Loading...
HomeMy WebLinkAboutMINUTES - 04261994 - 1.186 TO: BOARD OF SUPERVISORS s L- Contra lrs. ri' j FROM: Phil Batchelor, County Administrator Costa off: •s County April 26 1994 0 DATE: P i r-•---•-'"" r'9 CUUN'� 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 . a J! CONTINUED ON ATTACHMENT: YES SIGNATURE: r RECOMMENDATION OF COUNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE APPROVE OTHER SIGNATURE(S): ACTION OF BOARD ON April 26 ; 1994 APPROVED AS RECOMMENDED X OTHER VOTE OF SUPERVISORS 1 HEREBY CERTIFY THAT THIS IS A TRUE 'JNANIMOUS(ABSENT ) AND CORRECT COPY OF AN ACTION TAKEN AYES: NOES: AND ENTERED ON THE MINUTES OF THE BOARD ABSENT: ABSTAIN: OF SUPERVISORS ON THE DATE SHOWN. DeRoyce Bell (646-4093) ATTESTED April 26 , 1994 Contact: F. Pugl is i, HSD (via CAO) PHIL BATCHELOR,CLERK OF THE BOARD OF CC: J. Campbell, OKA (via CAO) SUPERVISORS AND COUNTY ADMINISTRATOR V BY DEPUTY . �- ] 3 1 1 1 s J ���� � Y �•+i� .r"` �'_ W^r� e' ` � t � ! dew .� d '' r � !•=fit r, �r rs s' �� _ .fes .-•,�'-'- is �C k h� .`! !}- _M Jho _ (� � •, �•. 1y111�t '4�__.= z+s! t a 20 0'Brien-Kreitzberg Professional Construction Managers 1 ' March 15, 1994 DeRoyce Bell Deputy County Administrator ' Contra Costa County 651 Pine Street, 11th Floor Martinez, CA 94553 SUBJECT: MERRITHEW MEMORIAL HOSPITAL REPLACEMENT, 2500 ALHAMBRA AVENUE, MARTINEZ; Progress Report No. 18 Enclosed for your use and distribution is the Monthly Progress Report for the Contra Costa County Merrithew Memorial Hospital dated March 15, 1994. The report contains information based upon data through February 1994. Sincerely yours, ohn Campbell Project Manager ' MAR801.143 JC:mc File: A2.1.1 A7.2 O'Brien-Kreitzberg&Associates Inc. Memthew Memorial BospiW Projert Telephone: (510)646-1040 Co.Administration Building ' Fax: (510)646-4098 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 Gerry MacClleland Laurie Togashi 1 TABLE OF CONTENTS .1 SECTION 1 I . EXECUTIVE SUMMARY II. PROJECT DESCRIPTION III . PROJECT INFORMATION AND STATUS A. SCHEDULE B. COST C. ISSUES i EXECUTIVE SUMMARY Project Scope: The new building is to be located at the site of the hospital. Bid Package No. 2 was authorized for award by the County on This five story, 210,000 sq. ft. new building will house the October 5, 1993. The contractor has prepared bonds, insurance following: Inpatient Nursing for Medical, Surgical, Geriatrics, certificates and executed the contract at this time. A meeting Obstetrics,Labor/Delivery,New Born Nursery,Intensive Care; was conducted on November 19, 1993 with representatives of the Emergency; Crisis; Medical Imaging; as well as necessary contractor to evaluate BP2-Contractor's Schedule as it relates to administration and support functions. other site activities. The Notice to Proceed has been issued as of January 10, 1994. Issues/Actions: Hidden Conditions: A concrete foundation and steam and OSHPD has approved Bid Package I and II. Bid Package III condensate lines insulated with asbestos have been uncovered . was submitted to OSHPD on May 10, 1993 and is under during site excavation associated with Bid Package No. 2. review at this time. Initial comments have been returned to Mitigating measures are being brought to bare in an effort to KMD for processing. preclude time extensions to this contract. ' The abatement of asbestos-containing materials is ninety(90%) Equipment Planning/Budget:The equipment planning consultant percent complete,the balance of the work is on hold due to the has prepared database evaluations for hospital operations of delay of the award of Bid Package 1.' Abatement of"G"Ward inventoried equipment. A budget deficit for equipment exists; is concluded. The abatement in H Ward beginning at the the budgeted amount is $8,882,675, the anticipated cost prior to completion of BPI work, April 1994. the application of existing inventory savings is $15,446,878; the Bid Package No. 1 was authorized for the award by the savings suggested by the Equipment Consultant as a result of the County. A pre-construction conference was conducted and the inventory is$2,213,573,the remaining deficit is$6,426,019. The Notice to Proceed was issued on October 4, 1993. The project hospital is presently evaluating additional equipment, that duration was scheduled for ninety '(90) days. Due to the selected by the consultant, and other mitigating options. requirement to rebid the project due to the failure by the three Schedule: (3) apparent low bidders initially to comply with the County's The Project is on schedule per the Master Schedule.It should be MBE/WBE Program or demonstrate a good faith effort an noted that the re-bid of Bid Package No. 1 has had an impact on additional fifty (50) calendar days was added to the process. Bid Package Nos. 2 and 3. The renovation of"G" Ward is on This delay has resulted in delays to jBP2 and BP3 as well as the schedule critical path and work around approaches for BP2 the Abatement of Asbestos Containing Materials. The BPI contractor has also been delayed due to hidden conditions at are being developed to mitigate this impact. the construction site of the new outdoor covered recreation area Cost: of "J" Ward. The allowed contract"duration is ninety (90) The total project budget remains at$81,841,000 approved by the calendar days and the present duration for the contractor from County Board of Supervisors. See Cost Summary below for the Notice to Proceed(NTP)date is one hundred and sixty two additional details. (162) calendar days. Schedule Duration Plan Plan Cost Summary (Calendar Days) Start Complete Summary: Schematics 384 02-12-91A 03-02-92A 2.0 Consultant Services $9,066,507 1 3.0 County Staff 644,000 Design Dev. 225 03-02-92A 10-13-92A 4.0 Permits, Printing &Misc. 1,976,802 5.0 Construction 51,558,623 Construction Doc. 6.0 Furnishings &Equipment 8,882,675 a. Phase I 56 10-13-92A 12-08-92A 7.0 Communications 984,105 b. Phase II 70 10-13-92A 12-22-92A 8.0 Contingencies 8.728.288. c. Phase III 206 10-13-92A 05-07-93A OSHPD Review Total $81,841,000 a. Phase I 128 01-18-93A 07-05-93A b. Phase II 191 01-18-93A 07-28-93A c. Phase 111 329 05-07-93A 05-02-94 Construction a. Phase 1 90 10-04-93A O1-10-94 ' b. Phase II 244 01-10-94A 09-12-94 A =Actual c. Phase 111 909 08-04794 01-29-97 * =Calendar Days 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 areasUto be included in the new building are: First Floor • Main entrance Lobby, Medical Records, Pharmacy, Admitting, Gift Shop & volunteers, Material Management, Communications & Security and the Central Energy Plant. Second Floor • Surgery�Y, 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) . Fourth Floor • Geriatric Nursing Unit (8 beds) , Medical Nursing Unit (30 beds) , Surgical Nursing Unit (30 beds) , and Family Care Nursing Unit (30 beds) . Fifth Floor • Labor/Delivery, Nursery, Intensive Care Neonatal Nursery- (6 bassinets) , and Post- Partum Nursing Unit (22 beds) . ' a ol Y v/ r� nw.� wau PHASE TWO SITE RMI Cover rendering and site waanomw rtroautt «osmm ' plan are Copyright by .