SAN FRANCISCO MUNICIPAL TRANSPORTATION AGENCY

Size: px
Start display at page:

Download "SAN FRANCISCO MUNICIPAL TRANSPORTATION AGENCY"

Transcription

1 THIS PRINT COVERS CALENDAR ITEM NO. : 10. SAN FRANCISCO MUNICIPAL TRANSPORTATION AGENCY DIVISION: Capital Programs & Construction BRIEF DESCRIPTION: Authorizing the Director of Transportation to execute Contract Modification Nos. 17 through 30 and ratifying Contract Modification Nos. 13 through 16 which were already executed by the Director of Transportation to (SFMTA) Contract No. 1251, Union Square/Market Street Station Utilities Relocation with Synergy Project Management Inc. These Contract Modifications increase the contract amount by $1,852, to $20,794, and extend the term of the Contract by 103 calendar days to 583 calendar days. SUMMARY: On December 7, 2010, the SFMTA Board of Directors awarded Contract No. 1251, Third Street Light Rail Program, Phase 2 Central Subway Union Square/Market Street Station Utilities Relocation, to Synergy Project Management, in the amount of $16,832, The Contract work included the relocation of utilities to accommodate the future Central Subway Union Square/Market Street Station structure. During execution of Contract work, the Contractor encountered various unforeseen conditions at multiple locations. Additionally, the SFMTA and private utility owners requested that the Contractor perform work activities not included in the original Contract. To date, Contract Modification Nos. 1 through 16 have been executed which increased the contract amount by $2,703, to $19,535, and extended the term of the Contract by 39 calendar days to 519 calendar days. Contract Modification Nos. 17 through 30, will increase the Contract amount by $1,258, and will increase the Contract term by 64 calendar days. Of this total amount, $880, will be reimbursed to the SFMTA via existing agreements with the private utility owners. The SFMTA and the Contractor were unable to come to a timely bilateral agreement. In order to expedite payment to the Contractor, SFMTA Project Staff decided to proceed unilaterally with these 13 Modifications. Due to the unilateral nature of these Contract Modifications, there remains a possibility that the Contractor may pursue additional compensation. ENCLOSURES: 1. SFMTAB Resolution 2. Project Budget & Financial Plan 3. Contract Modification Nos. 13 through 30 APPROVALS: DATE DIRECTOR: 2/11/13 SECRETARY: 2/11/13 ASSIGNED SFMTAB CALENDAR DATE: February 19, 2013

2 PAGE 2. PURPOSE: Requesting authorization to execute Contract Modifications Nos. 17 through No. 30 and ratification of Contract Modification Nos. 13 through 16 which were already executed by the Director of Transportation to (SFMTA) Contract No. 1251, Third Street Light Rail Program, Phase 2 Central Subway Union Square/Market Street Station Utilities Relocation, with Synergy Project Management Inc. for an increase of $1,852, to the contract and a contract extension of 103 calendar days. GOAL: Contract Modification Nos. 13 through 30 to SFMTA Contract No. 1251, are consistent with the SFMTA Strategic Plan in the following goal and objective: Goal 3 - Improve the environment and quality of life in San Francisco. Objective 3.3: Allocate capital resources effectively. DESCRIPTION: Project Background: The Central Subway Project (Project) is the second phase of the SFMTA's Third Street Light Rail Project, and will add 1.67 miles of light rail track north from the northern end of the new Third Street Light Rail at Fourth and King Streets to a terminal in Chinatown. The Project will serve regional destinations, including Chinatown (the most densely populated area of the country that is not currently served by modern rail transportation), Union Square, Moscone Convention Center, Yerba Buena, SoMa and AT&T Park. The Project will also connect BART and Caltrain (the Bay Area s two largest regional commuter rail services), serve a low auto ownership population of transit customers, increase transit use and reduce travel time, reduce air and noise pollution, and provide congestion relief. The public interest and necessity require the construction and operation of the Project to achieve such benefits. The Project will have four stations and connecting subsurface tunnels to provide direct rail service to the South of Market and Chinatown neighborhoods. The Project has been planned and located in a manner that will be most compatible with the greatest public good and the least private injury. Current Status of the Project: The construction contract for relocating utilities for the Yerba Buena/Moscone Station and the tunnel portal areas (Contract No. 1250) is completed. The construction contract to relocate utilities in the Union Square/Market Street Station location (Contract No. 1251) is substantially complete. The tunneling contract (Contract No. 1252) is progressing with construction activities approximately 29 percent complete. The final Contract for the stations and systems is in the bid procurement process. On December 7, 2010, the SFMTA Board of Directors adopted Resolution No , which awarded Contract No. 1251, Third Street Light Rail Program, Phase 2 Central Subway Union Square/Market Street Station Utilities Relocation, to Synergy Project Management Inc., in the amount of $16,832, and a contract term of 480 calendar days.

