Loading...
HomeMy WebLinkAboutContract 55831CSC No. 55831 INTERLDCAL CUDPERATIQ� AGRFEVIENT F�R DESIG1�i A1�TD CaNSTRUCTTQN SERVICES ��' DRAIIVAGE IMPRqVMENTS IN THE CLARK ROAI]► AREA WHEREAS, CRQWLEY [NUEPENDENT SCHOOL DISTRiCT {"D'rstri�t"}. a Texas political subdivision, and the City a{� F�rt Worth, a Texas muriicipal corporatian (-`City''), eacli desire tl�at certain draina�e imp�-o�ements are iliadc to tkze Clark Road neighborliood area ("Clark Road Neioliborliood") in the City ❑f Fort Woi-th, Tarrant County, Texas, (tlie ��Project"); asid � W�IEREAS, District is constructing an athletic facility ad�acer�t ta the Clark Road Neighborhood within City which ttas experienced periodic f�ooding; and WHEREA5, City has been approached by certain residents in the CIark Raad Neighborhood with requests to alle�iate f�Qvdir�g issues ta protect the r�sidents' property and homes; and WHER�AS, District has made appropriate drairlage anaIyses to provide for starm water runof F yet desires to engage with City to better accommodate the C[ark Road Nei�hborliood's flooding issues: and W�IEREA5, �ity and District haWe discussed haw the Pro,ject will better serve both Parties as well as the area residents during District's canstruction nf its atliletic complex and on an earlier schedule than it might otherwise have been implemented by City; ar�d WHERE�S, District and City [coklecti�ely, the "Parties"} �iesire ta enter into this fnterlacal Cooperation Agreement [`-Agreement'�) in order to accompIisk� the gflals of ihe Parties; and WHEREAS, both Ci�y and �istrict have aiithority to er�tei' into t�is Agreernent pursuant to Chapter 791 of the T'exas Ga�ernment Code; and WHEREAS, Distri�t has retained the services of Teague, Nall & Perkins, Inc. ["Engineer") tn pro�ide for tlic fnal design ofthe Project and City retained the ser�ices of Dunaway Associates, LP to pro�ide for the prefiminary design af the Project; and WHEREAS, Distri�t has enbaged the ser�ices o#� Steele & Freeinan, Inc. (�`Constru�tion Contrac[ar') to construct the Project; and WHEREAS, the portion of the design and canstruction cost that correspor�ds to mitigating the existing �lood risk to the Clark Road Neighborhood is appropriately borne �y City; and WHEREAS, City has reviewed the s��pe, estimated costs, and schedule for the design and construction of the Project and find the�n to be fair arrd reasonable; and aFFIGIAL REGORD C15D-CFW fnteriocal Agreement re: Drainage lrr�pro�ements CITY SECRETARY FT. WORTH, TX WHEREAS, fhis Agreement may be amended from tirr�e to time ta accommodatc expanded scope and cost participation; and WHEREAS, car�struction ofthe Project wiil �e perfor•r�ied by District ar�d CEfy shail reim�urse Dist��i�t for City's portion thereof; as set forth herein, subject to availability of f�inding; and WHEREAS, �City has committed current funding to the project based on the estimated �ost of City's portion of the project. NOW, THEREFORE, for and in cansideration of fhe covenants and conditions contained herein, City and District do hereby a�ree as follows: GEIVERAL REQUIREMENTS A. The Arolect wi!! genei�aIly consist of drainage improvements in easements and rignts of way within C€ty commencing at a point adjacent ta Dist�'iet-owned property as further describea on Attachments A1 and A2 attached f�ereta. B. City is responsib�e �ar oE�tainin� easements or p�•oviding ri,h�s—of=way within City to accoinmodate the Project. Engineer will perform tHe survey and prepare the easement documents For City's use to obtain t�ie ease�nei�ts. C. The estimated total Project cast is �I,755,597. City and DistricE ha�� a�reed to a proportiorsate share of the joint costs at $ l% City aad 19% District. City agrees ta reim6urse Disirict for the cost ❑f �ity's share of t[�ase joint Pralect cc�sts as Iisfed tn Aftachment B, in t�e estimated amount of $1,32fl,458. City also agi'ees to reimbtcrse Districf for the City �nly costs shawn in Attachment B that will be fronted hy the District which are estiinated to be $5 i,�590. Distz•ict may prQ�ide monthly irzvaices to City ar, if not, keep CEty apprised of expenditiires on a monthIy basis and issue a�ayment request af final �ompletion of the Pralect. �. When the Project is completed and accepted by CiTy, City shall pay to District the finaf City portion of the total cambined costs af the Project. Payment shall 6e made within 30 days after firtal �nsts are presented, unless a reasanable CI5I7-CFW lnterlocat Agreement re: Drainage [mpro�ements Page 2 disputc eKists. City�s t�nal payment is subject to city cnuncil appra�al, if nccessary. E. To the extent permitte� by law, District will: a. require Engineerto indemnify City in accordance with �I�exas Local Go�ernment Code Sectian 271.904. En�ineer shall indemnify ar hold harmIess City against liability for any damage coinmitted by Engineer or [:ngineer's agent, consultant under contract, or another entity o�er which Engineer exei-cises control ta the extent that ttte