Loading...
HomeMy WebLinkAbout062178-A1 - Construction-Related - Contract - Flatiron Dragados Constructors, Inc. fka Flatiron Constructors, Inc.CSC No. 62178-A1 AMENDMENT No.l TO CITY SECRETARY CONTRACT No.62178 WHEREAS, the City of Fort Worth (CITY) and Flatiron Dragados Constructors, Inc. F/K/A Flatiron Constructors, Inc., (DESIGN -BUILDER) made and entered into City Secretary Contract No. 62178, (the AGREEMENT) which was authorized by M&C 24-0745 on the 27th day of August, 2024 for DESIGN AND CONSTRUCTION SERVICES ("Agreement")for the design, construction and construction management for the Wagley Robertson Road project (City Project Number 104154) (the `Project") with the DESIGN -BUILDER'S compensation for providing preconstruction services in the amount of $2,035,900.00 and DESIGN-BUILDER's compensation for providing Construction Phase Services in the amount of 5.250 of the Cost of Work for the Construction Phase fee; and WHEREAS, the Agreement calls for DESIGN -BUILDER to undertake and provide for the Design and Construction services and to be responsible for the overall completion of the Project for a Guaranteed Maximum Price ("GMP") to be established at approximately 70% design development during the Preconstruction Phase; and WHEREAS, the DESIGN -BUILDER has developed a Design process that incorporates expedited permitting of for obtaining a Section 404 Permit from the United State Army Corps of Engineers; and WHEREAS, The DESIGN -BUILDER has requested the additional amount of $678,308.78 to perform this revised design approach; and WHEREAS, The City has reviewed this request and concurs that the expedited approach will save time and city funds in the construction of the project and that the additional costs for design are within the project budget. NOW THEREFORE, CITY and DESIGN -BUILDER, acting herein by and through their duly authorized representatives, enter into the following agreement, which amends Article 2 A. of the CONTRACT to read as follows: 1. DESIGN -BUILDERS compensation for providing Pre -Construction Phase Services shall be the amount of $2,714,208.78. City of Fort Worth OFFICIAL RECORD CMAR Agreement Amendment CITY SECRETARY Page 1 of 3 FT. WORTH, TX All other provisions of the Contract, which are not expressly amended herein, shall remain in full force and effect. EXECUTED and EFFECTIVE as of the date subscribed by the City's designated Assistant City Manager. APPROVED: City of Fort Worth _0�� Jesica McEachern Assistant City Manager DATE: 03/16/2026 DESIGN -BUILDER Flatiron Dragados Constructors, Inc. Kurt C. Knebel Kurt C. Knebel (Feb 17, 2026 17:57:31 CST) Kurt Knebel VP & District Manager DATE: 02/17/2026 APPROVAL RECOMMENDED: de. /" ..,,L Lauren Prieur (Mar 10, 2026 18:17:15 CDT) Lauren Prieur Director, Transportation and Public Works Department Contract Compliance Manager: By signing, I acknowledge that I am the person responsible for the monitoring and administration of this contract, including ensuring all performance and reporting requirements. David J. Kastendick, P.E., Senior Project Manager Transportation and Public Works Department APPROVED AS TO FORM AND LEGALITY: Douglas Black (Mar 11, 2026 13:40:02 CDT) Douglas W. Black Sr. Assistant City Attorney ATTEST: o4�aan a qv Q��� v �ORT�%09r10 �'"'" �oo Pvo o °=o Jannette Goodall °o*oo o *' b City Secretary °Qn�nex45d4Q City of Fort Worth CMAR Agreement Amendment Page 2 of 3 M&C: 25-1093 Date: 12/9/2025 OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX GUARANTEED MAXIMUM PRICE PROPOSAL City Secretary No. 62178 Amendment No. 1 Fund -Account -Center I Amount ADDITIONAL PRE -CONSTRUCTION PHASE SERVICES: 1 $678,308.781 Total =1 $678,308.781 City of Fort Worth CMAR Agreement Amendment Page 3 of 3 ATTACHMENT A SUPPLEMENTAL AGREEMENT PRE -CONSTRUCTION SERVICES FOR WAGLEY ROBERTSON ROAD DESIGN -BUILD CITY PROJECT NO.: 104154 ATTACHMENT A Scope for DB Contractor Pre -Construction Phase Services (Supplemental Agreement for 70% GMP) WAGLEY ROBERTSON ROAD DESIGN -BUILD CITY PROJECT NO.: 104154 The scope set forth herein defines the anticipated work to be performed by the selected Design - Build Contractor. (DB CONTRACTOR) in completing the project for the City of Fort Worth (CITY). Both the CITY and DB CONTRACTOR have attempted to clearly define the work to be performed and address the needs of the Project. The objective of this Attachment A supplemental Agreement to the contract is to define the scope of work to be performed and, to an extent, the method of payment for the Project. The original 70% design was submitted based on all considerations associated with the original contract. During the environmental vetting process, it was determined that the disturbance for both of the streams was 0.6 Acres, which pushes over the 0.5 Acre individual permit threshold (this would create a delay of 18 months, and the mitigation cost of approximately $2 million). DB CONTRACTOR has coordinated with the CITY for alternatives to mitigate, schedule delays, and additional costs. It was decided to extend the Big Fossil Creek (BFC) Bridge length to 320' and minimize channel excavation to minimize impacts and the need for channel mitigation. This scope is to re -design the BFC and Tributary to BFC Bridges, re -work the Hydraulic Model to ensure zero -rise, and adjust other design elements listed to provide a complete 70% design from which a Guaranteed Maximum Price (GMP) can be developed. WORK TO BE PERFORMED Task 1. Design Management ■_ •0 • • D- • 1' ■. �.0 .