3 PAGE 3. SFMTA issued the notice to proceed to the contractor on January 12, In the course of performing Contract work, unforeseen site conditions, design changes to meet field conditions and additional quantities of work caused changes to the Contract amount. To address these changes, the Executive Director/CEO and Director of Transportation approved Contract Modification Nos. 1 through 16 which increased the contract amount by $2,703, to $19,535, Contract Modification Nos. 13 through 16 which increased the contract amount by $593, were inadvertently executed by the Director of Transportation exceeding the authority level delegated to him through Resolution No , adopted on January 5, The total authority delegated to the Director of Transportation to issue contract modifications for contracts with original amounts of between $10 million and $50 million was $2,500,000. Contract modification executed to date exceeded that level by $203, Scope of Work and Cost Summaries of Contract Modifications: The additional work activities compensated under Contract Modification Nos. 13 through 30 are as follows: CONTRACT MODIFICATION NO. 13: Instructs the Contractor to install an additional secondary closure wall adjacent to the existing structure at 1 Stockton Street. This Contract Modification compensates the Contractor for this additional work request and resulting additional overhead costs due to a 39 day Contract time extension associated with this Contract Modification. The total costs for Contract Modification No. 13 are $408, This is a nonreimbursable Contract Modification. CONTRACT MODIFICATION NO. 14: Instructs the Contractor to install approximately 150 lineal feet in additional AT&T trenching, as well as installing an additional AT&T Vault (No. 133). The total costs for Contract Modification No. 14 are $100, AT&T has agreed to reimburse the SFMTA for this amount. CONTRACT MODIFICATION NO. 15: Instructs the Contractor to proceed with additional work required due to differing conditions encountered during the installation of sewer facilities at various locations. The general scope of work includes demolition and abandonment of underground utilities, demolition of concrete foundations and relocation of existing conflicting utilities to allow for execution of Contract Work. The total costs for Contract Modification No. 15 are $45, This is a nonreimbursable Contract Modification. CONTRACT MODIFICATION NO. 16: Instructs the Contractor to proceed with additional work required due to differing conditions encountered during the installation of San Francisco Water Department facilities. The general scope of work includes, but is not limited to, demolition and abandonment of NRG Energy and other underground utilities, demolition of concrete foundations, and relocation of existing conflicting utilities to allow for execution of Contract Work. The total costs for Contract Modification No. 16 are $39, This is a nonreimbursable Contract Modification.

4 PAGE 4. UNILATERAL CONTRACT MODIFICATION NO. 17: Instructs the Contractor to proceed with additional work required due to differing conditions encountered within the subsidewalk basement at Stockton Street. The additional work compensated herein includes, but is not limited to, the following work activities: Initial Site Cleanup Existing Utility/Property Protection Mitigation of Hazardous Materials Installation of Structural Support System for Existing Electrical Panels Hand Demolition and Excavation Required Due to Confined Working Environment Modified Micropile Installation Procedures Changes to Secondary Closure Wall Modified Utility Conduit Installation Schedule Equipment Standby and Decreased Production This Contract Modification also compensates the Contractor for additional time related overhead costs due to a 35 day contract time extension associated with this Contract Modification. The total costs for Contract Modification No. 17 are $337, This is a nonreimbursable Contract Modification. UNILATERAL CONTRACT MODIFICATION NO. 18: Instructs the Contractor to proceed with additional work required due to differing conditions encountered during the installation of sewer infrastructure adjacent to Macy s, Union Square Garage and the Gucci Store. The general scope of work includes demolition and abandonment of underground utilities, demolition of concrete foundations and relocation of existing conflicting utilities to allow for execution of Contract Work. The total costs for Contract Modification No. 18 are $69, This is a nonreimbursable Contract Modification. UNILATERAL CONTRACT MODIFICATION NO. 19: Instructs the Contractor to proceed with additional work required due to field changes requested by PG&E representatives. Activities compensated under this Contract Modification include: Installation of approximately 490 lineal feet of concrete separation wall between water and gas lines being installed as part of the Contract work. This scope of work includes: sidewalk demolition, excavation, concrete wall installation, backfilling and subsequent restoration. Support PG&E kill/tie-in activities at 12 locations within the project limits. Support work includes, but is not limited to: providing traffic control, excavation and shoring as directed by PG&E field personnel and subsequent restoration activities. The total costs for Contract Modification No. 19 are $293, PG&E has agreed to reimburse the SFMTA for this amount. UNILATERAL CONTRACT MODIFICATION NO. 20: Instructs the Contractor to proceed with the performance of various work activities initiated by changes to Overhead Contact System (OCS) and traffic signal designs. Activities compensated under this Contract Modification include:

5 PAGE 5. Installation of Muni Pole type 770 at 5 th and Folsom, installation of additional OCS facilities on Folsom Street and modifications to traffic signals at 5 th and Folsom Streets. The scope of work includes removal of existing infrastructure, surveying, and all work incidental to the installation of this infrastructure. The total costs for Contract Modification No. 20 are $110, This is a nonreimbursable Contract Modification. UNILATERAL CONTRACT MODIFICATION NO. 21: Instructs the Contractor to proceed with additional work required due to field changes requested by PG&E representatives. Activities compensated under this Contract Modification include: Installation of approximately 1,160 lineal feet of galvanized rigid steel (GRS) conduit in lieu of PVC (as indicated on original Contract Plans). Upsizing of existing PG&E Vault No. 873 Installation of approximately 50 lineal feet of additional PVC conduit The total costs for Contract Modification No. 21 are $83, PG&E has agreed to reimburse the SFMTA for this amount. UNILATERAL CONTRACT MODIFICATION NO. 22: Instructs the Contractor to proceed with additional work required due to field changes requested by SFMTA Construction Management representatives. Activities compensated under this Contract Modification include: Removal of JCDecaux kiosks as required to complete Contract work Furnish/install 2 additional benches along Muni reroute per request by Muni Operations Installation of additional waterproofing infrastructure at Fashion Institute of Design and Merchandising (FIDM), Crate and Barrel and Macy s properties as required to prevent water intrusion as a result of Contract work activities. The total costs for Contract Modification No. 22 are $84, This is a nonreimbursable Contract Modification. UNILATERAL CONTRACT MODIFICATION NO. 23: Instructs the Contractor to proceed with the demolition of AT&T Vault Nos. 113, 133 and 403 as well as the installation of additional trenching for AT&T facilities. Additionally, instructs the Contractor to proceed with additional work required due to differing conditions encountered during the installation of AT&T infrastructure. The total costs for Contract Modification No. 23 are $133, AT&T has agreed to reimburse the SFMTA for this amount. UNILATERAL CONTRACT MODIFICATION NO. 24: Instructs the Contractor to proceed with additional work required due to field changes requested by PG&E representatives and differing conditions encountered during the installation of PG&E facilities. Activities compensated under this Contract Modification include: Additional costs due to existing PG&E lines interfering with Contract auxiliary water supply system (AWSS) installation work Upsizing of existing PG&E Vault No. 584 Excavation and restoration of service cutover and gas kill/tie-in holes

