HomeMy WebLinkAboutMINUTES - 11021993 - 1.54 /• SL(
TO: BOARD OF SUPERVISORS Contra
Costa
FROM: •� ';•
Phil Batchelor County Administrator
CountyNovember 2 1993
DATE: / c'g�:�r
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 .
CONTINUED ON ATTACHMENT: YES SIGNATURE:
RECOMMENDATION OF COUNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE
APPROVE OTHER
SIGNATURE(S):
ACTION OF BOARD ON 93 APPROVED AS RECOMMENDED � OTHER
VOTE OF SUPERVISORS
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. G
ATTESTED
Contact: D. Bell 646-4093 PHIL BATCHELOR.CLERK OF THE BOARD OF
CC: F. Pug 1 i s i , HS D (via CAO) SUPERVISORS AND COUNTY ADMINISTRATOR
J. Campbell , OKA (via CAO)
BY / DEPUTY
1
�Ili''ss uit -ice -I
t
CONTRA COSTA COUNTY
' Merrithew Memorial Hospital Replacement
Progress Report No. 13
1 October 15, 1993
i
Ik
xim
qf
?fir � i; - `= �-• - - - '?�_
r"
,$'� i •;t `,��y -;1:Y_ +�•` _� . :T 'r.+. :F..� �1.� rn�•:' _ :ts�;.•v�S.ri• ..tai
•e.:.. .au•:.y -t r. r' •fir=.n:
itt
ti :'!tj"is�. ,,.f `i ':S• 'iit':`•. .t':.f..G.. .,- :::� ::41";.' �;'� t,+ 9 l�•1
',lw. . r{l :_j.. ":JRP h •Jr:3::''.e. _Y• �C 1
....n .���- -- f_.. .nuc. '�{.••"` .. ;,�
_ _� :,4- •i�...��`.'.i'�-•t �. ss.: hyo}'.
e
�s
O'Brien-Kreetzberg
1 O'Brien-Kreitzberg Professional Construction Managers
1
1
1 October 15, 1993
1 DeRoyce Bell
Deputy County Administrator
1 Contra Costa County
651 Pine Street, 11th Floor
Martinez, CA 94553
1 SUBJECT: MERRITHEW MEMORIAL HOSPITAL REPLACEMENT 2500 ALHAMBRA
AVENUE, MARTINEZ; Progress Report No. 13
Enclosed for your use and distribution is the Monthly Progress Report for the Contra Costa County
1 Merrithew Memorial Hospital dated October 15, 1993. The report contains information based upon
data through September 1993.
Sincerely yours,
1 John Campbell
Project Manager
1 OCT1101.116
JC:mc
1 File: A2.1.1
A7.2
1
1
1
1
y O'Brien-Kreitzber-&Associates.Inc. Memtneu Menoria!liosmta!Project
j Telephone: (.510)636-1040 Co.Administration l3widine
Fax: (510)646-4093 651 Pine Street,8th Floor
Martinez,CA 94553
DISTRIBUTION LIST
' CONTRA 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 original Material Testing and Specialty Inspection: selection is
hospital. This five story, 210,000 sq. ft. new building will concluded.
' house the following: Inpatient Nursing for Medical, Surgical,
Geriatrics, Obstetrics, Labor/Delivery, New Born Nursery, Equipment Planning/Budget: The equipment planning consultant
Intensive Care; Emergency; Crisis; Medical Imaging; as well has prepared database evaluations for hospital operations of
as necessary administration and support functions. y inventoried equipment. A budget deficit for equipment exists;
the budgeted amount is$8,882,675.00,the anticipated cost prior
Issues/Actions: to the application of existing inventory savings is
OSHPD has approved Bid Package Nos. 1 and 2. Bid $15,446,878.00, the savings suggested by the Equipment
Package No. 3 was submitted to OSHPD on May 10, 1993 Consultant as a result of the inventory is $2,213,573.00, the
and is under review at this time. remaining deficit is $5,859,517.00. The Hospital is presently
evaluating all existing equipment as well as that selected by the
1 The abatement of asbestos-containing materials is sixty(60%) Consultant, and other mitigating options.
complete, the balance of the work is on hold due to the delay
of the award of Bid Package I. Abatement of "G" Ward Trailer Relocation/Teamsters Building: The hospital site
should be concluded during the month of October with the contains trailers which are required to be relocated as a result of
' abatement in "H" Ward beginning at the completion of Bpi Bid Package No. 2. County GSD has prepared one option; the
relocation and development of modular buildings on the Hospital
work. Campus. A second option is under evaluation; a lease/purchase
Bid Package I was authorized for award by the County. A agreement of the Teamsters Building. A hazardous materials
pre-construction conference was conducted and the Notice to analysis has indicated that the sub soil contains petrochemical
Proceed was issued on October 4, 1993. The project duration materials, the costs associated with mitigation have yet to be
is ninety(90)calendar days. This proiect was rebid due to the determined, and the viability of this option is undergoing
lack of compliance on the part of the initial bidders with the evaluation. The Hospital will evaluate other County properties
County's MBE/WBE program. This delav may result in as well as other adjacent lease/purchase opportunities.
delays of BP2 and BP3 (see BP2 for additional information).