darilage is ca�ised by or resulfing frorn an act of negligence, intentianaI ta�-t, intellectual property infringement, or failure ta pay a subcontractor ar suppIier. City is entitled to reco�er its reasonaY�le attt�rney's �ees in p�-oportior� to Er�ginee�-'s Iiability.; and b. require its Construction Contractar to indemnify and lzold City, its of�cers, agenfs and employees [�armless a�ainst any and aIF suits, actions ❑r claiins of any cnaracter, in�luding, but not iimited tQ, t�ose for property damage or koss ar�dlor persor�al injury inc�uding death, that azay reiate to, arise out af or be occasioned k�y Constructian C:ontractor's acts or o�nissions or that of any of �ts affliates, flffcers, agents, assaciates, emp�oyees, conti•actors or subcantractors, related to tfle Project, except that the indemnity provided for in this paragra�h shaEl not appIy tQ any iiability resttlting frorr� the sole negligen�e af City, its offi�ers, agents, emp loyees, or separate contractors, and in tl7e e�ent of j oint and �or�eurrent negligence o#� both ❑istrict and City, responsibility, if any, shall be apportioned coinparatively in accordance with the �aws af the 5tate of Texas. F. City shall have design review and the right for input at a minimuin of 60°/a, and 90% design milestones. City wili pro�ide comments on draft plans to District withir� S business days from receipt af the Froject pians. a. Distri�t agrees t� foilow City's criteria and s�ecifications for starmwater facilities. T'he design must comply with the City of Fort Worth Storinwater Criteria Mazlual which can be faUnd at: l2tt�s:l,'�� ww.lort�f�:-tht����s.�nvidepartmentsitpwlstnrn�watcrl�s� m b. The construction mtlst coit�ply with City of Fort Warth cQnstructian standards w�icn can �e faund at: https:llwww. fartwort htexas.� ovldepart�nentsltpwlde�e� opcn entic o ntracto rs G. A rt�eeting in�oIving City, District, Eng�neer, Canstructian Contractor and the Clark Road Neighborhaod Assaciation will be held in ordei-to provide Proje�t infor�nation and to answer related qtiestions. C1SD-CI�W fnterlocai Agree3nent re: Draina�e Improvements Pa�e 3 H. After �inai acceptance ofthe Project by City, subject to any warrar�ties or bonds pro�ided to ❑istrict by Construction Coatractor g��aranteeinb against defects iz� maTerials Qr workmar�ship, City wil! be respansibie fQr tt�e gener�l rt�aintenan�e oFthe drainage irnprave�nents within City easec�ents and rights-af-way. �. The Parties a�knowledge and a�ree that the �erformance 6y City and District ❑f their respective obli�ations tinder this Aareement Gonstittite go�erniziental functions. .1. Alt payments, if any, required t❑ 6e made by District or Ci#y hereunder shall he payable from s���h party's current re�enues or oiner funds Iawfully availa6le for such ptit�pose. K. The Parties agree that City and Disirict f�ave not waived their respecti�e so�ereign or go�ernmental immunity by entering into and performing their respecti�e ohIigations under this Agreetnent. ACCORDINGLY, �ity and District have eacn caused this instrument ta be executed in thesr respecti�e nar�es by their dufy authorized representati�es. �the remairrrler of this page is inten�iorrally lef't 6la�rk; sigrrature page ta followj �ISD-CFW interlocaE Agreerrzent re: Draitzage Impro�ements Page 4 EXECUTED and EFF�CTIVE as of the date iast writter� �ry a signato�-y, beiow. APPRDVED: CITY: City of Fort Wflrth Dqhq BU��rHcioff Dana Burghdoff un 2, 20211721 CDT) Dana Bur�hdoff Assistant City Manager J u n 2 2021 DATE: ' I��».�fl��►II�i�I�I�]►►►1u►1�1►l�] �1�� ?'��.�." ,.� : .: , �IISTRI�T: Crowley I.S.D. � � Dr. Mic�ael D. 1tcFarlan�f Superintenderst DATE: 41;QI�Qry i ���:z��■��wNx�!�!:�r�.i���� Wil�ia�n .�ohnson Director, Transp and Pui�lic Works Depaitment APPRaVED AS Ta FORM AND LEGAL[TY: ��2� DBlack (Jun 1, 2021 P:08 CDT) Douglas W. �lack Sr. Assistant City Attorney M&C: �1-0345 Qate: ��18�2�21 ATTES�1�: v��� `�� [v[ary J. Kayser C ity Secreta�y Le�n f�� � r Executi�e Director of �'ir�ance � l� Ke�ir � n1 Att i�icv ,d-d�a�u� �� �,� �°��Rr��oa� 0 0 ��a o � Pva a=d 0 0 0� � o o � a �� � °°��oaoaoo�� �a �a� �EX A`'�o,bpp ClSD-CFW Interlocal Agreement re: braina�e [mpro�emer�ts OFFICIAL REC�RD CITY SECRETARY FT. W�RTH, TX Con�ract Cnmptiance Manager: By signing, I acknowledge thaE i arn Ehe persan res�nnsi}�[e far t�e mo�itarirsg and admi�iistration of this cantract, including ensuring all perfor�nance an� reporiirsg reqi�irements. ��f2 �G��7�I���" � .. , , .� NAME: iVIike Bennett, P.E., PMP TITLE: Project Manager � OFFICIAL REC�RD CITY SECRETARY �15D-CFW fnterla�al Agseernent re: Drair�age lmpro�ements FT. W�RTH, TX Lisf af Attachments to this Agrcement Attachment A — Prnject Descri�tivn Attachment B- Project Design & Construction Casts 5ummairy �fnilowJ .