october 27, 2011 - item 45 - regular board...

10
Los Angeles County One Gateway Plaza 213.g22.200~ Metropolin TransportationAuthority Los Angeles, CA 90012-2952 metro.net I 45 CONSTRUCTION COMMITTEE October 20,201 1 SUBJECT: 1-405 SEPULVEDA PASS IMPROVEMENTS PROJECT ACTION: AUTHORIZATION FOR CONTRACT MODIFICATIONS ,- RECOMME)IIDATION A. authorizing the Chief Executive Officer to negotiate and execute I 1 I Contract Modification No. 21 to Contract No. C0882 with Kiewit Infrastructure West Company, for redesign of Bridges 10 and 1 I for the 1-405 Sepulveda Pass Improvements Project for an amount not to exceed $1,345,000, increasing the total contract value from $737,801,248; and ---- " " - . ratifying the dec~sion made by the project tsam to proceed with critical path work for CNIC014 to proceed with redesign of Bfidges 10 and'l I pending final pricing o ISSUE Contract No. C0882 is a firm fixed price, federally funded contract, for Design Build of the 1-405 Sepulveda Pass lmprovements Project, adding a northbound 10-mile HOV lane and supporting infrastructure improvements such as ramps, bridges and sound walls on the San Diego Freeway (1-405) from the Santa Monica Freeway (1-10) to the Ventura Freeway (U.S. 101). The Contract was awarded on April 29, 2009. Notice to Proceed was issued on June 2,2009, with a Contract Commencement date of August 31, 2009. This modification addresses a request from Los Angeles County to add a right-turn lane from southbound Sepulveda Boulevard to westbound Wilshire Boulevard, and the resultant design revisions required to Bridges 10 and 11 to accommodate this request.

Upload: lamnguyet

Post on 02-Jul-2018

213 views

Category:

Documents


0 download

TRANSCRIPT

Los Angeles County One Gateway Plaza 213.g22.200~ Metropolin Transportation Authority Los Angeles, CA 90012-2952 metro.net

I 45

CONSTRUCTION COMMITTEE October 20,201 1

SUBJECT: 1-405 SEPULVEDA PASS IMPROVEMENTS PROJECT

ACTION: AUTHORIZATION FOR CONTRACT MODIFICATIONS

,-

RECOMME)IIDATION

A. authorizing the Chief Executive Officer to negotiate and execute I 1 I

Contract Modification No. 21 to Contract No. C0882 with Kiewit Infrastructure West Company, for redesign of Bridges 10 and 1 I for the 1-405 Sepulveda Pass Improvements Project for an amount not to exceed $1,345,000, increasing the total contract value from

$737,801,248; and ---- " " --

. ratifying the dec~sion made by the project tsam to proceed with critical path work for CNIC014 to proceed with redesign of Bfidges 10 and'l I pending final pricing o

ISSUE

Contract No. C0882 is a firm fixed price, federally funded contract, for Design Build of the 1-405 Sepulveda Pass lmprovements Project, adding a northbound 10-mile HOV lane and supporting infrastructure improvements such as ramps, bridges and sound walls on the San Diego Freeway (1-405) from the Santa Monica Freeway (1-1 0) to the Ventura Freeway (U.S. 101). The Contract was awarded on April 29, 2009. Notice to Proceed was issued on June 2,2009, with a Contract Commencement date of August 31, 2009.

This modification addresses a request from Los Angeles County to add a right-turn lane from southbound Sepulveda Boulevard to westbound Wilshire Boulevard, and the resultant design revisions required to Bridges 10 and 11 to accommodate this request.

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 I 1 is the on-ramp to northbound 1-405 from westbound Wilshire Boulevard. When the design for this area was completed and sent to 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. The addition of the right-turn lane will significantly benefit the traveling public, by enhancing the flow of through traffic on Sepulveda Boulevard, increasing the right turn-lane capacity, and improving signalization at the intersection.

Bridges 10 and 11 must be completely redesigned to accommodate the right-turn lane. The length and abutment alignment for each bridge must be modified, and the bridge type will be changed to pre-cast, pre-stressed concrete girders, which will help expedite construction. Design modifications are also required for several retaining walls, roadway and grading, drainage, traffic signals and striping, and other elements of work. In addition, portions of Bridge 8 must be redesigned in order to re-sequence construction and avoid Bridge 8 schedule impact due to delay caused by the Bridge 10 redesign.

Staff requests authorization for the Chief Executive Officer to negotiate and approve Contract Modification No. 21 at a value not-to-exceed $1,345,000 to compensate the Design-Builder for added work required to redesign Bridge 10, Bridge 11 and associated Project elements.

RATIFICATION

In August 2010, staff prepared a Rough Order of Magnitude Estimate for this change valued at less than a million dollars. A Change Order was issued to the Design-Builder so that the work could proceed. Subsequently, fact-finding meetings were held with the Design-Builder to clarify the scope of work. The scope had increased substantially due in part to revision required to Bridge 8 in order to avoid schedule impacts. When Metro's Independent Cost Estimate valued the design work over million dollars, this item was placed on the Board agenda.