Bid Package No.2 was authorized for award by the County on Schedule:
October 5, 1993. The Contractor is in the process of The Project is on schedule per the Master Schedule. It should be
preparing bonds, insurance certificates and executing the noted that the re-hid of Bid Package No. 1 may have an impact
1 on Bid Package Nos. 2 and 3. The renovation of "G" Ward is
contract at this time. These documents should be submitted by
October 13, 1993. Upon full execution of the Contract a on the schedule critical path and work around approaches for
meeting will be conducted to evaluate BP2 Contractor's BP2 will need to be developed.
schedule as it relates to other site construction activities. The Cost:
establishment of the Notice to Proceed date will come as a The total project budget remains at$81,841,OOOapproved by the
result of that meeting. County Board.of Supervisors. See Cost Summary below for
' Inspector of Record: selection is concluded. additional details.
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 111 206 10-13-92A 05-07-93
Total $81,841,000
OSHPD Review
' a. Phase I 128 01-18-93A 07-05-93
b. Phase II 191 01-18-93A 07-28-93A
c. Phase III 329 05-07-93 05-02-94
' Construction
a. Phase I 90 10-11-93A O1-10-94
b. Phase II 244 11-04-93 07-06-94 A = Actual
' c. Phase III 909 08-04-94 01-29-97 * = Calendar Days
i
11 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:
1 First Floor • Main entrance Lobby, Medical Records,
Pharmacy, Admitting, Gift Shop 6 volunteers,
Material Management, Communications &
j 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) .
1
Fourth Floor • Geriatric Nursing Unit (8 beds) , Medical Nursing Unit (30 beds) , Surgical Nursing
Unit (30 beds) , and Family Care Nursing Unit
(30 beds) .
1 Fifth Floor • Labor/Delivery, Nursery, Intensive Care
Neonatal Nursery (6 bassinets) , and Post-
Partum Nursing Unit (22 beds) .
Q i
w-
-
map"
TWO SM R-
-,over rendering and site��— ""'
�llMM� M�O�W npfNfY
zian are Copyright by 0
Kaplan/McLaughim/Diaz
1
' 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.
Phase III : Construct the new hospital, associated site hardscape
and landscape.
Bid Packages 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 are undergoing 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 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
b1an. The Abatement of Asbestos work is presently on hold due to
the late start of Bid Package No. I and will require 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
1 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
we are awaiting the return of the executed contract from the
general contractor. 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.
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 be 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. 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.
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.
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 (200) feet. It is the opinion of the
1 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
Ireviewed 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
I 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
Hygienist has come to a halt pending the award of BP I and the
subsecruent 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 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
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.
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
1 is under way at this time. The results of the Hazardous Materials
investigation has determined that the soil at the site contains
petroleum products, the mitigation measures and their associated
4
i
i'
i
I costs have yet to be determined and this information will be
required to be evaluated to determine if the Lease/Purchase .is
still 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 .
t
I
i
I
t
Project Information and Status 5
Cost
LJ 7 n
Iu
<[ I o
i
. . .... ............... .. ... .. ...........
a � a
....... ... .... .. .. I ............... ......... . ..I L
� U I
... ............... .......... ............... ... ...:....... ................................ ........................................ ....................... ,
(1
Z I ul
f7 ............... ....... ..................... o
2 - -
D
L
V �
I 1
I
i I i I
Q
._ .. .. .. .. ........ ...... ... ..... .. .. ...... .. .. .. ..........
o
I I
U _S
W
O
............. .. .. ..... .................. ............
.. .... 3.i. ..
lIJ H
a I w Ln
Ln 1 T W
W LLJ
CT .. . . ... ............. ................. .....:..... ............ ...... .... .... �..... .. .. _ ....... .. �.
.. ... ..
........ 3 CU CY 3 3 CT-
CT J
W � O. W W (� CE
S
U-1 W 3Z O I-
R .... ............ ..... ...........:. .. ......... . ... ................ ....... .....CD .W: WI ... ..... 1--' Ln I-i
'CES
r. �i - Ln n
(If
ly- Cr_
LLJ
cy
w Iz I ....... ... ... .. H .. ... ..... (T
I 3 W 3 I Y CY W LIJ G
.. � ... .. W.: ..... .. .. ..�.....a- Ql� .. ..W. .. g..
r'....... .....................li ... ...W.. . ¢� Q -i
S -C: W CL LLl: �. G
LLJ
�_ H Ln I-: 3 f- I'--�-I �: y I r,.) Com) <L
z ~ CY LY. W fY: LLl I--� IG-I U7 (V U I,Tfa- I �! C7: (Y U
_.
cn
.... .. ....... Lam...�............ ...Ly-I....._,. ..LLJ ...W..� ..a.
O W 3 I- W. S W LJ LZ � �
o W '2- _ , =. Iti I.I.1 t_ U c.) C_7: C_� n- Illi w
Q LL L H W f.Y I S. H O U Q: H !I G
(n w rz Ln n- cu LG Y Y1! 3 � z
cr I W.....7, .. . .<T .. .�....0.....�. �. w Ln CL: I .� _. . I'1].... w
....
