Loading...
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