CONSTRUCTION COMMITTEE SUBJECT: 1-405...

18
Los Angeles County One Gateway Plaza 213.922.20~ Metropolitan Transportation Authority Los Angeles, CA 90012-2952 metro.net Metro 43 CONSTRUCTION COMMITTEE June 21,2012 SUBJECT: 1-405 SEPULVEDA PASS IMPROVEMENTS PROJECT ACTION: AUTHORIZATION FOR CHANGE ORDER TO CONSTRUCT REDESIGNED BRIDGES 10 AND 11 AND RIGHT-TURN LANE RECOMMENDATION A. Authorize the Chief Executive Officer to issue and negotiate Change Order No. 55 to Contract No. C0882, with Kiewit Infrastructure West Company, for construction of redesigned work at Bridges 10 and 11 and the right-turn lane from southbound Sepulveda Boulevard to westbound Wilshire Boulevard, in the not-to-exceed amount of $3,612,000 increasing the Total Contract Value from $794,975,625 to $798,587,625. B. Approve an increase of $3,612,000 to the Contract No. C0882 Change Modification Authority (CMA), from $93,450,700 to $97,062,700, with no change to the Project 405523 Life of Project (LOP) budget. On October 28, 201 1, the Board authorized costs for required design revisions to Bridges 10 and 11 in order to accommodate a request by the Los Angeles County to add a right-turn lane from southbound Sepulveda Boulevard to westbound Wilshire Boulevard. The design is now complete, and the current Board action requests authorization for added Construction costs associated with the work. DISCUSSION Bridges 10 and 11 are part of the Wilshire Interchange. Bridge 10 is the off-ramp from . northbound 1-405 to westbound Wilshire Boulevard, and Bridge 11 is the on-ramp to northbound 1-405 from westbound Wilshire Boulevard. When design plans for this area were sent to the Los Angeles County for review, the County requested that southbound

Transcript of CONSTRUCTION COMMITTEE SUBJECT: 1-405...

Los Angeles County One Gateway Plaza 213.922.20~

Metropolitan Transportation Authority Los Angeles, CA 90012-2952 metro.net

Metro 43

CONSTRUCTION COMMITTEE June 21,2012

SUBJECT: 1-405 SEPULVEDA PASS IMPROVEMENTS PROJECT

ACTION: AUTHORIZATION FOR CHANGE ORDER TO CONSTRUCT REDESIGNED BRIDGES 10 AND 11 AND RIGHT-TURN LANE

RECOMMENDATION

A. Authorize the Chief Executive Officer to issue and negotiate Change Order No. 55 to Contract No. C0882, with Kiewit Infrastructure West Company, for construction of redesigned work at Bridges 10 and 11 and the right-turn lane from southbound Sepulveda Boulevard to westbound Wilshire Boulevard, in the not-to-exceed amount of $3,612,000 increasing the Total Contract Value from $794,975,625 to $798,587,625.

B. Approve an increase of $3,612,000 to the Contract No. C0882 Change Modification Authority (CMA), from $93,450,700 to $97,062,700, with no change to the Project 405523 Life of Project (LOP) budget.

On October 28, 201 1, the Board authorized costs for required design revisions to Bridges 10 and 11 in order to accommodate a request by the Los Angeles County to add a right-turn lane from southbound Sepulveda Boulevard to westbound Wilshire Boulevard. The design is now complete, and the current Board action requests authorization for added Construction costs associated with the work.

DISCUSSION

Bridges 10 and 11 are part of the Wilshire Interchange. Bridge 10 is the off-ramp from .

northbound 1-405 to westbound Wilshire Boulevard, and Bridge 11 is the on-ramp to northbound 1-405 from westbound Wilshire Boulevard. When design plans for this area were sent to the Los Angeles County for review, the County requested that southbound

Sepulveda Boulevard be widened and a right-turn lane be added to westbound Wilshire Boulevard. Bridges 10 and 11 were completely redesigned to accommodate the right- turn lane. The length and abutment alignment for each bridge was modified, and the bridge type was changed to pre-cast, pre-stressed concrete girders, which will help expedite construction. Modifications were also required to several retaining walls, roadway and grading, drainage, approach slabs, and bents in adjacent bridges.

These revisions will significantly benefit the community and the traveling public. The SepulvedaIWilshire intersection is one of the busiest intersections in Los Angeles County, and the nation. The addition of the right-turn lane will mitigate backup, improve signalization, and enhance the flow of traffic on Sepulveda Boulevard.