<T LLJ
LLJ
fY -
L3 cy. m ,_.. Of U L_� (\I ('7 U O I O
-7.....I.Y_....O I. .... W ...G ....J Q ..Lif I. ....�.I.... .l,L.... U... w ..J. �. ...�J..... Z L
T- E-- W J I LL c, 3 1' ¢ Q Ln r_l :h- _
<L :S rn I L IU-) W 'LI
cr- r.-� Q w v n.. w o z _, n z -
W � S 3 U W J W `•Z Y '-' W I7' U L.1_J l)
W.. ..Lam. - w _..J LY W .. IJ_I. W ..... _. G1 .U.....�•......� Q .. U
.... .. ..L,_I ,<.. .. Q- c:, G. LCL H... 1..1.J ...... �...
s Li - I_> W cl ( , to F- m � rs w CI
LLJ
7._ L) G H ` ' I..- O IJ.J I- . W 1=Y i L� U-) �" H H
y. LL
� a I--
C= H
z ...7....U'J �...... z ...w.....0 tY Q .. ...... LLI .� ._. 0 .. n =>
..L- I� W W_ fY 3... .. s .m.. ..LIJ ..G... �.......I_, W..
I Z C. G Cl L1J I- <r I(AIti I �� W Iaf
o o n n:
U j I_ U 3 -cn �M -V z I-�_ Ld 5 @�(Y3 I '.
ab
..... o U L� I.].,..... `� H ........ ..... .. =i W LIJ U H U�� ....... ... � n
IIU1'
T ..
C=)
3 T U J I-- w (� i � T- W u I- Ln O G -
I._I_1......
57- ...>.....CD .(_J_... 7 0 ...... I_I.I.. 17 L7.. C'-=)
(::,..
•.- -� � IJJ �� <]= U d I i� Q >... � Cl- Ci
L� W
,7 W co R
Lj� Cl-
I,
I-I O I CI-1 OI �:i LAY O (Y
1--s
.�. ............... a-J . ......... ..... U.. L1J.... �... ............. .. .... Q-....Ld
L' w L�) m jLn n..
o,� z Z O L.IJ u] LJJ U CL
- orrJ .. ct _ ............... .. ............... ...
Ill......l.y. .. ..... ............... ...... i..�. ✓ -r 0
L.JJ Cn �r� L J 1� � ;.
r-� I W
I I. 1 I _ I
N N I N I CuN m Cl) C) C) 'C) N C) C) M i C7 CC) C)
(T G- Gr c' CT c- C7" Cr CT G" (T CT (T CT U- G' S G I a-- +-
C7 H C.) } J Lo t- L - I C.) J —1 L7 r1 LD } U I-i
(� (, W a2 (-, CL i O I W W Q w i C
f I 1 Q O 2 I C1 -] Q U7 Q m Q ({Q(f Jl
a I N u 11`- X.) i[ C m (� i I cm a) a o_ L- m i as ���� e
(U N N N N N N --a-
U-
(1_ (ll
L_ LL I,_ I w I w w li. IL_ L'i Il. Li_ LL w I I. I li I.._ La_ n
Q ¢ Q Q Q Q W W W W Q Q. Q W W I W Q: W W I ':(V'- >
(Ii I N (L I N I C) C) I('7 (') (') N I N ('') (7 c7 .i- N I c I C)
V- (T C- :T I_� CT .T ICT G- I i S G" G" IT Q' a" G ._
J V 0-
I— I I- CD I++I� :)_ , O F C G U U L
N I� u7 r CO CM IN � � � � to �N � I r cVI + 0 2
L u
cp 1 u, ICL I cn I Lr)a Lr)C: I:7 w (n u7 In In 17 u, LLJ CO u7 I v) <r 2 L L (:
Q Q I Q I I Q Q w w ¢ Q a I Q a w w QLs a c�,�I:,.(:� _
_ S
Lr) L1J : I.I..1 v
C1 S S 1 0
"7 I--i H 1---i
... .... ........................ ....................... ........� .............. ..� ...[„Y.... .................... .................... Q
� .....
LLJ
CJ ... �_ ..... ............... .. w IBJ .. .... .. ... ... ....... ....... a
S: .
I
1
IL
LJ: �W I7JJ
M a- t. .......... ... ....... ... ...... i rzo-
> I
............
I`I O O 7 ¢
d d d
`- W W: W W ul
o I
OS.... .. ...... ......... .. .. 's'.. .. .......... ....... ............... ............. cl
........ ............. ... .. .................................. ... ..
U'1 o i
<L W CY
57--.
........... ...... ............. -LLJ 3 ........ ............. .............. V N
Ljj
F- I� W Z ~. CY.: O
SfY H ... .. .. ... Z ... ........... ...... ..... ..............
Of .... .I... ....... .. .......... ..J.. LJ ..�.:.. �.w.... .. ..Z..
L Z 3 Q W Z C--) U I
.LLI Q: ..J....,_..I
......................
........
N
LLJ
dI ......... ...... .. C3 ..... ...............U...
W
<f Q
s J J ......... . ..... ... W ♦- fY_i .. . .. . ..................... .....
CY =
cTLrl Lr-
-1 Ul I W
U] o H
m c I.,.I :w �z z: Q Q rn
LP _) U 111 - f�Y- IT OH ¢ F- I..I.J W
CD
C:NW Q: Z LdI
Ln C, -7, w i ~ s O U 4
"i........ z.....Q [1_ .. T LY_. .LIJ._ : -.. ..... ............. .. ........ .. ..... .....I .. ....F-...... ...... ............ .. U) r-a
O
CL
. n^ Z I•W.... .. 3 ..O r� ........ ....... Cf ..... ............... ..... U'1 c
C..] H
LJ .s o W 2J C)
W U O I..(� O .S = �-. I Q".. (n LIJ
07 CY co Li W I- O:
Q.....rn w LL.....n. i z... z .. I� c� Ln n..