•� Took 7 ROW/EasemeRt ServiC$s Task 8. Survey, SUE, and Geotechnical Engineering Services Tom -cask 9. Peritt'Rg Took 10 Dlon Submittal Ghonklioto Took 11 Quality Control/ Quality AssuraRGe TASK 1. DESIGN MANAGEMENT. DB CONTRACTOR shall ensure efficient and effective use of DB CONTRACTOR's and CITY's time and resources. DB CONTRACTOR shall, City of Fort Worth, Texas Attachment A PMO Release Date: 07.23.2012 Page 1 of 8 ATTACHMENT A PRE -CONSTRUCTION SERVICES FOR WAGLEY ROBERTSON ROAD DESIGN -BUILD CITY PROJECT NO.: 104154 • Communicate effectively, • Coordinate internally and externally as needed, and • Proactively address issues with the CITY's Project Manager and others as necessary to make progress on the work 1.1. Managing the Team • Lead, manage and direct design team activities • Ensure Quality Control / Quality Assurance (QC/QA) is practiced in performance of the work. • Communicate internally among team members • Task and allocate team resources 1.2. Communications and Reporting • Prepare invoices and submit monthly in the format requested by the CITY. Multi - month billing is not allowed. Months in which no work is being invoiced shall require submission of a $0.00 invoice. Prepare and submit monthly Project Status Reports in the format provided by the Transportation and Public Works Department • Prepare and submit monthly progress reports in the format provided. • Prepare and submit baseline Project Schedule for Pre -Construction services • Conduct QC/QA reviews and document those activities. ASSUMPTIONS • Bi-Weekly Meetings with CITY Staff • Monthly Progress Reports • Monthly Schedule Updates • DB CONTRACTOR to update Project Risk Registry, Stakeholder Register, and Project Communications Plan DELIVERABLES A. Meeting summaries with action items B. QA/QC Documentation C. Monthly invoices D. Monthly progress reports E. Baseline pre -construction schedule monthly updates with schedule narrative describing any current or anticipated schedule changes City of Fort Worth, Texas Attachment A Page 2 of 8 ATTACHMENT A PRE -CONSTRUCTION SERVICES FOR WAGLEY ROBERTSON ROAD DESIGN -BUILD CITY PROJECT NO.: 104154 F. Monthly schedule updates with schedule narrative describing any current or anticipated schedule changes G. Plan Submittal Checklists (See Task 10) TACIT 9 CONCEPTUAL DESIGN (30%) rr �i�-vr�v TASK 3. PRE -CONSTRUCTION DESIGN (70% RE -DESIGN). Design plans, cost estimate, and specifications developed to a 70% milestone level shall be submitted to CITY per the approved Project Schedule. This design will be used to determine the Guaranteed Maximum Price (GMP) for Final Design and Construction Phase Services. Pre - Construction Design shall not begin until the City approves the selected alternative/ concept developed in the Conceptual Design. DB CONTRACTOR will develop the preliminary design of the infrastructure as follows. 3.1. Development of Pre -Construction Design Drawings and Specifications shall include the following: GENERAL DESIGN • Cover Sheet — Including project limits and location map • Index of Sheets • General Notes — Including applicable CITY Standard general notes • Design I egeR l • Quantity Summary • Update existing and proposed typical section sheets • AligRMeRt Data • Overall Project Easement/ROW Layout Sheet(s) with Property Owner Information • Existing Utility Map, including all collected Level A-D SUE data (Task 8) • Removal Plan ROADWAY DESIGN • Overall Roadway Key Map • Updated roadway plan and profile sheets. • Roadway details to include curbs, curb expansion joints, driveways, sidewalks, and pavement details for the lengthening of bridge. • Driveway cross sections will be required for streets listed in the scope definition above, to determine the driveway limits. City of Fort Worth, Texas Attachment A Page 3 of 8 ATTACHMENT A PRE -CONSTRUCTION SERVICES FOR WAGLEY ROBERTSON ROAD DESIGN -BUILD CITY PROJECT NO.: 104154 Side street Plan and Profile — Including plan and profile sheets showing existing and proposed horizontal and vertical roadway alignments, right-of-way/easements, sidewalks, driveways, lane dimensions, drainage structures, and City and franchise -owned utilities. Cross Sections — Including Wagley Robertson Road and cross streets centerline stations at a 50' interval, existing top of ground line, proposed roadway section, and easement and right-of-way limits DRAINAGE DESIGN Detailed Drainage Area Map — Including view (1" = 30' scale) of proposed drainage improvements and watershed delineation lines within the existing and proposed right-of-way Culvert and Channel Plan and Profile (if applicable) — Including plan and profile sheets showing existing and proposed horizontal and vertical drainage alignments, existing and proposed flow lines, HGL, lengths and slopes of pipe, top of ground profile over pipe, and proposed channel improvements. Channel plan and profile drawings shall include existing channel centerline, existing left and right top of channel bank, proposed top of channel banks, and 100-year water surface profile. iSWM Checklist in accordance with the current CITY iSWM Criteria Manual for Site Development and Construction Modify or create all models necessary to determine runoff and stormwater impacts at the determined design -year rainfall events. All models shall be reviewed and approved by City staff STRUCTURAL DESIGN • Bridge plan and profile sheets (if applicable) showing station and coordinate data for all horizontal alignment P.C.'s, P.T.'s, P.I.'s; station and elevation data of all vertical profile P.C.'s, P.T.'s, P.I.'s, low