The Contractor has not yet submitted a cost proposal for this change. However, the work must start in order to avoid schedule impacts. Added costs for the construction work are expected to exceed $1,000,000 and could reach $3,612,000, and therefore Board approval is required for the change. Staff recommends that the change order be issued in phases to authorize the start of work based on Metro's rough order of magnitude estimate. Fact-finding to reach agreement on costs will take place, in accordance with Metro's policies and procedures, when the Contractor's cost proposal is received.

This action will authorize the Chief Executive Officer to issue the change in phases and concurrently negotiate the change within a value not-to-exceed $3,612,000.

Increase Contract Modification Authoritv

On May 24, 2012, the Board approved a total Contract Modification Authority (CMA) for Contract C0882 in the amount of $93,450,700. Contract modifications and pending changes are currently estimated to total $91,472,871, excluding this Board action. The remaining CMA amount is insufficient to cover the estimated cost recommended above for this change and potential future changes. Staff requests that the Board increase the CMA by $3,612,000 for Change Order No. 55. (See Attachment B for the CMA summary.)

This CMA increase is covered by contingency in the LOP budget of $1.040 billion.

DETERMINATION OF SAFETY IMPACT

This Board action will not have an impact on established safety standards for Metro's Construction projects.

1-405 Project Change Order No. 55 Page 2

FINANCIAL IMPACT

The total value of $3,612,000 in funding for this modification is included in the FYI2 budget in cost center number 851 0, Construction Contracts/Procurement under Project 405523, 1-405 Sepulveda Pass Widening Projects, account 531 01, Acquisition of Buildings and Structures. As of February 29, 2012, $495.3 million has been expended on right-of-way, design, construction, and project labor. The cost impact of this modification is within the life of the project (LOP) budget.

Since this is a multi-year capital project, the Executive Director, Transit Project Delivery, will be responsible for budgeting in future years.

IMPACT TO BUS AND RAIL OPERATING AND CAPITAL

The source of funding for this work is FHWA funds, State of California Department of Transportation funds, and Local matching funds. These funds are not eligible for bus and rail operating and capital projects.

ALTERNATIVES CONSIDERED

Staff consulted with the Los Angeles County, the City of Los Angeles, and the California Department of Transportation (Caltrans) to identify alternatives at this location. Options were explored for incorporating the right-turn lane without redesign of Bridges 10 and 11, but this was not possible. Consideration was also given to excluding this work because it is was not requested by the County during review of the Project's Draft Environmental Impact Report or during discussion before the Project was bid. During design comment resolution discussions, staff informed County Department of Public Works staff that Metro considers this as a Betterment eligible for cost recovery. County staff requested that cost discussions be deferred to a later date and that the right-turn pocket be incorporated into the Project. In order to obtain County and City approvals and prevent owner-caused schedule delays, staff directed the Design-Builder to move forward with the redesign. When the Design-Builder's cost proposal for the redesign work was received, Metro's Project Manager sent a letter to the Director of the Department of Public Works and requested cost recovery. The Director of the Department of Public Works replied to Metro's Chief Executive Officer that these improvements are considered mitigation measures and the widening improvements will be constructed at no cost to the county.

This is one of the busiest intersections in the nation. If the 1-405 ramps (Bridges 10 and 11) were to be constructed as originally planned and designed, it would be impossible for the County to install the southbound right-turn lane at a future date.

1-405 Project Change Order No. 55 Page 3

The Board may reject this change pending resolution of cost issues between Metro and the County, however that will delay the Project and the Design-Builder will be seek other contractual or legal remedies.

A. Procurement Summary B. Contract Modification Authority (CMA) Summary

Prepared by: Michael A. Barbour, Executive Officer, Highway Project Management

1-405 Project Change Order No. 55

Executive Director Transit Project Delivery

" Chief Administrative Services Officer

f I

Arthur T. Leahy V

Chief Executive Officer

1-405 Project Change Order No. 55

ATTACHMENT A

PROCUREMENT SUMMARY

1-405 SEPULVEDA PASS IMPROVEMENTS PROJECT

A. Procurement Background

1. 2. 3.

4.

5.

6.

7.

Procurement of Contract No. C0882 was a two-step procurement process required under Public Contract Code Section 20209.20-20209.44. The first step was the issuance of a Request for Qualifications (RFQ) to ensure qualified bidders work on the 1-405 Project. Two firms were determined to be qualified on September I I , 2008. The second step was the issuance of the Invitation for Bid (IFB) to the pre-qualified firms on October 10, 2008. The Kiewit Pacific Co. bid was received February 20, 2009. Bid evaluation was in compliance with Metro Procurement policies and procedures for lowest price responsive and responsible design-build procurements.