6 PAGE 6. Interception of conduits at PG&E Vault No. 573 Removal of 8EA abandoned PG&E gas valves and installation of anodes Additional work related to the installation of PG&E Vault Nos. 467, 571, 573, 586 and 594 (including joint trench leading to these vaults). Use of regular concrete as opposed to Controlled Density Fill (CDF) The total costs for Contract Modification No. 24 are $333, PG&E has agreed to reimburse the SFMTA for this amount. UNILATERAL CONTRACT MODIFICATION NO. 25: Instructs the Contractor to proceed with additional work required due to differing conditions encountered during the installation of Qwest, Teleport Communications Group (TCG) and Underground Construction Company (UCCO) infrastructure. The general scope of work includes demolition of the existing ductbank and tying new conduits to their respective vaults. The total costs for Contract Modification No. 25 are $37, Qwest, TCG and UCCO have agreed to reimburse the SFMTA for this amount. UNILATERAL CONTRACT MODIFICATION NO. 26: Instructs the Contractor to proceed with additional work activities related to the installation of SFMTA and Bureau of Light, Heat and Power (BLHP) infrastructure. Activities compensated under this Contract Modification include: Enlargement of Muni Vault No. 900A Installation of additional streetlight conduit on 5 th Street between Harrison and Bryant Adjustments to OCS infrastructure along Mason Street Additional work activities required due to differing conditions encountered during the installation of OCS pole foundations along Mason and 5 th Streets. The total costs for Contract Modification No. 26 are $75, This is a nonreimbursable Contract Modification. UNILATERAL CONTRACT MODIFICATION NO. 27: Instructs the Contractor to proceed with additional work required due to requests made by SFMTA Construction Management representatives. Activities compensated under this Contract Modification include: Installation of additional rebar at 1 Stockton Street Acceleration of Contract work activities related to the installation of AT&T and PG&E vaults (including finishing/detailing work) Acceleration of Contract work activities as required to vacate area adjacent to Barneys New York store frontage per agreement between property tenant and SFMTA The total costs for Contract Modification No. 27 are $41, This is a nonreimbursable Contract Modification. UNILATERAL CONTRACT MODIFICATION NO. 28: Instructs the Contractor to proceed with the performance of additional work activities related to SFWD infrastructure. Activities compensated under this Contract Modification include:

7 PAGE 7. Rerouting of an existing unforeseen waterline discovered along Geary Blvd. Additional fittings and chipping as required to install an AWSS lateral at Market and Ellis Streets Core drilling and interior plumbing work at Armani and Disney Store properties as required for the completion of fire service water cutover work. The total costs for Contract Modification No. 28 are $61, This is a nonreimbursable Contract Modification. CONTRACT MODIFICATION NO. 29: Compensates the Contractor for additional time related overhead costs due to a 29 day Contract term extension due to delays associated with unforeseen SFWD work, delays resulting from work rescheduling requests by the SFMTA and delays due to differing conditions encountered during the execution of Contract work. The total costs for Contract Modification No. 29 are $106, This is a nonreimbursable Contract Modification. UNILATERAL CONTRACT MODIFICATION NO. 30: This final Contract Modification adjusts the estimated Contract Bid Item quantities to match the actual quantities and amounts of work provided and installed by the Contractor. This Contract Modification also contains credits to the SFMTA for estimated costs to repair privately owned utility infrastructure damaged by the Contractor during the execution of Contract work. The total credits for Contract Modification No. 30 are ($508,961.28). ALTERNATIVES CONSIDERED: Due to the unforeseen nature of these changes and additional work requests, no alternatives were considered by project staff. FUNDING IMPACT: Funding for the entire project comes from a combination of federal and local funds. All funding for this project has been secured. The budget and financial plan for this project is presented in Enclosure 2. OTHER APPROVALS RECEIVED OR STILL REQUIRED: No further approvals are required. The City Attorney has reviewed this calendar item. RECOMMENDATION: Staff recommends that the SFMTA Board of Directors authorizes the Director of Transportation to execute Contract Modification Nos. 17 through 30 and ratifies Contract Modification Nos. 13 through 16 which were already executed by the Director of Transportation to San Francisco Municipal Transportation Agency (SFMTA) Contract No. 1251, Union Square/Market Street Station Utilities Relocation. These Contract Modifications increase the contract amount by $1,852, to $20,794, and extend the term of the Contract by 103 calendar days to 583 calendar days.