.... '' ... �. �.....I..._I LY LLJ I- I- 7 O_ <1 J v
Cl U (--) CL I-- LLI
CD
Ly
- C1 <L LL' Z LJJ GL rU-i (Y LY Z Q od CN'� tz r
r� I- I-- CT ...... . ..... ........... .. ... `-.... .............................. ..
u� -'-., Q
v� �:, c� :,::�.. Imo... . Z. .....z.. Q: 7.. r.
Q z —' I..I.1 +z Im Gl n- I� ccJ >--
co
...' 1 i.........1.. 0....._- Wf,�...... __ ..Ll.. ....... ._U7.. LLI
Er. Ljj
_m CL
m ! _ U Li �...................... ` 1.L.1 J n ... ..... .....I.. ...... .................... .. ............. Y T
- is Ul
oOf
..........rr o z %Y
CD
�r�yy_.-�.�{ W
pri
...� ..........I. .__ U . .......Z U .................... .. ......... ... ......... .......... LYJ
.. .......... .tom' ...Q... ... ... ......... J S I I ...I_......... ..
<> L)f O W
I_.. Ln !— Q IIJ
Ln U S
-• r�i w
-
Lrl .�- ............ ......... ..Lil Z .. ...................... U U7 Z C=)
..... .......... ............................................ .........
U
<E ...I w U-7
I._._... i ..
W _
IT
CY vi F-- ep o x
QI....J.......... .... ............. I (Y......... ........ I-"-I ....... .. ....I...................... ...... ... ............. _ u$'
r I_ .... U. z .. Q. ,ma`ALL
co Q
(� rd
L.1 Z ti I
._
CE L'i
___ .. ....<l c- CL, .. ..... .. .......... ..... .. ...
......... .N..... .. ...L)............... .......................... �__ .... ... .... .. ..................
•s f_r1 I �J_ _ —
j•+ 17 I C� ('? l C7 L� CU !CU I M I-J- I U) I'- !1�
rCT'
i r CT- I C" I C' c- CT C- C' CT T (T (T CT (T .(T I(T li C
I CL � Ljj CL L! 1= L,J I cjj r !_i CL I rn <C z
a v LiJ CL� Lii ¢ � � I,.1 ¢
LJl !('� I L(1 �Z) N O ll) I•_i iD <.> •� LJ) 1-3 O
CU cu I tU I CV ! CV I I CV I CV IV i'7 n_ f
¢ ¢ +
LLL Ili LL.. i. Li WL, W ✓) O U
W w Wi W GL I W W iaJ I T 1a: Iz Q: li 4i W W W
ICJ' ICT (T" (T CT C" cr U' I C- U- I C" I V' I ., ._
J Z 1
of Z J Z ♦— (.i F— i(_? Z J , ;,
! i I—1 17 a. c_) w t� I LIJ ;_, ;Ir W I I_ I -
'L(+ C' C- �Y IX) CU CT Q: !L� 11) CT I CV I M 1 V I ril U r
I(U I cu CU I I N Cu , N I N (v
! I O+•J D
U) I U) I UJ Ul U'l Lr U) I Lf) Ul lil Ul Ln I U) Ln I U-) u Ul IG L L U
W W I W Q Q W W 'G-i. cS Q 2 (W W W LU I j W I �._�U.11.
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
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 :
i SYSTEMS SUMMARY SK
■ Foundations 2 , 0.03
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
Plumbing 3 , 344
HVAC 6, 380
Electrical 5, 246
Fire Protection 659
Building Cost 39, 983
V.E. Recommendations ( 1, 506)
Site Work 2 , 496
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
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
the above revisions has flowed to 8 . 0 Project Contingencies.
See the attached budget and actual cost report for details .
2. Pending Solicitations
a. Testing Laboratory Services (through the Construction
Manager) . - COMPLETED
b. Bid Package No. 2 COMPLETED
3. New Contract Amendments
a. O'Brien-Kreitzberg J g Project Management services for Bid,
Award and Construction Phases was authorized by the
County Board of Supervisors on September 21, 1993 .
4. New Contracts
a. Bid Package No. 1 authorized b the Count Board of
Y 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 .
5. Pending Contract Change Orders
' a. 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.
1
1
I
1
O'BRIEN-KREITZBERG Professional Construction Managers
MERRITHEW MEMORIAL HOSPITAL REPLACEMENT
PROJECT BUDGET OCTOBER 12, 1993
-`�""D L
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 $57225
2.01.11 Signs and Graphics $47:9501
2.01.12 Radiation Physicist $315001
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-
3.91 Architectural Division $164,000 $164,000
3.05 County Administrative Office $480,000 $480,000
SUBTOTAL COUNTY STAFF $644,000 $644,000
O'BRIEN-KREITZBERG Professional Construction Managers
MERRITHEW MEMORIAL HOSPITAL REPLACEMENT
PROJECT BUDGET OCTOBER 12, 1993
...... ............