The CEO awarded Contract No. C0882 to Kiewit Pacific Co. in the amount of $720,922,000, including $537,098,000 in base Contract Work, $157,057,000 in Provisional Sum amounts to cover specified additional work that may be necessary during the performance of the work, and $26,767,000 in Options. The Notice to Proceed was issued on June 2,2009 with commencement of contract time on August 31, 2009 and a Substantial Completion date of May 31, 201 3. In meetings on April 23, 2009, January 26, 2012, and May 24, 2012, the Board approved Contract Modification Authority (CMA) for C0882 totaling $93,450,700. Staff

Contract Number: C0882 Recommended Vendor: Kiewit Infrastructure West Co. Type of Procurement (check one) : IFB C] RFP C] RFP - A&E

Non-Competitive Modification Task Order Procurement Dates: A. Issued: October 10, 2008 B. Advertised/Publicized: September 4, 2008 C. Pre-proposal1Pre-Bid Conference: September 22, 2008 D. ProposalsIBids Due: February 20, 2009 E. Pre-Qualification Completed: September 11, 2008 F. Conflict of Interest Form Submitted to Ethics: February 24, 2009 G. Protest Period End Date: April 30, 2009

1-405 Project Change Order No. 55

Solicitations Picked up1Downloaded: 84 Contract Administrator: Mary Driscoll

Project Manager: Michael Barbour

Bids/Proposals Received: 1

Telephone Number: (3 1 0) 846-2363

Telephone Number: (3 1 0) 846-3522

is requesting authorization to increase the CMA by $3,612,000. This will bring the revised CMA to $97,062,700. To date, an amount not-to-exceed $95,084,871 has been allocated for changes (committed and/or estimated), including Change Order No. 55, which is the subject of the current recommended Board action. See Attachment B for details.

Change Order No. 55, Construct Redesigned Bridges 10 and 11, modifies the scope of work to add a right-turn lane as requested by Los Angeles County. In order to compensate the Design-Builder for costs associated with the construction work, staff is requesting authorization to allow the Chief Executive Officer to issue and negotiate a change order in an amount not-to-exceed $3,612,000.

B. Background on Contractor

Kiewit lnfrastructure West Company has years of experience in design-build construction projects, various types of heavy construction work, and transportation management, and has been prime contractor on highway projects nationwide. Kiewit also has firsthand knowledge of the unique southern California environment, with district offices located in Santa Fe Springs, California. Following award, Kiewit Pacific Co. informed Metro that the name of the entity performing the work has been changed to Kiewit lnfrastructure West Company.

C. Evaluation of Proposals

The recommended not-to-exceed price for this contract modification is in compliance with Metro Procurement Policies and Procedures, as described below.

D. CostlPrice Analysis Explanation of Variances

The final negotiated amount will comply with all requirements of Metro Procurement policies and procedures, including fact-finding, clarifications, cost analysis and legal to determine a fair and reasonable price before the contract modification is executed.

1-405 Project Change Order No. 55

Recommended Not-to-Exceed Amount

$3,612,000

Proposal Amount

TBD

Staff Estimate

$3,612,000

E (1). Small Business Participation (Design)

Kiewit lnfrastructure West Company made a 14% Disadvantaged Business Enterprise Anticipated Level of Participation (DALP) commitment for Design at the time of contract award. Based on the current amount paid-to-date to Kiewit, the DBE subcontract commitment is 33.17%. Current DBE participation' based on total actual amount paid- to-date to Contractor and total actual amount paid to date to DBE firms is 42.74% and includes ten (1 0) DBE subcontractors that have performed to-date.

SMALL BUSINESS COMMITMENT

Current Contract mount* $64,200,995 Total Actual Amount Paid to Date to Prime $51,524,185 Total Actual Paid to Date to DBEs $22,021,675

14% DESIGN

E (2). Small Business Participation (Construction)

DBE Subcontractors 1. B.A, Inc. (formerly

Bullock & Associates) 2. Earth Mechanics 3. FPL & Associates 4. Valle & Associates 5. C2PM 6. AP Engineering &

Testing 7. Jet Drilling 8. IDC Consulting

Engineers 9. Diaz Yourman 10. Lynn Capouya, Inc.