points, and high points; all approach slabs, specific bridge design elements with calculations (i.e. girders, piers, abutments, etc.) and vertical clearances where required. Show low chord elevations, bridge deck thicknesses, and loading • Bridge plan details (originally scoped for MBC from indicative design). and retaining Wall ( If applicable) 3.2. Goncfn iGtability Review 3.3bl!G Meetm' g 3 4 Utility Gl rondo aT: TI"C�Vie�TQTfGr 3.5. Traffic Control Plan • Adjust for lengthening of the bridge and tie in at cross streets `l�6. Opinion of Probable Genstri Gtin� 8St City of Fort Worth, Texas Attachment A Page 4 of 8 ATTACHMENT A PRE -CONSTRUCTION SERVICES FOR WAGLEY ROBERTSON ROAD DESIGN -BUILD CITY PROJECT NO.: 104154 ASSUMPTIONS • Weekly meetings with Flatiron (4) • Weekly meetings with Owner / GEC (4) • Weekly meetings with sub -consultants (4) • One meeting with Owner Hydraulics (1) • Hydraulic Modeling for this final configuration (with adjustments per review comments) • Four (4) Prestressed Concrete Slab Beam Bridges with general span configuration of: • 1. NB Tributary to Big Fossil Creek: 30' - 40' - 30' = 100' total • 2. SB Tributary to Big Fossil Creek: 30'- 40' - 30' = 100' total • 3. NB Big Fossil Creek: 45' - 45' - 45' - 45' - 50' - 50' - 40' = 32' total • 4. SB Big Fossil Creek: 45' - 45' - 45' - 45' - 50' - 50' - 40' = 3200' total • General typical section for each bridge will be: • 1' rail + 22' roadway + 5' median + 10' SUP + 1' rail = 39' overall width • Due to custom width, all four bridges will require unique bent, abutment, beam layout, slab span, and girder design sheets. • TxDOT standards and COFW Standards will be utilized where applicable. • Fee provided herein is for the re -design of the bridge design from Indicative Design (bridge class culverts) to bridge configuration stated herein and • for 70% GMP re -submittal required for environmental permitting purposes. • Traffic Control "Typical" will be utilized to the extent possible • 2 sets of 11 "x17" size plans will be delivered for the Pre -Construction Design (70% design) • PDF files created from design CAD drawings will be uploaded to the designated project folder in the CITY's document management system • All submitted documents and checklists will be uploaded to the designated project folder in the CITY's document management system DELIVERABLES A. Pre -Construction Design drawings and specifications B. Utility GTea rra R Ge ,� C. Traffic Control Plan D. Estimates of prebabie GGR6tFI v+tion G06t � . cvrr�rizrccrvrrcvac City of Fort Worth, Texas Attachment A Page 5 of 8 ATTACHMENT A PRE -CONSTRUCTION SERVICES FOR WAGLEY ROBERTSON ROAD DESIGN -BUILD CITY PROJECT NO.: 104154 G. GMP Package TASK 8. SURVEY, SUBSURFACE UTILITY ENGINEERING, AND GEOTECHNICAL ENGINEERING SERVICES DB CONTRACTOR will provide survey support as follows: 8.1. DesigR S FV-&y 8.2. Subsurface Utility Engineering • DB CONTRACTOR will perform Quality Level A (QL-A) SUE utilizing the appropriate surface geophysical methods to determine the existence and horizontal position of virtually all utilities with the project mains. Quality Level A (QL"A") — Three dimensional (x,y,z) utility information obtained utilizing non-destructive vacuum excavation equipment to expose utilities at critical points which are then tied down by surveying. Also known as "locating", this quality level provides precise horizontal and vertical positioning of utilities within approximately 0.05 feet. • DB CONTRACTOR shall provide up to TWELVE (12) additional (from original contract of 11 QL A locates) test holes (estimated to be between 0 and 20 feet in depth and within existing pavement) Subsurface Utility Engineering (SUE) to Quality Level A, as described below: o Expose and locate utilities at specific locations. o Tie horizontal and vertical location of utility to survey control. o Provide utility size and configuration. o Provide paving thickness and type, where applicable. o Provide general soil type and site conditions and such other pertinent information as is reasonably ascertainable from each test hole site. o Backfill cored holes within existing concrete pavement with temporary concrete pavement to a minimum of 9" in depth. 8.3. Geotechnical Investigation • DB CONTRACTOR will select and mark up to FOUR (4) Bridge boring locations (60 - foot deep borings) for bridge design and notify Texas 811, appropriate CITY City of Fort Worth, Texas Attachment A Page 6 of 8 ATTACHMENT A PRE -CONSTRUCTION SERVICES FOR WAGLEY ROBERTSON ROAD DESIGN -BUILD CITY PROJECT NO.: 104154 Department(s) to request location and marking of existing underground utilities prior to the field exploration. Access to the selected boring locations will be verified with the CITY prior to accessing the site with a core drilling rig. • Provide an Engineer or Geologist experienced in logging borings to direct the drilling, log the borings, and handle and transport the samples. Visual classification of the subsurface stratigraphy shall be provided per the Unified Soil Classification System (USCS). 