4.0 PERMITS, PRINTING, & MISC EXPENSES
4.01 Encroachment Permits $0 $0
4.02 Traffic Mitigation $0 $0
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 $1,441,000 $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
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 i 3
5.04 Design Contingency $2,386,000 $2,337,000
5.05 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 $8,882,171
O'BRIEN—KREITZBERG Professional Construction Managers
MERRiTHEW MEMORIAL HOSPITAL REPLACEMENT
PROJECT BUDGET OCTOBER 12, 1993
$C MATIC.:
7.0 COMMUNICATIONS
7.01 Telephone System (instruments& Equipment) $500,000 $500,000
7.02 Other Systems (CCTV, Security,Ambulance, Intr sion, 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
co
o
6
IGD..✓<T�.::::. 1 �::..rn �.':'II 1 1::`:::.::•�.�.�..; f:��.���
.':0.::..:
I I
1 t i
.:it
II
I '
1
I
I
f {
000 1'; bOOb.O O0NN I ;.O.O O+ OOi•-i
!..:
.. p ..:i-,...1 :1.::. 0: :. .i N I:.....O.O h O ON:I.N I O 1 W..I..tD 1 O 11
O C�D..�t'
U-)
O O.d'� 1.M t M A 10. t:.30 I O 11
I. ...: .. 1..
I
` 1 1
.C7 1 I I'..h�....':.I In 'N'.I..., 1..'.' O. . M h .'',•i..tD.. 1'��Y• I h 1��'C!) I�.'M 1 h 11�:'..':..:
1 X.a....: 1 I i.• M.::...:i ,..N: t :1.:..: U'1. .•d ,D ;::.::..dt tl' W M N W. , 'In 1 W
:: ..',,. + v v ( ...:..::+-1� h M h.'M..I VI I Qf t.h I..t71 1 ►i 11. .
v. !
,.:...� .:•!•1 v N 0,4'.'4It
>.
L 1
!
N:O b O O O N:..f O O ::.i b O O O O..O.� N N ; 0 Or O O Q1. 1:t11 I C 1 N
:. ... 1 t i
O 0.O:.1j O o 0:+:..: O OO, 'O .-1 .-1 O 0 h O Oh "h O I :.. ... ...I
... 1 I:.:' .. j 1 1 ,N•O O O O O:N r. I O O O.I O 0:.O:.O O t0 t0 .O.O In O O.u"1 .I. •O 1 M :1:'0
.OO�.A �I eP O dr� ,..::.... h btf1.N N h M CD 4) M h M V) 1 N 1 h :1 .�� 1�: 1 M 11
O,L4�, 1 1 :�d1.•0 in .-•I v 1 •D co d!,:t N Co:N.M th d• O O.01 M M IT.0. 1:co I co 'A N .1.`.., 1 M It:
1[1
N V10 I e-0 �O 1 ..I t71 N: .•"tM V• .-1 ' N Q'7 t:0 M O1 1f7 .I fp 1 01 :1 .UT 1 I M II
1 tl
4-
E-:
1 i . j . .1' 1 . 1 " .j. . •. 1 '. 1 A :♦ 1 i 1 11'
'�I I M �...,' .1:' N 1 "M-1 N N I 60 1 Ii CO 1 I ri II
1 H d•.'
, �:•.V]W.:1 t i. 1 :i t. : 1 i 1 1 I. r :I 1 W +,
.. 1..:... I I il�� �t'��; 1 II
I I
i I.
1
I I
O 1 h:rn W N O d':0. I...' to O N I Oct 08 In O N O h 1 O.O Or O O..O+ 1 Or 1 tf1 1 CO I..
1 I .dl::r W 0 M 1 .1 O Cl M::1 CO O i0.O:C co B O.:O h O O:I�. I d' 1 O :1 h 1 I t0 !I
:: .. :•. :t6:.:.-1 WO
N:%a.'1 h •d co':I: e>• O d';:O O Or 9.:..:::O::O In o O: I h , M :1.'.O 1 .I I r, it
I ..OI 1 .W. ::"p. 1 I ��::.:::.. ..�. . 1..�...'..�1�.:'I � �� �+::� ��� � I•.:�. . . ;1.....:..: I• i.:�.�:I .j. I II�����.�1' 1 1 �t�...:..::.::
1 F.:::r•-1,1 I N:f7:iT •"1 VI (�i sl' ::1.: .D ... 1 CD b�.-1 N b .•1 �.co b M h M Cn...1 :VI 1 t- t .O !
I v 1 4 E I I O N Vt H M :1 In 1 1 d O .-1 M 0 Ot M M Or Jf1 I tO I W it 0 1 11
li
owdl 1:::. :. u1.M co M O+ In' 1W t rn 't Ant )
4:1'. , ;1
P
,
1 u , 1 r.
.E.W.¢ 1 F dr.11 1 ...: :� M :::�:1: a. Y-1 �O
1 i `
I: ..£.in£ 1 N:':..,E 1 1 .:::: .:::.... ) ,.. i i. . . N N N ,'..i , it: W. I.. : I h 91
� I .I , :1: ::. 1��: I
¢�......� O i
iH.W^':l.;N :...jl 1 I: ::i I.
IN >....Qrl 1 1 ... ... .:.:I ...1. I
E. 1 .....:':.:.' 1 r I'.: 'I 1
ICA.::::::::N.Ia I i..:..:.:.... .. .... ..:
1 .. .