CURRENT SMALL BUSINESS PARTICIPATION

Kiewit lnfrastructure West Company made a 25% Disadvantaged Business Enterprise (DBE) Anticipated Level of Participation (DALP) for Construction at the time of contract award. Kiewit has awarded 31 DBE subcontracts and has a current commitment of

42.74%

DESIGN

Status

Performing

Performing Performing Performing Withdrawn

Performed Performing

Performing Performing Performing

TOTAL

I Current Participation = Total Actual Amount Paid-to-Date to DBE Subs + Total Actual Amount Paid-to-Date to Prime 2 Current Contract Amount= Original Contract Amount + Contract Cost Modzfications

2.29% CONSTRUCTION SMALL BUSINESS COMMITMENT

1-405 Project Change Order No. 55

Current Commitment

4.69%

4.28% 7.76% 14.79% 0.16%

0.19%

0.25%

0.40% 0.02% 0.63% 33.1 7%

Current Participation

14.56%

3.44% 8.30%

14.79% 0.16%

0.19%

0.25%

0 40%

0.02% 0.63%

42.74%

25% CONSTRUCTION CURRENT SMALL BUSINESS PARTICIPATION

9.76%. Based on the total amount paid-to-date to Kiewit, the total actual amount paid-to- date to DBE subcontractor participation is 2.29%. DBE participation will increase as payments are made against existing commitments. Kiewit is expected to continue ongoing outreach and good faith efforts to meet their DBE contract commitment.

Current Contract mount^ $620,662,927 Total Actual Amount Paid to Date to Prime $289,494,897 Total Actual Paid to Date to DBEs $ 6,625,260

1-405 Project Change Order No. 55

DBE Subcontractors 1. A&M Gentry Trucking 2. AC Dike Co. 3. Advanced Technology

Laboratory 4. Allied Environmental - Did

not perform CUF 5. Advantage Demolition &

Grading, Inc. 6. Axiom 7. Blue Heaven Trucking 8. California Grinding

Specialties dba Austin Enterprises

9. Cindy Trump, Inc. 10. Deborah Dyson Electrical 11. Environmental Treatment &

Tech, Inc. dba Advanced Technology, Inc.

12. Esparza's Welding & Machine Shop

13. Etzalan Trucking 14. First Fuel, Inc. 15. G&F Concrete Cutting 16. Galvin Preservation

Associates, Inc. 17. Global Business Solutions 18. lntegrety Rebar Placers 19. Julie-Rene's Cleaning

Service 20. Lange Group, Inc. 21. Lightcap Industries, Inc. 22. Leinaia's Transportation 23. Los Angeles Signal 24. Morgner Construction 25. National Group Security 26. Ortiz Asphalt Paving 27. Pacrim Engineering 28. Precon Products

Status Performing Performing

Performing

Performed

Performing

Performing Performing

Performing

Performing Performing

Performing

Performing

Performed Performing Performing

Performing

Performing Performing

Performing

Performing Performing Performing Performing Performing Performing Performing Performing Performing

Current Commitment

0.00%

0.02%

0.00%

0.02%

0.02% 0.01 %

0.04%

0.23% 0.01 %

0.04%

I .52%

0.07% 1.38% 0.60%

0.00%

0.14% 0.15%

0.02%

0.15% 0.05% 0.02% 0.08% 0.15% 0.23% 0.01% 0.03% 0.00%

Current Participation

0.00% 0.00%

0.02%

0 00%

0.02%

0.02% 0.01%

0.01%

0.15% 0.02%

0.02%

0.48%

0.07% 0.00% 0.64%

0.00%

0 12% 0.07%

0.02%

0.11% 0.05% 0.02% 0.01 % 0.13% 0.23% 0.01% 0.04% 0.00%

F(l) Design Subconsultants - All

DBE Subcontractors 29. Rivera Trucking 30. Sand Material & Aggregate

Sales, Inc. dba S M Sales 31. Ultra Systems

1-405 Project Change Order No. 55

Status Performing

To Perform

Performing TOTALS

Scope of Work Waste Disposal Services Engineering and Lab Testing Services Geotechnical Engineering Services Utility Design - Data Sheets

Transport and Dispose of Waste Drums Document Control Services

Drilling & Sampling Services for Geotechnical Exploration

1 2 3 4

5 6

7

-

Current Commitment

0.00%

0.61%

0.01% 9.76%

Design Subconsultants American Integrated Services AP Engineering & Testing (DBE) Applied Research Associates, Inc. B.A., Inc. (formerly Bullock & Associates) (DBE) Belshire Environmental Service C2PM (DBE)

Cascade Drilling

Current Participation

0.00%

0.00%

0.01% 2.29%

8 9 10 11

12 13 14 15 16

17 18

19 20

21 22 23 24 25 26

Cell-Crete CH2M Hill Corrpro Crux Subsurface

Diaz-Yourman (DBE) Dot.Dat Drill Tech Drilling and Shoring Earth Consultants Earth Mechanics, Inc. (DBE)

