Loading...
HomeMy WebLinkAboutMINUTES - 12141993 - 1.89 TO: BOARD OF SUPERVISORS Contra yr . CostaFROM: Phil Batchelor, County Administrator County DATE: c?srq-co----TJ December 14, 1993 SUBJECT: Monthly Report on the Merrithew Hospital Replacement Project, SPECIFIC REQUEST(S)OR RECOMMENDATION(S)&BACKGROUND AND:JUSTIFICATION RECOMMENDATION Acknowledge receipt of the monthly report prepared by O'Brien- Krietzberg & Associates, Construction Managers on the status of the Merrithew Memorial Hospital Replacement Project. BACKGROUND The contract for construction management with O'Brien-Krietzberg & Associates for the Merrithew Memorial Hospital Replacement Project requires a monthly status report to be filed with the Project Director in the Office of the County Administrator. Copies of the monthly report are provided to the Clerk of the Board and the Board of Supervisors for information purposes . I I I I i I CONTINUED ON ATTACHMENT: YES SIGNATURE: RECOMMENDATION OF COUNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE APPROVE OTHER I • I SIGNATURE(S): ACTION OF BOARD ON December 14, 1993 APPROVED AS RECOMMENDED XX OTHER i - I I j f VOTE OF SUPERVISORS XX _ _ I HEREBY CERTIFY THAT THIS IS A TRUE UNANIMOUS(ABSENT ) AND CORRECT COPY OF AN ACTION TAKEN. AYES: NOES: AND ENTERED ON THE MINUTES OF THE BOARD ABSENT: ABSTAIN:- OF SUPERVISORS ON THE DATE SHOWN. DeRoyce Bell (646-409'3) ATTESTED December 14, 1993 Contact: F. Pugl is i, HSD (via CAO) PHIL BATCHELOR,CLERK OF.THE BOARD OF ! CC: J. Campbell, OKA (via CAO) - SUPERVISORS AND COUNTY ADMINISTRATOR BY DEPUli I I ' r 1 �,�'�':•5 ESL .,o\ oz �rl::iu�fn"s�. fz o coir CONTRA COSTA COUNTY Merrithew' Memorial Hospital Replacement Progress Report No. 14 November 15 , 1993 W. AIL i7 71 fl PROP fi ITP £+- 1,3� 'C 2# �- M��• :i -£ - Cyt � `� •1 s # t r Z' { y .r O'Brien-Kreitzberg ' O'Brien-Kreitzberg Professional Construction Managers 1 . ' November 15, 1993 DeRoyce Bell Deputy County Administrator Contra Costa County 651 Pine Street, 11th Floor Martinez, CA 94553 SUBJECT: MERRITHEW MEMORIAL HOSPITAL REPLACEMENT,2500 ALHAMBRA AVENUE, MARTINEZ; Progress Report No. 14 Enclosed for our use and distribution is the Monthly Progress Report for the Contra Costa Count Y Y b P . Y Merrithew Memorial Hospital dated November 15, 1993. The report contains information based upon data through October 1993. Sincerely yours, John Campbell Project Manager NO V 1501.121 JC:mc File: A2.1.1 A7.2 O'Brien-Kreitzberg&Associates, Inc. Bayside Plaza Telephone(415)777-0188 188 The Embarcadero Fax (415)777-3023 San Francisco, CA 94105 Q DISTRIBUTION LIST aCONTRA COSTA COUNTY BOARD OF SUPERVISORS Tom Powers Jeff Smith Gayle Bishop Sunne Wright McPeak Tom Torlakson COUNTY ADMINISTRATION Phil Batchelor DeRoyce Bell MERRITHEW MEMORIAL HOSPITAL Mark Finucane Frank Puglisi GENERAL SERVICES DEPARTMENT Barton Gilbert Robert Hill ARCHITECT Kaplan/McLaughlin/Diaz Jim Diaz CONSTRUCTION MANAGER O'Brien-Kreitzberg & Associates File A7 .2 John Campbell Rob Robinson ' Laurie Togashi ' TABLE OF CONTENTS SECTION I . EXECUTIVE SUMMARY II . PROJECT DESCRIPTION III. PROJECT INFORMATION AND STATUS A. '-SCHEDULE B. COST C. ISSUES EXECUTIVE SUMMARY Project Scope: The'new building is to be located at the site of the hospital. Equipment Planning/Budget:The equipment planning consultant This five story, 210,000 sq. ft. new building will house the has prepared database evaluations for hospital operations of following:Inpatient Nursing for Medical,Surgical,Geriatrics, inventoried equipment. A budget deficit for equipment exists; Obstetrics, Labor/Delivery, New Born Nursery, Intensive the budgeted amount is $8,882,675, the anticipated cost prior to Care; Emergency; Crisis; Medical Imaging; as well as the application of existing inventory savings is$15,446,878;the necessary administration and support functions. savings suggested by the Equipment Consultant as a result of the inventory is $2,213,573, the remaining deficit is $5,859,517. Issues/Actions: The hospital is presently evaluating additional equipment, that OSHPD has approved Bid Package I and II. Bid Package III selected by the consultant, and other mitigating options. was submitted to OSHPD on May 10, 1993 and is under Trailer Relocation/Teamsters Building: The hospital site review at this time. contains trailers which are required to be relocated as a result of The abatement of asbestos-containing materials is seventy Bid Package 2. County GSD has prepared one option; the (70%) percent complete, the balance of the work is on hold relocation and development of modular buildings on the Hospital due to the delay of the award of Bid Package 1. Abatement Campus. A second option is under evaluation;a Lease/Purchase of"G"Ward is concluded with the exception of the new office agreement of the Teamsters Building. A hazardous materials and kitchen spaces, this should be concluded during the week analysis has indicated that the sub-soil contains petrochemical of November 15, 1993 with the abatement in "H" Ward materials. These results preclude the County from entering into ' beginning at the completion of BPI work, approximately a Lease/Purchase, a lease of office suites and parking will be January or February 1994. pursued. The hospital will evaluate other County properties as Bid Package No. 1 was authorized for award by the County. well as other adjacent Lease/Purchase opportunities. A pre-construction conference was conducted and the Notice Schedule: to Proceed issued on October 4, 1993. The project duration The Project is on schedule per the Master Schedule. It should be is ninety(90)calendar days. This nroiect was rebid due to the noted that the re-bid of Bid Package No. i may have an impact lack of compliance on the part of the initial bidders with the on Bid Packaze Nos. 2 and 3. The renovation of"G" Ward is County's MBE/WBE program. This delay may result in on the schedule critical path and work around approaches for delays of BP2 and 3 (see BP2 for additional information). BP2 will need to be developed. Bid Package No.2 was authorized for award by the County on October 5, 1993. The contractor has prepared bonds, Cost: insurance certificates and executed the contract at this time. The total project budget remains at$81,841,000 approved by the A meeting will be conducted on November 19, 1993 with County Board of Supervisors. See Cost Summary below for ' representatives of the contractor to evaluate BP2 Contractor's additional details. Schedule as it relates to other site activities. The establishment of the Notice to Proceed date will come as a ' result of that meeting. Schedule Duration Plan Plan Cost Summary (Calendar Days) Start Complete Summary: Schematics 384 02-12-91A 03-02-92A 2.0 Consultant Services $78,621,597 3.0 County Staff 644,000 Design Dev. 225 03-02-92A 10-13-92A 4.0 Permits, Printing&Misc. 2,103,612 5.0 Construction 52,061,579 Construction Doc. 6.0 Furnishings & Equipment 9,004,000 a. Phase I 56 10-13-92A 12-08-92A 7.0 Communications 1,000,000 b. Phase II 70 10-13-92A 12-22-92A 8.0 Contingencies 8,406,212 c: Phase III 206 10-13-92A 05-07-93A Total $81,841,000 OSHPD Review a. Phase I 128 01-18-93A 07-05-93 b. Phase 11 191 01-18-93A 07-28-93A c. Phase III 329 05-07-93 05-02-94 Construction a. Phase I 90 10-04-93A 01-10-94 b. Phase 11 244 11-04-93 07-06-94 A = Actual c. Phase 111 909 08-04-94 01-29-97 * = Calendar Days II PROJECT DESCRIPTION The new Hospital is a five story building with a mechanical penthouse. The building is set into the hillside, with the public entrances at the first and third levels. The total , area of the building is approximately 210,000 square feet of building and four acres of site work and landscaping. There are 144 beds in the current design. The functional areas to be included in the new building are: First Floor • Main entrance Lobby, Medical Records, Pharmacy, Admitting, Gift Shop & Volunteers, Material Management, Communications & Security and the Central Energy Plant. Second Floor • Surgery, Central Supply, Inpatient and Outpatient Recovery; Central Energy Plant. Third Floor • Emergency, Imaging (Radiology) , Crisis Unit, Intensive