� Kaplan/McLaughlin/Diaz ; III PROJECT INFORMATION AND STATUS A. SCHEDULE 1. Progress CONSTRUCTION DOCUMENTS AND CONSTRUCTION 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 Package No. 1 : Has undergone review and comment by The Office of Statewide Health Planning and Development (OSHPD) . The review of back check comments for Bid Package 1 occurred on Thursday, May 14, 1993 at OSHPD' sioffices in Sacramento. OSHPD required additional structural documentation which was reviewed on May 26, 1993 resulting in OSHPD' s approval of Bid Package 1 . OSHPD has required a separate building application No. and check submission for Bid Package No. 1. The County Board of Supervisors approved these plans and specifications on June 8, 1993 and authorized that they be submitted for bidding. Bids were returned on Thursday July 8, 1993 and underwent review by. the County contract compliance officer. It was determined that the three (3) low apparent bidders failed to meet the County','s MBE/WBE goals and also failed to demonstrate a good faith effort. The project has undergone rebidding with bid receipts received on August 27, 1993 . Note that the duration between the receir)t of the first bids and the second submission was fifty (50) calendar days . The County Contract Compliance Officer indicated that the low apparent bidder has complied with the county 1, Page 1 MBE/WBE programand 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 constructioniconference 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 delays to Bid Packaae No. ' s 2 and 3 . "G" Ward renovation is on the critical z)ath and Bid Package No. 2 will require a work around plan. The Abatement of Asbestos work is only ninety 90%) comr)lete due to the late start of Bid Package No. I and may require additional costs" for added mobilization activities . The conclusion of Asbestos Abatement work is presently on hold rending the finalization ofliBP 1 work at "G" Ward and the relocation of Hospital in-patients from "H" Ward. Bid Packaae No. 2 : Has undergone review and comment by The Office of Statewide Health Planning and Development (OSHPD) . OSHPD submitted the first round of comments to KMD for action on Bid Package No. 2 . 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 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 determined that the low apparent bidder 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. The executed contract from the general contractor has been received and authorized by County Administration. As a result of the delay to Bid Package No. 1 the schedule was evaluated to determine the correct timing for the issuance of the Notice to Proceed. A meeting with representatives of the Bid Package No. 2 Contractor was conducted on Friday, November 19, 1993 at 2 : 00 P.M. to review the status of the Bid Package No. 1 Contractor and develop a schedule that will best serve the Project as a whole. The Contractor has prepared a schedule based upon the present construction status as well as having prepared all submittals in an effort to expedite the review and processing of these documents . The Notice to Proceed (NTP) was issued on January 10, 1994 . Sixty five (65) calendar days have been completed to date for BP 2 construction reference is made to Hidden Conditions regarding impacts to this construction activity.. The Application ', for Bid Package 3 has been prepared. Document completion for Bid Package 3 occurred on May 7, 1993 with printing Page 2 i i 1 immediately there after. Documents were then delivered to OSHPD and stamped in as having been received on May 10, 1993 to begin the review process . Additional reviews have been undertaken by the User ' Group, County and Project Management, all comments 1have been transmitted to KMD for review and comment. The initial 'meeting at OSHPD' s offices in Sacramento occurred to review the initial back check comments prepared by OSHPD. KMD has distributed ail comments to their consultants as well as the Hospital for review and comment/correction. OSHPD has requested that the Hospital prepare a Program Flexibility Request regarding the use of latching doors at water closet' locations, the initial program utilizes cubical curtains in ICU, Step Down and Pediatrics . The intent isto provide greater safety for these patients which require greater observation. A Program Flexibility document and cover letter from Hospital administration has been prepared and submitted to OSHPD for review and comment. This has been partially approved by OSHPD for the following areas : ICU and Step Down; they have denied the request for Pediatrics . KMD has prepared an alternate design and submitted this to the Hospital, they are in the process of enlarging the scale for greater clarity by Hospital Staff, the Hospital has three options to choose from regarding this; issue: 1) ask for a formal review of their program flexibility request and demonstrate why OSHPD should grant their request, 2) direct KMD to revise the design in accordance with the Schematic Layout, or 3) direct KMD to revise the design in accordance with the revised option. Note that every attempt is being made to mitigate any impact to the completion of OSHPD Bid Package No. 3 drawing review. KMD is evaluating additional comments that effect Surgery and Crisis Units . It was understood by the Design team during meetings with OSHPD at their offices in October 1992 that the two noted departments would be designated Special Use, it appears that OSHPD has now reversed their earlier decision. KMD will need to report on the specific impact of these changes . Refer to the attached schedule for additional detail specific to the tasks and durations. CONSULTANT AGREE14MTS ' 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; Page 3 a new main water .service; a new garden at "J" Ward and; additional meeting at OSHPD. KMD has submitted documentation to cover Added Services associated with Extra Work as a result of hidden conditions discovered during the excavation of the new covered outdoor recreation area at J Ward. This Proposal (KMD add services agreement #7) is being processed at this time. The survey documents indicated that all utility lines were under the adjacent side walk, i however they are in conflict with the footing for the new wall enclosure. KMD add services proposal #8 is in process for the addition of CCTV infrastructure into the BP #3 Construction Documents . The following represent new Add Services Proposals from KMD to date: 9) incorporation into BP3 design all Imaging Equipment design information; 10) incorporate into BP3 design all user generated additional data outlets; 11) incorporate into BP3 design all revisions required by OSHPD to the OR/ER and Crisis units; and 12) Prepare a new color rendering for community presentations . Abatement of Asbestos Containing Materials : 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 were reviewed for compliance with the plans and specifications, the low apparent bidder was recommended for rejection and the second low apparent bidder was recommended for acceptance. This was presented to the County Board of Supervisors on July 27, 1993 . The Board 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 was completed, with award of contract occurring on August 10, 1993 . Due to the re-bid of BP No. I work on the Asbestos Abatement and the Clinical Hygienist has came to a halt pendina the award of BP I and the subsequent layout for demolition activity in "G" Ward. The layout of demolition work started on October 11, 1993 , some exploratory demolition occurred to determine the exact limits of Asbestos Abatement. The abatement work was able to begin as rescheduled. Mitigation is 100% complete. The balance of the abatement of H Ward is now on hold for the completion of G Ward construction and the relocation of patients from H Ward. This is anticipated to occur in February of 1994 . The RFP process for the County for equipment planning: and procurement services has concluded. The submission of the �. solicitation was ,behind schedule, a portion of the work however had Page 4 i 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 was conducted and the inventory of existing equipment has concluded i; with the results submitted on July 1, 1993 . This was 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 was submitted by the Consultant, FDI. The Hospital has requested that this information be submitted utilizing various