Enviro-Chem FPL & Associates (DBE)

Geovision Greenmeme

HNTB Corporation IDC Consulting Engineers (DBE) Jet Drilling (DBE) Kehoe Testing & Engineering Kleinfelder West, Inc. Lynn Capouya, Inc. (DBE)

CADD Services Corrosion Engineering Services COBOL and Logging Services for Boreholes

Peer Review landslid issue at RW 2004 Data Input of Boring Logs WorkingIDesign Drawings Peer review landslide issue at RW 2004 Geotechnical Services for Bridge Portion of Project

Environmental Lab Testing Highway Metering, Lighting, ITS and Freeway Sign Plans

Geophysical Investigation Design Aesthetic Finish for Walls 1720 & 1730

Designer Structural Independent Check - Bridge Drilling & Sampling Services CPT Sounding Services Geotechnical Services Design Landscape, Planting and Irrigation

F(2) Construction Subcontractors - All

Scope of Work Micro-Pile Plans Cone Penetration Services for Geotechnical Site lnvestigation

Boreholing for Geotechnical Site lnvestigation Peer Review for Retaining Walls Prepare QAIQC Program Mobil LlDAR Scanning of NB and SB Sections of 1-405 Mainline Pavement & Retaining Walls

Design Tie-Back Retaining Walls 1720 & 1730 Identify and Mitigate Corrosive Soils Technical Editing and Writing Services Drilling & Sampling Services for Geotechnical Borings

MSE Wall Working Plans Underground Utility Geophysical Location Services

Produce Microstation map files J Paul Getty Utility Relocation Design for Local Street Improvements Mobil LlDAR Scanning and Data Reduction Services

Structural Design of Bridges Lab Testing Services

27 28

29

30 31 32

33

34 35 36

37 38

39 40 41 42

43 44

1-405 Project Change Order No. 55

Design Subconsultants Malcolm Drilling Co Inc. Middle Earth Geo Testing

Pacific Drilling

PB&A PQM Psomas

Schnabel

Schiff Simply Stated (Kathy Hamilton) SoCal Drilling

SSL Subsurface Survey & Associates

Towill Corporation Unison Electric Valle & Associates (DBE) WH pacific

WKE Zeiser Kling

Scope of Work Trucking Services Minor Concrete at Sunset Bridge Place Asphalt Direction Drilling & Installation of Conduits Under Roadways

Concrete Barrier Rails Demolition of Residential Structures

Aerially-Deposited Lead (ADL) Investigations

Quality Assurance Consulting Services

1 2 3 4

5 6

7

8

Construction Subcontractors A&M Gentry Trucking (DBE) A&S Cement Contractors ACDike(DBE) Accu Bore

ACL Construction Advantage Demolition & Grading, Inc. (DBE) Advocet

Alfred D Foley, Foley Construction Services

1-405 Project Change Order No. 55

Scope of Work Aerially-Deposited Lead (ADL) lnvestigations

Pipe Jacking and Boring Aerially-Deposited Lead (ADL) lnvestigations

Asbestos & Lead Paint Analytical Services Drill Shafts for ClDH Pile Installation

Test Samples - MSE Walls

Erect and Weld Column Casings AWlS Equipment & Software Hazardous Assessment for Bridges Shotcrete Placement Aerially-Deposited Lead (ADL) lnvestigations

Temporary Striping Inspection & Construction Area Sign lnspection

Construction Sound Monitoring Underground Utilities Verizon/AT&T Conduit, Sanitary Sewer Encasement

Trucking Services Steel Girder & Metal Deck Erection Bridge Construction Fence & Guard Railing Supply Bearing Pads Cold Planer Rental for Grinding Asphalt Saw Concrete PavementISeal Pavement Joints

Construct Animal Crossing Supply Ready-Mix, Slurry & Jointed Plain Concrete Paving (JPCP)

Plant Survey, Tree Inventory, Jurisdiction Delineation

Cold PlaningIAsphalt Milling Furnish & Install Reinforcing Steel

Air Monitoring & Asbestos Pipe Removal JPCP & LCB Phase II Installation of Type 60 Concrete Barrier Rail

Cathodic Protection Install Precast Girders; Supply Pre-cast Deck Panels

9

10 11

12

13

14

15 16 17 18 19

20

21 22

23 24 25 26 27 28 29

30 31

32

33 34

35 36 37

38 39

Construction Subcontractors Allied Environmental

Allstate Boring American Integrated Services

AmeriSci Los Angeles

Anderson Drilling

A.P. Engineering & Testing (P.O.) (DBE)