Care Unit (8 beds) and Step-down Unit (10 beds) . Q Fourth Floor • Geriatric Nursing Unit (8 beds) , Medical u Nursing Unit (30 beds) , Surgical Nursing Unit (30 beds) , and Family Care Nursing Unit (30 beds) . Fifth Floor • Labor/Delivery, Nursery, Intensive Care Neonatal Nursery (6 bassinets) , and Post- Partum Nursing Unit (22 beds) . czo �w.IKAprIMT - �'� '• MOIMAt y o 0 O — _ 0 PA — AVH.aAAww( PHASE TWO SITE PIAN M92RITHIW MIMOAIAI MOSIIIAI III PROJECT INFORMATION AND STATUS A. SCHEDULE 1. Progress CONSTRUCTION DOCUMENTS See the attached Master Schedule, page one and two for an over view summary. The construction documents are being prepared as three separate and distinct bid packages. The bid packages consist of the ' following elements . Phase I : Minor alterations to Ward E at the Psychiatric Crisis ' Unit, Ward G; for the eventual temporary relocation of Geriatrics, Ward J; demolish the existing covered recreation area and construct a new space on the opposite side of the building, also construct required fire protection features due to adjacency of new building. Phase II: Demolish the existing paint shop building, widen road # four, demolish buildings H and L, remove all civil features such as streets, retaining walls, foundations, and utility services which have not been relocated as an additional part of the scope of this phase. Install new primary utility services, and perform excavation to the extent possible without the necessity of installing shoring. Construct a new garden at "J" Ward and revise the outdoor recreation area at "I" Ward. iPhase III : Construct the new hospital, associated site hardscape and landscape. Bid Package No. 1 has undergone review and comment by The Office of Statewide Health Planning and Development (OSHPD) . The review of back check comments for Bid Package 1 occurred on Thursday, May 14, 1993 -at OSHPD' s offices in Sacramento. OSHPD required additional structural documentation which was reviewed on May 26, 1993 resulting in OSHPD' s approval of Bid Package 1. OSHPD has required ' a separate building application No. and check submission for Bid Package No. 1 . The County Board of Supervisors approved these plans and specifications on June 8, 1993 and authorized that they be ' submitted for bidding. Bids were returned on Thursday July 8, 1993 and underwent review by the County contract compliance officer. It was determined that the three (3) low apparent bidders failed to meet the County' s MBE/WBE goals and also failed to demonstrate. a good faith effort. The project has undergone rebidding with bid receipts received on August 27, 1993 . The County Contract Compliance Officer has indicated that the low apparent bidder has complied with the county MBE/WBE program and has recommended that the contract be awarded. Board documentation has been prepared, the 1 Page 1 Contractor contacted for the preparation of Bonds and Insurance Certificates . Submission to the County Board of Supervisors ' occurred on September 14, 1993 . A pre construction conference was conducted on September 30, 1993 and a notice to proceed was issued on October 4, 1993 . Progress Meeting No. 1 was conducted on October 11, 1993 . The rebid process has caused a delay in the start of work ' for this Bid Package and the potential for delays to Bid Package No. ' s 2 and 3 . "G" Ward renovation is on the critical path and Bid Package No. 2 will require a work around plan. The Abatement of ' Asbestos work is presently on hold due to the late start of Bid Package No. I and will reguire additional costs for added mobilization activities. Bid Package No. 2 has undergone review and comment by The Office of Statewide Health Planning and Development (OSHPD) . OSHPD has submitted the first round of' comments to KMD for action on Bid Package No. 2 at this time. The review of back check comments for Bid Package 2 occurred on July 28, 1993 at OSHPD' s offices in Sacramento and was subsequently approved. Bid Package No. 2 is considered part of the major construction program.and was accepted by OSHPD under the present project No. and no additional fees were required at the time of submission, this portion of work is known a as Increment No. 1 . The approval of the Plans and Specifications and authorization for bidding by the Board of Supervisors occurred August 10, 1993. The pre-bid conference, and two site tours were conducted on August 25, August 31 and September 7 respectively. Bids were received on September 9, 1993. The County' s Contract Compliance officer has determined that the low apparent bidder has complied with the County MBE/WBE program and recommended award. The County Board of Supervisors met on October 5, 1993 and authorized the award of the contract to the low apparent bidder. At this time the executed contract from the general contractor has been received and authorized by County Administration. As a result of the delay to Bid Package No. 1 the schedule will require evaluation to determine the correct timing for the issuance of the Notice to Proceed. A meeting with representatives of the Bid Package No. 2 Contractor has been scheduled for Friday, November 19, 1993 at 2 : 00 P.M. to review the status of the Bid Package No. 1 Contractor and develop a schedule that will best serve the Project as a whole. The Application for Bid Package 3 has been prepared. Document completion for Bid Package 3 occurred on May 7, 1993 with printing immediately there after. Documents were then delivered to OSHPD and stamped in' as having been received on May 10, 1993 to begin the review process. Additional reviews have been undertaken by the User Group, County and Project Management, all comments have been transmitted to KMD for review and comment. The initial meeting at OSHPD' s offices in Sacramento occured to review the initail back check comments prepared by OSHPD. KMD has distributed all comments to their consultants as well as the Hospital for review and p comment/correction. OSHPD has requested that the Hospital prepare a Program Flexibility Request regarding the use of latching doors Page 2 at water closet locations, the initial program utilizes cubical curtians in ICU, Step Down and Pediatrics . The intent is to provide greater safety for these patients which require greater observation. A "Draft" Program Flexibility has been prepared and submitted to the Hospital and KMD for review and comment. This should be approved and not effect the project schedule and cost in ' any way. KMD is evaluating additional comments that effect Surgery and Crisis Units . It was understood by the Design team ,during meetings with OSHPD durings meetings at their offices in October 1992 that the two noted departments would be designated Special Use, it appears that OSHPD has now reversed their earlier decision. KMD will need to report on the specific impact of these changes . Refer to the attached schedule for additional detail specific to the tasks and durations . ' CONSULTANT AGREEMENTS KMD' s Contract has been amended to date as follows : Contract Amendment No. 1 incorporated the services of a Communications Consulting firm. Contract Amendment No. 2 incorporated the services of a Radiation Physicist Consultant. Contract Amendment No. 3 incorporated the services for Signs and Graphics, Value Engineering Meetings, Value Engineering Changes and Medical Equipment Specifications . Contract Amendment No. 4 incorporated the results as presented by the Project Communication Consultant, of "Combined Option B" . Contract Amendment No. 5 secured the services of a Security Systems Consultant. The Contract Documents phase has been extended by twenty one (21) calendar days . Contract Amendment No. 6 accepted the option for Bidding and Construction Administration services as well as authorized the following added services : Construction Administration for Signage and Graphics and Security; a new main water service; a new garden at "J" Ward and; additional meeting at OSHPD. KMD has noted that they will be submitting documentation to cover Added Services associated with Extra Work as a result of hidden conditions discovered during the excavation