8 SAN FRANCISCO MUNICIPAL TRANSPORTATION AGENCY BOARD OF DIRECTORS RESOLUTION No. WHEREAS, The (SFMTA) is constructing the Central Subway Project (Project) to provide rail service to the South of Market and Chinatown neighborhoods; and, WHEREAS, The Project is the second phase of the SFMTA's Third Street Light Rail Project and the Project will add 1.67 miles of light rail track north from the northern end of the new Third Street Light Rail at Fourth and King Streets to a terminal in Chinatown, serve regional destinations, including Chinatown (the most densely populated area of the country that is not currently served by modern rail transportation), Union Square, Moscone Convention Center, Yerba Buena, SoMa and AT&T Park, connect BART and Caltrain (the Bay Area s two largest regional commuter rail services), serve a low auto ownership population of transit customers, increase transit use and reduce travel time, reduce air and noise pollution, and provide congestion relief; and, WHEREAS, The Project will assist the SFMTA in meeting the objectives of Goal No. 3 of the SFMTA strategic plan (improve the environment and quality of life in San Francisco); and, WHEREAS, On December 7, 2010, the SFMTA Board of Directors adopted Resolution No , which awarded Contract No. 1251, Third Street Light Rail Program, Phase 2 Central Subway Union Square/Market Street Station Utilities Relocation, to Synergy Project Management Inc., in the amount of $16,832, and for a contract term of 480 calendar days; and, WHEREAS, The Executive Director/CEO and the Director of Transportation approved Contract Modification Nos. 1 through 12, which increased the amount by $2,109,385.74, with no extension to the Contract term; and, WHEREAS, The Director of Transportation inadvertently executed Contract Modification Nos. 13 through 16 exceeding the authority delegated to him through Resolution No , adopted on January 5, 2010; now, therefore, be it RESOLVED, That the SFMTA Board of Directors authorizes the Director of Transportation to execute Contract Modification Nos. 17 through 30 and ratifies Contract Modification Nos. 13 through 16 which were already executed by the Director of Transportation to the Contract No. 1251, Third Street Light Rail Program, Phase 2 Central Subway Union Square/Market Street Station Utilities Relocation Contract with Synergy Project Management in the amount of $1,852, for a total contact amount of $20,794, and extend Contract term by 103 calendar days for a total contract term of 583 days. FURTHER RESOLVED, That of this total amount, $980, will be reimbursed to the SFMTA via existing agreements with the private utility owners. I certify that the foregoing resolution was adopted by the Board of Directors at its meeting of February 19, Secretary to the Board of Directors

9 ENCLOSURE 2 THIRD STREET LIGHT RAIL PROJECT CENTRAL SUBWAY Project Budget & Financial Plan Cost ($Million) Conceptual and Preliminary Engineering Program Management & Construction Management Final Design Construction Contracts (Tunnel, Stations and Systems is $1.034B) 1, Vehicles Contingency Right-of-Way Other Professional Services Total Central Subway Cost $1, Funding ($Millions) Federal 5309 New Starts Federal CMAQ State RTIP Grant State TCRP Grant State Proposition 1A - High Speed Rail State Proposition 1B - PTMISEA Proposition K Sales Tax Funds Total Central Subway Funding $1,578.30

10 CONTRACT MODIFICATION NO. 13 SFMTA Contract No THIRD STREET LIGHT RAIL PROGRAM, PHASE 2 CENTRAL SUBWAY UNION SQUARE/MARKET STREET STATION UTILITIES RELOCATION Contractor: Synergy Project Management Inc. 150 Executive Park Blvd., Suite 4100 San Francisco, CA The Contract is modified as described below: 1. Compensate Contractor for the installation of an additional secondary closure wall adjacent to the existing structure at 1 Stockton Street. This new steel reinforced concrete wall has the following approximate dimensions: Height: 11-3 to 12-9 Length: 49-6 Thickness: 1-0. Additionally, this change requires the installation of a steel reinforced concrete footing with the following approximate dimensions: Width: 6-4 Length: 49-6 Thickness 2-6. These changes are contained in 4EA Contract Number 1251 drawings (listed below). Note that these new revisions shall supersede any existing prior revisions of Contract Plans. 1. SR-341 REV0A (10/31/2011 revision date) 2. SR-342 REV0A (10/31/2011 revision date) 3. WP-006 REV1 (10/28/2011 revision date) 4. WR-301 REV4 (10/28/201 revision date) The changes contained within these revisions resulted in Bid Item quantity adjustments to 9 Contract Bid Items. These Bid Item adjustments are listed below: BID ITEM QUANTITY ADJUSTMENT UNIT UNIT PRICE EXTENDED CONTRACT AMOUNT ADJUSTMENT UD TON $15.00 $ UD TON $15.00 $ SD SF $17.00 $6, WP LS $350, $17, JT CY $82.00 $3, SR CY $ $36, SR TON $2, $21, SR EA $6, $45, SR EA $6, $48, Subtotal of Contract Bid Item Adjustments Increase: $179, Installation of the aforementioned wall involves work activities whose scope is above-andbeyond the scope contained in existing Contract Bid Items. To address this, this Contract Modification also contains lump sum payments for these work activities, listed below, whose costs are not fully captured in existing Bid Item unit prices: 1. Traffic Control: Installation and maintenance of additional traffic control devices (including, but not limited to Triton barriers, cones and arrow boards) along Stockton Street during additional work duration.