� CiSD-CFW liiterlocal Agreemenl re: Drainage fmpro�vements Page 7 � � .T. - � z o � ��� •- „�.. - _ � _ o � , �Q � ° 3� 't �''. W = _ � _ � = m<o �, � � p� - o a U ° o o z z � h a�W L X a. - I a� _ w� -�, o a i ��� �o 3 � o � Wm i- I Q _ r� 0 2 � �Ili LII - � . Z - ? _ O = - ��O _ ~ p ' ll N/W > � o Q O I w w w w n i n u �3 .P't .Z tnF o 3 d. I I p _ � W z I I I I � �+ � w � Illl � Z � � PZ z _ n o ll O � ' �= �N � � I r I I 4 � w- 2 I a 3 �, I I N W N -_ I� � . � � � 4�S 4 Z I o ,,. I `�° II I II I I � �Zo � I h C I f I I p d =�, H� p b' � I I � Z I � 2 � _ ` � II ��� 4 0 � \� N Q � oo n 4 � -_ ^2 , � < d �� � _ : o e I - BB*f! - I � � � �O' , b O � _� � ' � -_ ��_--_ - —_ _ � i � I _ —_ — �, �, • ��J � ,. � I � � �'i A � I����I� IIII � \ � w�� �I �` � r A' og 1�� a � 4 e Q �� � I � � i �� me , 1 � W� I o v� � o �v o . W - L� I� �n > > 3 � , ill -� I 2 0 . . E . N _ . - � I ¢ tt I o + z T�I mh s h�� z m�1� , �Tl W� � I jY K - li , 9\ b' I �222 ?���� W?2�2 0 . 0�3 WW � 3 III�'y�l I�, �2WW %� 2ti `., - ¢ o-o "�2 ��I \ 3 . � Z�W � p V r I p 2 �2�0 � � � � _Rti2 KV �c , I I � - � �30�, , W3c,�.� I+ I � IIII �I I � \- m�Wb � cy v� I � � W220mo 'll II e.. R �p iQ T .. � LL-I.. 4 E o ,li I� %2 I�IIII� .� �i IN �2 I I� � , .i I . J � ro_. . 'lll.11ll�lill 12 I L m ��Q C� ol I ,i�ll��' �� �_� � � � --� -- -- - � � � � ,t�l����� w� �--- -� �� �� , , �,i�, � mw �— �„�,- -- —C = -_ _�— — — —_ �, � _ �-��, �� ��---� - � --_- - � �_ � �III ��''� � . _- �� � --�� � �� � � ���� � ����� � - �m. ��� �� �; � ��_ � �I. � II I Lof II � I jW . w3 �I� I/I,IIIIIII. J� Z3 w � _ II I �� I I a0 ��� II�I� I�� � Q Q � w � � / II / m I� I U . I ��o �2�� 1I F-o ! Ilm' � _ Ir�..II��IIII�iI� . m J � `1 '•1� I Rn� ���� '{1,111I\j1' 1 I LaL 1al � I � 1 � 0 3 �. 1' I��I L I I� � . I 4qN � 1, �r � V � 4�J � I 1' Q @i � � 4� ` I I M I�1 I��1 II lw/I I I N�� I, � I. I+ I� m � z ' � �o � � i �. � i ��. I , l � � ��� `� � --�-----�---�� __ ��__ � ��'' � - ,� �� - - " - ' - pp+5' � - -pp p� —" � 00+£ OO+Z � 00+t I I d 1'� �- �II N � avoa �ad�� � � � � _ _� — _— _—�-- —=� _--_-- � �t , z�� � �� �����. � � � i � � � � ��I+ i i � � t � � �'', � �i�i � I� s-�.��'� � ��� I ` � �� � � I,i�l � � � o �' I ,. �, ,. � � , �� � � �, ,_ � ; � , , , �, ,� �_,�.�� � �°� � � �' j � ,�� � � � �, ���I��'����;,'' ��� �� � � '� - � � ,�, � P I �� - 1 '��.� _� � ��'� � �� � � i i _. _ �_ �� � �• .. a� � �I I _ _ '�r - - I�oj 1��I,y' K , � ' � � � � � � '�� a ��i _ _. I c �.�' � . . ' �II �i ,,, � � 1 i. i� - i . . i o I I � M1 II I ^o� ll� . � I �� 3 �� � � ��� � I � - io � ��,�z �� � � � I i� � - _ � � �� � �I � ' --, � � � �l �� a � I o ° i i� �' 3 n SZ � I � � � I � i � �� mz. � LL _� � i I , , - I � a � i i a l� I � ; — �, �� I � ', � � _.� h M � � � �o � � o ` i � ��i �'�� � � M � Q �� I, � Wz , ti w� o � ., � ' I� �azm 9f � p�l �m�� w w � W!_ _ I J3m OI � �III� V�24i� �� � Z I m�' +I I� 3 � ,1 �� I e 2� i � �� � ~ II I � � -4� m N "\ `�,°��N � I 4 � °li -- �� a i��� i) _ ` i � z_ i a a ,��li . I �� b e� � �w ' - o }¢ : �i -___ ��i CO �d o CSZ wQ w �' ' ^� � � yo � ow� _ ° __ _�_ . w 2 O 3- I - QZ 5 _ � - - � _ _ - _ - - -- i M `� W l� � w� � � .1� 2�0 B L _' - _' - _' � � � J2w� w X � . �� � - �� � / � F N � o a� � ,5 xw Sa �� ,- Q O 3 o l T N FN 4 .� _� = OTJ A31MOiJ� N 866 �I Ym � �� c�-I, � LL N v C a� �NI 0� 1N31Nd0�3A30 :V 9 i II II � oW� m p � � , I � _ 0 0 � ��" =L�p ° A',I �'I A ��a � m"� o> � 1 � � a � m 0� Mo � I�I - �� � �� I T ���: � i_. Y LL � W m �� � � g � m � M31A13SN133S� ��� � � auN►awAy City of Fort Worth — Stormwater Management Clark Road-Crowley ISD Drainage Analysis & Schematic Design — Technical Memo April 13, 2021 Dunaway Associates, LP Josh Wright, PE DA Project No: 2540.006 Existing Conditions Clark Road, located in south Fort Worth just north of Crowley city limits, is a half mile long, residential street with single family homes constructed from the late 1960's and annexed into Fort Worth in 1972. The area is currently surrounded by undeveloped pasture and farmland. The eastern portion of Clark Road, an area encompassing approximately 17 homes, experiences minor yard and home flooding during most all moderate to heavy rain events based on home-owner statements. Storm water runoff in the area travels from the north, concentrating between the homes at the 1608 and 1612 block where it continues along a shallow grass-line channel southward toward Clark Road. Additional flow is captured and conveyed in roadside bar ditches. Water then crosses over and under the road and continues south along a grass-lined channel between the residential properties at the 1609 and 1613 block. Culverts under private drives and Clark Road, as well as the existing grass lined bar ditches and channels, appear to be undersized for all but the smallest storm events. The area to the east and south of the Clark Road neighborhood is owned and now under development by Bloomfield Homes, but the land is pasture and shrub brush currently. ISD Development to the North The land to the north of the Clark Road residential properties is owned and being developed by Crowley ISD for a new sports complex and football stadium. Current construction plans (VLK Architects and