8.3.1 Laboratory Testing • Perform testing on samples obtained from the borings to determine soil classification and pertinent engineering properties of the subsurface materials. DB CONTRACTOR will select samples for laboratory testing, assign tests, and review the test results. Testing will be performed by a geotechnical testing subcontractor. • Laboratory tests will be assigned based on the specific subsurface materials encountered during exploration. Test type and quantity may vary, but are expected to include: o Classification tests (liquid and plastic limits and percent passing the No. 200 sieve or gradation) o Moisture content o Dry unit weight o Unconfined compressive strength o pH lime series o Soluble sulfate content 8.3.2 Engineering Analysis and Reporting • Prepare a technical memorandum (in compliance with City of Fort Worth Pavement Design Manual, 2015) of the geotechnical investigation to include: o Boring locations, boring logs, laboratory test results, and a key to the symbols used. o Discussion of subsurface conditions and soil properties indicated by the field and laboratory work, and the implications for design. o Recommendations for pavement subgrade treatment o Pavement thickness calculations for both rigid and flexible pavement o Foundation and site preparation recommendations for the retaining walls. City of Fort Worth, Texas Attachment A Page 7 of 8 ATTACHMENT A PRE -CONSTRUCTION SERVICES FOR WAGLEY ROBERTSON ROAD DESIGN -BUILD CITY PROJECT NO.: 104154 o Earthwork -related recommendations for use during development of the plans and specifications 8.4 Utility ASSUMPTIONS • FOUR (4) Geotechnical borings (60 ft Deep Borings) are for bridges are included in this scope (the original scope was based on an indicative design ). • Up to TWELVE (12) SUE Quality Level A (QL-A) test holes are included to a depth of between 0 - 20 feet. • Basic traffic control is included. Traffic control requiring lane closures, traffic detouring, flag persons, police, etc., is considered special traffic control measures and will be considered additional services if required. • DB CONTRACTOR will complete subsurface utility information prior to borings being drilled. • For core drilling, traffic control will be required, including closing a lane of traffic and providing flagmen. • It is assumed that a truck -mounted drilling rig can access the drill locations. If drilling with a track -mounted rig is necessary, it will be considered an additional service to this contract. • DB CONTRACTOR will coordinate with the CITY to obtain the necessary permits for core drilling within the roadway. • Soil boring locations are planned to be within the existing pavement and in locations where traffic control plans for roadway or lane closures will noted be necessary. DELIVERABLES • Drawing of the project layout with dimensions and coordinate list. • One (1) hard copy and one (1) electronic copy of geotechnical technical memorandum (including exhibits, soil boring results, summary of observations and pavement (surface and subgrade) recommendations). • Drawing of the project layout with Level SUE (including legend and table of Level A SUE data). City of Fort Worth, Texas Attachment A Page 8 of 8 � O OU N o N o m c U E a A 2 U U ♦ '.. ''.. - '.. ''.. LL n z E - aC J LL H 3 - O U $ E m E U m _ E ON 0 - '6 NM n n U U m J 1p 2" 06 CL (n O c o6 O °� n a 06 O _ ° E y00 10p n c -� U z> m c E Q U a 0 5 0 4$ m J q, m ai m rn m ° c 'Y c 06 05 � °- m a a E E ¢ Q y o c- Z J a U 3 c Ep m c . m d d `o 0 o c 0 'y E d '€ W d 2° U s °� a 0 8E °C !3 c 0 U) U o _ >. 7 (D p '.. O Q m QOU E w c_ ii ♦ U a LL o 0 o ui W ii LL® E ¢ Lii $ n > 0 N ` m U as .6 a QE ENaI r c y Uo y d a O� gom a U oC o• .6 LL am 0 fy W N ° ° E 2 c o n > m zCD Z E o O o . c „p 3 g E o y p c .° y `I N U ° I� O) O♦ p O r v 0 2 m c c m ''.� o o 0 d o o m' o J a :m O W LL O n ° a � I I i/! z° W o 0 o n o D o rn rn rn m o °O Z r4� W O O O O N N N N N N n O 1 N J a s a a ���� ���� ���� a¢¢ -- ��� a a a �° a N N n N n N V LL'J N O N N N 1° N N N �° N N N U N C N N C C N N N N T'., >. N N m N N T >. u) u7 N N N N N U >. T �O N N U V/ - q y 0 cG C J C J p 7 m m a C} a m m C m m m ' g C N J p M LZ O 00 N N N ll O ll N O N O M a M N O �� O N N N 0 0 N n 0 0 �_° O M N C O as d' ¢a¢ LO u7 N N N (p N N N N O 7 O NIN N N �° aa¢ v 10 47 �O N O N N 0 06 �_ N N o N a N a N a N c N o �_ 8 m m �-' m f° 6 N q a N N o a°i q. m N 0 Z Z rn Z (i (i li 7 ? ? A OM z p Q? Z U O O M O O N O O O M o N M N N N 0 0 0 0 O O vie O CD (CD, 0 7 0 0 N l0 O coO O O l0 O O O M �O O O l0 7 �O O O ifJ c0 V O n M M O O co10 L O`o N V CO) Zrn 3 O N m U W A2 Z Z LL E ^ z E d ^ � as U) a N LLE ^ LL �U) 0 U � U � 06 U c ya c U) (A 0 a . m E m d _6 O 0 _ a EE > 2 o c b y m E> E U) °' U 0 a3i U Y3 2 $ 3 E o E E E U n '� o as L° L° : y° m at o °o ac Uo62 o°Uc0>n dJ W vO am¢� o ' 3 3oy m mgn a. > am F- �dU E > O E ( ! U) E OO .0 d CDE nn�vEo O I¢ 6 OO 0 0 0 0 yU) m m ayN N �` c♦N o E � Opp pN J afa€ni (J (o wm LNo O ,U N OLM l N N m m E O O n U O>>>> `do 'aO a Z Z (� LL p p p p p p p 0 p p p p a W W W W LLL LL LL a- a �� � C C .. 3 O O C O O O O N O r W O O O O d) O N a m O N .j�. M 117 (O° O O r O O O OD 0 0 0 C, 0 An ty - O O O O N O Cl) O p� O •_ O O O O •_ O O O O O O 0 0 0 0 � N � N N N N N N N oauo�aaa 13L■1110o o3aa 19aiii Ja p y J Q 0 m > o w- w- C 'L o '..mn E� Q> U z:lL C '.. w W '.N C X Lupi '.. a a) 3 N O ID O '-' E O >- n .0° p Ena) o po; aoEo0a) m ca`s v?m 8 LL -ac cion ° m Kou� m -:. E am E ° tEg - a~ m VQ ° �- 'qa..,m m "; V a N O O :O o 'Y Y ° IO O ''' -p o a>i o qa..m y¢ rn •- .� Q y¢ m ii N N .