of ' the new covered outdoor recreation area at J Ward. The survey documents indicated that all utility lines were under the adjacent side walk, however they are in conflict with the footing for the new wall enclosure. Harding Lawson Associates (HLA) has been requested to prepare response documentation to The California Department of Mines and Geology. The response has been prepared in accordance with direction from The Office of Statewide Health Planning and Development and submitted to OSHPD and The California Department of Mines and Geology (DMG) . The California Department of Mines and Geology initial review of the Project Soils and Geology report indicated that excessive requirements would be imposed on the project which have the potential for significant impacts to the Project Budget and Schedule. Page 3 The Project Design and Management Professionals have experienced similar DMG requirements on previous projects that have been mitigated with no impacts . The DMG has responded a second time to HLA' s justification of the present design. Meetings among the Design and Project Management team have been conducted to assess options and plot a course of action. The first action item is to conduct additional Geotechnical investigations, this will consist of drilling a single soil boring on the present Hospital site in the area of the new building to a depth of two hundred (2001 ) feet. It is the opinion of the Consultant Team that the information gathered will resolve the issues raised by DMG. Additional options are undergoing evaluation and planning in the event that the additional Geotechnical analysis is inconclusive. If the 'DMG interpretation prevails over HLA, the building design would require change with delay and cost impact to the project. On May 27, 1993 the California Department of Mines and Geology accepted the final report from Harding Lawson Associates, noting that all of the issues raised by CDMG had been adequately responded to and no additional information would be required. The Asbestos Abatement Consultant Report has been received and distributed to all pertinent members of the project team. Containment and Removal Specifications have been developed. The assumptions made during the preparation of the Project schedule are consistent with the reported findings. No impact to the Project Schedule is anticipated. The specifications for the containment and removal of Asbestos Containing Materials have been completed, a Request For Proposal has been prepared for solicitation from Asbestos Mitigation Contractors approved by the County. The County Board of Supervisors approved the plans and specifications and authorized bidding on May 25, 1993 . A pre-bid meeting was conducted on June 9, 1993 with bids returned on June 24, 1993 . Bids have been reviewed for compliance with the plans and specifications, the low apparent bidder has been recommended for rejection and the second low apparent bidder has been recommended for acceptance. This will be presented to the County Board of Supervisors on July 27 , 1993 . The Board has evaluated the bids and referred the protest to County Council . The second low apparent bidder has been awarded the project, review of Bond and Insurance documents is complete with award of contract occurring on August 10, 1993 . Due to the re-bid of BP No. I work on the Asbestos Abatement and the Clinical Hvaienist has come to a halt pending the award of BP I and the subsequent layout for demolition activity in "G" Ward. The layout of demolition work is scheduled to start on October 11, 1993 , some exploratory demolition will occur to determine the exact limits of Asbestos Abatement. The abatment work was able to begin as rescheduled. Mitigation is complete with the exception of one space, this _work will occur during the week of November 15, aPage4 e 1993 .The abatement work is now on hold for the completion of G Ward construction and the relocation of patients from H Ward. This is ' anticipated to occur in January or February of 1994 . The RFP process for the County for equipment planning and ' procurement services has concluded. The submission of the solicitation was behind schedule, a portion of the work however had been negotiated with KMD to mitigate any impact to the project schedule overall. Ranking of the responding firms is concluded. Contract Documents have been prepared for Facilities Development Incorporated and submitted to County Counsel for review and i comment. The submission to the County Board of Supervisors occurred on May 4, 1993 and was subsequently approved. A kick-off meeting has been conducted and the inventory of existing equipment has concluded with the results submitted on July 1, 1993 . This has been ' submitted to the hospital for review. Pricing of the inventoried items has been completed at the initial level, this includes reuse of all excellent, good and fair items and excludes poor categories . This is priced on a lump sum basis and broken down by department. Cost by category by department has been submitted by the Consultant, FDI. The Hospital has requested that this information be submitted utilizing various data base sorts for analysis . This has been prepared and submitted as requested. A department by department review of the Equipment list is on going at this time, results at approximately 80o have been reviewed with the consultant for revisions and status update. Upon on completion a revised budget will be prepared, the current status is included in this report as an attachment. The departmental reviews concluded to date are: Admitting, Security, Crisis, Emergency, Geriatric, ICU, Imaging, Pharmacy, Materials Management and Central Supply, Medical Records, Nursery, Nursing Unit Family, Nursing Unit Surgical, Outpatient Recovery, Respiratory Care, Step-Down Unit, and Volunteer Services . ' SITE ISSUES There are six (6) single and double wide trailers on the site serving as office space. These trailers require relocation in ' preparation of Bid Package No. 2 work. Alternative locations have been considered with associated cost impacts . The associated cost estimates exceed the Project Budget line item. The total available trailer space appearers to be less than the space required to fulfill Hospital operational needs. Alternative locations of available vacant space are undergoing consideration by the County and Hospital . One option which is under evaluation is the Teamsters Building on Alhambra Ave. . A lease/purchase is being actively perused. The County General Services has assigned an Architect to prepare preliminary studies and a Hazardous Materials investigation is under way at this time. The results of the Hazardous Materials investigation has determined that the soil at the site contains Page 5 petroleum products, the mitigation measures and their associated costs have been determined and this information has been evaluated ' to determine that the Lease/Purchase is not a viable option. With respect to the on-site relocation of the trailers, the Hospital developed several scenarios and subsequently selected option 3 . ' This option consists of relocation of one double wide unit and the construction of a new modular building. All remaining trailers would be removed from the Hospital campus . At this time the associated planning for these tasks is complete and pending ' submission to the Board if necessary. The Hospital has also developed a work around option to mitigate any Project Schedule impacts . These activities will require careful monitoring for compliance with schedule parameters due to the potential impact to Bid Package No. 2 . 1 ' Page 6 a 0 L u £ L > 2 .. . .......... ... .. ... ................ .. ......:...... .. ....... ......... .... ............... .... ........ O D Q Z � O V m Q C- . � o C- >g .. ................ e .. . ....... . . .� 3 Z: W LO3 Q W w Ln a Ln ' .� = w H Q � N O 3 3 H J W � " � W . ..... .... W U .. S W W 3; = O .... ...... .. .. ... .. .. . .... ... .. N ..... (I7 H I.L U H: 0� o J 3 W 3 `L, ¢ cr W D S .... .... ...... ........ w... ... �. .. .. .W.:. ......... .. ......... .3.. ........ ¢:...W.. �: .W..... .w....