data base sorts for analysis. This was prepared and submitted as requested. A department by department review of the Equipment list has been completed at this time, results have been reviewed with the consultant for revisions and status update. A revised budget has been prepared, the current status is included in this report as an attachment (EQINVI) r SITE ISSUES . Hidden Conditions : During the site excavation associated with the Bid Package No. 2 work two hidden conditions have been discovered to date, they are: the buried foundation of a structure once removed from the site (apparently the mirror image of "L" Ward to the north portion of the site) ; it has been subsequently determined that this structure was a septic tank and the construction debris have been removed and secondly, under ground concrete enclosures for steam and condensate return lines servicing old structures on the site that were existing (Old Paint Shop) and previously demolished. A meeting was conducted on site with the BP2 General Contractor, an Asbestos Abatement sub-contractor and Clayton Environmental the Clinical Hygienist for the Project. A specification for the abatement of this material has been 1 developed, Bay Area Air Quality Management has been contacted and has granted an emergency authorization for the removal of this material and a Field Instruction has been issued to the Contractor. All efforts are being made to mitigate any impacts to the BP #2 project. At this time pot holing has been dune to try and discover all locations, the area remaining abatement is under the outdoor recreation area at I Ward and that work is being scheduled in conjunction with the installation of new storm drain pipes . r Page 5 <l: 0 1L cl ----- - --- ---- ------------- ----- --------------------- ........................ -------------- ....................... ............ n E- 0- u C: ........... . ......... --------- ...... .......... 4 w -C '! .. I... .. ............................. ....................................... ....................................................... .......... ............... . ... ....... .................. .......... .... M -------- .......-------- ------- ------------ ................. - ------ -- --- ---------- ------ ------------ ------------- c > (1) . U1................................. -------................. ................. .... .... ............ ... ............. .4 ...................... U') <L ---------------- F-I Ln ll L-d M -------------- lt-J_ ........ . . . Lu Ll car W............... G- <T Ch N U-) C)f C) <1 CD CD F.- LJ.......... (-D L'i LLJ .....CL.. Ln - . ...................... CE Of U-) 0- �TLLJ cr Ln LL C: Lli Cr 3..--.._.......W...'---_..- .. ....... C:--o------0,.:r Lli ------ ---1~-L----.H. w r)........ Lliofa_ <E C-) Cr- LLJ m X:: LLI : CE ry) <T CD Niu ::K C)f LLJ �-1 co <r C, LLJ =: CD U: y- L-Li cn Ln.... Q� uj UJ ..... ..... ..:...Cr-cx ... ............ ........... o::.. w ED —ul co 0� M. = Ln or w -- ------------ of UJ 0- C-) --------------- F-- = Cf w >< co m LIJ: <r CD <T- r-j w IM C: CD Ln Ln cn 0:: cr m C:� Im--ui C\J� ED -Lu In 5-- of(r O_.._..3 ---------------- ...... of :Z uj Of m <3- Lli ui C- cl� __j c[ Ln = M = ui :g (-9 CD D- U-) Li W W 0' 0- 'm <1 cx w Ln Of Cu L) [if j F CX Lij c� Ln (3 0-1 -, w ------ m i -------Lj cr ui 1=1 X: LL) LAJ <j: LLJ CE U) C:) C: cr- C� 2:: Lli LAJ cr- w LD CD Li cx -5- :3 <r = <L 0- LD :.- CD X: Ch -j LL, L'i r) N,- C) CrMCI- rj- C::): LLJ Qr Lij Ln X: LLJ LL)------c2I-( -Ct:...... ... ..... ------ ..._LJ ........ <r -i - -------- ... ...... ca LiJ -j rx M I-- r-) Co <I: LU c- :X. :z I= LLi LU: C=) <r C=I U-) LLJ (D ul co cr: <M <r 0- (D " - I-- C)f LIJ 06 CZ) CN In CL CZ) Z-� 2-1 :3: I=� <r 10f C� M IN) "", :�il-, U').. ...... H..._..�,.m ----------------- Ld 21------I-I Lj......a----- ........... -------— �2 (-D. LLJ L.Li 0! :� C-) LLJ a . m Lij: Q: LLJ LLJ 00 a 00 Ln CrCh �> X: mco C-� Ld <:J� Ln of Lj Li- Lli => C-) C:) If::N :z <r C-) LLJ CZ3 I-I..... LLI .........----------- ---- C C2�, c::).. ....... ....... Ln 00 CD LJ U-) (J-1 L.Li LLJ LLI <E r F- LLJ F- LLJ Lij 1-- Of U-) CD U-) <T C:) .............. ...... ........... ............ .. .............. LLI (-> UJ C-) F- C--) cr 0- Ln <I: c U-) Ln Ln m cr LLJ 06 <1: I Of ICLZLJ) CD LLJ Z:) C:) LLI -- Lij- LLJ cr 0- Ln Ln fU F- LdLL) Lli<z <r CD Of LLJ oo LLJ = -i D�a- U) (:zD: I-- ':3 = Ta- M Ln \,- F---400 CL '�aE .............. Lij,---- -------- Ln- <r <f ---------- 1 =- 0 <I Ld Lj C\j (Iicu cu m m m Cl) Cl) a CU m Cl) Cl) -d- C- (Y' (T G- Ur a- (Y a- a- a- (F 0- CY Cr o' Cr a' a- 1-- 1- U >- _J -, L!) 1- m 03 <-) J J Q) CL a- L) U LLJ CE => =1 = (-) LLJ LLJ uj => LLI L'i 4T. m O O y_- cr. `=` t- li O <T Lr) Ln L` ID a) 10 C, Cl) U -q- (V m (D O cl- In M�— Ecu Cu Cu N cu N (V Na, L, U- L, b- LL L, U- L, I- t, U- t- L, Li L, I, <r <1: ct <F <X a: a a ui W <L <r <r <r cr w Q w Ln Y UI In cli (Ii cli m V) Cl) (1) m Cl) N (Ii Cl) m m m -q- In IaLi (j- 0- G* cr 0- a- 0- cr U- 0- 0- (3- 0- (3- cr 0' 1- > -.j LD I- I- - L!) z x w m = = C.> C-> <r a: - = <T C) C: 4- a C) m CD (=I <T C:) In u u N r- ID Cr a- CD Lo CU c\j In n Ln n Ln n In In In LO LO L17) U-) Ln -00 M L L L L L Lar, '<'T' un n a,: <1 ¢ a: <L C la la I C I<r I<r Q Gr Ln w w w 'a; > I- F— ............ -.-...........-.... ............. ....................i......................._...................... . .........................-..cr!........._...._.... ........-.i .3..---H 1--I _ C` W C 'a a Ld LU ILLJ: O 0 E 3 H lL Z F- z i 1-; W Z Z r H W H; W W F- -'... '- _...__..... - .............................. ..... . . ------'- ----....... ....... a � � a � ; w _ ..... _.... o w ° = ZD �: w x Z W U O d; O OLij o ._.... ...... ... .._ __._.._......- _Z Q.. __-__--------------._.._.--_.....W-- i Z-- - _._..........._.._....._ ...---..0 H----Z--.- - u c _.¢..._.O W ¢i - --'- 2' o J i WLZ) OH S Cn CJ ......... ......._. .......... .....------------------------------- .. .........._-._.-....._. _.......... - ... ..:.0:..-Z-._.._ '7 Z W CY H Z ^L Ln Ln CD iD Z O = H O o Ii of Z W i mm 3 H i w Ln: U; W W Wi �. � . _ Z ;� Z: Ln = p; 2 I--+ I- I--I p i g U of p ti Q: Z O N O ... �--� __ ...�....CD I.- Ln �_---.... _.... .......... J- U.I ..H. U-): H Z o U v o ¢E oa Ln ca F- w ....._W.. R Of uJ ui �; W x m U l; U = °- _ ¢ �-- cid CST Z: Q Y o W H 3 ¢ LL QY S.. Y.....d... .O. U..._.p_-...Q-. I'-'CO_ _. ..0.'._....¢ H...........:. _ � .--------_.__......._ ..---. U H _. Ln o- E W H U ¢ U a- H W O W m LA.. U CIO Of m Y n" M o I-- � Q i 3 3 I-- o f -�.......... O W .....-W......�i o sz H �...-------'-W -Cl- ..._..............T.-....I-'LLJ _ H._... ..`�fIO..... Of ..�.. L Cl O 1:1 H H O W Z ( LD m C� U W O Q W Ln I-- ~ Q m CY � W L.� S Y Y : d H Z Z W a LY LnU G �_IJ Y U....._O.i.... O. .� ¢ ........:....W.............._.W..._. W O w.....¢.....d-....¢ ¢..._.. I_I_J..-..--1 0 z........................................... m UI d d m d; 3 O ICiI W J W o N 1_(J >- O O Q gym - U-1 U Z H ¢ d- W H H z....._ od z Q Q...._ ......¢...._. w .. CD m. .._. ...._C.) Z. i 3 F- U.-.- ... ----'--' � W17 U U Uo ' OHO C 1 U : z T z ? Y ~ Ln Z .O 0 Cl- Uzi Lij �- p i o 1- Ch = IC:h H J�(n---.....--. ..�.. O : C� Z S H D t-- IFllO Cl O C'Cl M U O L.LJ LLI w of f_Y] � - :L n G W Z W U i U- ----M .. -' - I--...--------(---'--------------------- ------------- CD ------- c� U o W L Z O W D ~ ¢ L F-I W H Z Z U) U >. .....�....__..__. ----------- �.. ._.......... -_.U.-._....... .....-....._ W �..-... U.__._-___. U Z_ Ln O Of 7Da x W i Ln W z cx Q- -�_.h ..._,.- od-- �.-....___. ......L..------•- .................x--'.__3... ¢ _ ¢._..p �........_ -------------- co --. d Ln �- p W O Q 0- lI7 I- U LJJ I- oG O m ¢ F �L Z U W Ln ) w _ ......... o......� --- J az i U ..H.-... .. ........._......