11 2. Formwork: Additional work related to the inefficiencies associated with installation of additional footing forms and wall forms made difficult due to installation within the confined subsidewalk basement. 3. Excavation: Excavation of approximately 60CY of soil as required to install footing at specified depth. This quantity also includes excavation required to provide sloping as required to ensure safety of construction personnel. 4. Spoil Removal: Hand removal of drilling spoils from 15EA additional micro-piles 5. Subgrade Testing/Preparation: Inefficiencies associated with testing and preparation work due to confined working environment. 6. Construction of Step in Footing: Intricate forming/concrete placing as required to install designed step in footing. Note that any work required to implement the changes contained in the aforementioned drawings yet omitted from the above scope of work shall be considered incidental to the work being compensated within this Contract Modification. Such omitted work, if any, shall not warrant any additional costs beyond the costs contained in this Contract Modification. Lastly, this Contract Modification compensates the Contractor for additional time related overhead (TRO) costs resulting from the 39EA calendar day Contract extension contained herein. This compensation represents a complete and final compensation for all of the Contractor s additional indirect costs. Any omitted indirect costs, if any, shall not warrant any additional costs beyond the costs contained in this Contract Modification. 2. Add the following new Contract Pay Items: CM Bid Item Changes Due to Installation of Secondary Closure Wall (see table on previous page) Unit Price Adjustments: $179, CM CM Non-Bid Item Changes Due to Installation of Secondary Closure Wall Time Related Overhead Costs for 39EA Calendar Day Contract Extension Due to Installation of Secondary Closure Wall Lump Sum Cost: $85, Lump Sum Cost: $143, Total Amount of this Contract Modification Contract Value Increase: $408, Previous Total of Contract $18,941, New Revised Total of Contract: $19,350, Total Contract Time by this Contract Modification: 39 days Previous Contract Completion Date: 05/05/2012 New Revised Contract Completion Date: 06/13/2012

12 3. This Modification is made in accordance with Article 86 of the Contract General Provisions. Contractor acknowledges and agrees that the amounts agreed for the work described above shall be in full accord and satisfaction of all costs incurred both as of the date of this Contract Modification and any costs that Contractor may in the future incur arising from or otherwise related to Contractor s performance of the work under this modification, without limitation. Contractor releases SFMTA from all claims, for which full accord and satisfaction is hereby made, as set forth above. If this modification involves the granting of an extension of time, with or without cost, Contractor releases SFMTA from all claims and costs associated with such extension of time. Such costs may include, but are not limited to, costs for labor, materials, equipment, disruption, lost productivity, escalation, delay, extended overhead, administration and extended performance time. 4. Except as provided herein all previous terms and conditions of the Contract remain unchanged. This Contract Modification has been executed in quadruplicate in San Francisco, California as of this day of, SYNERGY PROJECT MANAGEMENT INC. CITY AND COUNTY OF SAN FRANCISCO Javad Mirsaidi Project Director Edward D. Reiskin Director of Transportation San Francisco Municipal Transportation Agency AUTHORIZED BY: Resolution No. Adopted: Attest: APPROVED AS TO FORM: Robert K. Stone Deputy City Attorney

13 CONTRACT MODIFICATION NO. 14 SFMTA Contract No THIRD STREET LIGHT RAIL PROGRAM, PHASE 2 CENTRAL SUBWAY UNION SQUARE/MARKET STREET STATION UTILITIES RELOCATION Contractor: Synergy Project Management Inc. 150 Executive Park Blvd., Suite 4100 San Francisco, CA The Contract is modified as described below: 1. Compensate Contractor for the installation of approximately 150LF in additional AT&T trenching (including conduit packages) and the installation of AT&T Vault No Per independent agreements made between AT&T and the Contractor, compensation includes all labor, equipment and materials required. Compensation excludes demolition of existing vault and any required utility support work. 2. Add the following new Contract Pay Items: CM 14 ATT Trenching and Vault 133 Lump Sum Cost: $100, Total Amount of this Contract Modification Contract Value Increase: $100, Previous Total of Contract $19,350, New Revised Total of Contract: $19,450, Total Contract Time by this Contract Modification: 0 days Previous Contract Completion Date: 06/13/2012 New Revised Contract Completion Date: 06/13/ This Modification is made in accordance with Article 86 of the Contract General Provisions. Contractor acknowledges and agrees that the amounts agreed for the work described above shall be in full accord and satisfaction of all costs incurred both as of the date of this Contract Modification and any costs that Contractor may in the future incur arising from or otherwise related to Contractor s performance of the work under this modification, without limitation. Contractor releases SFMTA from all claims, for which full accord and satisfaction is hereby made, as set forth above. If this modification involves the granting of an extension of time, with or without cost, Contractor releases SFMTA from all claims and costs associated with such extension of time. Such costs may include, but are not limited to, costs for labor, materials, equipment, disruption, lost productivity, escalation, delay, extended overhead, administration and extended performance time. 4. Except as provided herein all previous terms and conditions of the Contract remain unchanged.

14 This Contract Modification has been executed in quadruplicate in San Francisco, California as of this day of, SYNERGY PROJECT MANAGEMENT INC. Javad Mirsaidi Project Director CITY AND COUNTY OF SAN FRANCISCO Edward D. Reiskin Director of Transportation San Francisco Municipal Transportation Agency AUTHORIZED BY: Resolution No. Adopted: Attest: APPROVED AS TO FORM: Robert K. Stone Deputy City Attorney