TNP Inc., October 20, 2020) call for a detention pond which complies with City of Fort Worth current stormwater design criteria and has been approved by the Stormwater Department. This pond will significantly reduce the peak runoff of stormwater flow which travels to the south and onto the Clark Road residences. The outfall of this pond still, however, discharges storm water flows directly onto Clark Road private property, continuing impacting the residences along Clark Road. Corporafe: 55[] Bailey A�en��, Suile A00 � Forf Wvrth, Texas 7b1p7 � Tel: 817.335.1 �21 � Fnx: 817.335.7437 2 dlJflpWpYpS5PG14tB5.CPrTI Forf Worhh � Ausfin � Midland � San Antonia Conceptual Study The City of Fort Worth requested Dunaway Associates LLC to review potential options for re-routing the detention pond flows and further reducing the overall impact of stormwater flooding for the Clark Road residences. Options reviewed involved capturing and conveying pond discharge within an enclosed culvert and discharging the flow south of the Clark Road neighborhood. Dunaway was additionally requested to review potential drainage improvements to Clark Road to mitigate flooding of the affected properties more completely. Analysis included both separate and combined drainage systems mitigating ISD as well as Clark Road stormwater flows. The City of Fort Worth Stormwater Management Department facilitated several conference calls throughout the study period which included coordination with Crowley ISD engineers (TNP) and Bloomfield Home developers which are planning residential housing development to the east and south of the Clark Road neighborhood. City coordinated discussions with Clark Road residences took place during the initial study period and revealed that, due to continued flooding from recent storm events, a swale and pipe system running generally across the middle of several properties north of Clark Road would capture flow more effectively before flooding the homes along the roadway. It was decided that the city would also pay for this swale and pipe lateral system since it mainly captures stormwater from drainage areas A1 and A2 as shown in the Clark Road Drainage Area Map exhibit. This swale would also allow the City's drainage system in the Clark Road right of way to be smaller, and less impactful to the residences during construction, since the swale and storm drain line would capture some of the flows before they reached Clark Road. Final deliverables from this conceptual study are conceptual plans for the selected storm drain system, probably construction costs for proposed improvements, as well as approximate easement needs. Dunaway was informed that all stormwater improvements to the north of Clark Road would be paid for by Crowley ISD, with any drainage improvements south of Clark Road to be paid for by the City. Construction Cost estimates presented here are divided accordingly. Modified Rational Method was used to develop flows with fully developed ultimate conditions assumed. Results Crowley ISD Flow Drainage System As can be seen in the attached Clark Road Drainage Option Exhibit, the final conceptual main alignment for the stormwater system lays within ISD property at the north and stays entirely within undeveloped Bloomfield Homes property along the east edge of the Clark Road neighborhood. A single pipe culvert handles all flow from the CISD south detention pond system and conveys it to the east and then southward with an outfall at the far southeast corner of the 1601 Clark Road Property. An approximately 1220' long channel would be constructed south across the Bloomfield home property to properly grade to drain the proposed outfall of the system. See Clark Road Drainage Area Map for associated areas which are captured and conveyed in the proposed system. If built as a stand-alone system only designed to convey CISD flow, the cost of construction for this drainage improvement is estimated to be around $222,587.30 for the portion north of Clark Road and $440,689.20 for the portion south of Clark Road which includes 30% contingency costs, as r ort VJor�h � Ausiin aT PAkJlpnd � Sr�n Ant�nia ctun a w�rypsso Gicj f� s.c om presented in the attached Clark Road Conceptual OPCC— Base Comparison. A drainage easement approximately 25-feet wide would be necessary for construction and maintenance of this proposed system. Bloomfield Homes has verbally committed to donating temporary construction and drainage easements for these improvements. Combined Clark Road Drainage System While the system described above mitigates some of the stormwater flow crossing Clark Road, the City desired additional drainage system improvements within the neighborhood to further reduce flooding. These additional improvements would drain into the proposed CISD system with the City bearing the costs of any pipe size increases for the portion north of Clark Road and all costs for the system South of Clark Road. The alignment of the system