I
;p::q:.O .Vf .-t ICV W O iO:N::l tf1 O Ln :1.:.: ..O O O O:to O W N t!1 II1, "O O O O O O I.:.iO 1 O it Or: t O 1 h
O W h..l Q1 h 10 N :.M vl N �1 I N I I t!• 1 I M it
Ln.CD r, .a h N..1. N C 1 In j.. In .01 •O t0 I. 1 tT 1 ;I .N..I.. I W
.•I I�'.�.'1. � :.1 :•
H... .0111 I :::.::t�:.iO C� M h In'I h N M:.I W I':M h .1 1 I lD 1 I
y x.In I In I N.O:\. 1 1 M.h -4 t0 i-1 O. t O N M .1... O d' .D II:... I :••1 1 1 N 1 1 M '11
d'i I wio H''d 1 1 01:.:. ' M �...d': 1 .-i M CYI 1 W I. i V� N I. 1 I I f. 1 rl it1
V.�C..1!H
i0 it
H
.1
:1
N vI F
W 1 1 I 1 t, I. t 1 it .. 1 1 I ill .
00j0 OO 0.1 ; OoC.1.. OOObio o OO II :...0.o0000 , 17 1 O !1 O"1.:b
it
it
.. I:". �� I. I i".�'.1'.� � '�:�..:� �..! 1 :� ��� I .. � � 1..1 I ill...... .
1 1 0 1 N.clb 0 o Io:N:r o 0 0 t.. .0 o 0 b O 0 0 0 0 I .. .: o b o p 6:6 1 o l o I d'.:t: I o
(A0: OO tr:l I o Oo::t. 0000000 �r. ... 00 00 I:.o 1 1 'w :1 ipp� 1 o
I ;4.F N1 1 1 ...M O:IO O O O m I O O O::t.: O O.o O O O O 1 '.0 O O 0 0 1 O I it OI..:I 10 1 O ill
II I I` . !.. ;,. ..!% . . 1 .: .. .'I• 1 1 1. 1 '.It.
I:. N (DoN O p.:h. r d' O eM:1. h b.� N N O •D 1 In. O tt' O.1'.h 11 I '1 h I:M 1 tD Itl:...:.
W�..O N .•i rlW t ' •p co d'.:t tI'1 Lo Ln::
.-1:'M IA M M 1:": N r1 to N O '1 f7 I '.O .1 h I W 11
N d' V''.1 r-1 d• n0.1. 01 ../Y'7 tl' O I::..':�O:M O h Or..l .M I 1 CO 1'.'tT I .i �tl :.
j• ..1'.' . I
I` h7
'W '1 ..,. N I': i'7 d• N N. 1 CT 1 ll'd• 1 1 .••/ ilI
CD
E ..'1 V ..:1:.:: { 1..... .1. 1 I I .1'.A 1
I:
t .; 1
E to f:': ,' W ...1:::::::: .►-1' V 1":: z a
.,:.Z
.•:: 1 Z OI::.:: N 1...:...FI..W 0.::. :1.'W
W Ot. ...:...:...1:. O 1 Z.., .• 1-. .:a:. a M.. 1. E I t 1"{ 1
V ..tn.':I :....1.:'.7 1
.::...w. .1:. In O .:..::.I':.:'.F .acA1 ,:,,iE� ¢.. :. .: t1 : .I::j t
►r
tl F ,.V 1.. ,•y H '1 "V'�''1 Z W Z W . 1:..:::::'..'-1..M m to i..7 1. I=) I 11 .. +: 1 I
W':. tj>I.'IE O :'O ,J 4':..:.1 .O I lI. , ,
.....: ',',',aaaa
:.'W.tl�tA Z W '.�::'1.' H a "'t. 1.1. Frt�.'►r Z Z '1 M V 1 W 1 it
.I W ¢£ .:.: a::1. G H `..::..t:£.�s7 F .w.E+.W ¢ .r I;:..:.LD`r .r S N: ......I: 1
l 1(Cfj1�/.►+V £W ..W...t G] :...:.1. ;.W 6SV:E'" a F 1.:: "Z::}-1 r� t1 1:.W I IIn•t..t:: 1 I.::..I:
... , W .W:.:. I t W:0.osj i E . N '1 .4 ►-1 W '.:.. tl iA .:.N 1•-1 ¢ ..Z :I•ItI] 1 II :V t: 1 !.