_._.__..-..:.._-._------- _. _.-...�.......__._.___. ................. �.. ......i..._.._....---_.... ----- ¢ d icn " �Zo Q i d- -4- LD d' n d- U'1 CY L- N m N Cl) Ill cr C- U- u a- o a- a- (r (r v cr c- v = a o- s a cr a- v (r (r c m z a C n. ca (-Do. [Y a a r >- r v >- c.> >- z (z CE w a o a a > > w a a o ¢ ¢ ¢ w ¢ w a a ¢ a ¢ —curl V_ z E ¢ ¢ ¢ In f ¢ m z-Cr Ut CD d- M W N n Ul C7 L� lfl - CD c" U] O (b O Ul N o W m z-+ 6 N N Cu NN N •-- N N .- N WCL a m li.. li liIA_ IL Ii W U.. 11 1A_ IA_ lL LL. li li l.� IA_ lL V_ lU li N t`Q (n W ¢ W w W W w W ¢ W w w w a a Q ¢ w W W W -NNCV N L L m m d- d' d- C') (`7 d' Ul C, Cu N CV N LnIn h LI N r N O- O' c- Cr Q' CT O- CJ' (r CS O- Q- a- Q- CT CT CT Cr c- CT �- > z >- >- m CC >- (' CD Cl- z cr a z H U I^ U IY cr a cr mal(n(., ra 1 Q Q Q (Z Q - w ¢ CL O CI ¢ U WC-) W Q CL a a- 4,4.- _E S_ Z Cl E a a U-) -1 (T z '7 f O a o 0 2" a F a m m+- W C N 10 m 03 10 d' N 'D Cu d'fI) N CD (T " ID Uu u L N N * m m m 0. Oi 00 Ul {Il U7 Ul UlU) W, !n V7 In ll'1 IP In In Ul 111 ll7 (n LnIn (11 Ul m L L U w a ¢ w w w w w w a a w w w a a ¢ a w w w w aolo- III PROJECT INFORMATION AND STATUS B. COST 1. Project Budget/Actual Cost The architect Is 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, Sc 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 None. 3. New Contract Amendments Reference is made to Pending Contract Amendments below, a Board Order is presently being prepared for submission. 4 . Pending Contract Amendments Contract Amendment No. 7, Not to Exceed $25, 000 . 00, for ' dealing with hidden conditions. Contract Amendment No. 8, Not to Exceed $14, 151. 00, for implementation of CCTV drawings into BP 3 . contract documents . Contract Amendment No. 9, Not to Exceed $24, 733 . 00, for implementation of Imaging Department installation drawings for structural, mechanical, electrical, plumbing and radiation shielding into BP 3 contract documents . r _ 1 Page 1 Contract Amendment No. 10, Not to Exceed $8, 515 . 00, for implementation of user requested additional voice/data outlets into BP 3 contract documents. Contract Amendment No. 11, Not to Exceed $31, 652 . 00, for incorporation of OSHPD required revisions to Surgery and the Emergency and Crisis departments . Contract Amendment No. 12, Not to Exceed $12 , 000 ..00, for the creation of a new colored rendering for community ' presentations. 5 . New Contracts NONE 6. 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 contaminated by deteriorated falling friable pipe insulation. b. Ten (10) Field Instructions have been issued to date to the Bid Package No. 1 Contractor. They are for the following work 1) investigation of the hidden underground pipe conditions at J Ward new outdoor covered recreation area. The result of this investigation resulted in a direction of relocation of the pipes which conflict with the footing of the new concrete masonry unit wall . Field Instruction No. 2 subsequently provided direction to the Contractor for the method of relocation. This work is being done on a Time and Material (T&M) basis. Further cost evaluation is underway. Field Instruction No. ' s 3 and 3 . 01 have been issued for the replacement of sub flooring materials removed during the Abatement of ' Asbestos Materials and the repair of notched floor joists whose structural integrity was in question. Field Instruction No. 4 was issued to revise the specified electrical conduit connectors in order to comply with County standards . Field Instruction No. five has been issued to provide for the rough-in electrical devices required by the Office of Statewide Health Planning Fire Marshall . Field Instruction No. six has been issued to repair medical gas lines damaged during the abatement of asbestos and Field Instruction No. 7 has been issued to provide compliance with OSHPD Fire Marshall code requirements in "G" Ward. Field Instruction No. 8 was issued to correct existing building Life Safety jdeficiencies in accordance with direction provide by the Page 2 Design Team and approved by OSHPD. Field Instruction No. 9 has been issued to correct building deficiencies not originally addressed in the scope of Bid Package No. 1 . Field' Instruction No. 10 is for the installation of stairs from door G1001. The maximum extent of the above noted. Field Instructions is $75, 500. 70 from thirty one (31) Potential Change Orders (PCO' s) . Twenty nine (29) of the PCO' s have been reviewed and negotiated resulting in Change Order No. ' s 1, 2, and 3 to date. The negotiated amounts are $20, 834 .20 and $8, 900 . 00 respectively, with No. 3' pending. C. Six ('6) Field Instructions have been issued and fifteen (15) claim type issues have been submitted, for Bid Package No. 2 . The net amount of change in cost to date is $1'1, 653 .24 . 1 Page 3 1 O'BRIEN-KREITZBERG Professional Construction Managers MERRITHEW MEMORIAL HOSPITAL REPLACEMENT PROJECT BUDGET JANUARY 31, 1994 1.0 LAND ACQUISITION 2.0 CONSULTANT SERVICES 2.01 Architect/Engineering $4,210,000 $4,295,111 $4,295,111 2.01.1 Acoustical &Communication Consultant $39,875 $39,875 2.01.2 Equipment Planner $25,500 $25,500 2.01.3 On-Site Verification & Measurement $40,000 $40,000 2.01.4 Rendering For Displays $7,225 $7,225 2.01.5 Reimbursables $198,000 $198,000 2.01.6 Liability Insurance $433,000 2.01.7 Communication Coordination $49,750 $49,750 ' 2.01.8 Communication Consultants $30,000 2.01.9 V. E. Meetings $10,961 2.01.10 V. E.Changes $57,225 2.01.11 Signs and Graphics $47,950 2.01.12 Radiation Physicist $3,500 2.01.13 Medical Equipment Specifications $16,500 2.01.14 Communication"Combined Option B° $5,910 2.01.15 Security Consultant $12,695 2.01.16 Signage& Graphics C. A. $10,900 2.01.17 Security System C.A. $3,200 2.01.18 New Main Water Service $7,994 2.01.19 New Garden @°J°Ward $12,271 2.01.20 Additional OSHPD Meetings $10,400 2.01.21 Correct Unforeseen Field Conditions $27,500 1 2.01.22 Cable Television System $15,566 2 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 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 $9,109,573 3.0 COUNTY STAFF 3.01 Architectural Division $164,000 $164,000 3.05 County Administrative Office $480,000 $480,000 rSUBTOTAL COUNTY STAFF $644,000 $644,000 O BRIEN-KREITZBERG Professional Construction Managers MERRITHEW MEMORIAL HOSPITAL REPLACEMENT PROJECT BUDGET JANUARY 31, 1994 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 I (Remodel Wards E, G,I&J) $655,000 $508,000 $270,400 5.01.01 Change Order No. 1 $20,834 3 5.02 Bid Package II (Make Ready Phase) $3,136,000 $1,390,000 $1,124,644 5.03 Bid Package III (Building) $44,050,000 $46,321,000 $44,833,579 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 $51,579,457 6.0 FURNISHINGS& EQUIPMENT 6.01 Furniture,Fixtures,&Equipment $9,337,000 6.01 Owner Furnished - Contractor Installed $741,000 $741,000 1 6.02 Owner Furnished - Owner Installed Over$4,000 $5,278,675 $5,278,675 6.03 Furniture Over$4,000 $750,000 $750,000 6.04 Taxes,Freight,&Installation $1,633,000 $1,633,000 6.05 Signage And Graphics 200,000 SF @$1.50/SF $300,000 $300,000 6.06 Signage&Graphics Consultant $90,000 6.07 Medical Equipment Consultant $301,325 $180,000 ' SUBTOTAL FURNISHINGS& EQUIPMENT $9,337,000 $9,094,000 $8,882,675 ' O'BRIEN—KREITZBERG Professional Construction Managers MERRITHEW MEMORIAL HOSPITAL REPLACEMENT ' PROJECT BUDGET JANUARY 31, 199 4 7.0 COMMUNICATIONS 7.01 Telephone System (Instruments&Equipment) $500,000 $500,000 7.02 Other Systems (CCN, Security,Ambulance, Intr ision, Etc) $500,000 $484,105 SUBTOTAL COMMUNICATIONS $1,000,000 $984,105 8.0 PROJECT CONTINGENCY 8.01 Consultants $300,000 $191,359 4 8.02 County Staff $360,000 $360,000 8.03 Permits & Miscellaneous $161,000 $161,000 8.04 Construction $2,683,050 $3,291,982 5 8.05 Furn, Fixtures, & Equip 8.06 Miscellaneous $6,642,000 $3,388,489 $4,538,722 8.07 Medical Equipment Consultant $121,325 SUBTOTAL PROJECT CONTINGENCY $6,642,000 $6,892,539 $8,664,388 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 PROJECT D ET ROJEC U G NOTES 1) Transfer $27,500.00 from 8.0 Contingency, 8.01 Consultants, to 2.01 .21 for KMD Extra Work Proposal No. 14 (Correct Unforeseen Field Conditions). 