Staff requests that the Board authorize the Chief Executive Office to ratify the start of the redesign work pending final pricing under CNlCO14.

FINANCIAL IMPACT

The not-to-exceed $1,345,000 funding for this modification is included in the FYI2 budget in cost center number 851 0, Construction Contracts/Procurement under

Change Modification No. 21, Redesign Bridges 10 and 11 Page 2

Project 405523, 1-405 Sepulveda Pass Widening Projects, account 53101, Acquisition of Buildings and Structures. As of June 201 1, $366 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 right-turn lane because it was not requested by the County during review of the Project's Draft Environmental Impact Report or during discussion before the Project was bid. However, this is one of the busiest intersections in the nation. If the 1-405 ramps (Bridges 10 and 11) are constructed as originally planned, they would make it impossible for the County to install the right-turn lane at a future date. Therefore, staff recommends approval of this change.

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

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

Change Modification No. 21, Redesign Bridges 10 and 11 Page 3

\ J

Krishniah N. Murthy Executive Director Transit Project Delivery

I I

Arthur T. Leahy Chief Executive Officer

Change Modification No. 21, Redesign Bridges 10 and 11 Page 4

ATTACHMENT A

PROCUREMENT SUMMARY

1-405 SEPULVEDA PASS IMPROVEMENTS PROJECT

A. Procurement Background

I. 2. 3.

3.

4.

5.

6.

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 1 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.

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: NIA B. AdvertisedIPublicized: NIA C. Pre-proposal1Pre-Bid Conference: NIA D. ProposalsIBids Due: NIA E. Pre-Qualification Completed: NIA F. Conflict of Interest Form Submitted to Ethics: NIA G. Protest Period End Date: NIA

Change Modification No. 21, Redesign Bridges 10 and 11

Solicitations Picked uplDownloaded: NIA

Contract Administrator: Mary Driscoll

Project Manager: Michael Barbour

BidsIProposals Received:

Telephone Number: (31 0) 846-2363

Telephone Number: (3 1 0) 846-3522

In April 2009, the Board approved establishment of Contract Modification Authority (CMA) for C0882 valued at $36,950,700. To date, an amount not-to-exceed $22,772,022 has been allocated for changes (committed andlor estimated), includes Contract Modification No. 21 which is the subject of current recommended Board action. See Attachment B for details.

Contract Modification No. 21, Redesign of Bridges 10 and 11, modifies the scope of work to add a right-turn lane from southbound Sepulveda Boulevard to westbound Wilshire Boulevard as requested by Los Angeles County. In order to compensate the Design-Builder for costs associated with the redesign work, staff is requesting authorization to allow the Chief Executive Officer to negotiate and execute a contract modification in an amount not-to-exceed $1,345,000.

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 Contract Modification No. 21 is in compliance with Metro Procurement Policies and Procedures, as described below.

D. CostlPrice Analvsis 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.

Change Modification No. 21, Redesign Bridges 10 and 11

Recommended Not-to-Exceed

Amount

$ 1,345,000

Proposal Amount

$ 1,345,000

Staff Estimate

$ 1,200,000

E (1). Small Business Participation (Design)

Kiewit lnfrastructure West Company committed to a 14% Disadvantaged Business Enterprise Anticipated Level of Participation (DALP) for Design at the time of contract award. Based on the current amount paid-to-date to Kiewit, the DBE subcontract commitment is 26.79%. Current DBE participation1 based on total actual amount paid- to-date to Contractor and total actual amount paid to date to DBE firms is 42.41% and includes nine (9) DBE subcontractors that have performed to-date.

Current Contract ~ m o u n e $60,245,708 Total Actual Amount Paid to Date to Prime $42,386,379 Total Actual Paid to Date to DBEs $ 17,997,213

42.41% DESIGN SMALL BUSINESS COMMITMENT

E (2). Small Business Participation (Construction)

14% DESIGN CURRENT SMALL BUSINESS PARTICIPATION

DBE Subcontractors B.A, Inc. (formerly Bullock & Associates) Earth Mechanics FPL & Associates Valle & Associates C2PM

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 24 DBE subcontracts with a current commitment of 13.05%. Based on the total amount paid-to-date to Kiewit, the total actual amount paid-to-date to DBE subcontractors is 1.65%. DBE participation will increase as payments are made

Current Commitment

5.67%

5.17% 9.39% 5.22% 0.20% 0.18%

0.24%

0.48% 0.24%

26.79%

Status Performing

Performing Performing Performing Withdrawn

' Current Participation = Total Actual Amount Paid-to-Date to DBE Subs + Total Actual Amount Paid-to-Date to Prime Current Contract Amount= Original Contract Amount + Contract Cost Mod#cations

Current Participation

16.35% 3.55% 8.31%

12.77% 0.20%

0.21 % 0.30%

0 48% 0.24%

42.41 %

1.65% CONSTRUCTION

Change Modification No. 21, Redesign Bridges 10 and 11

AP Engineering & Testing Jet Drilling IDC Consulting Engineers Lynn Capouya, Inc.