� z Z LLJ O W I— Ln I— _ d O W ¢ cc J 0 S X: m ¢ z ... H p 3 H: 3 1— D H `� l r( C'� (.D H = .... d `-. O 3 � W � W H 3 H m CU' Q U ..�.. <a:.... 5......�.,. S. m..... Y .¢ . in ........Ln �.. .. W....W.....:2. I— W .� ....... ...... .. ..W... U... w.... �..�,.. ¢ Cl- �1 Z U l�i.l � H : H W U O CD: L_J Cl- N W � ¢ d = J = H p O Q: 3 0 p 1— � Q d- U-7 cn W � Ln; _ p Y m H d' ......... ...O ..I—....... O O ...w .0. W .......... �. .. N. U: m = W H .. w 3 w. ....�. E. O. =.. ch .�... .... ..�. � .. ¢.: ._ ..m. W ZZ Ld la: L-d cY a --- Ln � o o <,,.7 ¢ cv o o; : L1 c !o o I ....S .. �y.....0... Of L'i `J ......W.....p....J.. Q W. . ¢.. ..... - U.....�..... ... I ..m. �.. W....;. Z cc: H W LLl m f CD Q _¢ 3 0 3 ¢ (' 3 4- z ~ Ln W_ W Ln O J W W 3 ' - �W W `� O N W ' p. O t---+ z0 O Of CD , o � U 47 r� ..... W. W.... .o...- ... -.. ( w. ..W.:. ......._.. .H. ..U....�.. O Q:......... .. U. co LJ Lli o W Z i.) Ln o Q CD CZ)o: '—' Co - � Cl-- ¢: .� 3 3 0 Ln o (� Z � o W W Ct Ln CI W W LD H - Of F--I O m F—I p H H ' O .. .Z.. .U'l„U- .Z ..W.....p �'yd. .. W.. ...H..... p m LL . F H w w Ate......., Z... w.....�.....o.........{_. .. > W Ln .. 3 O �_� Q p Q: W m I— Q I®L-�: C� W cr ? I@ Q L Lj � Ln - I—i U 3 _co �co _-.I I— L.iJ O � ®CO m: U O - o CC z Ln w �l-i Q o a o o....L. cs�. U I'WI Q .....p._..'. .. .....'.. �.. <1 .. Q 7 .. .. I_ -p I— = a _ o w <r U� I— o � z ,�; U-1 I— Ln o 4 �- ' w - ' ¢ O z Ln wF :s _LTJ a... >-._.moo_..C'� oz o W m. o a O �. ......_ ....... Lj of -s c=n Cf'1 �' ” L=n C A c� j m <T p U-7 0 CE � o � Yc LLJ W crL.il 0- F— Lli � ju-) r--I dLLJ Q 'Q v � LPco o r� � mm Q LJ J a .......�. .._. .... .. ...� ¢. Y. ....... .... .. .... ..H.. ......... .. :0 Ln w U-) �u, w (_n N N N N m Cl) M (') v' (T) N (') M M Cl) V- M M -ql u L.7 LJ Y J L H 2 > U J J LD E_ C7 r U LY M U U w ¢ > > ¢ o w w = ¢ ti tl ms^NLI- Q O O O F 7 Q O 2 D '7 Q to Q f O 6 YCTcm N C- tD n C• CD n M N m m O C- m C- O ID LD J J E .- N N N N Cu N N U- IL L- W Li lam. Q Q Q 2 Q Q W W W W Q d ¢ W W W L � N L N N N N Cl) Cl) m co Cl) N N M Cl) m M v- N M M m e d c' 6 c' c' Q- tT tT (3- Q- c- Q- O- 17- a- tT a cr cr Y•- > .�- H L) 2 cr LP is E Q O O -) Q O O O -J Q O L E E p p V V L � r N N N Cl) N u') Ln LDIn LP (!] U'1 UI U7 U') Ln Ln Ln UI] U) U] U-1 N L LL U Q ¢ cT ¢ Q Q W W ¢ ¢ ¢ Q Q W W ¢ ¢ ¢ tlon.a. aLn W W Ld C: ZE _ _ 0 L W W W r Q . . U . ........ ............. .... ... .. .. .. .. . .. .. �'� C a - z :3 C3 C1 � v~i W W' W W o C) U _. ... .. .. . . .... ....... :�. - 3 .. .. ... ..... c a .Wzz Q � � � CO CD z � r Lli H W 'Z ti Qf.. > > ..... .. J W Lli �0- . LLJ CD CD U U a (� W H ZD W: J Z io .. O i O' ...� U.--. a ...F=- 3 W iW ....... .. �: H ... .. J O Y H W r O Q Of I— p ¢ Ln LLJ z. Q. z z Ul I--i � ( Hp Ln. cr W3 LY U - ' 0Lli 2 z W W Q Z U Q U Q W H H O h- `= Q 0- _ W F,. zO d .. ....� Z W .. .. .. .3 O. O .. Q Ln d .. U o H W 3 o W U U Q Ln Hcr X: LLJ Q OU O Q ~ H �-a H <L 2 W cf 3 Of W �: C� ri = Q Z W 'Q 'U Z Q od N U W .. .... LLJ �. ti1.. . Ln ¢. Q U7...h _.Q ... o o. �... ... �. �.._ z..._Q. z.. �.. .. m m: Z J W i Z m O ... rJ W ¢ L o oa o 1_1J E Q ¢ H 1— s— Ch Q- ..—... O I� ... ....7 ... O Z H Of 3 !- H. .. Qti W m U LL) °� I— _ � z °O �T cn 7 .. ... 1 ...• . ........ .. .. Of O .. F LLJ7 Q Z CY c3 U U (� W LJ Lti CL J U 3. ¢ .._ .... J CD m c, U �; O z > W I- O Z O (n U U7 ;.._._. -... .... ._..� U.._... ... .. ..�......0� .Z O. ._ ... .. ...... .. _. '.--I J, W Ln W :7: O ¢ U Q H Q O LLJ Cl- CD =i o 8 co 3 � Cl- n _ � oF- O �--I F-- F— a cn EE V Z H L .... ...... .. .. .. . . .. .. .. LL. Rt v (� C7 CTJ LD L N C7 CV (r) v Uf L- N v- U ? ? ? ? c- ? (r ? ? ? ? ? LT ? UT Lr a- >- >- J -� Q' H J U 0� V T U r J = Kl a Z Q Q 4 (i =1 W a W Q W ¢ =1 CL W Q Ln {- Cl) (- N �- N N (A N O �D O CA O LN N� Lf] O O N N N N W LL lL LL LL W LL LL Li W L- W LL_ W W U_ W W W Q W W W W Q Q <3- W W W W W LO N`-' N L L N RI L^ L of Z J Z F- U f— U Z J 2 m Z 91 N u'�'- f0 Q Q D- ¢ L_. W V W = Q W m LO N C- sf CL'` N C c LO n UJ S N CZ! a' O wpUj n N N N N N N CV N C'i +•m�� 0+ 00 (7l U") fJ7 U7 (A U) U7 U7 UI LD Lf] CII Ln Ln U') Ln U] m L L U W W W Q Q W W W ¢ Q Q Q W W W W W 11 L,R.U. III PROJECT INFORMATION AND STATUS B. COST 1. Project Budget/Actual Cost The architect ' s estimates of Construction and Furnishings and Equipment costs were incorporated into the project budget. The Construction Budget was revised to reflect the net estimated reduction for incorporation of Value Engineering items . Professional Liability Insurance has been shifted from 2 . 0 Consultant Services to 4 . 0 Permits, Printing, & Misc. . The estimated amount for Signage and Graphic Services has been moved from 6 . 0 Furnishings & Equipment to an actual cost for the service under 2 . 0 Consultant Services . 2 . 0 Consultant Services has been revised to reflect actual costs for additional consultant services. All savings associated with a the above revisions has flowed to 8 . 0 Project Contingencies. See the attached budget and actual cost report for details. a 2. Pending Solicitations a. Testing Laboratory Services (through the Construction Manager) . COMPLETED b. Bid Package No. 2 COMPLETED 3. New Contract Amendments aa. O'Brien-Kreitzberg Project Management services for Bid, Award and Construction Phases was authorized by the County Board of Supervisors on September 21, 1993 . This ammendment has sublequently been reviewed and accepted by County Counsel and has been submitted to O'Brien- Kreitzberg' s Corporate office for review and execution. 4. New Contracts a a. Bid Package No. 1 authorized b the County Board of g Y Supervisors on September 14, 1993 . b. Bid Package No. 2 authorized by the County Board of Supervisors on October 5, 1993 . Refer to attached Project Budget for additional detail . Q Page 1 1 i 5. Pending Contract Change Orders Da. Asbestos Abatement, $1, 657 . 78, for decontamination of abandoned equipment and materials locate in the "Old Paint Shop Equipment and materials were contaiminated by deteriorated falling friable pipe insulation. b. Two Field Orders have been issued to date to the Bid Package No. 1 Contractor. They are for the following work 1) investigation of the hidden underground pipe conditions at J Ward new outdoor covered recreation area. ' The result of this investigation resulted in a direction of relocation of the pipes which conflict with the footing of the new concrete masonary unit wall . Field ' Order No. 2 subsequently provided direction to the Contractor for the method of relocation. This work is being done on a Time and Material (T&M) basis with a not to exceed cost of approximately $17, 000 . 00 . Further cost evaluation is underway. D D D D D D D D Page 3 1 O'BRIEN-ILREITZBERG Professional Construction Managers MERRITHEW MEMORIAL HOSPITAL REPLACEMENT PROJECT BUDGET OCTOBER 12, 1993 eL5i, w.r-. ,-,et.•`."�:.. �4"..,2, K, 1.0 LAND ACQUISITION 2.0 CONSULTANT SERVICES 2.01 Architect/Engineering $4,210,000 $4,295,111 $4,295,111 2.01.1 Acoustical&Communication Consultant $39,875 $39,875 2.01.2 Equipment Planner $25,500 $25,500 ' 2.01.3 On-Site Verification&Measurement $40,000 $40,000 2.01.4 Rendering For Displays $7,225 $7,225 2.01.5 Reimbursables $198,000 $198,000 2.01.6 Liability Insurance $433,000 2.01.7 Communication Coordination $49,750 $49,750 2.01.8 Communication Consultants $30,000 2.01.9 V. E. Meetings $10,961 2.01.10 V. E. Changes $57,225 2.0 1,11 Signs and Graphics $47,950 2.01.12 Radiation Physicist $3,500 ' 2.01.13 Medical Equipment Specifications $16,500 2.01.14 Communication"Combined Option B" $5,910 2.01.15 Security Consultant $12,695 ' 2.01.16 Signage& Graphics C.A. $10,900 2.01.17 Security System C.A. $3,200 2.01.18 New Main Water Service $7,994 ' 2.01.19 New Garden @ "J"Ward $12,271 2.01.20 Additional OSHPD Meetings $10,400 2.02 Soil Engineering $100,000 $100,000 2.03 Testing Services $250,000 $250,000 ' 2.04 Construction Managment $3,588,000 $3,415,000 $3,778,440 1 2.05 Asbestos Abatement Consultant $10,000 $23,100 2.06 Survey $30,000 $30,000 ' SUBTOTAL,CONSULTANT SERVICES $7,798,000 $8,893,461 $9,066,507 ' 3.0 COUNTY STAFF 3.01 Architectural Division $164,000 $164,000 3.05 County Administrative