Arc-Lyte Welding ASTl Transportation Systems ATC Associates Avar Construction Systems Avocet

Axiom (DBE)

Behrens and Associates Blois Construction

Blue Heaven Trucking (DBE) Bragg Crane and Rigging Co. Brutoco Engineering & Construction C&W Construction Specialties Cal Neva California Cold Planing California Grinding Specialties dba Austin Enterprises (DBE)

Cell-Crete Corp Cemex, Inc. dba Cemex Construction Materials Pacific, LLC

Chambers Group, Inc

Cindy Trump, Inc. (DBE) CMC Steel Fabricators Inc. dba CMC Regional Steel

Coffey Environmental Coffman Specialties Cooper Engineering, Inc.

CorrPro Companies Con Fab

1-405 Project Change Order No. 55

Scope of Work Rock DrillingICore DrillingIConcrete Saw Cutting, Chipping, & Roughing

SWPPP & SPCC Plans Supply H-Pile ITS Equipment & Devices Install Fences & Gates ADL Haul-off1Disposal; BirdIBat ManagementIControl

DesignIDetailing Services Geotechnical Analysis Certified RIG Welders UG Power Service FeedIResidential Electrical

Caltrans IT Software Butterfly Valves Vegetation ControlNVeed Abatement

Place Asphalt Emulsion Tack Coat Install Permanent & Temporary Soil Nail Walls

Jack & Bore Analytical Support Services; Stormwater Sample Analysis

Supply Steel Beams

Trucking Services Jointed Plain Concrete Paving (JPCP)/& Lean Concrete Base (ICB)

Supply Clear & Dyed Diesel Drive HP Steel & PCC Concrete Pile Mobilization (Pre-construction) Saw- Cutting; Concrete Saw Cutting, Rock Drilling, Roughening of Surface

Historical Recordation of Mulholland Bridge

Document Control Services Graffiti Cleanup Retrofit, Structural Bridges, Excavation, Backfill, Misc Bridge Metals, Misc Demo

Concrete Saw Cutting, Concrete Grind Hydro MulchingIHydro Seeding Furnish & Delivery Sand & Rock, Provide Onsite Crushing

40

41 42 43 44 45

46 47 48 49

50 51 52

53 54

55 56

57

58 59

60 61 62

63

64 65 66

67 68 69

Construction Subcontractors Concrete Coring Company

Conestoga-Rovers & Associates Crest Steel Crosstown Electrical & Data, Inc. Crown Fence CTI Environmental, Inc. (WBEIMBE)

D H Charles Engineering Dale Hinkle Dayton Certified Welding Deborah Dyson Electrical (DBE)

Delcan Dezurik Diverscape Inc. dba Diversified Landscape Co.

Diversified Asphalt Drill Tech Drilling & Shoring, Inc.

Elmore Pipe Jacking Environmental Treatment & Tech, Inc. dba Advanced Technology, Inc. (DBE)

EW Corporation dba Esparza's Welding & Machine Shop (DBE)

Eztatlan Trucking (DBE) FBD Vanguard Construction, Inc.

First Fuel, Inc. (DBE) Foundation Pile G&F Concrete Cutting (DBE)

Galvin Preservation Associates, Inc. (DBE)

Global Business Solutions (DBE) Graffitti Control Systems Griffith Company

Harber Companies, Inc. Hydrosprout, Inc. Infra-Structures Aggregates, Inc.

1-405 Project Change Order No. 55

70 71

72 73 74 75 76 77 78

79 80

81

82 83 84 85 86

87

88 89 90

91 92 93 94 95 96 97

98

99 100 101 102

Construction Subcontractors Integrity Rebar Placers (DBE) Jack Barry & Associates, Inc.

JM Turner Engineering, Inc. Julie-Rene's Cleaning (DBE)

Koppl L Johnson Construction Inc. Lange Group, Inc. (DBE) Leinaia's Transportation (DBE) Lightcap Industries, Inc., dba JC Supply & Manufacturing (DBE)

Lindy's Cold Planing (DBE) Los Angeles Signal Construction, Inc. (DBE)

LVI Environmental Services, Inc. dba LVI Facility Services

Malcolm Drilling Mass Electric Co. Matt Chlor McCain, Inc. Morgner Technology Management dba Morgner Construction Management (DBE)

Morris Engineering

National Group Security (DBE) Nor Cal Pipeline Northwest Excavating, Inc.