CURRENT SMALL BUSINESS PARTICIPATION

SMALL BUSINESS COMMITMENT

Performed Performing

Performing Performing

TOTAL

25% CONSTRUCTION

against existing commitments. Kiewit is expected to continue ongoing outreach and good faith efforts to meet their DBE contract commitment.

Current Contract ~moun? $568,622,831 Total Actual Amount Paid to Date to Prime $196,949,400 Total Actual Paid to Date to DBEs $ 3,315,997

Current

Change Modification No. 21, Redesign Bridges 10 and 11

Current DBE Subcontractors

1. A&M Gentry Trucking 2. Advanced Technology

Laboratory 3. Allied Environmental - Did

not perform CUF 4. Advantage Demolition &

Grading, Inc. 5. Axiom 6. California Grinding

Specialties dba Austin Enterprises

7. Cindy Trump, Inc. 8. Deborah Dyson Electrical 9. Environmental Treatment

& Tech, Inc. dba Advanced Technology, Inc.

10. Esparza's Welding & Machine Shop

Status Performing

Performing

Performing

Performing

Performing

Performing

Performing Performing

Performing

Performing

23. Pacrim Engineering 24. Sand Material &

Aggregate Sales, Inc. dba S M Sales

25. Ultra Systems

Commitment 6.09%

0.03%

0.12%

0.03%

0.03%

0.05%

0.34% 0.01 %

0.03%

1.73%

Participation 0.00%

0.03%

0.00%

0.00% 0.02%

0.01 % 0.10% 0.01 %

0.00%

0.23%

Performing

To Perform

Performing TOTALS

0.03%

0.89%

0.03% 13.05%

0.02%

0.02% 1.65%

ATTACHMENT B

CONTRACT MODIFICATION AUTHORITY (CMA) SUMMARY

C0882 DESIGN BUILD CONTRACT

Change Modification No. 21, Redesign Bridges 10 and 11

Value

$0

$0

$0 $0 $0

$0 $0

$1,800,000

$3,000,000

$3,000,000

$99,542

$1 80,643

$0

$0

$1 11,052 $0

$7,000,000

$127,131

MOD or CNlCO MOD I

MOD 2

MOD 3 MOD 4 MOD 5

MOD 6 MOD 7 MOD 8

MOD 9.01

MOD 10

MOD 11 .O1

MOD 12.02

MOD 13

MOD 14

MOD 15 MOD 16

MOD 17

MOD 18.01

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 - ~ e s i ~ n '

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

Realign Mulholland Drive - ~esign'

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 compensationL

Sunset Bridge 16 Foundation Redesign (to accommodate temporary shoring)

Notes: 1 Not-to-exceed value approved by the Board at December 2010 Meeting. 2 Not-to-exceed value in-process for Board approval at September 201 1 Meeting. 3 Estimated value. Fact-finding is in process.

MOD or CNICO MOD 19

MOD 20

MOD 21

CNICO 9.01

CNICO 10.01

CNICO 21

CNICO 26

CNICO 31

CNICO 32

P

CNIC~ 33

CNlCO 34

TOTAL CMA

4 As approved by the Board in February 201 1, negotiations are in process with the City of Los Angeles to identify the scope of work and compensation to Metro for this work. The value shown is the City's proposed estimate for the work.

5 Will be brought to the Board for approval.

Description

Traffic Calming Measures - Installation of Speed Bumps at Roscomare Acceleration of Demolition of Mulholland Drive Overcrossing - Opening Full Freeway Closure Early Redesign of Bridges 10 and 1 1 Subtotal City of Los Angeles Reversible Lane Project - Overlapping Areas

Soundwall # I 04 Height and Limit ~evisions'

Revise Soundwall Material to be Absorptive in the Westwood Hills Area

Segment 3 Drainage Repairs in Caltrans ROW

Furnish and Install Sunset Bridge 16 Temporary Shoring

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

--

Construct 1-405 Realignment between Stations 1754+00 and 1839+75 including Getty Center Improvements - Area 5

Construct Sepulveda Widening from Montana to Church, including Walls 1720, 1730, and 1746 EXPENDED, COMMITTED OR ESTIMATED

Change Modification No. 21, Redesign Bridges 10 and 11

Value

$38,654

$300,000

$1,345,000 $1 7,002,022 $2,600,000''

$260,000"

$70,000'

$685,000'

$255,000'

$800,000'

- -

$5,000,0003~

($3,900,000) 'I

$22,772,022 CMA AUTHORIZED BY THE BOARD ON APRIL 23,2009

REMAINING CMA AFTER THIS BOARD ACTION $36,950,700 $14,178,678