2) Transfer $15,566.00 from 8.0 Contingency, 8.01 Consultants, to 2.01 .22 for KMD Extra Work Proposal No.15 (Cable Television System). 3) Transfer $20,834.20 from 8.0 Contingency, 8.04 Construction, to 5.01 .01 for Bid Package I Change Order No. 1. 4) Transfer $43,066.00 form 8.0 Contingency, 8.01 Consultants, to 2.01 .21 and 2.01 .22 for KMD Extra Work Proposal No. 14 and No. 15. 5) Transfer $20,834.20 from 8.0 Contingency, 8.04 Construction, to 5.01 .01 for Bid Package I Change Order No. 1 . RN I 1 1 1 : 1 I I 1 1 1 1 I O ' W ::,:.{ I I I I '. 1 ��! ��� t -1 1 :t 1 1 N£ i I Z �: 1 I 11 �; � "1 I jt 1 1 1 I :':a l 1 I.i I :: 1 ,:1 I •i �t 1 1 1 .I � 1 0 1 0000000 1 0010 o00�600000 i o`000;oo i o i oli .o 'i '0 1 0{n 1 .gym :1 m 1 l .. i 1 I !I COl 1 II O 1 R ,p i. I z O. I !���! i i i on Ix1¢ w:i; 1 1 .W q` 11 I I .::1 : ! 1 - j ; 1 I I1 I I 'ip 1 >Z1 10 q, 1 1 � 1 t I `,i.1 1 1 I 1 : I :f 11 I t •I 1 I u 1 1 0 1 t�O O O 0!O M 0 0�0 1 O O O O-O O"O N N 1 <'d QI O o N"-I "In t N'1 m 1 'O 1 O I n I I 1 I I M O O Id 0:0 1- �' O OjO 1 -:Im OIO'O O Q+-+ m l l M.d h O to v) I h I Oil o f I O i p I j t I : ,0:-0 O d--040 "1 O 010 1 O O 0:4 O{-+tD d l ;'N;tD M O;O d I "tD I I r r.i 1 i .,� ..! �. �'1 •.�...I ..�1 —!.Ir 1 O ! I m OIO MIO 111; LI d':'d. tdI I n O,:an'-N In n m I. M r- Q+ 1 N I d'1 N 1 1 -+.n I :JOLL' I 1 NOIY7hN•MOI; tOm'd 1 1170r+MlNdhtir Q+INMM;TP 1 m I ml 4D I 1 4'�II I :Q U I 1 IT-+cu t- �+ ( -.ditD 1 Ot N" +iN d T;l N-- + CO fl).01 In 1 CO 1 lT'I tD I 1 co If I Oar t' _�n 1 .O 1- I 1 , d ,,I M Qt 1. I - <N N-� 1 m 1 1 m I 1 :11 1 :r a) W' I I :..I „ .1:: 1 ,, 1 'I d N I I I I 1 CD 11 1 .W 1 1 ; I 1 I 1 1 I 1 1 I 1 1 It • 11 II .Lj 1 : �1 1 I 1 1I 'I I It 11 1 . d 1 I O 1 I N V)t0 N Ocd Q+ :1 Q+O to 1 ;O O Old'OI 01Q+ O cu 1 S.to Qt 0 N I 'tD I tn:1 N 1 :0 1 If1 11 !T t ' I Ij r �+,m 0-i:< :i NMO 1 mIQf�M O:n Q+ IM PO:o M- 1 {d 1 O 1 O 1 1 d,11 1 -zit 1 mLll mlt--�,NO I tD�+n 1 'I dIO.-+OIN T t tDINv)Oo,t t -+ I �+,1 tl7 1'. I Q+,11 'W of 1 1 I:i .+:� 1 1 1 I 1 I I In - t�lI r �-+' 1 I .�.�d N MIN tD l <d m 1 CD coo O cujN tD 1 NIN M 1��I'9 m I 'lP I d 1 M 1 t tDtn 'N I �a r1 1 1 O N N Nt-+Q+ 1; n7 O O _ I d Q+--M O Qt ID J-M M ON Q+ 1 tl) t m I V) If ' Lt.mi-- I £O W t I m :1UiN N 1 ; -+IN t Imo' ti-IN W 1' O m M,Q+ (U 1 'm 1 Q+,I $D,i 1 O n I.-Oi I LLI—1 J I 1 I. I 1 1 t .i ce � 1 I 1 1 � I £CD I i, CL I 1 M d I 1 I 1 -. -W CU -I 'co 1 A m .1 t I QfA J slnl¢ 1 10 £ t I I:. I t .i "; •? V) i I I -I,j 1 n u 1a-U;iI� I IW V 1 ;I I n 1 :I.i 1 I I 1 I p dance 1 1 1 1 11 ip a,cd to i j i i 0 1 .»rin d m O'tD d �+OI-+ 1 { t I O o o t0 oit= N o t :.h{m o 0 oto -1 t0+ 1 0 1 tD 110 t IAyu m ¢ I I I 1 tD R m Jn m tD 1_j P P d 1 m N O tO 'h .• Vi 1 >--10 N--1 iN 1 I O.I 1 1n U .3•£ O I - j 1 1 .•t t _t0 r U) 1'{ M mjN 1 �t0 O Ot m �:IT to Zr � _tOfd O.1'�In I 1I N 1:' 1 O A ! W.Cc 07 a l d l 1 ,' .. . , r i I 1 Z x'mIW I r ''Ot 1 I I tD.m 04) 1-M 1`� T Inj1n 1 '!�+ m-:d -Ito rz 1 mlfU '1 :M 1 1 Q►:'I I d R J"A•)'¢ 1 0 0�; I 1 N-1�N tD 1 O N M 1 O� ��••� d mf 1 ' Nn7 m t N I I d l I CID If U a d! I Wt0 r�+ 1 I ( -+ n7 CID::.L; M d I m d 1UI I (U' N 1 1 1 1 I m 11 1 , 11 .U O--:O I N! I 1 1 d d 1 I 1 <.j i +-. 1 t 1 I 1 1 t0 I n O Imo.r ina% I 1 rl 1 0 r I I j1 0 1 M•OO 00foM 1 : 000 1 �000000�0N cu 1 didOt00P- 1-l) I to I ID':I i0 I O�p .iW 1 I I MOOdOi.OP• 1. O OO� I 0 0110 00 -+ O 1, -MidP O Otn I .I` I.O I CID I 1 O n O t q r 'y I I O O O d-+'O h 1 1 O O�O 1 � O 010,O-�W CD t -CU AD N 0:0 d L as I -� I M:I t 1 0 11 M t-!M T j� 1 I1WA 1W7 I I I I s I O m M O QI I� d OI<: 1 1 n O.A7 '1 .1U I dl l d' I Jim '31—q ,'t 1 I N S to n NIM O 1:) w mld 1 I A') .+MIN d r- 1 Qt N M M m P ,I 'm 1 0 1 tD1 ' 1 d 11 I I> Q+-+�N n I: -+ ! -+dltD 1 Q+ .�N d Ota 1 NI-�m M Q�In 1 ,m 1 T 1 tD'..I 1 co It C 1 m NIN-� '1 im 1 F I m I 1 d O 1 I it 1 1 m�n 1 1 0 1 NCOOO,O N I' OOIO 100010.. 01000, 1 0;000'00 1 'O 1 0 1 1 d l td 1 01p 1 J I 1 7T000O'O QI 4I O OO' I 00 0100 0 1 O'OO BOO 1 0 1 1 d I to I O n I IZ W�� I i( M'O�O O OIO M .1I 001, -IO' 1 OIO}0.010 O O,.t'. Ono O O O 1 'O 1 1 Q+ 1 a0 1 .•+O.� I 1 S�tl07 O O O n I i d OId: I 1110`In N'NO t0'-1 U)itD O t N I n I I n I IM I -+ n 1 Uj0 qT 1 I IM m t i tD m'd. 1 .I In,v)-+M1u') M MI 1 - Inim 17 .-., In I M I I O I n I d:n 1 �l 1 "I 10.--cu d d I -+ Cpl 1 Cpl-+ -+,M d OI 1 tD:-+O n U'1 I M I I m 1 Q+' I 0111 1 IO m CID I 1 d t M ' m t I I. N` 1 M-7 'Vl M I1 -lT I 1 d I N 1 —:n d O I 1 1 1011 If 1 I 1 I Z. 1 1 1 1 ' QI I W. U.. !, 1JD, ..�.� ,LI 1 IIA,M iZ Ut 1 ZI¢«. 'Z 1 .Z i 11 1; O W Zo1�: .1 I O o I i0)z !� .0.� - Gia J .0 1 :-W III I !I 1 I I I I1 1: Z £U _O I �••�¢I 1 - (U) a" IQ £ 1 :. J�W;J 'r 1 a I W 1'. W""I ! N O1 - 1 Ir ZC¢rola ; 1 ►•Ir� la 1 I 1 1 t I I 1 I ¢ :1 O r. U"I j «.r 1'01— Z IL)0.Z, W 1 1 Z + 1 1 1 W Q Z' ►r l > Q1 UJI£ O Q 010. U Os m,0 U,a I d I 0 . 1 1' W:OIIOZW' > I; �••�¢I ':I-•+IKw is= -�{£ ZZ: 1 ZiU 1 W t '1 O 1 1 ' I r-" I I t - Z.ZIW a£! "¢ 1 01 ' "1 MW I-- Wr'W Q - 1, 1 O; �-•.WU) t 1 I W I 1 1 £'r I 1 jU)"-+'••�;U£W W l U)' 1 Ia a :q x U:r ¢ r' 1' z! �•+O:W I W I I I 1 1 'W a I 1.W Co IMI r. 1D 1 J�••�LL. O tAi► r W; Z ►+..�••� Z' Z t to 1 I U I 1 I m:r 1 1;U,Z.ffy1> z a: 1 a Z.LL 1 .0 1-- �••�r�m.0 Z!-e 10 1 r' .z O I :o I 1 Z t 1 I '�•+¢ I Z 1 ,—W:W�¢ o m! r 1' ¢ —Ax 1 2 Z 1-«+' Zi Z�! 1 0) W r:o — I -O I I W I I 1 U 1 0 1 ZI W—Q. Z I-i M £'r 1 —W�-£' 1 Val —a 1 ►+O Sic Z r I J l 1 0 1 1 I UJ 1 �•+ 1!¢F.-. !to r - a t r 0;w 1 r;£ £¢' L)10 1 x:Q Q o r U 1 I !» I Z I 1 1 W ! 1 r l IW U"O: U N: r l U Q: 1 Z:x Wi0 O ��•+ } 1 W'X Y U 1 -b I z l ►+ 1 1 r: I Q : I �•+ 1.O.W ZZ O O O J 1 1LL W :T 1 r-I U U a Z Z TiF r HI I.Z IU U O ¢ 1 I O t r l I U I 1 O 1; ,r.Wz ¢I— O 1!LLrT:r l ¢'a M I zzr!6J_ : I OTaaz¢ r I N I �•+ I Z I I W. I I •+ 1'f--«+:_ '«.rW,W0) 1 'Q •+r:Z l'ai0LLgirr�+:U £i1-►+LL':aaO:r1)) I O 1 F- I O I I I 1 I'Z-x`J!r O W;>Z 1 it x ZIM�1 ¢ LL a'Z z J o m ILi 1 'r w. —;U) Z I Z I Q I U I 1 O' 1 I .d I a U—O Z m:¢O :t!N U O 1 U a xt►+.-..-J Q W: 1 U g q q UI.Z 0 I ►+ I U I 1 I ¢ 1 I U I r¢O:W O O=U I ¢O•U 1" m'Z ¢Oi¢¢r W ►+d; 1 .�0.;;�••�W O U 1 x I �••� I r I W I G 1 I a I !�cC IJ- Ua.U) 1 .} QU' 1 I, Wrolaao,¢ J I ¢£:mminL) I N t Z 1 U I U I 1 1 1. "J 14- J ►+' J' I r J I �••� I I W I Z I Ji I I Z I 'Z "t H 1 = ta- I �� H' 1 z H 1 cc 1 x 1 O 1 Z 1 f--j ' I 1 Q 1.O 0 1 0 O 1 W: O: 1 0 0 1 0 1 0 1 ¢ 1 — 1 O: I I J I�U r I :U r l a r• I U r I LL I L) I a I LL t r' 1 1'. I ¢ 1 1 1 ~M 1 1 I 1 I I 1 £W 1 0 1 0 W Md1nWP. 1 O --Nd t 0:-+NM.ddU)tD Pm 1 O -+NM dtn 4 1 0 1 I a F f I O i 0 0 0 0 0 0 0 0 1 0 0 0 0 1 0 0 0 0 0 0 0 0 0 O: 1 0 0 0000010 ,1001, 81, 001"! I �••.O ! .. I N N N:N N W 1U N I M m m M 1 •� 4 44 a v 44 44 1 tri vi IA u7 A7 V'! In 1 tD I Iz 1 0 1 1 QI �. 1 Z 1 t 1 I 1 I 1 1 1 1 I 1 1 t 1 1 1 1 1 LL cu ` w a �t ll j a O L cu X— t I + + d I I QUO.-. 1 O O O O :'O :x,10 O �0 �..,0 O I S ,.:!O O I O ..O 0' O O 0' 0 , 1 j .1:•}O M t0 ; O O :.0 O ' O 10 O .O ll S ! ! 1 100.7.;I I co-O . >` • O N ilA �_�O �O i N �-.d7 O� �0.�.. .�. T O .O T f- 0 i 1 0 h- Vf I M O O I r .ti M in V7 to O M r Al t 1 O F I. n �0► I ptl d �Q', ••I lt7 .. in 4d, ' •d 1 -1 N . \ 1 ►. -10 Q "O „ O 1 O OI 0 O1 'co in 0O t--,- .O 0 O+ "rO O Mf` NOt �0 1 VO -::o '-O1O 0 1 t� O P O M i0 OO O V) N M i0 t0 Io V7 k0 d N (P h Coi O O ;mIN 11 + ..j i�W 1.I IM 1 M f- ul 7� ! '1- sYf) tl I _ul Y7 N ' (P NV) H OI I w Q J I 1 t0 10 f ' Ol t� M tu -I d O 'M M d cc J£.h I .