W.:Z ht:> Z 6 :'.I.:.! 4 Z W.I:...0. H H .p.:2:T73 N N f::. .::H. a 0.:1:p 1 I I'..Z
.-/.w W;a o m :.E+ r. a +"•+S::I;::�Z iZ E n•y ....21 z a ,. :ur W C9 O:rr..l 10 1 It W
0 I >::\:Z'W M 4 .:Z'1 I £ ...t::'h•1.: M£ :1'.::1'.:O.z 1-1 L4 1..:.. 9-4 CD Y7 1-l:E 1.}.3 { ;+ tl 1 .• ,
.•I 1 G':H H N H .6: t I F O ...V�p 1.:. :'.:%4 ¢ 6 H V 1..• , 't: Z;.t..j 1 I" ....,
I i W 1 E 1 9d V:tl V N E..I V 6 :. t::z x W tl;: H >I I •.'.::W'aC X V.7 .t I C!]I I 1••11.t:. I F I:::
FHC
I :.w.z C:� o o :...a 1 !w w a, E E I...z... Q V w 1.�.•a: 1 1 £ I :E�1
I 1 y I ":.E X44 Z a E .o I.w H >4 1.':a�4 w .7 r-1 , OD•1'•1¢ ¢ tl E '1 [!3 1 a II z:
�-1 ►r
'....:.:. 'i 1 i I .•1 1 f/:l-a:.: .. F v] ..Ca 1 �4 ., E IZ:','.:.W.O W O F-I H.. 'ou £ I. f•r.T+i. W 6 py��':cfl I. .t9 1 ¢II :':r`:: t h
w . �1 O
Ul W>,2. t..E+ S Z 1�.'.:;:::a W W rz Z:I.Ip m a ,•.H°./-,
t o I .t:cl..+i+n z m a o 1..w v o o i;:::.,V a x!1'rr 1-1. 7 ¢ w t v:c:t� c tl z.o t 1
V 1 E:It>4:8!EA
Oto 5:.v::,. a O V.::+:i`EAIZ-. a N :aH:W ►+ W 1O.oHn'+ C7. 1:.:x I
IIIIIIVVVVVV
.4.!5W: H V 6 N:•,::::t .p•1 4 V t: E-4 W H O :C4 O.0 .7 ,.c;.£'PD M t...W1.1: 1
a E
1 'I .1--1 1 W 1:W:.:1.: 1 r7
tA.;::.::.:: .¢:I,::z 4.11::'.£�I ¢ I:��tA•:�.:�.I 4 I�-01
:Z:.,.::. V. IE�cT.:.a:J � E 1 2�::..:.i ��::H�'t.':IDI: 1 O �.O.:!".z 1 H .:
¢ 1[0 ::.:. .I
1 .] 1 V.•: H: I..V 'Ht:'W .:: F I, V'
. I .......: I I "�:�.'. ,. 1'i i:.�'��'.1.•..:��., ."I.M��� !1:�.:� ....I � I .j 1 II'�.:..��::�.I...j 1 ;��.:.:�:��:,•
:. !��•: �• '�'�i II'.'�':�'�� ..I1'I
. I t 1 O 1.O e•1:NI M V N`•0.h.1.;0 'i N I'C'...t.:O•.•-t N M i w sr i11 L. h co 1��0 rq N M v u•1 v. I..�o I O it .�o�"�t::.o 1 O
0 0 0,ot'lo 0 0 01:0 0 0 0,0 o0118 0 0 0.oil. '.0 1 0 .t.:o , �O 1 •1:
i I I.E £": I • 11'.:... .. . . . •:: . . . . ,':...• . . .. . il. .. • �1' •..1.:., l Oj.'. .: t
N.N.M.N N N fN N .t.iM M M:C� I.eM d' d'd'ie}' V!�'d'd' dl d"I to If1 In M N N N. 1 '•0 1 h 1 co ..0 I .•4!.
i
i i
i III PROJECT INFORMATION AND STATUS
C. ISSUES AND ACTIONS
SUMMARY OF ISSUES
1 . GENERAL ISSUES
a. Asbestos Abatement
b. Miscellaneous Design Issues
c. Material Testing and Speciality Inspections
2 . CONTRACT DOCUMENT REVIEW
a. Constructibility Review & Check Estimate
3 . SITE ISSUES
a. Trailer Relocation
4 . HOSPITAL BUILDING
a. Study and cost estimate for noise mitigation at existing
buildings .
b. Bid Package No. 1
C. Bid Package No. 2
5 . EQUIPMENT PLANNING AND PROCUREMENT
a. Imaging Department Equipment
' b. Other Departmental Requirements
C. Equipment Budget
' i
1
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 is being
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
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 . This
represent sixty (60%) percent of the contract
scope. Further progress has halted due to the re-
bid of Bid Packaae No. 1, awaiting award of this
contract so that layout of demolition can occur in
"G" Ward and then completion of "G" Ward work so
' that the patients presently occupying "H" Ward
might be relocated. As of October 4, 1993 a Notice
to Proceed was issued to the Contractor of Bid
' Package No. 1 work. Layout of demolition will start
during the week of October 11, with exploration
occurring shortly there after, by mid October the
Asbestos Abatement for "G" Ward should begin.
i
Page 1
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 4) Management of Bib 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, RFI ' s,
application for payment, and all other documents
was coordinated.
C . MATERIAL TESTING LABORATORY AND SPECIALTY INSPECTIONS RESOLVED
Issue: Hospital construction projects are under the
jurisdiction of the State of California for design
' review and construction permitting. The state
requires a certified material testing laboratory
with specialty inspectors having knowledge of
' specific scope elements, such as structural steel,
concrete, etc. .
Page 2
Action: The Construction Manager entered into contract
negotiations with the two (2) material testing
laboratories proposed within their contract
proposal . A Contra Costa County based laboratory
raised the issue that since they were neither an
MBE or WBE firm that they were being excluded from
an opportunity to "Bid" for services on this
project since the Construction Management firm
' proposed MBE/WBE firms in order to meet their
contractual goal requirements . A meeting was
conducted on July 19, 1993 with the principal of
the laboratory to discuss the present situation and
options . A memorandum was prepared recommending
that the CM bid this service on behalf of the
county and the county would hold the contract. The
' CM has prepared and RFQ and RFP for use by the
county for material testing services . additional
meeting have been conducted which have directed the
CM to contract with a laboratory in the manner
originally proposed by the CM. The CM has received
the response for laboratory services and has
prepared their contract amendment #1 noting that
' this service is "optional" under the CM contract.