described above eliminates the need for construction between residential properties as well as allows for easier capture and conveyance of some stormwater flow from Bloomfield Homes (areas A3, A9, and A10 in Clark Road Drainage Area Map Exhibit). Storm water flow from the east (conceptually assumed to encompass only one future 150' deep lot) will be directed into area inlets positioned along the north south alignment. This additional flow does not have any impact to the size of the culverts required to convey ISD and Clark Road flows. As discussed above, in order to mitigate property flooding more fully, it is necessary to capture stormwater flows before they reach the homes along Clark Road. After City discussions with affected property owners, it was decided a swale could be constructed along the north edge of the residential lots which would convey flow (areas A1 and A2) to a proposed area inlet located at the low point between lots at 1612 and 1608 Clark Road. This swale is conceptually sized to be approximately 2.5-feet deep with a 2-foot bottom and 4:1 side-slopes. This flow would be directed through an underground lateral culvert to the CISD system running to the south. A temporary construction easement and/or permanent drainage easement will be needed for construction and maintenance of the swale and storm system. This easement will likely need to be at least 25 to 30 feet wide to fit the proposed 25-foot wide swale, though final design and topographic survey will further refine the limits of easements. The City has recently confirmed that all affected residential property owners along Clark Road will be donating temporary construction and drainage easements for this project. An additional drainage lateral system would be located along the north parkway of Clark Road with the intention of capturing flow from south of the proposed swale (areas A4, A5, A6, A7 and A8). Stormwater flow from the swale and along Clark Road would also be directed into the storm system running to the south and would upsize accordingly as new flow was introduced. After discussions with Bloomfield Homes developers, instead of discharging the new storm system into an existing at grade open channel, it was decided that Bloomfield Homes will pick up the discharge from this proposed combined CISD and Clark Road system within a yet to be designed underground drainage system. This allows the current conceptual design to discharge well below grade at the far southeast end of the 1601 Clark Road property. An approximately 1220' long channel, 12' wide with a minimum slope of 0.30%, would be constructed southward across the Bloomfield Homes property to properly grade to drain the proposed outfall of the system. The City will cover the costs of construction of this open channel which is assumed will be later be buried in an enclosed culvert as the Bloomfield property develops in phases. Bloomfield Homes has verbally r ort VJor�h � Ausiin aT Midlra:�d z Sr�n Ant�nia ctun a w�rypsso Gicj f� s.c om committed to donating temporary construction and drainage easements for the improvements which are to be constructed on their property. The conceptual level option of probable construction costs for the combined system (Clark Road Conceptual OPCC), which includes costs for Clark Road drainage improvements, northern swale lateral system, pavement repair, drive and culvert improvements, and water service reconnections, adds an additional $555,738.10 to the City share of the costs for an estimated City project cost of $996,427.30 (this includes 30% contingency). The total combined estimated construction cost for the new system conveying flow from CISD and improving drainage along Clark Road equals $1,219,014.60. Dunaway was pleased to be tasked with this quick conceptual level design project and we are ready to assist with any future design efforts on this or other projects. Josh Wright, PE 817-632-4832 Attachments: Clark Road Drainage Area Map Exhibit Clark Road Drainage Option Exhibit Clark Road Conceptual OPCC — Base Comparison REV2 Clark Road Conceptual OPCC — REV1 r ort VJor�h � Ausiin z PAkJlpnd � Sr�n Ant�nia ctun a w�rypsso Gicj f� s.c om p o = o � � � i�l Iil � I I o � I ' y m �;ii �o I I I I I I I I � a I �a� j �� � � � � w `` o � _ F o � yi p O° � _" o 0 _ rw d � ` �'_ � I ao � _____.._ - J> 0 w p o a � ;. w Ur p a a • Os _ . .. ___"' a .. _ ,; . � � � � ...: - �.N \� � " � 0 5 � �\ T a� . i �I�' � � �',; �-�)� � �F _ +�' . _ - �� ���������� . � �I I�IIIIIIII� �� ����������� �� ����������� � � �� ���������� � ���������� . � � ���������� � • , ��� I1�����IIII ~ � h���h������ W � _ 0 O � � a � o� a a=m w � a - � y -- � z ,�a ase Z J W � �� - wQ O V - d LL w v � Z m W � ._. U � K Q � U � � r K Q Y d' � d e U � x K � K u o a � U aW Q 0 ^ E _ � Q ¢ . '' ' < \ ¢a ¢z � ' �....- � � � . . 2 . ._�5P � \ ` . � . � . .��� . � � i � = � � � � � . I � �, � . / i . � � � � � • \� � f� \� I \� �\� � �� � � � � � I ��6 \ \ ` c o 0 . � \ y \ / � � li/� ^hb \ ^ I \.