� Ul O °� z z z z z 1° c 3 Z c 3 ,Z N n 0 0 0� '� O Z€ 'tvuco > Q ai IL 'a a IL mDt d' Q ♦Do c c 0 m 0 75 a LEp0 O sCLQ I- 4Yw w Q € rn am oOy� 0� a 0°. ♦.c a 2 > Yww 4) > LLz a♦ R�a§ m aa0 Om 0U �'u'd♦ cn u " ow O n Z O Z O n O �L lw O Q C wC O lL C N 'I - U O L p O � V 'U LL 0 2 D I tif N C c Q L y Epp ° 0 ea 3 —E a E 0 Lu a C a a) N E C C E 2 y E n U a c Q d 0 Lu A Q. A N _ 3 p g z E ID U n N a '2 > rn c c E (A O � Z lLL LLL U a >a a >a a >a >a O O O O O O O N N N N N W 0 0 0 O O N N N N N N N ci 7 7 10 M V N r W O N O O O O O N (O CO Cp N N N N �I 4 R N j LL 4 'AIM M M N N O E P Lu a L a a) n E � E n E C U L cc L � a a o An Lu C Cc Q a1 p n C A n Q p 10, 1 3 d aO Z U o. N N 5 a> m a m E 0 O K Z LL LL U V N N N N N N J U U U 0 00 0 00 0 oo to to to to o N N M M M M M M M M M M 7 V 0 0 0 0 0 0 0 0 0 0 0 0 0 0 N N N N O N Q O O N N N N � lOL LLL - O a0 W f� p O O N O O O O O 0 mi N N NO O w w w w N O N O Z 7 O 0 Is u u i 4® 0 a'0 a " 0 LL L 0 E a 0 0 0 a N N 0 O A c A E E 8 N EEE i - _ c o O o L o M $ UNO >tE . 2 co ON a!p(nJ 0 U) 0 TS m r IN ( > a) U > Co > L W m lm CD Ox O F -. 3cn U - o75 N OO > U) X c LL x o ° to y p U o �..❑ O d Cl) C c'm aoxE ,y vN N 'a x06 a O U d N U CE 'U 0. 6 > N : >CDQ M o M O d UE = ❑ C U C m Q w E m 2 'n ) d o a) @ .K rn tl d U U o ♦ o❑❑ c u'� - Q 04 o O c o) «. a '> LL t6 U U O aa) LL w 3 N n ❑ Y 0 M co a �y c a'S a U£ o> m o PG �EM O IL mwLL� Lo F �2m�� N o �M�� i 0 a ❑ — — W �� w c o o. U O .0 > CO O U U - c ❑ M > 0 N O o tr M O M o n❑ ',. 1 _ Y E U 'j a o a K 'w M -.. W zo d W > z N a. 05 C LU °�- --• o ' 2 Z 2 M M M 9 W O O O O Ln a0 O v Q) O O O O) 0 D N N Q O Q Q m m 0 O O N N N co N O N o N 0 O O N N N (00 N N to O N N O O 0 N N N 0 N ¢ O aJ N (0 N ID N Q m Q m Q m t0 N co N 0 N 0 N /W/ V/ ii N a lL a lL � q. q Q Q N (a N f6 N LO N LO N N co N C C c M M M C M a lL Q LOL �- (n yd fn ? ? G1 Q W Q b1 m Q W Q Q /y� p' c'M O M N CA O a0 0) O O O N N N g N M ? 7 1 m M h p N N 1 d) N N O L� O M O O O p 0 O O N N LO p Lo p OJ O O M O p Q ONNNN O O O N Q O QN QNl Q O O N NNNNN cN> ON (No Z Q Q O O'O c0 o No N0 Nfl ONpm NW coNcD NO coO Nm O NN UU C a >N`>N` >MD ` U M O I LT ANN ��M LT M M 7 M co ♦Lr/ VLL O O N O O N N N 0 O 0 N NI MC M V V V N N c0 M p O O N N N O O N N N O W om LO O N 7 a O M O� a Z O L) U y E 0 WCO U E c O N> � ) 3 c (D L O a) U v w ❑ C O W d U N g c o ? .N Q m o. �. -c r E b CD " 2 O O L� > j 2 -w—o U U e iE coi .2 c m y > 'a� d o > a`) .� o d '� O o o a o a c U E n U E U n p a >. me d x E o d m c c m o o Z m Nc K o CD c d O K ° 4 LLU' z '-co > C. c M 'C FPS v Q K N W m N N 'O W ` a) M N ❑ O M m > 0 M ❑ M ui M N M W (n d O> .> U a) M N X U N N > U~ N L m E o$ a M o A3 '� c 3 > E �� m '� M o c 3 >� Q '> .N a) 3� m 0 p a a M o -o y x I apl p lU0 d N EO U N C O U d N o E a U N> .4j d❑ Q o d a) E COi o Y a) .� > Q N❑ o l m p (n X V a O a 2 LL E 2 o d a G 0 m M 06 m a0 a 5 xs iL w °) x w °� x m Ll o $_ .0 Cl) a E M M D > w x r p i� i U C? E 1= E C o C o) c M E E c M E E C M m c c M E v❑ E- in y N N Z N U M N U N a) n cn M 7 ->- M Y W e `O a a> a U a a) N M J M m O a) d N M M > > y M C a U d U U U N N d C .M-. M N N N >s U E M y0 Ya N U U rn 0 J a rn N x O rn J a s a) ❑ c7 d x O LL n a) ❑ Ci C1 5 x LL ii > n a a` a` a O O U n p❑ p O a c� X M = w = m o A O (? O 2 C J y O O O O O O m o o N m M 7 O CO r 0 0 0 O 0) O n 0 N o M O l() 0 7 OO n0 O_ 0 0 a 0 0 0 0 0 0 0 0 £ N w m W O cD co c0 co co O O cD O r n r 1p 0 0 0 0 0 0 0lp0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 r � Q N r A C (i fa O c cc LL W ir Q ° a �d c �Y a a o: Lo ¢ N O N W m O O w J C W 2 N W Z - 10 �4 M M M Cl) O N O O O O M a) M M M a) O) M d) M M O a7 M M 0) M M M O O] M O Cl) M O O M M a0 M W O N O N O M CO N O N O M O M OD M aD O O o O 0 O 0 d) 0 O) W O t0 O o (O N N N N N (O N O 0 0 N N N (O N O o N N O O N N M N o O N N (O N O o N N O O N N o N O N O N o N O N O N O N O N o. N N O N (O N (O N (O N (o N rn m m m m n a N _ yny Q Q a (n - > > 7 7 > 7 > > 7 7 > Q yny a (. m (n m o (n fn m a� y U ryn (n y ya (/J yn (n ya (/. yn (n yn (n yn (n yn (n yn (n yn (n yn (n . ya (n a V O V V M 7 1� r n r r V m m O 7 (O 117 N ((1 V (O . r (D (O r (O (O N V (l'> D7 N N M O O N N N N N N N M O N O O - - � N N N N N Z w (0 0 (O N N N N o o O o w (o N N (0 (o N N 10 10 N N (o N (O N O NNNNNNNNNNN o o O (0 0 0 10 w N U) O O U) o O o N O[N-4 N NN N N N NN (n (n N (n (n (n fn (n (n (n (n (n (Q (n (n l9M (O M V I� (-- r- 1� W M t0 N a0 O V 7 7 7 7 V to M M tf) l() In (O I� N M M O O N O N N N N N N N o o O ------------- N N N Lo � O O 7 N - - N O � � M N N N N M N N M N N O N N Oa co) Z O m L) a' �d ui IL m m NO a C O Q C m^ m C (m m n z Z U O) m N U > l6 J C p n m n y m m .& c m m o n 3 m U E a a) m L U O a lLm C C U� z K Z m z m n) a; d c �£ m = E �' E m '� S. �- LL `a `� > �. rn m - m 10 E m n d m c ¢ O O) U m Z Z m > m C c m Z n E n o E m m m X L (' a J m (n N Q N y m m p a U m a m H m m t m m o LLU' o- o Y E p^p (� ❑ E Y@ a Z m m F m p ~ U w n on `� (D o U p cmi rn aNi 0 a a m m I m ❑ U 3 LLl LL' 'O (n "Q a M g 'X E m U 0 O d' ? O. c m `p) O. z o -- m 'p o O c X m U t Ol O O w m ",m0- C x a E 0 0- a� m K U p N m o a1 y E F E m N N n N m U m o m m 'Y U m U m m m N m N m 3 m M m r o N 2 C U N (n A E m E E m W (�% H m E (n � E E o E o E o 0 o E E E E E E E o 0 0 m m m 0 E �° N p- E 3 �� (mi m (oi m �° (a n .0 1.m N N N O C C C C U N m d N m m N O m U x W N 5 d C O lLL d U N H m N (n m m m K m d' m m m m m m Q_ m m m m 2 m K m 2' a) m 2 m a � C N 0 0 0 0 0 o 0 0 0 0 0 0 0 0 0 0 0 0 o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0� o 61 O W O) O a O a0 W O N M N M M M M M M M M V M_ O 7 a V 7 7 V 7 W 7 7 t0 C¢ G � �o2 r 6� a ] I] ] I] p d I] 1p 0 0 0 0 0 0 1p D O] 0 Lim 0 17 � O O O U 0 0 0 0 0 0 a 0 0 1 Il D O I I U � - m Q N m S � m �aEi n t � o � m? U m�� N O � N � 0_ � Y Y C m m Z E W C E C O N~ o a� m u� '.F C C N O O m Z m a) N H F U o(j Q (� O N m U X - 'W f0 U U i! Z m O 5' O m O U = __ m O LL Y E m o � m E a; m d m :. m o z a16i c :.0 � a" M E m 'oo.:.