5 PROPOSED AREA 3- PHASE 2 This area represents the conceptual restoration of a floodplain/valley that was historically filled in during golf course construction. The assumptions on this calculation create a floodplain with a 40ft bottom width and a 70ft top width. This area would produce an estimated 5,876 CY of cut and 158 CY of substrate fill (refer to sheet 9).

XS6

XS5

MAP LEGEND

XS4

Proposed Floodplain 70ft Top Width Proposed Floodplain 40ft Bottom Width

48" Culvert Invert Elevation: 789.32

Exsisting 48" Culvert

XS4

795

XS5

795

790

790

785

785

780

780

785

780

PROPOSED VALLEY

775

770

CUT PROPOSED CHANNEL

SUBSTRATE 775

775 0+50

1+00

PLAN & CROSS SECTION VIEW SHEET #6

1+50

2+00

2+50

MANAKIKI RESTORATION 50% DESIGN

XS6

0+50

1+00

1+50

2+00

765 0+50

1+00

1+25

1 In areas of frequent inundation, care must be taken to ensure that the tree will not drown. To achieve this, the soil shall be graded to an elevation which will allow the drainage necessary for tree growth.

2 The grading in the area immediately surrounding the tree shall represent a mound or island. Several trees can be planted in these islands based on densities listed in the contract specifications.

FINISH GRADE HIGHER THAN SURROUNDING FINISH GRADE ELEVATION

PRIOR TO PLACEMENT, REMOVE CONTAINER FROM ROOTBALL. MASSAGE AND LOOSEN ROOTS.

Tree, shrub and live stake planting locations to be determined at a later date by Cleveland Metro Parks. North American Green Bionet SC150BN™ erosion fabric will be applied to all of the floodplain per the manufacturer's installation instructions. The pond berm will be restored based on Cleveland Meteroparks specifications. The potential borrow areas will be stabilized and remain as turf grass. INSTALLATION SPECIFICATIONS 1. LIVE STAKES SHALL RANGE FROM 1/2" TO 1" IN DIAMETER AND BE FROM 2 TO 3 FT IN LENGTH

2. CARE SHALL BE TAKEN NOT TO DAMAGE THE LIVE STAKES DURING INSTALLATION.

SQUARE CUT LEAVE MINIMUM 4" AND MAXIMUM 1/3 TOTAL LENGTH EXPOSED TAMP SOIL AROUND CUTTING OR LIVE STAKE

D E

3. A PILOT HOLE WILL BE REQUIRED TO ENSURE THAT THE LIVE STAKE IS NOT DAMAGED WHEN DRIVEN THROUGH THE SUBSOIL. PILOT HOLE SHALL BE MADE THROUGH THE USE OF A STEEL SPIKE, REBAR, OR SIMILAR TOOL TO WORK AN OPENING THROUGH THE SUBSOIL.

LIVE STAKE FINISH GRADE

4. LIVE STAKES SHALL BE CUT TO A POINT ON THE BASAL END FOR INSERTION IN THE GROUND. 5. SEE CONTRACT DOCUMENTS FOR SPECIES, SIZE, SPACING, LOCATION, AND FINAL DETERMINATION ON USE OF LIVE STAKES.

WETLAND SEED Type: OBL Wetland Mix Seeding Tate: 20 lb per acre

Y D

O R

D A

GENERAL LEGEND EXSISTING POND UNDERGROUND CULVERT PROPOSED BERM STREAM

6. USE A DEAD BLOW HAMMER TO DRIVE LIVE STAKES INTO THE PILOT HOLE. 7. LEAVE BETWEEN 4" AND MAXIMUM 1/3 TOTAL LENGTH EXPOSED ABOVE FINISH GRADE.

8. TAMP SOIL AROUND LIVE STAKES.

ANGLE CUT LIVE STAKE CROSS SECTION NOT TO SCALE

FLOODPLAIN SEED Type: Floodplain Mix Seeding Rate: 20 lb per acre with a cover crop of grain rye at 30 lbs per acre

POTENTIAL BORROW AREAS UPLAND RESTORATION FLOODPLAIN RESTORATION

UPLAND SEED Type: Native Upland Wildlife Forage & Cover Meadow Mix Seeding Rate: 20 lb per acre

PLANTING PLAN VIEW SHEET #7

MANAKIKI RESTORATION 50% DESIGN

WETLAND RESTORATION

Riser Removal Three walls of the riser on the downstream end of the pond will be removed. The walls will be taken down to the lip of the culvert inverts. The structure's footers do not need to be removed. Once the walls have been removed rock will need to be applied to the downstream outlet to provide erosion protection. the estimated amount of material that will be removed is 8.5 TONS of concrete.

SOM CE

RISER STRUCTURE

CONSTRUCTION ENTRANCE, STAGING AREA AND ACCESS ROUTE

NTER UPSTREAM RISER SIDE

CONSTRUCTION ENTRANCE GENERAL DESIGN REQUIREMENTS A. MINIMUM ENTRANCE DIMENSIONS 1. THICKNESS = 6-INCHES 2. WIDTH OF ENTRANCE AREA = 24-FEET 3. LENGTH = 100-FEET OR REQUIRED LENGTH FOR 10 TIRE REVOLUTIONS B. MATERIAL CONSISTS OF STONE WITH A D50 DIAMETER RANGING FROM 2 TO 3 INCHES. C. NON-WOVEN GEOTEXTILE FABRIC IS REQUIRED TO UNDERLIE THE STONE

DETAILS SHEET #8

MANAKIKI RESTORATION 50% DESIGN

DOWNSTREAM RISER SIDE

RISER PLAN VIEW

DETAILS SHEET #9

MANAKIKI RESTORATION 50% DESIGN

Suggest Documents