15 CONTRACT MODIFICATION NO. 15 SFMTA Contract No THIRD STREET LIGHT RAIL PROGRAM, PHASE 2 CENTRAL SUBWAY UNION SQUARE/MARKET STREET STATION UTILITIES RELOCATION Contractor: Synergy Project Management Inc. 150 Executive Park Blvd., Suite 4100 San Francisco, CA The Contract is modified as described below: 1. Compensate the contractor for additional work due to differing conditions encountered during the installation of sewer infrastructure. This Modification is limited to the work contained in 13 Force Account Reports which the Contractor has provided to the SFMTA. The general scope of work includes, but is not limited to, demolition and abandonment of underground utilities, demolition of concrete foundations and relocation of existing conflicting utilities to allow for execution of Contract Work. 2. Add the following new Contract Pay Items: CM 15 Extra work for sewer facilities Lump Sum Cost: $45, Total Amount of this Contract Modification Contract Value Increase: $45, Previous Total of Contract $19,450, New Revised Total of Contract: $19,496, Total Contract Time by this Contract Modification: 0 days Previous Contract Completion Date: 06/13/2012 New Revised Contract Completion Date: 06/13/ This Modification is made in accordance with Article 86 of the Contract General Provisions. Contractor acknowledges and agrees that the amounts agreed for the work described above shall be in full accord and satisfaction of all costs incurred both as of the date of this Contract Modification and any costs that Contractor may in the future incur arising from or otherwise related to Contractor s performance of the work under this modification, without limitation. Contractor releases SFMTA from all claims, for which full accord and satisfaction is hereby made, as set forth above. If this modification involves the granting of an extension of time, with or without cost, Contractor releases SFMTA from all claims and costs associated with such extension of time. Such costs may include, but are not limited to, costs for labor, materials, equipment, disruption, lost productivity, escalation, delay, extended overhead, administration and extended performance time. 4. Except as provided herein all previous terms and conditions of the Contract remain unchanged.

16 This Contract Modification has been executed in quadruplicate in San Francisco, California as of this day of, SYNERGY PROJECT MANAGEMENT INC. Javad Mirsaidi Project Director CITY AND COUNTY OF SAN FRANCISCO Edward D. Reiskin Director of Transportation San Francisco Municipal Transportation Agency AUTHORIZED BY: Resolution No. Adopted: Attest: APPROVED AS TO FORM: Robert K. Stone Deputy City Attorney

17 CONTRACT MODIFICATION NO. 16 SFMTA Contract No THIRD STREET LIGHT RAIL PROGRAM, PHASE 2 CENTRAL SUBWAY UNION SQUARE/MARKET STREET STATION UTILITIES RELOCATION Contractor: Synergy Project Management Inc. 150 Executive Park Blvd., Suite 4100 San Francisco, CA The Contract is modified as described below: 1. Compensate the contractor for additional work due to differing conditions encountered during the installation of SFWD/NRG infrastructure. This Modification is limited to the work contained in 11 Force Account Reports which the Contractor has provided to the SFMTA. The general scope of work includes, but is not limited to, demolition and abandonment of underground utilities, demolition of concrete foundations and relocation of existing conflicting utilities to allow for execution of Contract Work. 2. Add the following new Contract Pay Items: CM 16 Extra work for SFWD/NRG facilities Lump Sum Cost: $39, Total Amount of this Contract Modification Contract Value Increase: $39, Previous Total of Contract $19,496, New Revised Total of Contract: $19,535, Total Contract Time by this Contract Modification: 0 days Previous Contract Completion Date: 06/13/2012 New Revised Contract Completion Date: 06/13/ This Modification is made in accordance with Article 86 of the Contract General Provisions. Contractor acknowledges and agrees that the amounts agreed for the work described above shall be in full accord and satisfaction of all costs incurred both as of the date of this Contract Modification and any costs that Contractor may in the future incur arising from or otherwise related to Contractor s performance of the work under this modification, without limitation. Contractor releases SFMTA from all claims, for which full accord and satisfaction is hereby made, as set forth above. If this modification involves the granting of an extension of time, with or without cost, Contractor releases SFMTA from all claims and costs associated with such extension of time. Such costs may include, but are not limited to, costs for labor, materials, equipment, disruption, lost productivity, escalation, delay, extended overhead, administration and extended performance time. 4. Except as provided herein all previous terms and conditions of the Contract remain unchanged.

18 This Contract Modification has been executed in quadruplicate in San Francisco, California as of this day of, SYNERGY PROJECT MANAGEMENT INC. Javad Mirsaidi Project Director CITY AND COUNTY OF SAN FRANCISCO Edward D. Reiskin Director of Transportation San Francisco Municipal Transportation Agency AUTHORIZED BY: Resolution No. Adopted: Attest: APPROVED AS TO FORM: Robert K. Stone Deputy City Attorney

19 UNILATERAL CONTRACT MODIFICATION NO. 17 SFMTA Contract No THIRD STREET LIGHT RAIL PROGRAM, PHASE 2 CENTRAL SUBWAY UNION SQUARE/MARKET STREET STATION UTILITIES RELOCATION Contractor: Synergy Project Management Inc. 150 Executive Park Blvd., Suite 4100 San Francisco, CA You are hereby directed to proceed with the following work under the provision 89 of the General Provisions of the Contract. The Contract is modified as described below: 1. Compensate Contractor for the additional work required due to the differing conditions encountered within the subsidewalk basement at Stockton Street. The following list summarizes the conditions encountered as well as the additional work required in order to proceed with Contract work: 1. Initial Site Cleanup: Upon initial site inspection the Contractor discovered that the aforementioned subsidewalk basement contained extensive amounts of debris. In addition to the debris, it was also found that equipment and materials from previous construction activities within the basement had not been removed. This Contract Modification compensates the SFMTA Contract Number 1251 Contractor for all costs incurred during the removal of this debris and construction paraphernalia. 2. Existing Utility/Property Protection: In addition to the above, numerous live utilities were discovered during initial inspection of the subsidewalk basement. These utilities included a fire sprinkler system, lighting circuits, electrical grounding conductors, a sewer lateral, water distribution infrastructure (meter box and termination point) and a natural gas meter. Due to the critical life safety of several of these utilities and the present occupancy of the property, it was clear that these facilities must remain active and undisturbed during construction activities. This Contract Modification compensates the Contractor for protection and support of these utilities. Examples of this protection/support work include rerouting of electrical lines to avoid active construction zones and slinging of piping to prevent possible deflection/breaking. 3. Mitigation of Hazardous Materials: During inspections a large steel reservoir was found to be containing hydraulic oil fluids. This reservoir was part of a previous elevator system which has since been removed from the property. This Contract Modification compensates the Contractor for costs incurred to both remove and mitigate the hazardous fluids as well as costs to remove the emptied tank. 4. Installation of Structural Support System for Existing Electrical Panels: In addition to the previously discussed existing utilities, extensive electrical infrastructure including, but not limited to, service lines, circuit breaker panels and electrical switchgear, was discovered within the subsidewalk basement. In order to proceed with Contract construction activities, an elaborate support system was required to allow for continued and undisturbed operation of this electrical equipment. This support system involved temporarily supporting the electrical panels from above. This was achieved by installing a structural steel beam underneath the panels and welding this beam to the existing structural sidewalk beams with two vertical steel members. Additionally, plastic and