Office $480,000 $480,000 ' SUBTOTAL COUNTY STAFF $644,000 $644,000 8 O'BRIEN-KREITZBERG Professional Construction Managers MERRITHEW MEMORIAL HOSPITAL REPLACEMENT PROJECT BUDGET OCTOBER 12, 1993 a4.0 PERMITS, PRINTING, & MISC EXPENSES 4.01 Encroachment Permits $0 $0 4.02 Traffic Mitigation $0 $0 a 4.03 OSHPD Permits $957,000 $957,000 $957,000 4.04 Printing 4.04.1 Bid Package 1 $50,000 $50,000 4.04.2 Bid Package 2 $50,000 $50,000 4.04.3 Bid Package 3 $100,000 $100,000 4.04.4 Other Printing $15,000 $15,000 4.05 Utility Connections $132,000 $132,000 $132,000 4.06 Relocation &Temporary Parking $352,000 $137,000 $137,000 4.06.1 Asbestos Removal H & L Wards $175,000 $48,190 4.06.2 Relocate Office Trailers $40,000 $40,000 4.07 Liability Insurance $447,612 SUBTOTAL PERMITS,PRINTING,& MISC $1,441,004 $1,656,000 $1,976,802 5.0 CONSTRUCTION 5.01 Bid Package 11 (Make Ready Phase) $3,136,000 $1,390,000 $1,124,644 2 a 5.02 Bid Package III (Building) $44,050,000 $46,321,000 $44,833,579 5.03 Bid Package I (Remodel Wards E, G, I &J) $655,000 $508,000 $270,400 3 5.04 Design Contingency $2,386,000 $2,337,000 e5.05 Construction Escalation $3,056,000 $2,993,000 SUBTOTAL CONSTRUCTION $47,841,000 $53,661,000 $51;558,623 6.0 FURNISHINGS&EQUIPMENT 6.01 Furniture, Fixtures, & Equipment $9,337,000 6.01 Owner Furnished - Contractor Installed $741,000 $741,000 6.02 Owner Furnished - Owner Installed Over$4,000 $5,278,675 $5,278,675 6.03 Furniture Over$4,000 $750,000 $750,000 6.04 Taxes, Freight, & Installation $1,633,000 $1,633,000 6.05 Signage And Graphics 200,000 SF @$1.50/SF $300,000 $300,000 6.06 Signage& Graphics Consultant $90,000 6.07 Medical Equipment Consultant $301,325 $180,000 SUBTOTAL FURNISHINGS & EQUIPMENT $9,337,000 $9,094,000 $8,882,675 1 O'BRIEN—KREITZBERG Professional Construction Managers 1 MERRITHEW MEMORIAL HOSPITAL REPLACEMENT PROJECT BUDGET OCTOBER 12, 1993 DE�� i ��r'+���� �1Y�. ��YQ �.r�'L,h'!'� TM E ��z'*1}� ,!� dV„_T1GiI���.s, r• ate'L�����5 1.:. F tUP�A�ElR`;,t �R, 7.0 COMMUNICATIONS 7.01 Telephone System (Instruments& Equipment) $500,000 $500,000 7.02 Other Systems (CCTV, Security,Ambulance, Intrusion, Etc) $500,000 $484,105 SUBTOTAL COMMUNICATIONS $1,000,000 $984,105 8.0 PROJECT CONTINGENCY 8.01 Consultants $300,000 $234,425 8.02 County Staff $360,000 $360,000 8.03 Permits& Miscellaneous $161,000 $161,000 8.04 Construction $2,683,050 $3,312,816 4 8.05 Furn, Fixtures, & Equip 8.06 Miscellaneous $6,642,000 $3,388,489 $4,538,722 5 8.07 Medical Equipment Consultant $121,325 SUBTOTAL PROJECT CONTINGENCY $6,642,000 $6,892,539 $8,728,288 9.0 FINANCE 9.01 Escalation $8,782,000 SUBTOTAL FINANCE $8,782,000 TOTAL BUDGET $81,841,000 $81,841,000 $81,841,000 Contra Costa County Merrithew Memorial Hospital Project Budget Revisions October 12, 1993 1) Transfer $363 , 440 . 00 from 8 . 0 PROJECT CONTINGENCY 8 . 06 Miscellaneous to 2 . 0 CONSULTANT SERVICES 2 . 04 Construction Management. ' 2) Transfer $265, 356 . 00 from 5 . 0 CONSTRUCTION 5 . 01 Bid Package II (Make Ready Phase) to 8 . 0 PROJECT CONTINGENCY 8 . 04 Construction. ' 3) Transfer $237, 600 . 00 from 5 . 0 CONSTRUCTION 5 . 03 Bid Package I (Remodel Wards E,G, I&J) to 8 . 0 PROJECT CONTINGENCY 8 . 04 Construction. ' 4) Increase 8 . 0 PROJECT CONTINGENCY 8 . 04 Construction by $502, 956 . 00 (see items 2 & 3 above) 5) Decrease 8 . 0 PROJECT CONTINGENCY 8 . 06 Miscellaneous by $363 , 440 . 00 (see item 1 above) ' Page 4 1 1M 01 I I :1 1 I I I I `I ,:I 1 1;.� I II 1 1 m I .1 rn 1 I 1 1 I I I i I i i i I i i i Tz+ I I i I 1 I I ;t;-: 1 I I I O I I I I : .I 1 a : 1 I 1 1 I 1 '.1 I 1 1 1 W \ rt I 1 I I :;1 { I '.1. I t 1 1 W; £ M la 1 ! 1 I �� 'I I 1 I t y l I ,£ C7 I co A rn 1 A 0 I W '• I 1 1 1 1 I W t 1; 1 I O a-I 1 .-I H . I 1 1 1 I i :1„ I I 1 I .11 IN O I Z .. l I I '.;9 !I I .;1 1 I 1 1 I I I 1 ;1 .. I I 1 1 I . I I M. I I 1 ': 1, I ':1 1 1I 1 I I I 1 '1 '.I 1 I 1 1 1 : I I I 1 1 1 :I I1. 1. t 1 I I 1.i I ^I' 1 1 I ' I I I :1 I "I 1 1ff t ' I I % I 1 1 : LI r-. 1 ^ ,1 1 1 i 1 I I i_I 1 i 1 1 1 1 : I I I 1 I 'I 1 .-. ':t I - 1 1 1 11 1 1 0 1 In OO O O ',N 1 O O p 1 O O b O.O: N N t -O�O D+ O O 1-+ 1 1n 1 N I m f V' 1 O tl i I I I h O h 1 O .I b r-1 N I ;OO N O O N 1 N I O I H I '1D 1 Ir I I Z : 1 I tf1 O £ N 1 O I b 1D �D 1 .O.O In O 0 a'1 M I Cl) I tT 1 1 It Z p 1 ♦ 1 I - I O a O, 1 I N 1a7 h I I r.1 :II1. ' Ip Cl. h i �h!1D M h r-+M,.:1 .W i t i h I':M i ii I L1'. C I 1 O .01 1 In :I In '-I 1D 1 :�:a' m M N Ot 1:VI I m 1 ri I :h 1 I! I Z d' W 11 1 N :M 1,: %I I� l ;H:h h M h 1 1 :a' I 01 i �C 1!i 01 I II 1 W A i r I •:I I 1 • I t I `� I I' I it I1 Z A I 1 1 1 1 rl v N N N 1' I I M 1 `N 1 II 1 Q p : 1 1 I i i IIs- 1 1 I 1 II 1 1 I 1 : I 1 1.1 I 1 I; I II I I 1 t 1 r :I'< I I t" 'I 11 I 1 1 1 . -f I 1' I I 1 t 11 1 .i -' 1 ;tL. 1 ' ':I 1 1 1 I 11 9 I l o 1 ° h CI O O O O.'h 1 O O a O O 0 0 0 N N t :O'.O Q• O O,rT 'I In 1 In t N• 1 O 1 0 II 1 I i 1p O'O O O OI 1D t O O i O O O:O �--1 .--I I O O h O O h l h l 0 1 .D I 1 0 tl I ; I 1 O7 O;O O O O(tT t O O 1 O b O O O 1D 1D 1 +O O L l O O 1n 1..1D I M I m l 1 0 11 I 11 I B7 1 1 er O!O to Ir'1 O:eN I to O I h try N'N h M t .m!O M h M r+ J:N I h I V7 I I .-1 II I J O W. I I : m Q;In .--I 1 ,m I ; .-1 m ;1 L .-1 M:In V' O 1 ;.O G1 M M Ov 1D '1:I m I m I I .N 1, I V' 11 I ¢ V' 1 I m r•t:N V' 1D 1 N -W I" 01 kkkVVV N I-1:co V .-t i1. 'tn!M Co M 01 O 'I'm I tT 7 V I:: I O II I O H 1 I e11 M m I:I IF '.1 N t '-1 V' N N N I'm I 1 m I� I ri 11 I H rn W- I II 11 I. 1 { I .J I V` to i s I 1 1 I m t1 £ I I 1 1 I 11. • :1 I I 1; I I I 11 I I:I :Ipl: t I': I 1 I I: I II I I I I I f :i I r I' I JI I : I I i '1 I 1 I t I: 1 II M 1 1 I : I1 1 .1: 1 1 I I 11 Qt 1 1 0 1 m Ot m N 0 LL ' I O O :1 O O646-0::N O h t >O O 177 O O OT '1: I to I m 1 4 0 I O+ 11 N -IIOOIOri1D 1 0M J m .Doa m l o:O hQoh 1: V 1 CD 1 h t° a n .+ I Z I 1 +rl rC.i m 0 N Vt 'I h 1-a a V' V1 O O O7 I tO'.O Y'1 O O toJ;.h I M i m I I m It \ I W O. I 1 4 a ♦ I ;1 I ♦ . ( • :1 • I . i I I • 11 I ::I. O I H ,H I 1 1D M 1D rl Il'I N VI I 1p 111' ,I m •.-1 N O .-+ 1 m:O M h M 't In 1 h 1 M t I In YI .-I I 6 H 1 I : to(�f M N .•a m i O N ;1 V' H M;ttt r0:tT M M QI 1D 1' •O 1 m 1 O 1 I O II N m `, I E Q"W 1 I 1S1 N O 1-a 1 : .-1 .-1 "I .-0 M M m I iln.M m M O7 O I. CO 1 01 I V' 1:. I II H I M H N4 I I -t it : t . . I ♦ I 1 ♦ t. 1 . II 'M 71 I F .a I I M '1r 1 1 I :n-1 V' N N N ::I m I I m t' I In 11 L ¢ W Q i I'•J 'r 1 V' N ':1 11 i'. 1 h n !1' i 'e I I 1: 1 tl E w: 8' I $1 1 1 ': 1'.L I 1 :1?: I I 1£. 1 tl N'.'J•::t m' 1 's 1 I 1+ :';) 1 'I I I I: 1 It IC+t d O 1 1 1 k 1' .I ' + J'. I I r: I n Cn t!l 1 I I 1 I J' I %r I. 11 O d' 11 I I t ' •II 1 :1 I 1 1! 1 It 5 C F I 1 0 1 i JT r-1 N m 0 1D-10 1 0 0• 'I -O O O O In O m N M 1 ,O'O O O O O 'I: 1D I O M O 1 r-I II m .; C I ; I I M W O+ O Co 0 1 Q' h i N M In .--I N 1 :I• N I 1 m t:' I N I I S £.•r O I : I I - m m Co e-1 � 0 t N m e-1 1 In 1n .O. 1D 10 1 :1 ': I I m I I Ln II W d d GL I M I 1 •I - 1 ♦ 71. 1 I 1 7 1 It 3 Z S'CCI w I I H rT I 1 m�D M M h' O t m In V �1 m M .--1 h .-1 1 't �D I I I .--I I 1 t!'f 11 Ia 1r1 a l (y'I V] O\ I N Lam:e 1 D t-/ O Y O N M I O tt D 1 1 -r I I N I. I co 11 V 6� I O H•-1 1 I O M . &n L.I .-1 M Vt 1 m � N 1 .i I 1 !:: 1 N II V J t!I I I V V I I : 1 :t I .i: 1 I I. I II V O, 'O I O 1 I VI 1 :i e-t 1 I' 1 1 1. I 1D II Q F 1 H I 1 I: 7 t :I I i 1 1 11 I7'1 4 I 1 1 .i -1g. 7 :1' 1 I 1:: 1 II I N• F I I I j `t t I I 1 1 I I Il 1 1 I I ';I 1 :1: I I 1 I tl I E 1 1. 1 o I O C 0 0 0 0 0 I: o o O ':I :O O o I o 0 0 0 0 0 1 0 0 0 0 0 o d I O I o 1 0 1" O 1 O! n Y9 I A H I 1 1: '1 1 :1; I I I; I ` II24 A I W W 1 1 I. `I t fl' I I t: 1 ! 11 -i: I [SI u] CD - t 1 'i >^' r' :1 - 1 at, I 1 1. I II n :? m 1 .-. A. I I 1'' -I 1 .:.1 1 I I I I: I II 1 .^� p : I I I I IX. % `.I I I 11 1 1 II I W m I I I III 'I % I I 'J I 1 1?� 1 11 ::I I = I I I� ;1 1 -.t'. 1 I I I: 1 tl 1 I I I 1. I 1 Ir 1 1 I S `%I 1 I 'I. I 1 t: I It 1. 1 ..7 ,: 1 0 1 N O O O O O N I O O O :I O O O O O O O O O 1 ;6 0 O d 0 0 7 O I O t �' 1?(V' 1 0 II 1 1 O O O O O Oi P. O O O I O O O O:O O O t '0 0 O 0 0 11', O I I C" I. t 0 II I d H NI I I &).':C? O O O O M I: 0 0 0 I 0 0 0 O:O O O I :0 0 O 0 0 'L.I O I 1 O7 t,_� I O It -I I Z W 1 1 + I. :1 '♦ . . I . . '1 . 