�\ ,{ aN ¢" . � � � �a� o � I ��° \ m` I a \ \��—�--,--�-- --� ------� �_ I �_ "Z \ `, i � \ � � � �. , I ��3 � �� � � � , �� »o � a� - a - - , ---- ��� — , ` , �N ,n.� ao , o 1 �ba � � ��/ na.a� s�,aa 3. I � � x.qk o�o � � � g � � ��°� sv�ow �.�, ��5� o� �I � nN �'•-�u� ___ � � '� � �� I � ��� ��m a i � _� � — a — — �6� — — 1 � �., _ _�_ 3 ���. � — — — — � �v . �� I / � � � 1 �a � I,'� I a�, � � �� � i I �o� �6� I ��� _o�..o, , �.����,o ���,� _�,�:� , �. I � � ���� ��`i I I � � I �. �mo,� s�o� � ,� s� �,s, ■� � I V �� �.��da �ea I � I � nn., l.. l 9� 1 I � � .� 1� � �—= � V I � — — — _�� ,o �_ � I <,�0=.,3� �` I � � • V ` � I � o.,. `°;° / � a � � � � � � �a� �s i �� V � � � I � ' � /Bs� ' � � I / �s�� ��I� �� gs I I i� �,�� �-os� .a ���� I a=e.�.`� � m �n,�., � .. i � {�I �n �>, � I � Q� \\ o« . I I fl I � � � a l � �� «< -..� � �� ����� .3�e�n..,,���a �i � � I �� � � � t � ��3u �� ��ood ��d �e � � � �' I � J �� � ---- — — � �� \ ` I � � � ��� I I �— �•� — �� ` � ��,oe, m n<�'�M �a��a<, � �----- �—J-----�----- t`�II� �� � � 3 �rv.� �,__��o� I ��� i � ; ,���.n�> �tidn,,,,� � , � i � �� — a �, , � / , , .�a� �� � ati ,m,� .�e i � o � � •� . , i � �� , ., � vo , __ � ,. _ , � , .,��� .m�� �,r.� 6,a, _ ,a3eoa°rv��.ry �, m � .rv�. �3e.°�e a',A.a � ��� � . �— �, — — — � , _ , . ��,.� o�o � , _� _ �.��rv�� � � ati�a��s - _. _ -- � � - - =rwo� ��_ - _, � = � �� , �aarvo�.,a.�= , ___ � ad��„�� � �nn�sos� �� — - _ - _�� ��. , � �,� � _, -- --� �� � , �.n�oas � � , W _ a,.� ��� o �- � — � � _� � > � ,� � , �a �.�o�s� , -- � _ ��� � o��� �o,n , — ._ � g � , � LL � I ; _ _ _ _ _ I � aa �nno s<c� �, � a oaa.vrnv _^ _ _ � - �o _ `03� H 2 X w d a �N a W W N K � � Q = N � K �--I zOJ a�a ��¢ 0 00 ¢ � Y Q v �o � F 0 a ��= z ��LL ��� ���� � o� 111 � � . . Z� _ � o .. � � z � ��� � :. �. � � o � p O o 3 I .�� �T���. w w z - � p 3 � m< Vf � ¢� � -- Q J � _ k ; �] o �� Hm m = I � � a � o _ �� O O p NI II Wf!] _ O � � O = �a � Q J N/W Z V � � � Z w w w n i n u � � �3 P't Z � = I�3�. �d I;�� w I Ip _ � - �w I � £`d = 2� � I r� .W I I _ _ � - �Vt V� 'I wv� � I I I = � - 4 � 0 I w- 2 p 3 J m o I I � 4Oi 4 Z o I I h_- �� � ¢20 � I R I `-� H��p O I v � I�a II � li � I I 4 `\ - � �� b I jO � ¢ �+{ b d� \i l � � I~z � I I I 1' � �l � I 6 I � ' �� ' � ' . '�2 -._ _,I ti2 � h�� � µI 4� �"� . .., n O opo� � I m .,., �o _.. _-. -���II_. _ _ — .SBI 4 I — - - III.._ � —,s� _ _ _ _ l i �� J _ _ _ _ _ � BB YY 4 -00<4J �� V V � � �� . � � "'��I I I l l . _ �, � � I , �- =�- � ,� �� ;,'� ��J � I � ol II ° '� y I I �t � A' � � � ��o � � � �i fi �.Q � � i I I q�"�� � �� � � � ° � ��� > �� �� I � ��'� � 1 ��� �� oh� a� � ��N � � � & i �z � N z� � J � m� iz���� io;'� ozozw 3 ��a - 3 I I� " z3y �� 'y �, `zww 20Z�'o 2�oZo ` 3�_ � N � 3 ' : I I i�l I� � � ¢o0W4� �3 � a 23 I-III 0 p" !I Iy � �r� �' Wgh�O ` i i'p � ^ hl� °wWW� o� ° g � I 111� i = � ° " ; � Q�W==o�� �,�� a��a �� �� ��� �� �� � �� �' �����a ��Qa�o�o� ����i� ��� � � � � m �, ,oi�i � ?Q:��zw �'� �'���� � »W � � ��� o, � � _� _ _ -- - � � � + s= c �_�_� -�� _� I � I I�i � I��� ¢W �=�—=�— - - — �J =-- � ' - o �I �II�I� Q� � � � � - , —� Q� i ! ��''�I - . IO]� li I I w3 �� I�: r�y2 ti `I �t I . ', I' I�'II��II 1: a� " 3 � f �z i'� / Z �-��� o � �i w .. , � +I �.: , z � �� � _ li � zo _ s �� Q o � � a m � � � ���f " Y � � s �� � ; I� � �� ; � � � a - U � _ i� � I a o �� � w o V I�� m � il � . _ 'Il�' J � I vr 1 _ _� I cJ_i �. . _ w �_ I r I � I � i o I I c� c J � � ; , ',° � ,'� '� � ! �` � Q .��o ' ¢ -. I , R�Q r �l�_. LL v I I � � � I nl 1 � � \ � . � -4" } w3 �1�II� II� Wh��N � I m 4�� � - � ' m�� o � I - 3voP � 1� � �[ . � I a 1 II ~ I � m W '� @i .~ - i ., I � I � e �V v I 1 1' � N N�� I � 1 ml 42VW z � ____-_L_ � \\ �I_ -_e.� � _ l __ � II m . . 1 III , iu _ \ � -- -- � �--.- ��� ---�--� � � ', � �i��' " ---�— -� — — � - — oo.��o�z oof� ; � , �� oa s � oo � � avoa �ad�� � — �� _ _ _ � � z ; ,� } � � �^ �� _ �_��__�_r--y�4�'__�__ �'��j\'I I 3W . I11� „ / � / ' � � � .� ' � r 1 � z � � � � � � � ^ �� � I�III � / /� U" "' �\ I r l I I �' , �I 'I 20 ' II� I'^ I � p ryoQi ; , � '�� � z`�� 1�' I d2 ' w �� �y � ���dh � ,� � �I�� S � �� I � �� ��I I� � ! � i� ', • . jkS I�i v i� z Q^ �.. F�..� i � ��� l��l,� � � � �� ' � � �.� � +�a��� i�� � � � !� ��� �� � _ �� I j � II �'�. �e_. �I I � _ ' � � I Q i � � -' i 1 i ";r` �i ""� i o �� I �� _ � � ���� � `` ^ �� � �, - � i . � I � � ._ i � ^`�� o I� � I e��� 3 I I� I _ �2 I I c I, � I J I - � II I > - , a ¢ �I> J _ I 1 I ¢ I w � I � _ 'w I� �' � � �� _ � I I I---�� �, sZ � i �i � I � i �3 �I �� w i I � � � � � �• _ � ' a � ��I i ii a � I -, ' , lo�' �� �� �'o �:l �_�' � � ? ' � i �� i � ��, m ,,��^i' � �I� ��_� I�fi� ^L�I ��W w ._. __ J3p _ I�..II II � III V�24ilf'�i I tm P 3 N ;✓ � Z 'O o^ �I� I 1 �'. _ o p� _ �� `O z o � � N � '� =1 � `� � � � Q . �� I� I � ? : ._ � i � a z � � _ a ..