20 plywood was used to ensure that moisture would not be able to come in contact with any electrical service equipment. 5. Hand Demolition and Excavation Required Due to Confined Working Environment: Due to the limited working space within the subsidewalk basement demolition and excavation activities are hampered due to the inability to use heavy equipment. This Contract Modification compensates the Contractor for the decreased productivity due to his limited equipment selection. 6. Modified Micropile Installation Procedures: As part of a continued effort to minimize any disturbances to the aforementioned existing utilities, the Contractor and his micropile installation Subcontractor devised a modified pile installation procedure which minimized movement of the auger and directed spoil outfall. This modified approached involved the installation of a fixed hollow steel tube which acted as a guide for the auger as well as a chute for the drilling spoils. This Contract Modification compensates the Contractor and his Subcontractor for the additional costs related to procuring the steel guide materials, installation and securing the guide and hand removal of the directed spoils. 7. Changes to Secondary Closure Wall: Due to the congestion of existing utilities within the footprint of the secondary closure wall (to be installed per original CN 1251 Plans), several small changes were made to the wall design. These changes consisted additional forming for block outs, wall jogs and service meters. Additionally, these changes involved the installation of a salvage manhole and the blocking out of a small area of the subsidewalk basement as required to allow for access after the installation of controlled density fill (CDF) in the voids surrounding newly installed utility conduits. 8. Modified Utility Conduit Installation Schedule: Due to the changes discussed in Item No. 7 (above) there is an area in the subsidewalk basement in which the newly installed conduit will not be supported by CDF (resulting from the required block out). In these areas the Contractor is required to install additional racking systems to prevent conduit deflection and/or damage. This Contract Modification compensates the Contractor for costs related to these additional racking systems. 9. Equipment Standby and Decreased Production: This Contract Modification also compensates the Contractor for equipment standby and subsequent decreased production resulting from the multitude of differing conditions encountered. Note that any work required to implement the changes discussed above yet omitted from the above scope of work shall be considered incidental to the work being compensated within this Contract Modification. Such omitted work, if any, shall not warrant any additional costs beyond the costs contained in this Contract Modification. Lastly, this Contract Modification compensates the Contractor for additional time related overhead (TRO) costs resulting from the 35EA calendar day Contract extension contained herein. This compensation represents a complete and final compensation for all of the Contractor s additional indirect costs.

21 2. Add the following new Contract Pay Items: CM CM Direct Work Costs Due to Differing Conditions in Stockton Street Subsidewalk Basement Time Related Overhead Costs for 35EA Calendar Day Contract Extension Due to Differing Conditions in Stockton Street Subsidewalk Basement Lump Sum Cost: $208, Lump Sum Cost: $129, Total Amount of this Contract Modification Unilaterally Determined Increase: $337, Previous Total of Contract $19,535, New Revised Total of Contract: $19,873, Total Contract Time by this Contract Modification: 35 days Previous Contract Completion Date: 06/13/2012 New Revised Contract Completion Date: 07/18/ This unilateral contract modification is effected pursuant to Article 89 of the General Provisions of the Contract. 4. Except as provided herein all previous terms and conditions of the Contract remain unchanged.

22 This unilateral Contract Modification has been executed in quadruplicate in San Francisco, California as of this day of, CITY AND COUNTY OF SAN FRANCISCO Edward D. Reiskin Director of Transportation AUTHORIZED BY: Resolution No. Adopted: Attest: APPROVED AS TO FORM: Robert K. Stone Deputy City Attorney

23 UNILATERAL CONTRACT MODIFICATION NO. 18 SFMTA Contract No THIRD STREET LIGHT RAIL PROGRAM, PHASE 2 CENTRAL SUBWAY UNION SQUARE/MARKET STREET STATION UTILITIES RELOCATION Contractor: Synergy Project Management Inc. 150 Executive Park Blvd., Suite 4100 San Francisco, CA You are hereby directed to proceed with the following work under the provision 89 of the General Provisions of the Contract. The Contract is modified as described below: 1. Compensate the contractor for additional work due to differing conditions encountered during the installation of sewer infrastructure adjacent to Macy s, Union Square Garage and Gucci Store properties. This Modification is limited to the work contained in twenty-five (25) Force Account Reports which the Contractor has provided to SFMTA. The general scope of work includes, but is not limited to, demolition and abandonment of underground utilities, demolition of concrete foundations and relocation of existing conflicting utilities to allow for execution of Contract Work. 2. Add the following new Contract Pay Items: CM 18 Extra work for sewer facilities at Macy s, Union Square Garage and Gucci Store Properties Lump Sum Cost: $69, Total Amount of this Contract Modification Unilaterally Determined Increase: $69, Previous Total of Contract $19,873, New Revised Total of Contract: $19,942, Total Contract Time by this Contract Modification: 0 days Previous Contract Completion Date: 07/18/2012 New Revised Contract Completion Date: 07/18/ This unilateral contract modification is effected pursuant to Article 89 of the General Provisions of the Contract. 4. Except as provided herein all previous terms and conditions of the Contract remain unchanged.