1 1 I. . t II I H V I 1 N ' O to O O h I. V' O CI it h 0 Y1 N'N O •D I N .D O V' to I h l I h 1'I M I e-1 II i I r:7 A I I - m N rl N M Co 1 1D CO V' ,I In N .•+ M N M M I -N M In e-1 Y'1 1 co I 1 O 1 I h I tl 1. 1 I H 7 I I 1p N V' -T 1-I " V'1D ;I Q• rl .-1 M V' O ( :1D .'a O h N-1. M I I m 1' Ot 1 II I O I I {}� M CO t: :1• N t `. M -W 1n M:t' 0+ I 1 dl t: N 1 II I I 1 I' :1' 1 v t;. I 1 1 I 11 1 I I I;. i t % I ':t 1 1 1;:111 1 tlL. I 1. I I H i.: Ill. 1 :i': 1 1 t 1 II I 1 d I' W :1 t i-. .-. :1 1 1 I- 1 I i i I a i FV-I I V C7 L.i a C7 1. fir i i i. I •1.: I 1 p is w -1 Z Z I W Z .L F 1 t I 1 I I : I 1 F rn I: W t in N I. V 1 M .-1 Z 1, Z I i t I 1 I I I : Z Z 1 Z O I W E+ ]L [n t W O O �.I: W I 1 C I �., I I I W Q 'd, o :'I fy^z• C .. 1 � q a 1-d I E 1 1 J� 1 i I I 1 Z E 1;J I: t-1 a I tq d.1-1 ¢ $ 1 �'I:.� w �I E r: LL 1 t I;I I x I I 1 ., W W 1: to O :1 :E Y. a:'cn Q. I I__.+�II E = ¢ I: 1-I I I is 1 1 I 1 M C9 H V1.1 .-1 F `I V'I-I Z v a:z w t t-+ m a t: 'O 1 t e. I I Z I I 'S d Z 1-1 1 9 ¢ 1 to-£ Q ¢ '" Q LL V 0 I N `-� V d 1. QI I I I: I 1 Q I I W y Z W "� L, a I f :C - CL C>r:H E Z Z I � v «-I V I: w I 1 to I 1 I I-d I I Z W ¢S ' G.' I A F . S':W E :W:H W _ 1-+ r - T..N i T 1 t w 'c 1 I £ E 1 1 'tn 1-t• V E w a sLl W .1 rA :1 f1 ¢ Q T'.0 E a F 1 Z •+ H W W 'P.. W 1 1 H G I I I W W ' I 1 ,W C7 M F Cn 1 ra I-1 Ii. 1 (7 Yn 1-i H W Z I I-� IH ¢ Z>1- to 1 I V t' I f I m H rr I I ,W Z � z d 1 d Z W :1 7;•j'E " E-I m O Z ,a N H I tyS Z O 1: O I i Z a I .-1 a,."' I Z I 1+1 W - fY O m H I OG s-t d:l z Z E 1-1 Z z IL' t W W C7 O N:1: O 1 1 W :t I I V : 1 O l ••J \ W M 6 Z 1: p E F 1 N:W t-a £ .. ':I O Z M a 1 C7 C9 M F:I-. ..] I 1 V' a: I 'I' N 1 .-, 1 '� F to E d r; FAy :t H'.£ Ea t) O t d ¢ ASF V::1: I I Z �. 1 'I I W ' I E I : V V H I. V d f Z:S W t'9,C7 1-1 N t m .1L t+ll V `S'.1': 16 1 1 F-1 1: 1 I 1 A 1 " I " W 0 p ..� t; W W �I'!I M`:V V CI1 x;z.y F F E i :'z V V O L1'ti'y-C t 1 H 1� I 1;.j 1 1 to I F Z OG •Sap t W F TI H!t Od:4 H t-a'.it H 6 a t ;O 6 d C?Lti F':.+ in 1 t Z <I: r W ` ; I 1 Fr I::H ►+ .? H H 'W to •tr 6 I•-t H Z'.;t W(O W A F':H;t+ V •+ £ t;�t-a• CL CL H N'c. C9 1 1 O 'P , I-i . I I p l-".T,+. H W ';",.+z l! E S Z'p"t ,.:.a w o. ?.�.Z.a o Co a 1 Eil z tr1 Z`'13 z l 1 V1', I O I I O I�+a; V W z :xO tltn v=) cV ¢ S ;-+:a+ Na dw I V AA Vz O'.I: I-+ 1 1 3. 1 \ 4 i �� W O p V 1,, I� O V 1 y:Z D: y f1S qi F W •-' 1 ."..1' I-1 H \��\\� I 1-I C E V VI 1; 7-I ¢V 't HI W E-t O M L4 Ix .] + :DS m m N V 1' to I i V U V I I 1 1 Ip� ►1 '4 E ..� i N; t Et ra-:Y N 1 1 W ':F Z 1 I--7 C I I I A I Tn Zr l'I z 4„I E:. r :V3 6:..Y z 1 Z 1 *7 16 1 d \�-�'�� 11 I I Z I �Z\�\��� H '.1.;o H•.l OG-: t Z _ F;'P Cd I 1.O l: Z I H \ 1 I 1 4 1 „Q�� ! O. 1 0 O�1�W. 1 0 O';1 O 1 1 a t. .-+ IQ. \\\. I I ..] 1 'I;J ' H .:.I I V H'1 Q1: 1 O�'. H\I W 1 1.�\I'. W II �\\\\��� 1 I £ W I 11 O ICOM M V' tD h.,1 O .-I NI V' t O;�•-t N M S V',11T.D h I O N co V'I" V1..1 O I q l O ..t' o 1 O \�I I i 4 H i 0 i\O OO o o :O O;i'.I o 0 of o'a i 0:1J0 0 0 0.;o,G o o ; 0 0 0 0 0 0.,1 o I o r o ;( Q 1 •���� I I M O I r-1 I�f,V\(�` N N N N -1 M MMM:.I -W j C "r V' V'.V' V' C' t N an 1:1 In N u'f t 1 •D I h I m:.1 01 I I I Z I 1\ ,I .•.1 I I li I 11 .-1 t .\..� 1 I I I- 1 I1 I 1 I li 1 1 1 1 \\� { I I � % .. . i �. I. ! L. . l . I -- _ ..__ _ _ : : : x III PROJECT INFORMATION AND STATUS B. COST 2. Construction Estimate The Architect employed Beach Associates to estimate the probable cost of constructing the project based upon the Design Development Drawings . O'Brien-Kreitzberg & Associates did a check estimate including complete estimates of certain systems of work and a review of Beach Associates ' estimate. Representatives of the Construction Manager, the Architect, and the Estimators met to review the estimates of the construction and to reconcile the differences . The D final reconciled estimate of the cost of construction is $52 , 025, 000; plus a contingency of $2, 683 , 000 for a total. of $54, 708, 000 . The Architect must update the estimate for the Construction Document Bid Package No. 3 . The Estimate has been revised to reflect those Proposed Value Engineering Recommendations accepted by KMD, CCC, and MMH. The Estimate needs to account for the Design Contingency. A summary of the estimate is as follows: SYSTEMS SUMMARY SK Foundations 2, 003 Vertical Structure 1, 940 Horizontal Structure 3, 910 Exterior Closure 4, 259 Roofing & Waterproofing 410 Interior Partitions 4, 438 Interior Finishes 1, 795 Equipment & Specialties 4, 325 Vertical Transport 1, 274 ll Plumbing 3 , 344 HVAC 6, 380 Electrical 5, 246 Fire Protection 659 Building Cost 39, 983 V.E. Recommendations ( 1, 506) n Site Work 2, 496 �1 General Conditions 3 , 398 Overhead & Profit 1, 835 Remodel Wards 508 Design Contingency 2, 336 Escalation 2 , 975 Total 52, 025 Construction Contingency 2, 683 a III PROJECT INFORMATION AND STATUS C. ISSUES AND ACTIONS SUMMARY OF ISSUES 1 . GENERAL ISSUES a. Asbestos Abatement b. Miscellaneous Design Issues 2 . CONTRACT DOCUMENT REVIEW a. Constructibility Review & Check Estimate b. Equipment Coordination Review 3 . SITE ISSUES a. Trailer Relocation 4 . HOSPITAL BUILDING a. Study and cost estimate for noise mitigation at existing buildings . D b. Bid Package No. 1 C. Bid Package No. 2 a5 . EQUIPMENT PLANNING AND PROCUREMENT a. Imaging Department Equipment RESOLVED D b. Other Departmental Requirements C. Equipment Budget a a a 1 . GENERAL ISSUES ' a. ASBESTOS ABATEMENT Issue: The Hospital campus contains structures which will ' be required to be demolished. The demolition is to occur during the make ready phase of construction. The first step required prior to the demolition will be to secure and remove all materials containing asbestos. Action: The Assessment of Suspect Asbestos Containing Material report from Clayton Environmental Consultants has been received and distributed to Hospital Operations, County Management and GSD and the Design Consultant team. Clayton Environmental has prepared the Specifications for the Containment and Removal of Asbestos Containing Materials . A Request for Proposal has been prepared and has been sent to those Contractors recognized and approved by the County for work of this nature. The County Board of Supervisors approved the plans and specifications and authorized that the project be bid on May 25, 1993 . A pre-bid conference was conducted on June 9, 1993 and bids were received on June. 24, 1993 . The low apparent bidder has been recommended for rejection due to lack of MBE/WBE participation or the demonstration of a good faith effort. The second low apparent bidder was recommended to be contracted for the work. The County Board of Supervisors reviewed the recommendations and the protest filed by the apparent low bidder on July 27, 1993 . The Board authorized entering into a Contract with the second low apparent bidder. The bidder' s Bonds and Insurance Certificates have been received and the a Contract award occurred on August 10, 1993 . The Notice to Proceed was issued to the Contractor on August 16, 1993 . Work completed to date consists of complete abatement of the "Old Paint Shop" and "L" Ward with the exception of roofing material, and all flooring and piping insulation in "G" Ward with the exception of the new office and kitchen area. Q This represent seventy (70%) percent of the U contract scope. Completion of "G" Ward construction is now required so that the patients presently occupyinct "H" Ward might be relocated. The relocation of patients is anticipated in January or February of 1994 . Stats : One Potential Change Order, $1, 657 . 