£r E f t W I 1N0 -:>:I IE 1 W ML Q'l� S CC::O.F'•- 1 +"O T O`.Ot 1 m .r :10 40 -01--aRU O IO :: O j M O O I N O M O !O O I d 3.£ -0 1 O Ip0 T I':, O ''j0 O .O 4- M, V) 0 O 40 in Q+! O Z M S W 1 I1-H 1 1O ( S,�QO+ I a I�. A _IO M I- : N p O I ,G :M VV) S! �0 M ,d., O O m' Pon J In 1 to Q 1 U7 O- I h; k0 II�I117777 O' N IfU d N O+ V) m h d d m U Q.d. I w10 q '.1 U P IfA I .0 Q'V7T t tl d. T� nr i N rI v. r U O �+ I O .1 I w NI.IQ 1 t�0!r M M ..t0 ::N n d .. :I N t0.1(~JI 1 1 .r i.IN 1 IW 1 1 ! I I I4 Im WI In Ir i 1 1 m w w E I 1 tr >'p� E N W E 1 I U 7,m Y n w F LL 1 I Y:> F O 1 I C WAD Z 1 w (A I I a q Q d E Z J I 1 to CL C J Z u m Q E Q 1 I m Q$:co 1_. m C 1 to Z W t L O!m O tYp' . O O Z I I dUtq U. �i -O H� H H 1¢- Z £_ I :1 I 1 l.11 iZ ¢ �Y 01 .Z co U O = H W i I I I 1 '! E O W m O 1D7 tl U7 .U) .•. J ¢! E I > .. 1- Z: w LL in Z = t O 1- Z - Co r W O N I (E .tA .. £!_.Q 'Q F...Z U Z U Z1 q.g1A w .'1 I ':}.'. Z H w 'Q w ... O E I m '.l Z ;::I I O,....J q W 0 M x U F [an E I.- !Wt U Fw- q i 1 CL w rc C C j C IQ a �£ U; .Ir U) [A O Z Uf .1 f0 Q '1 U 4d w++-�+� E F- M Y Z O Z O 0 F U Q U >- Q 1 ►r K-1 iZ .�.-�I.r £ W Q '.:-.w Q O ' O Z Z W M W 1 L7 11O > L t!L O "`-Z _U' 0 '1 Q, U U r. I N I .►+ tC�+ cm=o U 2 tr: ¢ N E tl d W ¢ �9 I W ! IF W -y�7 Q LL Q tl to Z Z w: W Z } Q Z to Q F w t f 1 q 1 •+ to A-A. 16 tl � `.1 �+ .O w Z O O w.- w a S - O Z Q N I.- OL l!t [J W;. LL. to 1- 1- .Zi - 1 a O h U tl N 3, Z Z I- E O: Q �1- >! 0 .Q }. Q Q tl : tl f9 Z w Q tl :W I 1 It3 Cc U, U :Z Z t0 H U U Z Z O U Y } _Z q N H. W W! �+' d' M. N w W W .a .+ ! m J; Z :.Z H Q Z •~. O - Q Q t 1 7� t0 Nj10 JI 0 d ►+'' W 0 .. ..::5 w w m Q U m w Q Q £ O I 1 1 'q N S�+r+•� Q ►+ tl l O E t77 £ E 7 Z ►� «+ E Z 1 1 Z Z U a W Q 1- 1 ►+ Q: E J J 0 q 0 E U tl U 3 2 t 1 Q O K N=N!0 O. O Zi W W ►+' O Q Q - Q W O w - w w W 1 I J U Q Y Y�C 1- Q- W O tC Ir J U U > > tl tY E U In to W Z Z 1 1 n W K Ut O M d V7 t0 n to Ot 1 £W 1 O O O O O O .+ -+ .r - - - - - 1 Q O O O O O. O O O O O O O O O O O O O O O O 1 Z I N N N- N N N tU N N N N N N N N N N N N p -M IQ I a I` l t ' co 1:1 LLI i z-i i I I I I � - �t I 1 o <:o ml t o ":o;g•I o o- o l o 10 0 1 0 o i.,lo ih o.N: ; o ! o o !o 0 1 0 o o o 0 0" n i 1 M o f oo :ro-o an I o , o o�I o 0 �0 10 1 r1 0 1 0 1 m-10 0aD .11M 0 1 +h-+: Io *d itd ,o oIo Ih olo :a0 1 d rnl u7 o 01 !0 im aDn. I o I .a g;1 d .. 0 1 0 1 In o 1 0 1 .o �! V) I 'm o 1;C; F_ Icu::N aj 1 o I e�n,I (m ,o- 1 0 1 Im c 1 e NI. �+ 1 N O 1 0 IN: N t IA a0-�j I h N -iM I M 1 !O .�D 1 �D ' I '~W I:i 'cu 1 N d I P,h O• pp 1 M i6 Ifl Ipp O t01 I D CO O;I m O IO 1 O' I N In I In !O+ I 1 D+ Ol: O I -+ M 1'IM �O O N' 1 N f IAOI 1 If1 t0 .. 1 -+: I d If7:I 07 1 I I O O 1 F '1 o O I /Q 1 N Iti i i V1 I0 0 1 4D I IO a 1 Q I,Ql o:I aG I ►+.1 IN 01to 1 h N :I IN .y! 1 :"'o 1 .r I I 1 I ! -ICU I m: I I co O c+ I 1 ON 1 N H m' I .F W"I,.M IA, h ; to N iIiIN D� 1 m I h : I h L+ IN I N' 1 O F Oj I IL a J,1 IeD ni h 1 .+ .+ 1 ;.+ Qi 1 d j N 1 N IM" �N 1 N, 1 w Q I d £aDiY I £a '1 N' �+ 1 O N I:jN N' 1 N �+ I •+ IN �+ 1 �+ -1 :al In'I d7 E"I l � I m I.I cu NN '1 N I I N Cc 1 Sia 1 111-O>II I 1 I 1 I I 1 1-- W-ME I D U.1' 1 d I I —.> aal to CU UI I 1. �� : , xW-04- 1 1 M of o 1 h u7 t417 d.00lid IUoiI N to ,o 1 o 1 m V) t17 m ilr I 1 I,0 o. o I m I,IIo h o.o. I h I .d o.' I a o D+ 1 0% 1 to d•I d W a Ola I l W I ,-? 0� O 1 O d Lild M:O.OI 1 M I eD O' 1 w k0: IA I U7 I M t Z x m,W 0 h ,f- �:h - 1 aD , I Y9 ( tD 1 a0 1. tD J V) 1 UI a 1 O I` 1 ^' h h Mem 1 �+ I '::�D-O, 1 kD i. ih t h 1 ,117 M i l M I i Uad. 1 woo,1. I 1 I I I 1 I U "1 ,N 1 IU 1N I I �D D.1•Im N N I u7 ;,_>In: I In :n 1 n I 'M O+ 1 T ' U O-+!� 1 p. t� l l N h-I,h N' i t N I VVI I %D I -+ 1 �+ I O 1 O in Qh+Q 1 ~ I i:N 1 co — 1 N I t -+ N t0.� I I I I d F { 1 W I I 1 1 , 1 1 t 1 I I. 1 I Z1 1 1 ZI co W ro O W O W co I 1' O' j fd W ,Z O OD ++ z .Q N I I .0 Z _,►w 10 W U a .h 01 I .1 J £ Z W U L S. > �H a Z W 7 1W- I Z'1:In W W W Z - 01• C :Z Q O Z WZ C ' ' I O.1 a a. 1- U .. L t W :W �+ 1 f+ 1 00 H n ro Ot�+ m ]E -a 1- a M M 1 �W a l iH Z .N °W Iw C C� n �[W.9 o1 0 u F- b W Fn M I in 1--." 1 W' H :n a+� 1 V`.11a - W 'Z.. .. Z iw Df�-Olrl .Z.. Z 0.. F W J W U >•: , i 1 IE N 1�S W. �+ U C L i.y U:O W U N ;E M w Z W C ¢ j I W I I(D C, D _ C 'W O O. �-+i i — W a+ L O 1- = W J + 1 O.1:O O: H .i Q :WO .'_ID >-.+ > F iZ w 4a U Q L N to W a ro LLQ > Z 3 C > 01 i iO 07 U1 m U ILC i t - 1.J Z W �+ :�+ a0 .:N :•+ -.. �D 1'Z p JJ _ o 'D.J 'O N w ro w o '1- Y O O i O Z F-H as 0 W "j .'Z 13 U 1 U UI 3 1 1'O F I.-_ N :W CR +N n C — M N 'O L N ,O t N Fa- co W W M .= Z O— C C 01 L I- > U J Y 1-.0 1 I H W W J DJ "4. O+ J I-- W J D W N J 7 1--•.. 1 I w D: J a J a 1- >.to P a M L L a W > a to Z S L Q I I o .C m h " L I.- W ro L 111 H Z m L 1- mw S I- Z O U U H I 1 0 O Q O O ro O W.-. O 10 O O• 7 O N 7+� O O O CL O 1 1 Q U U I- w S F H U U 1- Q N I- U U a Q H 1 1 0 1 a W Wm 1 C. N .: N M < In to H O O O O O O O 00 SE 1 1 Z N N N N N N N N m rl t'7 co 1 1 co i 1 LL ti to i i 1 I Wo Q n �I U. voim I4 { 1 , f 1 11 iI � I I I •I I I I:rl I 0O 111II I .0O+fI!l MON : mdo+ do M 1I1 M0 vI0O I11dO0�D IIII1 1 mro L, oo 0 0 l0 : O O co,;! O O O I O tU I fU 'I N O 1 O 1 0 O (P O O 1 0 1 _ A co IO O O O 1 0 O Q L) : t co O o t- n 11 .r II r O: O an I In 0.1-..' m l U, . IiI 1 `i 1 I 0 OIA 0 1 0 O O O I.. 1:0p 1 I .I' O 1 0 8 O n l O I r O O O N I N S I O l r 1 10 Z 1 1 li. i 1 i1- O f. O t O, O .` fa:1 tl7 {m 1 ID O I O 0 ON I (P .O 1 O II �+ :! ID N: .O 'N 1 iW'w'- �+ M 1 l-W 1-':O I IL IQ J 1.� Q I 1: m /T`. mIE ix ' J...:in:K I Q sQ I roIE Jw O a�l[o I I x ¢ o;~ 1 1 : 0 1 pn o In In p �o I o o O o m I m 0 1 0 1 a+ m lm l l o 1 S 1" S bo o NI o• o. I M o o 10 r I r 0 1 0 1 N 3£ ,O 11 1 t: 1 1 1 II W Q O:a l W 1 O 1 0 I;i.. O O r+;l d '� 1 �+ O O (O: O I O fU I lU 1 0 It Z x tD IW I F-H 7:: r I 1 N r'' M I a I d ' ` N i N i Jb7iQ 1 IN Q 'I I 1;.N t0 O ma O ::Im I m 1 AD L) I 1 W U A:1 1 If l I i ! .+ U O Q !m I O..I;:j N I N 1`'M p �I '" 1 ; M N I N .r N in CD U3 at IF- 1 1 1 ! I ': '.I i It I iA im 1 1 I m o0 to d i ++ u 0o I 1 ' .Z.m O 03 Y i w I 1 'M ¢ ¢ m ,Z., S. O 1 1 +I LL - a3 � Q QJ m w 1 I IL ro a c� I wa 14- c i£ IE Z :.C• -z Ox w do QY U z i I .Q E W £ .,.0 is .O a F- L Q i Z �a O ' 1 �r U I 'H Q ,v O Q w ,i m "F :m I- wQ WQ as IX.�. w 1. l0 1 �tA .r a Q O'3 - U I-> U £ m F 1 W 1 J►+♦. ... 1 A t ,Z U ! ;:!1L Z!- � F ". N M ..Z...RI M Z .8 0 W N F i M z 'U «Z+ 1 1 ►+ m ::�L ►+Z :!- «+' 'W' W W 1- Z W IL r � d N M I 1 £ "'7 N 'Q Q W ��+ £� C7, O Co., Z b d ' O Z¢ O N Z E ODO �4. r a. 1 1Q L O .. ..� Ir: Q Q Q .-. O . U O O ro O >. U p W O Y Y Y Ix'al ►+W W i ►.L I } a M > F�°a a z c� c> a c a r r O 1- o Q cc r aI- cc LL. a Ja d mr o IL A i s a a It:++ J " L) to v u 11 J — I I Z a Z £Ir LL a Z w e Q J O W 04. 04. Q m I&- Q £ ' 1 I � 0 1- 0 Ir U Q x • A A O I- w J m J C J In F Q O 1- w 1 I O Q O O W Z ¢ N fr - i O t- W N W m W O i O W 1 I U U I- U a W !- O a m m m O a I- m Ir Q Ir K ¢ U 1- J a i- a Q ; ¢ + N M d O - N M J 1 £.W I N '1- 0 - N M d Q a a d 117 �O IO iD �p 1• F 1 Q F E 1 0 O O O O O 00 O O O O O O O 0 O 0 1 --Z ; M ? ra a a ae a a e av s < m 1 t N S L+d I 1 I I 1 ILL O 1n Wo i a Im r ,IU E i ' f ' i 11iII I a►- '1i11I iII oO aSO�l ' <O,( to o 1 I O I; ' o 0 00O 00 O O, O O, O 10O O O 0i0 O 'o !OIO 0 n o 0 ri vOio r o o O 0 0 o o o I1 Ii o to l0 O . O� :m o M o o :N! N MJ M T 1� d '1� IA M pp ' <<D 1. m'! al- 1- 10 •m 11 m ' I del ff I i 1A i a i m g I' of $ o o f o o O o o io ! m 0 . o ' o T 1 1�' m ••. .0 0 1 U+ O 'O ..�0 0 O :i0 IM I OI- 10 O ;I O ` 1I I IozI 0 O 1 n; V) j- 1 0I1 cu O O IA 0 i1 11 rm O O IO d dIO O' I. 10 j x OI I t1 a J ".1'.1 e O N. M i 1v) MI 1 m ,.I �+� 'N -O r;:, O I Itr) 1 T, IO d;1 d E In 1 IE 13L.1E A ! d N rI IM M I CU dl Ch �r- M O M I,Y]. n 4 I m J6.1 - Y)!Q 1 ••. E 1 I Oi a+ �!M T 1 N `1 PI �N :1� t0 M .. , N' ;IA -d I lT ;H W 3'E I Iw U 1 i d !N cc I Niel 1 �••�> I :z I W CL Q w Nlw 'o'a ml 1 1 uI ! OO I OT:wOI O t OO �in I 1;L1 0": O O:I!1111 OO o O O 0 O lo 10 '01 0 OI10 oWQ' O. I I O O Z2O Cut 1•(u _j V)CI IU! QW IF-F U iI Q`d 1 W!O D 1 IIA`I V) 11 IU :'1.1 I:I L.