2 . CONTRACT DOCLTMNT REVIEW:
Issue: The Construction Management firm is required, at
the completion of Contract Documents to perform an
' Estimate Check and Constructibility Review.
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
Page 3
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
addition to the information provided on riser
diagrams) .
' 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
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 gasoline 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
Page 4
contains petrochemical materials which would
require mitigation, the extent and cost is unknown
at this time. The County will need to evaluate the
cost of mitigation as it relates to the purchase
price and determine the next step as it relates to
the potential for a Lease/Purchase agreement.
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
provide to KMD for incorporation into Project
' Construction Documents . The Construction Manager
has contracted with the acoustical consultant. 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
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
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
29 and July 6, 3 . bid receipt and opening on July
' 8, 1993 . At this time bids are being evaluated for
price and responsiveness and a recommendation will
be made to the County Board of Supervisors for the
lowest priced responsive bidder. The County
Contract Compliance has determined that the three
(3) low apparent bidders have failed to comply with
the MBE/WBE percentages and failed to demonstrate a
good faith effort . The Board has agreed that this
Page 5
portion of the project must be rebid. The new bids
were submitted on August 27, 1993 . The County
Contract Compliance Officer has reviewed the
fbidders 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 . The
contractor has begun the layout of demolition
' activity for "G" Ward for the coordination with the
Abatement of Suspect Asbestos Containing Materials .
To date thirty five (35) RFI ' s have been generated
and all but three have been answered, all responses
will comply with the contractor ' s due dates . The
project schedule is undergoing preparation at this
time and will be delivered for review and comment
by October 12, 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 recruired to
prevent delays to the protect schedule. Upon
delivery of the Bid Package No. 1 schedule and the
execution of the Bid Package No. 2 Contract (see
below for additional information) a meeting will be
conducted with the Bid Package No. 2 contractor to
evaluate any impacts .
C . BID PACKAGE No. 2
Issue: OSHPD approval of Bid Package No. 2 for
construction is pending , all back-
check comments have been received, KMD is working
to prepare responses and set a meeting to review
with the agencies . The Construction Manager is
responsible to now manage the County process for
' Bid, Award and Construction.
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 bidder were submitted to the County
Contract Compliance officer for review. The second
low apparent bidder filed a bid protest noting that
Page 6
' that 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 was
prepared the Compliance Officer recommend award
indicating that the County' s MBE/WBE program had
been complied with. Contract documents have been
submitted for the Contractor ' s signature and
return. Issuance of a Notice to Proceed is pending
the executed contract, bonds and insurance as well
as 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
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
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
contain seismic details and calculations . This
information was transmitted to KMD 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 .
1
I Page 7
1
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
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. Hailed Puckered was contacted for
design documents during the development of
construction documents . It appears that HP will be
recommended with the exception of Fetal Monitoring
in OB/GYN. At the time the Review Committee decides
which vendor they will recommend, that vendor will
' need to be contacted for the preparation of design
and installation documents .
' 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)
What 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
savings for each item by category will be applied
to the budget to determine the impact . Operations
' will review 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
Page 8
1
application of the Consultant ' s estimate for good
Iand 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
1
r
Page 9
m 11 411 11 III l
� ° ili II � ' i �!
to. cli
0 V, I.Nm
0. 2:2 21 co IO CZ)
IF 2-8 i 1 C6 I U5 m col i
U cj. 6
IT
ISO 1
if tlD 0 a U.) 'P-
z m IC) Ic, WI
0
CO Z Z12: U5
!Ck CIIL Cal CA co
ml r-
r�- co in. i
Zi 0 icr� ;co I
cn iz i I I— tl`� L6
foa� A031 1 1— —i
U-1
I�i��j i II I I i I j i j i .I I 1 i t it
I I l l j ! I l l l l l I II
' I I !Lc)lkj OU 12 2 Ul)i 00 01 LOCpl Imo! lLr)
cu� 2.CVlz z I*-t to),69, 60D. r-: IIA�10 i to.*
In I -.:Ie; IC6 cyuj,
'
ic,IN Ico:t
iro: U.)
ISI ISI 603"
' I II I il ( ' IIIIII ' ilJl
CD
CD
V7
CD
Im
II
Cn
ur-,
� cca CI i li jNi I I ,m; .. Il
z W
r C;s
t5 1.9i a
'0 r—
JCD =1
ir-i .5 1 i o i 0
I ii
I
on-Du, 0 E
co I CD;
I= 110
5
T -W I cn I it
LU 1. :-1
J-- CD: C:
: I 0:10G
0 10<l 0 W 1R.'"E� MCI'
Ico I ' (a co
co
O! 121 1
.5 W, 0
L'I tu- it.
ID 10 CO
z r to
0 Icn I
r i—a
Is
.0 j E:oi
'Io ma =03 1 !3!�; ; i 1-0,
Icn
I PC 4-1 P 45 C5 i21 icn O'l- cn CD
' U Lu
CD! O;c)0,0 tc>:CD:O