78 . Page 1 a b. MISCELLANEOUS DESIGN ISSUES Issue: From the Design Development Phase to the development of Construction Documents, there is a natural tendency to discover items such as : a ' better design approach, items which were omitted, or changes in technology or user preference. Action: The items which surfaced totaled approximately fifty (50) in number. Each item was cataloged, reviewed as to impact to project schedule and ' budget and decisions were made and communicated to KMD. These items are being dealt with on a case by case basis as they occur. The intent is to submit as complete a set of Construction Documents as possible. The resolution of "GAP" items is ongoing, the Construction Manager is meeting weekly with the Design Team to conclude all items prior to bid and to allow for the increased cost in the budget. The Construction Manager met with KMD on September 29, 1993 to review the following issues : 1) Gap items, the list of gap items has been updated to reflect the outstanding issues 2) Deferred approvals, KMD is to reevaluate all Contractor Furnished/Contractor Installed items for compliance with OSHPD seismic anchorage details and calculations, the CM has forwarded a complete equipment list to KMD for evaluation of all other equipment categories 3) Bid Package No. 3 estimate from KMD, KMD is in the process of finalizing the estimate and anticipates delivering it to the County by mid October, "DRAFT" has been received D and reviewed, comments have been provided to KMD 4) Management of Bid Package No. 1 Contract, the CM presented their QA/QC manual to KMD for review and comment, the process for review and comment on submittals, RFP s, applications for payment, and all other documents was coordinated. D2 . CONTRACT DOCUMENT REVIEW: a. CONSTRUCTIBILITY REVIEW AND CHECK ESTIMATE Issue: The Construction Management firm is required, at the completion of Contract Documents to perform an Estimate Check and Constructibility Review. Page 2 D i Action: The Project Manager has assembled and directed a team with expertise in civil, architectural, structural, mechanical, and electrical work; scheduled meetings and is in the process of preparation of reports and will distribute findings by June 16, 1993 . The team is seeking to answer this question: Do the documents communicate sufficient information for bidding purposes? All comments have been submitted to KMD, a meeting to review all comments and distribute the findings is pending at this time. KMD has prepared responses to the User Reviews as well as the Constructibility comments. KMD' s responses have been distributed in the following manner: 1) . a review was conducted with hospital administration to review the status of each comment, they have now been distributed to the individuals which created the comments initially requesting additional information if necessary (such as specific equipment manufacture design and installation documents) 2) the CM has reviewed the Constructibility Comments and KMD' s responses, a letter of recommendation will now be drafted to the County requesting that direction be provided to KMD for some document revisions (such as the addition of pipe sizes on Plumbing Sheets in a addition to the information provided on riser diagrams) . b. EQUIPMENT COORDINATION REVIEW Issue: As a result of reviewing equipment, new versus existing, manufacture types and quantities and specific locations with in each space cnstruction document coordination items have surfaced. a Action: The Construction Manager, Hospital Administrative Representative, Cost Center Manager and in some cases the Physican Manager have reviewed the D following departments to date: Admitting, Security, Crisis Unit, Emergency, Geriatric, ICU, Imaging, Pharmacy, Materials Management and Central Supply, Medical Records, Nursery, Nursing Unit Family, D Nursing Unit Surgical, Outpatient Recovery, Respiratory Care, Step Down Unit, and Volunteer Services . All equipment and plan comments are being noted for transmission to the respective consultants for action. An initial meeting has occured with the equipment planning consultant, a they have begun the process of revising the equipment list. When complete this will be distributed to all cost center managers for review as an audit function. Page 3 3 . SITE ISSUES a. TRAILER RELOCATION Issue: The site contains approximately six (6) trailers of various sizes and ages . In order to construct the new hospital these trailers will require relocation. The ability to relocate them, the new ' location and the cost needs to be determined. The problems which exist are as follows : the site is limited as to potential locations, the Hospital requires more space than is available from the present trailers, the estimated costs exceed the budget due to ADA requirements imposed as a result of the trailers relocation. Action: The Hospital is pursuing two parallel options for the trailer relocation project. These options are as follows: 1) the Hospital has prepared three scenarios for the on-site relocation of services, the Hospital has then selected option no. 3 , consisting of the relocation of a double wide, existing coach, and the development of a new modular building, all other existing trailers would be removed from the site 2) enter into a lease/purchase arrangement with the Teamsters for the use of their building on Alhambra Ave. The Hospital Financial Director is evaluating the most cost effective approach. This activity is on the Project critical path and has the potential for impacting the Project Schedule. All design work associated with on-site option no. 3 has been completed and approved, bidding is pending the outcome associated with the lease/purchase of the D Teamster' s building. The County General Services Department has selected an Architectural firm to develop plans and specifications for the Teamster' s Building. Investigation of the Teamster' s building and site for hazardous materials has concluded at this time, the building and site underwent investigation specifically for Asbestos containing materials and petro-chemical products since the site contained a service station at one time. During soil borings petrochemical odors were detected, the materials have been submitted to a laboratory for analysis. The results of the laboratory analysis have indicated that the underground soil contains petrochemical materials which would require mitigation, the extent and cost is unknown at this time. The County has evaluated the cost of mitigation as it relates to the Opurchase price and determined that it is not Page 4 feasible to enter into a lease purchase agreement for the building. County lease management is now persuing the lease of a suite of four (4) offices and some parking. The County and Hospital are also evaluating other avaliable County leased or owned space or other sites adjacent to the campus which are avaliable for lease and/or purchase. 4 . HOSPITAL BUILDING a. STUDY AND ESTIMATE, .NOISE MITIGATION Issue: KMD has secured a consultant to prepare a sound mitigation plan with the associated estimate for implementation. Action: The Construction Manager has reviewed the estimate for implementation and recommended that it not be executed since the Project Budget has no allowances for the estimated expenditures. The Construction Manager will be working with KMD' s Acoustical Consultant to review existing noise patterns on site, develop presentations of typical construction noises based upon optional methods of construction, select methods which meet Hospital Operational Noise Criteria as well as the Project Budget and a provide to KMD for incorporation into Project Construction Documents. The Construction Manager has contracted with the acoustical consultant. A a meeting to develop final scope has concluded and development work has begun. Presentation is pending notification from Hospital Administration. b: BID PACKAGE No. 1 Issue: On May 26, 1993 OSHPD approved Bid Package No. 1 Q for construction. The Construction Manager is responsible to now manage the County process for Bid, Award and Construction. Action: The Construction Manager has prepared the necessary Board documentation for approval by the County Board of Supervisors of the project plans and Q specifications, this action took place on June 9, 1993 . The following activities have occurred: 1. pre-bid conference, June 23 , 2 . site tours on June a 29 and July 6, 3 . bid receipt and opening on July 8, 1993 . At that time bids were evaluated for price and responsiveness and a recommendation was made to the County Board of Supervisors for the lowest a priced responsive bidder. The County Contract Compliance