Northwest Pipe Co. Ortiz Asphalt (DBE) Pacific Coast Steel Pac Rim Engineering (DBE)

PB&A, Inc. Penhall Company

Pre-Con Products (DBE)

Redlands Transport, Inc. (DBE) Reycon Rialto Concrete Rivera Trucking (DBE)

Scope of Work Structural & Masonry Wall Rebar Vibration & Noise Consulting & Monitoring Engineering, Consulting, & Detailing Project Office Janiotrial Services Pipe Tapping Services Masonry Walls ExcavateIHaulZ3 Material Trucking Services ManufactureISupply Epoxy-Coated Dowels & Tie Bars

Asphalt Grinder Furnishllnstall Traffic Loops

RemoveIDispose Hazardous Matertials from Residential Structures ClDH Piles & Solder Piles Electrical Construction Services Disinfect Pipe Lighting, ITS, & Traffic Signal Supply Preconstruction Survey

Temporary FalseworWShoring Design Consultant

Unarmed Site Security CCTVISewer Clean Relocation of AT&T and Verizon Services Supply CML Pipe Yard Development - AC Paving Supplyllnstall Concrete Reinforcing Steel Cantilever Temporary Shoring Design Grind Asphalt Soldier Pilenie-Back Shoring Design BridgeIRamp Demolition and Haul Off, Sawcutting

Supply 48-inch Sewer Manhole Shaft Material

Trucking - Equipment & Supplies Install CMU Block Furnish & Deliver Concrete Pipe Transport Rock, Sand, Gravel, Asphalt, and Dirt

1-405 Project Change Order No. 55

Scope of Work Off-Site Testing for MSE WallsIOn-Site Testing for Ductbank

CIP Storm Drains & Catch Basins Lead Based Paint & Asbestos Surveys Supply & Deliver CLll & CLlll

Location Photograph Tree Survey Engineering Design, Consulting, & Detail Services NDE & NDT Testing of Fabricated Girders

Supply Precast Panels Traffic Management

Striping UG Utilities - Sanitary Sewer; Portable Crushing Abrasive-Blast & Zinc-Coat Column Casings

Top of Wall Gutters & V-Ditches

Overhead & Roadside Signs Verizon/AT&T Communications Conduit, Sanitary Sewer Encasement

Noise Abatement Plan Pipe Welding Demolition and Temporary Relocation of Utilities Emergency Response Crew & Equipment

Tree Removal & Clearing Sanitary Sewer Work Hot Mix Asphalt Paving

103

104 105 106

107 108 109

11 0

111 1 12

1 13 114

1 15

11 6

1 17 1 18

1 19 120 121

122

123 124 125

Construction Subcontractors RMA Group

Robert B Longway Royer Engineering Sand Material & Aggregate Sales, Inc. dba S M Sales (DBE)

Schaf Photo Seven Elk Ranch Smith Monroe Gray

Southern Inspection, Inc.

SSL Statewide Safety & Signs, Inc. (formerly Flashco, Inc.)

Sterndahl Steve Bubalo Construction Company, Inc.

Techno Coatings, Inc.

Techntonext Corp. dba Precision Shotcrete Innovations Traffic Solutions, Inc. UG Utilities

Ultrasystems Environmental (DBE) Ultra Welding Unison Electric

United Pumping

US Demo WA Rasic Western Paving Constructors, Inc.

ATTACHMENT B

CONTRACT MODIFICATION AUTHORITY (CMA) SUMMARY

C0882 DESIGN BUILD CONTRACT

1-405 Project Change Order No. 55

MOD or CNlCO MOD I

MOD 2

MOD 3

MOD 4

MOD 5

MOD 6

MOD 7

9'01

MOD 10

1'01

I2.O2

MOD 13

l4

MOD 15

MOD 16

MOD 17

I8.O2

20

MOD 21

MOD 22

23

Description

1-405 Provisional Sum Fund Adjustment - Utility Work

TP # (Utilities) Changes to Design Builder Requirements

Revision to Technical Provisional 19 (TP 19)

Revisions to Contract C0882 Article 9.5(d)(2)(A)

1-405 Provisional Sum Fund Adjustment - Hazardous Material

Cancelled

Cancelled

Widening of Sepulveda Between Station 171 9+75 and 1756+50 and Design Options 1720 and 1730 Retaining Walls - Design

Realign 1-405 between Stations 1754+00 and 1839+75 - Design including Approved for Construction (CN-7 and CN-22)