� X LL' m�� �:> > m> m '> m m m>> o 0 0 0 O O U O U O U U U O O m x- n � m m Y� w m cmi E �� n E E o E o E o 0 o E E aEi aEi aEi aEi U c m o � o o n o .� _ --- O _ In U) '.. ILL m m U) ❑ 7, o v E U)� y' umi x° w�' y m $ w m E m ao am Np L m cn m a s .... c a U : m m -- cn m m m m '.. w U) m m m m cn LU V1 N In MI Y m . MRLu n ❑ Q U 01 Q 'R_ C LLi A m W U) '.. U U) LL— (7 " p �" a' rn 3 m 'U) mo Q. E .0 E E y v m c '° N °� m w m — U lJJ 43 .D a _ N CO00 g a m 3 m m ° m m aE F~ m U) o 'U) a a m n d $ U c m N a m m ii d c°i n a E _... m m a m '.,Y c -y a o. c E o 0 E d -♦ .- c� a U io m a m c U 'x K ... E° H d a. cn a 1 '� '.d B d d EL d x n c 8 > > 0 0 0. n o - 0 '.. m s c aD W 7 7 r 0 O 7 O I7 M O N aD O N ao � (0 7 M � M M M M M m co m co co m co r r r r r r r r r r r r r r r <o 0 0 o 0 0 f0 0 r co co m r r r N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N U U Q C C C C L U U U U U U U U c .6 U U C c c c� o m m o M M v 0 m � m m r r m y m co m o v ui ih In n o r N N M O O M O N N N O 0 0 O p N N N N M o O N N N (o (o co (o co (o r r r r r r r r r r r r r co co 0 0- 0- [o co 'o - 0 r r r N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N a n al b G c c c c a a a b b G h b G b G in in U) m m m m m m m c c c o�ci�-z��LLl1�� ����� ❑ ��8'� ci� 000�>? co m O r M r N 0 fn 4 O N N W I� r O O m N N N V W N N N M N N M p N N N N 0 0 0 0 ICJ N N N N M O O O O N p p MI�I�I�IMI�I�I�I�ININIMIpI■�I�ININI�I■p■�INI�INI■�INI�INI■�IMI�I�I°I� In 0 LL L 0 m mm m U E c Y a m U LL U) m � U w0 m` Y N m m ❑ V N m w n- y c m d N IDli U w m O> a d N d m d't m m .N !—UO m N N m U)x 0 NLLI m U) V U H o a (n U i m W U) W U) w m g 00 m 0 U m m m E f� ? 3 m a W O C '� N 00 a n E '� m a vmi c '2 m c m v 16 .� U c _ m 3 v a cai A m O 5 m o ¢ Of io co o D�p m c Y m tq 0 m� �° an y d U U _ m �>o, a @ c r t U) _ m y NS -m° N r W m aS m m a W m °a `y v W U y w U M m> c c ° U o f0 m CO m � (n m y In 1° ,Q V N 3 a m a 'N n vvtt m V U) — '° m c J U) d -° m C U) a -° m c U) m U W I N N N N CO m E of m -o 0 0 a Y m o x J U� ❑¢ a °- a m G m a z m- �- °� Y- a m a m a � m n a N n m d m >> m E H E F ° E. E a c o m c m° c °' a 3 m a °- E E E E a H H m > m_ a io 0 0- m o > m_ a 0 m °- o > y_ a 0 m a- ' a D o N n n m U) J m X (n m iL ii U fn ;Q w N n F :? in y- C J a U m- J m- io a U J m- <o n m U m N m W E E E E ° y 0 0 y 0 a a m U° a E ° a U� m- o U@ U°° ID o U U a CD U e o 0 ��cgti a �aa�cinm�LLaa�ci a �a �I� m (2 a Sa- a �a c a MaaU-a dw rn w OO O e O O mO� OM� (O�o O O O O O O MO O'T O(o Q Oto Nl(7 MN 7co VM m M <o U1 r l] cOO Lo mO 0 O N p — — — a2 cOM2 WOOOOOOOO r 0 0 0 0 di 0 0 J J di 0 J 0 Id' 0 0 0 0 0 0 N O r a m (n y �_ 4e _ 0. fa d A (6 U) N 'U) � Y Y O m N N m m m m N U m 'y m m LL U UU° w0) E E d Q aNm @ a c m (n m y ri �m c0 O m W m EL n n N N LL m p m v D Y N N U U N U O w m m U) m :.W m? W wm '.m m U O _ rnU m m U U 'N ao .N LL LL m °Li o LF > acco 3 m°@ L - rn m ti fR c d m ',N m - N _o o .N m— Fn- m l6 O m a c O W m v m n m "O n� u! O O cm m L m m m a m m N .� Z m H ° C1 O` O c N 1 1 y c "O LO y at$ a o m m ai c6 N a n li OJ N O m m @ .O N Q .� :9 H F O :O C H � Y a C m 01 O) ° a C C LL li u� w m ° m° rn a '6 w m m m m `° y d n m ai m a z t L rn a fn U W Lu a ..- C U m t0 m m❑ n d a U -a > a U a m O. U_ _0. E U E fn ❑ a a. �-% a LL C iL > O. f a > a@ J (D 9 m m '� N a : m a Y J a m L '' O C LL N U m N LL 'm o� o (n E U yCy m laL.�N — m N p y C C C C �� m _ m m e U c° 0 '..a m ` '.0 m a c c® �� � a c® e o LL c a LL m LL W 'am LL LL W p p W - �d c Lo N O N W O O � LU N� J W W Z - 0 n O N M d O M O n O 0 7 O T co rn ° rn ° T M O M O M O M O rn m T tO m m n ° n a� M O � M O Cl) Cl) O O O ao m ao ro N co N co N (o N co N n N (o N co N W N (o N (o N 0 N 0 N W N co N m N W N co N m N m N n N (o N n N n N n N co N m N m N co N m N n N n N n n N cV n n n N N N n N � /W/ V/ sy >1� O > > > c U U U U > > U U U -�, O > Z > Z U ❑❑ U c U LL LL w mL O > Z > Z❑❑ U U M LlLLZ M a @ 7�C 7C 7C C 7N WNmNm N -It M N O P N O N N O O N O — O N O 1 N O ONO Z O O O m n c0 c0 c0 co co to cD O O O O O O O O O n n n . c0 w co c0 n n n n c0 c0 n n O N _6 N _6 N > N > N > N C N (5 N U N 6 N CS N > N > N > N 6 N N N N N N N N N N N N N N N N N N N N N N N N w O O z Z Z A�' Z Z Z $' O O z Z !�' S' �]' Z �]' �i ii ii o❑ U N N O O M N N N C O O O P� NO G O N p N m N N m 0 0 N N O N N M O N N M M O N LLL n N 10 N M N 7 It N co N co N 0 0 0 10 10 N F 7 10 10 m 10 Lo M F F V 10 10 10 N m r CO) � Zrn O m L) m ui a m cn m (n U) • d N N N Y U Co I N C v� tl! ID m a)cn m U U U CD U Y N m Lo m O_ m d n y Y y ID �") m 0 N N 'y lL O m E m E x l0 W W m O W CO m A W , m N d m N U) lL LL LL O �' i_i .m. C N LU cn w f0 N .N UZ y m 0 T O U p c C m a _ m C m m (n C m m (n N O ° N N O m U C m F O m m N E C N O (n .�� N a N LL LL O) O LL LE — .4 m 'y (n a s 3 (6 U! m m Q �I C 10 U N (� W O n U) W m m Ol W m k2 m m NO c 1] m H F~ C T L m a N N CO O a c w (n 1° w m e6 a w m Fj' a w (n w m C m N l6 t3 'm LL a m fn m� X (n — lL 3 m N -6 m m c i N s J m m 3 U� _ N c m m (i U m m I m a m g d (n a m a m_ g m °> a m_ g m a m E L a c m m L (6 a U w m u5 L c E g a m m F L l0 o 0I 0) 0 0 a a ❑ d m > °_. a 1� y U a d N m > a a 11�� y U a m > ° a 11�� y m U N O m U m E m m. N O N y m W N m m y O) O) 0O E m J c0 m m c.i __ m _a a N J c0 m D ° m U J co m- —_ _a m m a 'C U ❑ m C m O a (n 10 U a :O N a C -6 'C m ❑ O L (n C m (n 10 U p :O :O m a C D1 LSl D1 D1 J J J J ° m m m a m m m— m— a m a N m❑ m Q—❑— Q m m m m Q❑ m—❑ Q m m ———— W C o m N U m o m a a o m o m m o m o 0 m N U a m a' N U a m a a a' a a y a B a a a N p_' �[ a iG o d' g� co a a a a a a m m a a a a a' a s a' N 0 IX a 9 a a LL a a s a a C a LL d m a LL qY LL LL S LL C LL LL LL U a LL LL LL C LL LL LL LL 3 0 00 W 0 n W 0 D1 c0 0 O O) 0 0 N O 0 7 g O 0 M O) 0 l0 O) 0 0 (O N 01 O 0 n O 0 0 0 W O O O O �? 