has determined that the three (3 ) low apparent bidders have failed to comply with the aMBE/WBE percentages and failed to demonstrate a Page 5 i Dgood faith effort. The Board has agreed that this portion of the project must be rebid. The new bids ' were submitted on August 27, 1993 . The County Contract Compliance Officer has reviewed the bidders and has noted that the low apparent bidder has complied with the County MBE/WBE program and has recommended award of the contract to them. The required Board documentation has been prepared and submitted, review by the Board occurred on September 14, 1993 . The pre-construction meeting was conducted on September 30, 1993, with the Notice to Proceed issued on October 4, 1993 . This delay has the potential for impacting bid package No. ' s 2 and 3 . "G" Ward is on the critical path for the completion of bid package 1 and hinders the ability to construct bid package 2 . A work around plan is required to prevent delays to the project schedule. Work to date consists of the following: G Ward; demolition, abatement of Asbestos Containing Materials, rough in plumbing and electrical, E Ward; layout for new stairs, rough in plumbing for the new janitors sink, J Ward; excavation for the new outdoor covered recreation area. Stats . Project day 42 of 90 RFC ' s 72 total 55 answered 17 outstanding 4 days average turn-around Submittals 42 total 11 pending DField Instructions 2 Issued to date C. BID PACKAGE No. 2 Issue: OSHPD approval of Bid Package No. 2 for construction is Ipending , all back check comments have been received, KMD is working to prepare responses and set a meeting to review D with the agencies . The Construction Manager is responsible to now manage the County process for Bid, Award and Construction. D D D Page 6 D Action: On July 28, 1993 OSHPD approved Bid Package No. 2 , ' the necessary documentation has been prepared for Approval of Plans and Specifications and Authorization to bid by the Board of Supervisors . The Board approved the plans and specifications and ' authorized the Clerk to advertise for bids on August 10, 1993 . A pre= bid conference was conducted on August 25, 1993 and site tours were conducted on August 31 and September 7, 1993 . Bids were received on September 9, 1993 . The three (3 ) apparent low bidders were submitted to the County Contract Compliance officer for review. The second low apparent bidder filed a bid protest noting that that they felt that the low apparent bidder had failed to comply with the County's MBE/WBE program. The County Contract Compliance Officer reviewed the low apparent bidder' s documentation and, there had been a discrepancy in the manner in which the bid a was prepared, however the County' s Contract Compliance Officer recommend award indicating that the County' s MBE/WBE program had been complied with. Contract documents were submitted for the Contractor' s signature and return and have been fully executed by the County' s Administration office. Issuance of a Notice to Proceed is pending a meeting to discuss the project schedule and impacts to the Bid Package No. 1 contractor (see comments above) . This project is on schedule, however it has the potential of being impacted by bid packaae 1, refer to comments above. 5 . EQUIPMENT PLANNING AND PROCUREMENT a. IMAGING DEPARTMENT RESOLVED Issue: In order for KMD to prepare complete Construction Documents they require comprehensive information for owner furnished equipment . This is particularly important for the Imaging Department with its systems which require seismic anchorage, substantial structural loads as well as demands on the mechanical and electrical systems. Action: The Construction Manager has developed in conjunction with the Hospital an Imaging equipment D planning group. Working together we have requested room layout drawings from vendors and have transmitted this information to KMD: For Construction Document development full installation drawings now require development. General Electric has produced equipment installation drawings which acontain seismic details and calculations . This Page 7 information was transmitted to RNID for incorporation into- the Construction Documents . The Dental room in the Imaging Department and the Cysto room in Surgery have now provided installation drawings with seismic calculations and details . b. OTHER DEPARTMENTAL REQUIREMENTS Issue: As with the Imaging Department; other departments such as Surgery , Intensive Care , Labor/Delivery/Recovery and Nursery have specific equipment planning requirements. The information ' specific to seismic anchorage and utility requirements needs to be developed for this equipment during the development of Construction Documents . Action: The Construction Manager will work in conjunction with the Hospital to form specific departmental 1 equipment user groups to gather information for KMD in an effort to make the Construction Documents as complete as possible and mitigate potential claims and/or delays during the construction process as well as minimize the number of items requiring deferred approvals . Reviews have been concluded for Central Sterile Processing. The Hospital Product Review Committee has been delayed in establishing the Manufacture (s) of choice for Physiological Monitoring. Hewlett Packard was contacted for design documents during the development of construction documents . Hewlett Packard has been recommended with the exception of Fetal Monitoring in OB/GYN. Meetings have been conducted with Hewlett Packard on Wednesday, November 10, 1993 . Hewlett Packard has prepared preliminary design information, upon completion of of the user equipment review, Hewlett Packard will be directed to .prepare final installation drawings . e. EQUIPMENT BUDGET Issue: The Project Budget has an established line item for budgeted equipment. 6 . 0 FURNISHINGS AND EQUIPMENT is set at $8, 882 , 675 . 00 . The present estimate for equipment required for the project is $15, 446, 878 . 00, (refer to attached spread sheet) DWhat is being done to off set this deficit? Action: The Hospital is presently purchasing equipment as part of their annual capital equipment acquisition program. The equipment planning consultant has completed an inventory of all existing hospital equipment and ranked the findings, the ranking is as follows : G good, F fair and P poor. The net Page 8 1 savings for each item by category will be applied to the budget to determine the impact. Hospital ' Operations is reviewing the Consultant ' s findings to determine the hospital ' s ability to reuse equipment. The final results will then be applied to the estimate to determine the impact and additional measures which may be required if any. The initial application of the Consultant ' s estimate for good and fair equipment items has been ' applied to the budget, the results are noted on the attached spread sheet. The present deficit is $5, 859, 517 . The Hospital is now reviewing the ' Consultants recommendations to determine if they agree, as well as determine which additional measures they intend to implement to continue to reduce this deficit. 1 1 i 1 1 D . D D D D D D Page 9 D T y � C�6 aD Ln Cfl O m �C T E �. m 0 Z O 'cr CD O_ Z Z Z Z CD d N a) N C7 CD O co �m m m m m m C m 0 a ^0 N_ CU_ U U U CU N N 03- N In Z .9 C C C Ch d4 KJ CO O T T 64 PZ Z Z C Z °O 0) 11, LO CD (M d' C co fl,' y d CD NC N U) Cp CA CC) O CD CD -7 m LO C7 O T N CO f- Ln M co to C 0) W r- a00 a N� N Q 0) - NEA H? C6 L (fl ER T L1. ER Ef} Ef3 .W O LO 0- -- Lo 0 0 O Ln 00 O Ln O r 0 CO Z 0 Z Z Z � 03,bH t& con6C.4-619. 69 N V N M LN LN LO ' CO n N CD CO CO co 6 (!> z rl: Cl CDO O � � fA CD C CD > =O D a Z � 6 c 5 N o W oy :3 � r C. = 0 = � = s roc N Cq 0.. .4f C N N -0 .0 O y a`> 0 C N 3!a C LLl UO c v a 0 0 C O c � Z5 O — C — a 004 U) ami ami �� c E aC c c �• m � d O _ .O. d °' O L U G M O _z , E 3 c L J = 7 7 .6 06 W 7 N H «6 V d m U) LL LL N Ly, N CD— LC LL L L (d (6 w Z N N ."�" N CSS C6 U H d N f-CPI CY, O •CCl) to O C � 7 C C C X C C -p C X oa m E X :s U S W 0 0 LL cn �� c=n O 1� ca ' � F�- O 0 T N Cr1 V' to CO I� z O 0 0 0 0 0 0 5 CO CD CO CD 0 co CO co