24 This unilateral Contract Modification has been executed in quadruplicate in San Francisco, California as of this day of, CITY AND COUNTY OF SAN FRANCISCO Edward D. Reiskin Director of Transportation AUTHORIZED BY: Resolution No. Adopted: Attest: APPROVED AS TO FORM: Robert K. Stone Deputy City Attorney

25 UNILATERAL CONTRACT MODIFICATION NO. 19 SFMTA Contract No THIRD STREET LIGHT RAIL PROGRAM, PHASE 2 CENTRAL SUBWAY UNION SQUARE/MARKET STREET STATION UTILITIES RELOCATION Contractor: Synergy Project Management Inc. 150 Executive Park Blvd., Suite 4100 San Francisco, CA You are hereby directed to proceed with the following work under the provision 89 of the General Provisions of the Contract. The Contract is modified as described below: 1. Compensate Contractor for the performance of various work activities initiated by PG&E field changes. Activities compensated under this Contract Modification include: 1. Installation of approximately 490LF of concrete separation wall between water and gas lines being installed as part of Contract work. Scope of work includes, but is not limited to, the following activities: Demolition and restoration of a portion of the sidewalk on east Stockton Street (between Geary and O'Farrell Streets). Approximate dimension: 6" wide by 340LF long. Excavation (to approximate depth of 36") and subsequent backfilling and compaction within aforementioned sidewalk strip Forming, pouring, and stripping of approximately 490LF of concrete separation wall. Total length includes the 340LF along Stockton, 110LF on Ellis Street and 40LF at the intersection of O'Farrell and Stockton Streets. 2. Support PG&E kill/tie-in activities at twelve (12) locations shown on PG&E drawings. Support work includes, but is not limited to, the following activities: Establishing traffic control and protection Excavation (typical hole dimension approximately W5'xL8'xD5') Installation/removal of trench support shoring Backfilling Restoration of street base and asphalt 2. Add the following new Contract Pay Items: CM 19 PG&E Concrete Separation Wall and Kill/Tie- In Support Work Lump Sum Cost: $293, Total Amount of this Contract Modification Unilaterally Determined Increase: $293, Previous Total of Contract $19,942, New Revised Total of Contract: $20,235, Total Contract Time by this Contract Modification: 0 days Previous Contract Completion Date: 07/18/2012 New Revised Contract Completion Date: 07/18/2012

26 3. This unilateral contract modification is effected pursuant to Article 89 of the General Provisions of the Contract. 4. Except as provided herein all previous terms and conditions of the Contract remain unchanged. This unilateral Contract Modification has been executed in quadruplicate in San Francisco, California as of this day of, CITY AND COUNTY OF SAN FRANCISCO Edward D. Reiskin Director of Transportation AUTHORIZED BY: Resolution No. Adopted: Attest: APPROVED AS TO FORM: Robert K. Stone Deputy City Attorney

27 UNILATERAL CONTRACT MODIFICATION NO. 20 SFMTA Contract No THIRD STREET LIGHT RAIL PROGRAM, PHASE 2 CENTRAL SUBWAY UNION SQUARE/MARKET STREET STATION UTILITIES RELOCATION Contractor: Synergy Project Management Inc. 150 Executive Park Blvd., Suite 4100 San Francisco, CA You are hereby directed to proceed with the following work under the provision 89 of the General Provisions of the Contract. The Contract is modified as described below: 1. Compensate Contractor for the performance of various additional work activities related to the installation of Muni overhead contact system (OCS) and traffic signaling infrastructure. Activities compensated under this Contract Modification include: 3. Installation of 1EA Muni pole 770 at 5 th and Folsom Streets. Scope of work includes the following: Removal of (E) MUNI pole 761, traffic signal attachments and pole foundation Slurry backfilling of foundation hole Additional potholing to determine suitable installation location Installation of new MUNI 770 pole (including foundation) with 20 cantilever mast arm 4. Installation of additional Muni OCS facilities on Folsom Street between 4 th and 5 th Streets. Scope of work includes the following: Subcontractor field surveys Furnishing of additional OCS infrastructure (feeder cable, riser cable, section insulators, underground galvanized rigid steel (GRS) conduit, riser conduits and pole bands) Installation of aforementioned infrastructure Traffic control as required 5. Installation of new left turn signal and modifications to existing traffic signal facilities at 5 th and Folsom Streets. Scope of work includes the following Replacement of existing mast arm signal head with special signal Installation of mast arm signal for Folsom St on the NE corner Added signal for left turn phase for SB 5th St Pulling of new cables for all new/added signal heads Additional miscellaneous work activities resulting from numerous differing conditions encountered during the installation of pole foundations along Folsom Street (as contained in Contract Modification No. 12). The general scope of work includes the demolition and abandonment of underground utilities and the demolition of concrete foundations to allow for execution of Contract Work.