0 0 C N M LL 0 0 o t 0 O L0 0 o (O 0 CO n 0 0 0 N M V 0 l0 0 (O 0 0 0 0 0 0 0 o n c0 N a E 3 N_ N_ .g p N N_ N_ N_ N N_ N_ N N N N_ N_ N N_ N_ N N N N Q U O> y N 1 Y m CL m WLU m O LL@ X m j Co M O_ N Z N (n Z W Z w Ca O O m m C mfa m O m F- x a) E '.d N Z U o`i Z 3 W O i c m N c a m N Z m Z Z L aa)) m e a m o 'mp d U [L m N x m J 'm LL '.v P a7 C Q p m LL N - C m Z fL0 m N U Z 'o m: o CD C _'o N c M 'C a) W m E ? d 00 U M z Z in z m" U o a� ? w m �e v ai am as U) a a a 0) m> mn -um m- aan c m�p o ° ZcE E m 4)nd E m o a o >do a' U UN m j [L p> J U—c M -andmm:m� 'X X "O aCL E N Ja '... emn o H a .. m m :.''.. 5 d o a c la o o o o o > E U a, s d M a EL a a 0 t E E O E E E cxmi a c o- I a _ o- e o 0 G) J C (C (C W U o Fl ® LL N C L L W a�d c LI a Lii 2 F N O N W O O N� uj J C W Z M ro r r r r M r r r u� r r r r r N m m CO (O CO O (O CO CO [O (D Ip M M M M M M M M M M M M J r r r r r r N r r r r N r N r r N rW r N r N N N N r N rr N N N N N N r>N rmN Nrm mm >. >N. > M M >N, m m > W cl) C\l NN 4 a N O N N N 7 N N 0O° N NM 7M@ N NNNO0pNN O co Cl)M O Z r r r r r r r r r r r r r r r r r r r r r r r r r r r r r r r r r r O r N N C C N N N N N N N N N N N N N �. N >. N >. N C N C N C N N N N N N T N N T N >+ N >. N >. C> >. C> T N >. 7 q 0 q 0 q 0 i q Q g Q q Q q Q q Q L r VIL N N W N N N N N N d' N a N 7 N In N Q) N IO co N m N O N O N c`07 N ° N N N N p N p p N Q O N Cn /♦ O N M N N N N O 10 V CO 7 N N )O O M N N N 'It N N 7 N O U Zm Z Z Y m E N O �y i La Q Z Z Z N U ') V mn m m m co m N U o` OM c O w r m 0 (a a Z m m a Z m m a Z m I Y O U y c(L c d a) c d . c c N d M a co a 00 N Cn m a m m M N m m N cwp Z M� Z tO fWn E aE O F X Z U i 0 Z Y v C w g 0 (w g 0 w o m C c O M C a aO oo m Z a) m W l6 m y cmC C N 'CLc_CJa i m N m ZdlCmO� mN E om (3 U _ ° J 4° �we O ON M m ? ° ZN aV M6 w>a E E C7 "O m "O m ZwU fmmQ ZC -apm MUQ' fn co Iallo m CL a) a) ) r E O O C N aa - ° IL ° > a) a a >> OO O O O w C7J lC % n J to 0 co mm W E U O E E E M E a E a O N 3 N OE m m m of of m w O m C mO m aaavwwaaw0 a a a a a a d o m m 75 m 0 0 7 CO Q 0 r 0 0 Cn O 0 a0 0 0 N 0 M 0 7 0 Lp 0 f0 0 r 0 a0 0 0) 0 O 0 0 N 0 M 0 V 0 m 0 O 0® r e o 0 m 0 O )° 0 1° 0 N )° 0 M L° 0 V )° 0 N 1° 0 m �° 0 r )° 0 w m 0 m Cl O O E c a N N N N N N N N N N N N N N N N N N N V N V N V N V' N V {LLd@X N � � Uuo' 1p 1p 000ualpuaovaua00000�L� •��� vu®v aauv II N N m N N p UQ m .... Z Y N — N .w N y O O O m m LL A ?? O N OO O- = U OU � /� •V N« m _d U d LL N m Z 'U O p lL LL LL m O LL LL r0 O O Z Y C f0 Of F O C_ (E L U N O OI U Z Y C 'y m— m N (0 N O �, Z. �, m (6 f0 t0 _ (6 N Z ?' 'O "�. £ LL p N LL U • V Ca p f0 U! (6 ? IOL '.O lL LL LL � .6 Of O N 3 U— 'O N > 9 i U � :U N H — C n J C '.L 2 (6 .N Q LL mff m m y m 0 to m m a ~_ ) H N _ o� p' N tC0 iL U m N IL '.LL m N m m m NO N H .~-. N N 'm t6 Q a N — l0 11 U O L C a N y a 42 E W O m LL E N LL, m U Q �'o t m❑ LL LL LL U `■ a a a QQ� E C In -� LL LL U a� p'p fn E U N Q LL LLa- ■ ,N (J T Er LL .N 75 ■♦ co LL m �V U EL N H2 Co LL ■ LL LL LL �■ LL ON IN LL z' S W N O N a W O � O � < C � I W 2 F w o 0 o psi omo w o o m ro ao Z J n N r N n N n N r N lc*, I,*,-r N N r N r N r N n N n N n N r N n N n N r N r N r N r N n N r r n N N N r N r N r N /W� V / IS 00 /y� N N a N N O N O N m N N N O a N N M m N O O O O N N N N Z n..n n N N N r N r N n N r N r N n N r N n N n N n N r N n N n N r N n N r N r Cl n N n N n N r N r N O T C 3. >. C C O) a 6 a W N M M w N M 7 N 0) O m N (O O M M N co N M 7 N 0> O m N 0 N a0 N V m N O O N a0 N O O O O O O O. O Oa Lp U) Ip Ip O 10 Ip 11i If! M Ip 10 O N M O co) Z O m U W m d Z z z Z u) Ol 2 c o m U U Z ap ? d N rn . m y N (D D Y m d d N C N d K y LL C m a m N U Y Y Y? U m N N N .N .S N Y S a s { N N N y N N m Z O O O N LL LL LL O Z' C) N N l6 b y U v U U U _ O LL y O O S LL :4 N U C V N N U O N N U O m U m Z m O m y m C� mo N C LO m Ol lL m LL N •N Z Z (� m O N �, Z i Z uo Z p C O N F$ Q K O LL d N m Z 3 N N d m m?� m C N N C m p2 C @ .m _rn !i LL C N U E ? F a O = p I ^I (6 E C a m U LL' a (O N m m .N.. O) L C J l0 t0 ~ U U a LL' [4 NCD N N a N N d N U U m Y Q Of Nm Nm U m Y Q Nm Nm Nm N N C U N U O o E ❑ U a N N N a c c m N ❑ a fn N N a m m c N iL L U w > > LL 75 o W p❑ p a Q LL m LL ❑ a Q LL m a m LL LL n E p Q❑ m—❑ Q U a LL LL �° LL LL a LL m p. LL E — g m m C m m° ) 0 N N � O N C C N C Q 0 M- ¢ m LL LL LL LL C LL LL LL LL LL U LL LL LL LL C LL LL LL LL LL U C ll LL U !L LLIr `o N J N A � C J - 3 a z _ ? O M a V t00 c00 W W O O a M V c00 W a C O a O O O O O LL O O co _oo N cc N_ N_ co N_ N_ co N co N_ r N_ r N_ r r r r r r r N_ N_ N_ N N_ N_ r co 00 CO N_ N_ M V m(O N N N a o a 0 17 0 0 0 0 0 0 0 0 0lp0 0 0 0 0 0 0 0 0 0 0 N ] 0 0 0 N_ N_ I I U 0 0 DATE: 12/9/2025 REFERENCE **M&C 25- LOG NAME: 20104154-AMENDMENT NOA-DESIGN NO.: 1093 BUILD SERVICES WAGLEY ROBERTSON CODE: C TYPE: CONSENT PUBLIC NO HEARING: SUBJECT: (CD 7) Authorize Execution of Amendment No. 1 to the Design -Build Services Agreement with Flatiron Dragados Constructors, Inc. F/K/A Flatiron Constructors, Inc. to Provide Additional Preconstruction Services for the Wagley Robertson Road Project in the Amount of $678,308.78 Increasing the Pre - Construction Phase Fee to $2,714,208.78 (2022 Bond Program) RECOMMENDATION: It is recommended that the City Council authorize execution of Amendment No. 1 to the Design -Build Agreement with Flatiron Dragados