•.pj, i u,0�+O 1 O 1 N In ...tlOITIQ I I- .I! N '1 ::I (:1 N I N._1 .N 1 I 1 I W i :IL z' I : Im M I U)I _ o .. z ` d I . \ o z w . 11 G Oi nI. O I ,.40 - I ._0 E Ar I ZI ' I :IA jN O. a I 1 m IA) ,W; W I -itJ! ..:.0 I N F W M. . ¢I w a I 1 31 3 Q O O Zi J Oi IL 4- O N } 0 1 I x -01Y M., ¢ Z Y7 O' ___.N JX O J H.-�i W W CC E 1 t W O U O; W •+ : E H) ' Z J i O O J E M U, Fw•- I 1 S Q $: Q Z; W -F U .,,- I Q .I y �' W 'CC W ►r I I Z.I } WI O. W' J i O H Z a O Hi, ,z cn;a+ I- I- U): I - i 1 O 1 tl OL', �L'i. W H: �I w! w V i 1 1; ►+ O Y F E Fz- W �O ZI •N ` !U O W Z U) 1 iE F- 1, L] I ►. ) Q I' .i a, d ZI ,Z "'1 U,E 1 WO. d O C; m C E } J w . .1 ..O! 3 •d , :w 'w d w F>-, I tMi.- r '1 E O :O'. .1 iU QI F- nU :•O .8!. :U +U !-'O F- U O Z +� 0+�: 1 _,Z U; w- O1I 1 'N ►y :rr I U I ' I -p! 1-a+, O: «+ IW ca: O W IM 0 x :x W~W O W U U W I N 1 U. - U ►+ C, ►+ .n W U W' W CC 11- a O. E > U N H In Z I w 1 .. w = •• .• z .a x x w x a a a m z m CO) z .+ 1 Q I Z L: IJr,I- ►+ Z Z w w > n m ¢ 0 Z O} E O_ I- I I O W ++ W��+:: W W •/- O O w «. O - 0 n O �+to W Z 1 I �••� Co W. G to CO W to .Z �+ ... . Q - CC C Q C a O F- H coZ K. K w CWC �6 .b d CI F H 1•- O 1 I U Y O 0 01 x O x 'U U L) > > M U. W •.W- U U Z EnU U I I � C.) U U U i U 7 M x LL IL M W W J y � O N I I CC Q W Q b Q Z CC K O 1- n n Q •.+ ¢ Z 2 Z 1 1 1- M i n L.,. a U a -n I- I ►.¢ m N a Q U I- O CL =3W ' I I U) W Z W w w Z W W Z w Z Z w N E W w E " Q 1 I z A - -} L] W O w 3 Q z z N Z z w w n n W b O O W M O 0 I I O- >. x �-+ O �+ W O O O 3 O - - 1 1 U N I -U I.- m"7 m a U U IL O O ILL I- U) U) E IL U U F- O U a 1 1 I K 1 . a J a I E W I 0 - -� N M d M H O .� N M d U) t0 t• Fa- O- 1 a w 0 10 0 O O O o O O O O. O O 0 O 0 0 O 00 O 0 O I ►�= I Cr)pj h C) W N h 1 I w w w II rl U, cc to Ci .r NI CO 'AI I f j 1 0 :I.� I I I 1 , I I I M o o n ,jo ' t0 o id N 1 jpp l0 n o ill M n10 O CU Q V)o:O n o or.M 1 0 o o In O n o O P7 O 10 1D M I a -M d 0� 01 n:Jn O N,fp tl7'O 10 n N d.:n 1..O O O m 0..O ?j I F "1- m O O O tl1'M!0 1 -id N N 11niY7 IA N�7.Y0 O tU-•�to tT r 1 .O N O T 10 ti O N O O d P. 10 1 10 :jm n d 1�.;R M}p O N jtU-m'n n N 4O�+en N m IA N rC O i I J O .1 NNm + M If) Nn 1 O -+�+ N+tC �+ �+ tOQI O 1 M 0%i MMNM ' 1 co I- �1� �+ �+N�p : N -+ N I O 1 �+fw��+�+i f NMI �O 1 T V) 1 10 .I I ... ::I Q• I V) T 1 .. N i F: III� ' - le 1 •.1 I 00 0 n i:":1- 0 0.O N I CU -o 8 O.O.-O:O 10 O O 1o.0 O O O O O M I M a O 00 . Art 1 -I ' 00 O M 1 O O'O M I M -.10 O O',O:O,O'O O O!D�O"O!O O O O n 1 n O i O O 0.88>. I� I 10 Z :I i 1I ji t 1 0 0 0.6-0 O O:IO o l m -0 0 010 o Ojo 0 010 0 0 0 0 0 0 P Ir- cu ;N ! 0 0000 IN 1 IW F.I �+ ) .+ n 1 n .:I I O6O at 11-0j.. 1 .a W t I r .. I I!.� I '' I :1 F•O I WaJ '1 10 I 10 N 1 N 11 ';I I In1. 'tfj ' £..W>• I £ a 1.( t0 1 m M 1 j .i 1 d:I ;d m An K I -1:..t '+ / M 1 w 1 N II <cnu I m'O:Ix I 1 M O O 10 o:h? o I W o n I n to O In 4114,0 a n a..0 1 n O . O cD m("Q I m K I 1: .+O O I �10m:h O I d01 Tn. ON NOkOnNd 0 1 N OI .o - ! W Oi�+v 'Z£ O 1 I 1 I ,W III�a I W I- m 0 0 0 1'm w)lf)Mi�m 0 I .+ N N .tO C)�j V)N �D 0 w V)0+o I N O o - 0%1D n 0 IZ='-N-IW I F-'F- N O 1' �w d n.. I n dIA M:lo O N N 1D n N 10 w : 1 N In N d O JO•w 1 O)Q NNm N �'7 ON 1 N w�+ -Nd.la --1�+� add. - I N MMNtl7 U Q d` I W 10'Q .I- 1 I 1 U 'Ifo 1 IU :1 �+r1 N 1 �M N.Iw t �+ .r w! N M .-I d _I M M'1 M Vmia 1 I ~ 11 1 1 1 N"1D 1N I 1 1.1 1-I I I I i ' I II ( I { 1 i I f i = O 1 1 j i Q z .I W F I UA L I' ( .. iN � t1�L m. M' to £ I I m y IaC C O £ aI 1 d �+w i U- Yl7 f- to I G i0 m W �b 7 i 1 I O r. 3 ::IQ m:>. >. Ol m 4. z m IE C O i .... I l L y 3 N -:':F i+•'1 I m y 3 t 1A 1 U '4 b to W I1 a U� !` .. to Q.-1 C > m.; m 'C im C b tO�. H w 1 I Z I q C 0 I 4a 7 F m. N 1 O 1 n i O U i>.P�+ O Z O '+ I U .L i W J.-.'m m £ rt ' I ►+ 1 W s+ C C.i-U O W +gy m Z m'> U w y 1 £F 1 O Cr a b m r- ID Z N J 13 m. m L!m N W" In [A 1 :w a.l = 0 141 3 ` E E I a IU . Q S. -+IC 3: m to i]++ a WUi J. O a,m ++.:0 C: y, £ a N 1 y i O m O— J y+1 w 3 M m ++ 1 !O IY O y1 U 1 m y C W ! �+ W i w W W'. C i 11tl m 4. m m > •�+ 4..a W C U I N I — C d4 '-= laO-�.C�+1 S U,i m Uy iU m m m� E L O m w 3 IA I W 1 O m is w .1- O > 4.1 ++ 1- N is > m m U;3.•+ m a m a E m t IA 1- ►+ to O m • I A 1 - 1 E r•1�+ :O tL Z m-£6+ C O ►+-.. C C' ."fr—is. +� L: m O Y a y O Z LL O U U r1 1 1 .N 10 mile m W W O. Ib m .£ L.. ro jlA m o.W. 10 CL I'm C h U L O O I y I I .H y ml- U I-+ Q M'm � N 3 L.I- U�+;IA £ x:E 0 U: O.m E M .+ W > > 91 1 1 'Z m A M 'O H!m -m1r+� a .s!O m!-�0+. U:C W`10 4m' C3.3 i O !- W Z -+ iYF I 1 :Q •� C N:U+•.. i C I V U y > m i0 N O X G O L m U w a t] m'O i I I .H .. ,. £ � - w.w:Ylop O 0 to y'!U.iaU 10w : W ua) 0 — 0a m O O J 01:Oy I 1 J MEIN Y£ C.+LX I- O£ L 10 m : m aob � my C ¢ ►- J C M,S. 1 1 O m ;m L 'J F-; 3.-.M i 'J w.. O L to �-m L m m A u m O i J I.- ►+ W 3— r 1 1 W C L r— O Q Z m E•.. m Q £�+ m U 40 w m Js m L t C y m v U 0 a to Z U E K Q Z 1 I z m m—L F 0 Q O v C C Q+1 M .W O 4.110 — 7 w L 1- Z Ix to E m a m I 1 0 > ;I% Y O O— O g 3 y O W a w O O a a O m m+1 r O m AS 1 1 UWmFO 1- UmUlLa0 H a amUUUCOWILILnaaoNmto>C LO.1 LL. £ UJ O) 1 1 1 m 1 IaFW10 0 0 0 0 0 ' I --'z I o m co an o 1a I I Qn I W M N. 1 .1 I .,I { .. Co CL 10 N £ 1 I 1 1 1 N 1 ' I W 1 ' 1 Z i I 1 c1.I 0 0;A 0 -'0 1 0 0 I o no ! i 1 Ii o o+ 1.0 -lo 1 0 1 W i o CO t lLl :•n I a0 0; 1 0 n 1 m .1 N 1 0 I o (U I.— n 1 iJ OI.i N! I P aM 1 II O R, I CU N 1 �O( 1 d n�• .I `! m m�: ' 1 1= � �, I ; Imp � � •'; I � : � C+ I m O 1 M,. O; 1 (P R !O2 '.1i`111� I I iF O _.I? O Co....IN 1 O!' 0q i ICU 1 W F- ! N I N •�M I tl7'• N m 1 1-W Q J i to 01% in J x ¢ xQ I 1.-:D 11� .{ I 1 H till: I ,mU 1 ail ♦ i 1 m' �£ 1 'W 1,� 1 I a ¢nim 1 r 1 1 1 nl ;m N'tn I ' oQm! 1 1 ` I 1 I I II ! I xaM, 1 00 t o 0 1 m: 011 f- 00 R m a 1 1 f �3.£ O I �,11 I . 1 .w.a:o�a I ; W I�iiii! 0 0 I M' O I Ifl�`r z nlw i Im a i a1': i o a iU 1 Im 1 IU IJ I N_ 1 ml .o:r i F ,j II I II m RI . n7 0(¢ I . ...�pl I I 1. m 1 1 : 1 I ( I I i °' to U: _ - '~ 1— i m z !¢ o z I I i J J m U I 1 n1 W J I :.+a I'U aQ...>12 > W. I U 1 E CO.' W 'W U: I of 1 ► 4, x: :£ Z 1 1cr :O N m - .'O Z 0 tor.' ~ I 1 W U W ?O •+ Z: O I I Q E O :W Z O: 1-- L)I JmE m .J O WI.- I- i I I W M i J U 2 J. W 1 I C.l l m ¢ 0 H ¢Q 0 1 i N V+ L 0 Q U 2 U O I 1 •+M J+ O W W •+m a 1 .I EMO H £ O W W O. 1 I a 1 a 1 Cl 1 £ W 1 �D r O— 0. � I a W m 1 0 O J O O O F- x12 I m CD O Q► O , I' I I 1 I j t M g ` 8 V m:-:::l!5!.' s s is I� A s � is d� dl d d d o d d d o d ad �o ,d d o d d W• 1 I ..:1 I `` :.7O iii X18 8 i9! fSi !91 IM {R i� 8 :8 "" j n cif iy1N 111'S .I itij '7� {f. ! �f. .w N �� I I 2 a ' I A: 1q3o.is r 8 ;!C IS �!I 8 `d ;$ d Cr id lad o d ;o io m` d Si Io o id n d .d fo d d d d d: Fi � -.1 •� I si M I i ' 3! 8� s 8 18 8 !8 8r si; 8 8 i8 I8 8 8 8 $ 8 a SC ASI d dd oo to d A d :d fd o o 0 0 Al 81 8�8 I$8 8 8 �3, 8 8 -s is 18 9i 8 8 .8 8 o df d o io d ooI o 0 o io d a d d d d � i I CD i Si is., , 8. 818 $8 : . 8 f8 191 8 ; 8 's 8 is 8 s d' o did !o o d d o o d d, d d o d d d i �i 's,s �g eol d, dl djd Ido d d d I d d d d d dCIO d d d ! ! ' !` O N �p iCQ �yu yW 2 7. m ice/.cc r» C L y. 0 O iN pi_�! Z_ C a n aG :J p�1C {smWCe�C f I 1 �' Ll n,. 7 Ll L y1 i'MO .8 j!5l 1 aY M 01 F f� =7 _a7 At e0 Ci M. 3� 6 c J¢6 CD rH� N Ni N M N qj Q� QS al 4 /'3 f f t + f t 1 f vs: 1 �1 I ; ! 2 13 aiss 8 Aptj M st art Sk�b tors r- Asi��l 9 ppqS sypeaa y88i �nQ7. dig d' � 8 m P# -,� a 1- a 8' 8, 8818 81 88j88 888I88"8888:"888888 8 8888 8 8 ' o, d dlljlloodddoddd d dddd: o ai W 1 i I 1 I I St; 8f aa 3` X818$ � TS1+ 9w�o 12Gi8!(i8t88SrzlZ z8888 P S I gl Nle 3� a�_ >g j p �T 6"T �f sal M$$ .Mi Aj SO'S O $"t Mf$^:$$�S 8�'^-.