-I" � �, � i b �� H w� , .rsz- a �a ti'��� -� I� I±� ��i h 2 �� � O 3 � W .X'". I J o m W � � I L _ �b � O �^3NI� - QZ � --_ _' — -- � _ - — _ — _ �J J bN`� W a d � . - .I� O B � , — - � `zw�. W X ' z� i i v�'i� � U' w N o a� � , ,e , xw Sa ��'—��1� Q � O � 3 �I N C a �N Oi1 A3�MOiJ� N 866 z= LL� e v� �NI OJ 1N31Nd0�3�30 �V 9 a�� oWcti � p � - � o O J � �FIiLL �" __ o A i II A o�� Z„�� a 1� I � 0 Q N ��` i� � o, O T 7� III� � ��z�" � LL � � � � � � = g � o � � m ��� � - ���� � 111 � M31A 13SN1 33S � � �� ���� � 04/14/2021 ENGINEER'S OPINION OF PROBABLE CONSTRUCTION COST Clark Road Conceptual OPCC - Base Comparison City of Fort Worth - Clark Road Drainage Improvements ENGINEER'S ESTIMATE NO. DESCRIPTION UNIT QUANTITY UNIT PRICE BID VALUE CISD Portion 1 Mobilization @ 5% LS 1 $ 8,300.00 $ 8,300.00 2 36" Polypropylene Pipe LF 1043 $ 145.00 $ 151,235.00 3 4'x4' Junction Box EA 1 $ 5,000.00 $ 5,000.00 4 Trench Safety LF 1043 $ 2.00 $ 2,086.00 5 Hydromulch SY 2300 $ 2.00 $ 4,600.00 6 Construction Contengency (30%) LS 1 $ 51,366.30 $ 51,366.30 TOTAL $ 222,587.30 City of Fort Worth Portion 1 Mobilization @ 5% LS 1 $ 15,200.00 $ 15,200.00 2 42" Polypropylene Pipe LF 742 $ 200.00 $ 148,400.00 3 5'x5' Junction Box EA 2 $ 7,000.00 $ 14,000.00 4 Unclassified Excavation CY 6400 $ 20.00 $ 128,000.00 5 Trench Safety LF 742 $ 2.00 $ 1,484.00 6 Hydromulch SY 5800 $ 2.00 $ 11,600.00 7 Construction Contengency (30%) LS 1 $ 95,605.20 $ 95,605.20 8 Construction Inspection SY 30 $ 880.00 $ 26,400.00 TOTAL $ 440,689.20 PROJECT COST SUMMARY OPTION A - CISD $ 222,587.30 OPTION A - CITY $ 440,689.20 PROJECT GRAND TOTAL $ 663,276.50 Dunaway Associates LLC Clark Road Drainage Improvements 2540.006 Conceptual Submittal - Base Comparison FORT WORTH � AUSTIN • MIDLAND � SAN ANTONIO City of Fort Worth � DLJI�lA111/A � ENGINEER'S OPINION OF PROBABLE CONSTRUCTION COST Clark Road Conceptual OPCC City of Fort Worth - Clark Road Drainage Improvements ENGINEER'S ESTIMATE NO. DESCRIPTION UNIT QUANTITY UNIT PRICE BID VALUE CISD Portion 1 Mobilization @ 5% LS 1 $ 8,300.00 $ 8,300.00 2 36" Polypropylene Pipe LF 1043 $ 145.00 $ 151,235.00 3 4'x4' Junction Box EA 1 $ 5,000.00 $ 5,000.00 4 Trench Safety LF 1043 $ 2.00 $ 2,086.00 5 Hydromulch SY 2300 $ 2.00 $ 4,600.00 6 Construction Contengency (30%) LS 1 $ 51,36630 $ 51,366.30 TOTAL $ 222,587.30 City of Fort Worth Portion 1 Mobilization @ 5% LS 1 $ 35,100.00 $ 35,100.00 2 21" Polypropylene Pipe LF 327 $ 95.00 $ 31,065.00 3 30" Polypropylene Pipe LF 596 $ 120.00 $ 71,520.00 4 48" Polyporpylene Pipe (Cost Difference from 36") LF 328 $ 80.00 $ 26,240.00 5 60" Polypropylene Pipe LF 742 $ 255.00 $ 189,210.00 6 4'x4' Area Inlet EA 2 $ 5,000.00 $ 10,000.00 7 4'x4' Junction Box w/ Area Inlet EA 3 $ 6,500.00 $ 19,500.00 8 5'x5' Junction Box w/ Area Inlet EA 1 $ 7,800.00 $ 7,800.00 9 6'x6'JunctionBoxw/Arealnlet EA 2 $ 11,500.00 $ 23,000.00 10 Trench Safety LF 1993 $ 2.00 $ 3,986.00 11 Short Water Service Meter Reconnection EA 6 $ 1,100.00 $ 6,600.00 12 Remove and Reset Existing Fence LF 30 $ 30.00 $ 900.00 13 Permanent Asphalt Pavement Repair SY 280 $ 100.00 $ 28,000.00 14 6" Concrete Drive SY 630 $ 70.00 $ 44,100.00 15 18" Driveway Culverts with End Treatments EA 21 $ 3,000.00 $ 63,000.00 16 Unclassified Excavation CY 7500 $ 20.00 $ 150,000.00 17 Hydromulch SY 13000 $ 2.00 $ 26,000.00 18 Construction Contengency (30%) LS 1 $ 220,80630 $ 220,806.30 19 Construction Inspection DAY 45 $ 880.00 $ 39,600.00 TOTAL $ 996,427.30 PROJECT COST SUMMARY CISD $ 222,587.30 CITY $ 996,427.30 PROJECTGRANDTOTAL $ 1,219,014.60 Dunaway Associa[es LLC Clark Road Drainage Improvements 2540.006 Conceptual Submittal FORT WORTH � AUSTIN • MIDLAND � SAN ANTONIO City of Fort Worth a� �� >>�� Z�,� ���,� � v v v v� v.� o�o = YY-�LL� -� �`� > E m io a°21 � n� o0 N N N, t0 N y N 3 �{/� � d m a d a 3 o v n a� v ia N • z n o� z z z m�n ,i � Y v v= o uvfi � a � v c� H� r� t' a, ���i, �> F i. N a �° c o v "" o� R +n N N � M � E � E in U U c-6 v iA ih " - v — � �c ro � � �3 -6 � o� °' � � � o u � Q a-�. O V N N 00 W � 6J • o o � p � p 00 p" oi � v�i. v�i in a v � m m a � � rl y} e-0 {? i/f c% 's N L d i L R a 0 o g � o� � o�o 0 }, , o .y vf vf � R m ti � �`� v�i N N Op .n � '^ v� '^ vt N N � +If iIf C � O O LL � R 0 � O � O O Y O � M M L pp M rl '-I (Q � V? ci rl N VF U G H � ai 3 ° � o � " v v � � , � Y : m ` " � � � o 0 0 N N � t6 p O Q T C p y G! c d v'�- v°i a v � ° �o � a, ° � 3 `o � � � a a u�n v�� on t f6 � c c LL -o U� c s Li �, � C p �>, _ �� C p 09 N � Q �C al 09 ' �� O � O L O. }� ` J N N �'j � u � 3 � � V �' ++ Q '^ p� � v i" i y a� � e -o � C a o v� o�n �+� y+. .o "o r''i a � a o- c o � v�_ o � Q o v � o 0 3 � v v"�.�� v � � o ��� � v � v � y N � n� � O.