Realign Mulholland Drive - Design

Study to Determine Future Alignment Between Getty Center Drive and Sunset

Revision of Base TOP0 DrawingsIReversible Lane Temporary Lights and Signals

1-405 Provisional Sum Adjustment - Local Area Drainage

1-405 Provisional Sum Adjustment - Schedule C Item 7 (Hazardous Material)

Artists Project Renderings

1-405 Provisional Sum Adjustment - Schedule C- Utility Work

SWPPP Compensation

Sunset Bridge 16 Foundation Redesign (to accommodate temporary shoring)

Traffic Calming Measures - Installation of Speed Bumps at Rosamare

Acceleration of Demolition of Mulholland Drive Overcrossing - Opening Full Freeway Closure Early

Redesign Bridge 10 and 1 1 Unilateral - Construct 1-405 Realignment between Stations 1754+00 and 1839+75 including Getty Center Improvements - Area 5 City of Los Angeles Reversible Lane Project - Overlapping Areas

Value

$0

$0

$0

$0

$0

$0

$0

$1,404,158

$3,000,000

$825,556

$99,542

$1 80,643

$0

$0

$1 11,052

$0

$6,998,666

$1 57,325

$38,654

$300,000

$1 , I 92,985

$27,300,000

$2,600,000

1-405 Project Change Order No. 55

MOD or CNICO MOD 24

MOD 25

26

MOD 27

MOD 28

29

30

MOD 31

32

33

MOD 34

MOD 35

MOD 36

Description

Title 23 CFR 635.41 0 Buy America Certificate

Unilateral - Provisional Sum Credit for Utility Work

Unilateral - Construct Sepulveda Widening from Montana to Church, including Walls 1720, 1730, and 1746

Betterment LADWP Conduits at Mulholland Bridge

Increase Schedule C Provisional Sum Value

Design to Widen the Eastside of Sepulveda Boulevard South of Wilshire Boulevard

Design Change to Wilshire Boulevard West of 1-405 Based on County of LA Comments

Increase Schedule C Provisional Sum Value

Design to Mitigate the Landslide Condition at Wall 1868 Station 1879+20 - Bel Air Crest Design to Add Dual Left-Turn Lanes on Sepulveda Boulevard to Wilshire Boulevard Soundwall #I04 Height and Limit Revisions

Design Extension of the Auxiliary Lane on Sepulveda Blvd Between the New SB Skirball Ramps and Skirball Bridge - Auxiliary Lane

Design Extension of Auxiliary Lane on Sepulveda Between the New SB Skirball Ramps and Skirball Bridge -RT-Turn Lane of the City ReversibleIBike Lane

Subtotal MODS

Value

$0

($16,750,000)

($4,057,000)

$1,733,163

$39,950,000

$136,166

$143,653

$16,550,000

$285,657

$21,616

$304,285

$77,789

$128,402

$82,732,312

$149,672

$188,153

$2,069,163

$3,764,593

$2,248,245

$1 17,500

$105,565

$66,176

$31,492

$3,612,000

$12,352,559

CNICo 26

CNICO 31

CNICo 32

CNICo 35

CNICo 42

CNICO 45

CNICO 46

CNICO 49

CNICo 54

CNICO 55

Segment 3 Drainage Repairs in Caltrans ROW (at Station 1900, 1905 and 1884+50)

Furnish and Install Sunset Bridge 16 Temporary Shoring

Redesign Mulholland Drive (Bridge 22) to Rephase Demolition and Construction

Additional Construction Work Due to the Rephasing of Mulholland Drive OC Demolition

Furnish and Install Type 1 GRS Power Conduit for Caltrans Lighting Facilities

Design and Furnish a Sign at the Salvation Army Unilateral Phase 1 Redesign - Southern Portion of Northbound Getty Center Drive On-ramp (Eastside) to Avoid Giro Property Easement Unilateral - Westbound Dual-Left Turn on Mulholland Drive Unilateral - Demolish and Remove Veterans Administration Storage Shed in Work Zone of Wall 1675

Construct Bridges 10 and 11 ~edesign'

Subtotal Pending CNlCOs

Notes:

1 This Board Action - June 2012.

MOD or CNlCO

1-405 Project Change Order No. 55

Description Value

TOTAL MODS AND PENDING CHANGES TO DATE (Including this recommended action for MOD 31)

CMA AUTHORIZED BY THE BOARD (April 23,2009 + January 26,2012 + May 24,2012)

INCREASED CMA REQUEST TO JUNE 2012 BOARD

TOTAL CMA INCLUDING THIS RECOMMENDED ACTION

REMAINING CMA FOR FUTURE CHANGES

$95,084,871

$93,450,700

$3,612,000

$97,062,700

$1,977,829