Constructors, Inc. F/K/A Flatiron Constructors, Inc. (City Secretary Contract No. 62178)for additional preconstruction services for the Wagley Robertson Road project (City Project No. 104154) in the amount of $678,308.78 increasing the pre -construction phase fee to $2,714,208.78, within the project budget of $25,390,680.00. DISCUSSION: This Mayor and Council Communication (M&C) recommends authorization for execution of Amendment No. 1 to the Design -Build Agreement with Flatiron Dragados Constructors, Inc. F/K/A Flatiron Contractors, Inc. for additional preconstruction services for the Wagley Robertson Road project (City Project No. 104154). On August 27, 2024, with M&C 24-0745, the City Council authorized the execution of a Design -Build Agreement with Flatiron Constructors, Inc. for the purpose of design, construction, and construction management for the Wagley Robertson Road project with a preconstruction phase fee in the amount of $2,035,900.00, and a construction phase fee of 5.25\% of the cost of work, within the project budget of $25,390,680.00. On April 15, 2025, the City received notice that Flatiron Constructors, Inc. changed its name to Flatiron Dragados Constructors, Inc. The project consists of the reconstruction and widening of 0.45 miles of Wagley Robertson Road between Coneflower Trail and Quicksilver Trail from a 2-lane asphalt rural road to a 4-lane divided concrete street, including shared -use paths, streetlights, and two bridges over the floodplain. It has become necessary to perform additional preconstruction services in order to avoid the time constraints involved in obtaining an individual permit for Waters of the United States under Section 404 with the United States Army Corps of Engineers. The following table summarizes the current available funding for the project: Fund F Existing Funding I Additional Funding Project To 34014 - 2014 Bond Fund 1 $2,500,000.00 $0.00 $2,500,1 34027 - 2022 Bond Fund $9,009,320.001 $0.00F $9,009,: 30108 - Impact Fee $6,600,000.00F $0.001 $6,600,1 30104 - Developer Contribution $2,890,680.001 $0.001 $2,890,1 52002 - Stormwater Capital Projects $3,000,000.001 $O.00F $3,000,1 52008 - Drainage Rev Bonds Series 2023 1 $2,000,000.001 $O.00F $2,000,1 otal r $26,000,000.00 $0.00F$26,000,0 This project is included in the 2022 Bond Program. The City's Extendable Commercial Paper (ECP) (M&C 22-0607; Ordinance 25675-08-2022) provides liquidity to support the appropriation. Available resources will be used to actually make any interim progress payments until debt is issued. Once debt associated with a project is sold, debt proceeds will reimburse the interim financing source in accordance with the statement expressing official Intent to Reimburse that was adopted as part of the ordinance canvassing the bond election (Ordinance 25515-05-2022). Funding is budgeted in the 2022 Bond Program Fund for the TPW Department for the purpose of funding the Wagley Robertson project, as appropriated. The Project is located in COUNCIL DISTRICT 7. FISCAL INFORMATION/CERTIFICATION: The Director of Finance certifies that funds are available in the current capital budget, as previously appropriated, in the 2022 Bond Program Fund for the Wagley Robertson project to support the above recommendation and execution of the agreement. Prior to any expenditure being incurred, the Transportation & Public Works Department is responsible for validating the availability of funds. TO Department Project Budget Reference # Fund ID Account ID ProgramActivity Year (Chartfield 2)Amount FROM Department Project Budget Reference # Fund ID Account ID ProgramActivity Year (Chartfield 2)Amount Submitted for City Manager's Office by: Jesica McEachern (5804) Originating Department Head: Lauren Prieur (6035) Additional Information Contact: Monty Hall (8662) ATTACHMENTS 101431053 Form 1295 Certificate 09.22.2025 Signed.pdf (CFW Internal) 104154-M&C FID Attachment.xlsx (CFW Internal) 104154-Project Budget Summary.pdf (CFW Internal) 104154-SAM Search.pdf (CFW Internal) 20104154-AMENDMENT NO.1-DESIGN BUILD SERVICES WAGLEY ROBERTSON funds avail.docx (CFW Internal) M&C MAP WAGLEYROBERTSONRD CPN1O4154.pdf (Public) FORTWORTH. Routing and Transmittal Slip Transportation & Public Works Department DOCUMENT TITLE: Wagley Robertson Amdl M&C: 25-1093 CPN: 104154 CSO: 62178 DOC#: Date: 02-16-26 To: Name Department Initials Date Out 1. Kurt Knoebel-Signature Flatiron KCK 02/17/2026 2. David Kastendick- Signature TPW 'cam 02/17/2026 3. Raul Lopez -Review TPW e� 03/06/2026 4. Lissette Acevedo -Review TPW oN 03/06/2026 5. Patricia Wadsack-Review TPW P(,,W 03/10/2026 6. Lauren Prieur-Signature TPW Xxv 03/10/2026 7. Doug Black -Signature Legal 03/11 /2026 8. Jesica McEachern-Signature CMO 03/16/2026 9. Jannette Goodall CSO ' 03/18/2026 10. TPW Contracts TPW CC: TPW BSPAP Recon Team, TPW Records Room DOCUMENTS FOR CITY MANAGER'S SIGNATURE: All documents received from any and all City Departments requesting City Manager's signature for approval MUST BE ROUTED TO THE APPROPRIATE ACM for approval first. Once the ACM has signed the routing slip, Jay will review and take the next steps. NEEDS TO BE NOTARIZED: ❑YES ®No RUSH: ❑YES ®No SAME DAY: ❑YES ®No NEXT DAY: ❑YES ❑No ROUTING TO CSO: ®YES ❑No Action Required: ❑ As Requested ❑ For Your Information ® Signature/Routing and or Recording ❑ Comment ❑ File aM&C ❑ Attach Signature, Initial and Notary Tabs Return To: Please notify TPWContracts(&fortworthtexas.2ov for pickup when complete. Call ext. 7233 or ext. 8363 with questions. Thank you!