�'. nn � U � � � � � v v � W o � w o_ � � E o � c " � °' � a " � � � `n ° o °' ` c v a o � � � � � " � o a u o ° T �, U U City of Fort Worth, Texas Mayor and Council Communication DATE: Tuesday, May 18, 2021 REFERENCE NO.: **M&C 21-0345 LOG NAME: 20SWM CLARK ROAD CROWLEY ISD FLOOD MITIGATION PARTNERSHIP SUBJECT: (CD 6) Authorize Execution of an Interlocal Agreement with Crowley Independent School District, in the Estimated Amount of $1,755,697.00 with City Participation in the Approximate Amount of $1,372,648.00 for Flood Mitigation Improvements in the Clark Road Neighborhood Area, AdoptAppropriation Ordinance, and Amend the Fiscal Years 2021-2025 Capital Improvement Program RECOMMENDATION: It is recommended that the City Council: 1. Authorize execution of an interlocal agreement with Crowley Independent School District, in the estimated amount of $1,755,697.00 with City participation in the approximate amount of $1,372,648.00, for flood mitigation improvements in the Clark Road neighborhood area; 2. Adopt the attached appropriation ordinance adjusting the receipts and appropriations in the Stormwater Capital Projects Fund by increasing the receipts and appropriations in the Clark Road Flood Mitigation project (City Project No. 103373) for the amount of $1,440,000.00 and by decreasing receipts and appropriations in the UNSPEC project (City Project No. UNSPEC) by the same amount; and 3. Amend the Fiscal Years 2021-2025 Capital Improvement Program. DISCUSSION: The purpose of this Mayor and Council Communication (M&C) is to authorize execution of an interlocal agreement (ILA) with Crowley Independent School District (District) to partner together to better manage the District's drainage discharge from the DistricYs new athletic facility, mitigate flooding within the adjacent Clark Road neighborhood and to appropriate funds in the amount of $1,440,000.00 for the Clark Road Flood Mitigation project. Several residents in the Clark Road neighborhood immediately downstream of the site where the District's new athletics facility is being constructed periodically experience drainage issues on their property, including some home flooding. The District's project affords an opportunity for the City to significantly mitigate these issues through a partnership with the District. This project will construct a large drainage pipe system from the stormwater detention basin of the District's new athletic facility and route the water around the Clark Road neighborhood. Smaller drainage pipes and swales to capture stormwater along Clark Road and across residential properties will also be constructed to route runoff to the new large drainage pipe to mitigate home flooding. The City and District have each contributed engineering analyses. The City will acquire the needed easements for project construction. The District will perform final design and will construct the project. The total project cost estimate is $1,755,697.00, with City participation in the estimated amount of $1,440,000.00. The District's cost responsibility is for the portion of the project from their detention basin to Clark Road, and the City's cost responsibility is for the remainder of the project. The City will reimburse the District for the City's portion of the project costs per the terms of the ILA. City reimbursement will cover costs associated with survey, easement documentation, design, construction, material testing, inspection and other applicable costs. City project costs not included in the ILA are estimated at $61,890.00 and include City project management, easement acquisition, and other applicable costs. The City's portion of the project cost will be funded from the Stormwater Capital Projects Fund. Funding for this project was not included in the FY2021-2025 Capital Improvement Program (CIP) due to the partnership opportunity not being identified when the initial CIP was developed. The action in this M&C will amend the FY2021-2025 Capital Improvement Program as approved in connection with Ordinance 24446-09-2020. This project is located in COUNCIL DISTRICT 6. FISCAL INFORMATION / CERTIFICATION: The Director of Finance certifies that funds are currently available in the UNSPEC project within the Stormwater Capital Projects Fund and upon approval of the above recommendations and adoption of the attached appropriation ordinance, funds will be available in the Stormwater Capital Projects Fund for the Clark Road Flood Mitigation project to support the approval of the above recommendations and execution of the agreement. Prior to an expenditure being incurred, the Transportation and Public Works Department has the responsibility of verifying the availability of funds. FUND IDENTIFIERS (FIDs).: TO Fund Department Account Project ,ProgramActivity Budget Reference # Amount ID ID Year (Chartfield 2) FROM Fund Department Account Project ProgramActivity Budget Reference # Amount ID � ID I � I Year (Chartfield 2) � CERTIFICATIONS: Submitted for City Manager's Office by_ Originating Department Head: Additional Information Contact: Dana Burghdoff (8018) William Johnson (7801) Linda Young (2485) ATTACHMENTS 1. 20SWM CLARK ROAD CROWLEY ISD FLOOD MITIGATION PARTNERSHIP funds avail.docx (Public) 2.20SWM CLARK ROAD CROWLEY 52002r.docx (Public) 3. 20SWM Clark Road Crowley ISD FID Table updated.xlsx (CFW Internal) 4. M&C Clark Rd Storm Drainage Improvement Map.pdf (Public)