-_o$$8$r �O r"+3 N$$ N O rz,d 0 d g M dd al N:9M 1a �tl7 b' ftf MN gt i'�' I$888888 chi o r�. ddr: dd!' rz doy�o C)':'C5 r �dr3.r .dddd -'�; a7r� do g 17' ' '..Ir^-� 5 le p� $',�S N ddd ddoo d��o�eod�+or�Id e��t; rcD, J ' 1 V.� s s s$8 $� 8$'ss 8888 .88�88$s88888 8 sss8� s d d ddd d ' dodo o:iddd�doddooadddddd d Qddd. Q r¢ L ; III j ili Zli "�+o ol 8I 8 888 81 8888 8<i8888IG888�888�88 S 8888; 8 :L .:.<m� ood dl od d daodLe �OoobdOdNoo r1' dodo; a i ' V : I ' I 8' 8, 888 81 8888 �8 8888 88 88,8888888 8' sass 8 j. dl d ddlo d. de5:dd Id dddd od:joeSdadddddd d dddd d .� i i . ly .8• 81 8-.8�8 81 -.88`Os 8" M$8sg8"88885888888 $ sass` 8 Ri i a°f d: d dddd d', ddidd o �;doddddddddddddoo dddd; d if s s� sats s s.8 8 sss8Iss8.88sgss88s8 s sass; s m; d; d� dold d! 46 C; d'doodddoddddddddeS d dddd, d j � I � I IIx 10 9 6i A cd � M. i ¢i ,.C. � pOF rylrr Q.a►'� _ F ..11 �ffy W !Z ~ L7M..�. ~ nn L J o H>. [i afi tYY .� O Oi r 8 i W �pqt x O Le, f- L7 F Ci.r,.l~i �1 .��.~Mi= to CC077 [�� ��p yl+�L� O W f�lf1 S(,� r0p � t�1�� ►- . jm I LrCa� O F�a'M_]-8� O yyLQS1 Mp jS� rr1p1 r�r� m i Li Gi m {:2 n 6 m r�U C 1$W 4�. X p n ill ? !� J{n M p {y as es da .p O O O O O O H i f I r,j o io 1°B to o I I I � i I b I' I aamm i' i i I fb cu: %0 ( I I ! 1 � 8 o.'St a AGI W WIWLL, ' .p y�,. n gyp, o .:•;0 MIS A N'r."t,.aiilllp M IQix!�m.N O IQ. ata O I.. i N I . i 11'1 f•��10�� I.:.. ; rc o ira's 69 1 al a "m ON RI N m O F— cla fie at all s _ 8i � ' .wa:M�nllonmolo�al�^n.o� �� F Wdbor r r.r r r r r r r r r r:r r C� �aaaaaaaaaaaaa �aa ='a `W-' S fW.t M y � � Ol Oq to N[Offf Vl Ql df to�OO fl/N Ql Mf flf �M J _� ¢ �� pig y C C y V t III PROJECT INFORMATION AND STATUS 1 B. COST 2. Construction Estimate The Architect employed Beach Associates to estimate the probable 1 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 : SYSTEMS SUMMARY SK Foundations 2, 003 Vertical Structure 1, 940 Horizontal Structure 3 , 910 ' Exteripr 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) 1 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 ' C. ISSUES AND!ACTIONS SUMMARY OF ISSUES 1 . GENERAL ISSUES a. Out Reach and MBE/WBE Programs 2 . CONTRACT DOCUMENT REVIEW a. Miscellaneous Design Issues ' b. Constructibility Review & Check Estimate C. Equipment Coordination Review d. Design Overview 3 . SITE ISSUESi a. Encroachment Permits 4 . HOSPITAL BUILDING a. Study and cost estimate for noise mitigation at existing buildings b. Asbestos Abatement c. Bid Package No. 1 d. Bid Package No. 2 5 . EQUIPMENT PLANNING AND PROCUREMENT a. Other "Departmental Requirements b. Equipment Budget Equipment Budget Analysis (EQINV) 1 . 1 . GENERAL, ISSUES a. OUT REACH AND MBE/WBE PROGRAMS Issue: The Board of Supervisors of Contra Costa County, on July 20, 1993 recommended that a concentrated focus be placed with-in Contra Costa for stimulation of economic growth and development with continuing attention to Minority and Women owned business . The Board went on to say; The new hospital is the largest public works project that the county' s ever done, and should be a source of employment and ' economic development for citizens of Contra Costa County. Action: The Construction Manager has contacted the Contractors State License Board in Sacramento, California. A comprehensive computer listing and set of mailing labels was requested for all active, licensed, contractors of all construction disciplines with business addresses with-in Contra Costa County. Checks associated with the purchase of these lists and labels were prepared by County Administration and these lists have now been received. A notice to General and Specialty Contractors has drafted and reviewed with county ' and hospital administration. A final version has now been prepared and been mailed to six thousand four hundred and thirty two (6, 432) General and Specialty Contractors with a current License in Contra Costa County. The notification to General and Specialty Contractors contains a response ' sheet. The intent of this sheet is to determine the following: a. interest on the part of Contra Costa County based contractors, and b. their present status, if applicable, to MBE/WBE registration. The budget summary is intended to provide a magnitude, by division of work, in an effort for the contractor ' s to determine their ability to provide ' bonding. It is the intent of the project team to review alternative means to secure bonding if that must be considered as an option. If the responses indicate that the General or Specialty Contractors are MBE/WBE firms, the intent to determine 1. if they are certified by agencies recognized by the County if they are not, but have the potential of being certified, provide them the necessary direction as to how to comply. A presentation to the Advisory Council of Equal Employment ' Opportunity occurred on March 4, 1994 providing them with the statistics as to what has been accomplished to date and the programs and recommendations for the future construction project Page 1 ' [see pink colored insert sheets (3) ] . 2 . CONTRACT DOCUMENT REVIEW: a. 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: Items are being surfaced in an effort to develop as complete a set of Construction Documents for the purpose of bidding as possible. Each item is being cataloged, reviewed as to impact to project schedule and budget, and decisions are being made and communicated to KMD. These items are being dealt with on a case by case basis . The resolution of "GAP" items is ongoing, the Construction Manager is , meeting routinely with the Design Team to conclude all items prior to bid and to allow for ' the increased cost in the budget. The Construction Manager is communicating with KMD 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 has submitted their revised estimate as of December 03 , 1993 and it is undergoing review at this time 4) RESOLVED ' Management of Bid Package No. 1 Contract; the CM presented their QA/QC manual to KMD for review and comment, the process for review and comment on submittals, RFP s, applications for payment, and all other documents was coordinated. b. CONSTRUCTIBILITY REVIEW AND CHECK ESTIMATE ' Issue: The Construction Management firm is required, at the completion of Contract Documents to perform an Estimate Check and Constructibility Review. Action: The Project Manager has assembled and directed a team with expertise in civil, architectural, ' structural, mechanical, and electrical work; scheduled meetings, prepared reports and distributed findings on June 16, 1993 . The team sought to answer this question: Do the documents Page 2 ' communicate sufficient information for bidding purposes? All comments have been submitted to KMD. 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 meeting was conducted with hospital administration to review the status of each comment, they were distributed to the individuals which created the comments initially, requesting additional information if necessary (such as 1 specific equipment manufacture design and installation documents) , as this information is received it is being distributed to KMD 2) the CM has reviewed the Constructibility Comments and KMD' s responses, a letter of recommendation will Ki be drafted to the County requesting that ' direction be provided to KMD for some document revisions (such as the addition of pipe sizes on Plumbing Sheets in addition to the information provided on riser diagrams) . C. EQUIPMENT COORDINATION REVIEW Issue: As a result of reviewing equipment, new versus existing, manufacture types and quantities and specific locations with-in each space construction document coordination items have surfaced. Action. The Construction Manager, Hospital Administrative Representative, Cost Center Manager and in some ' cases the Physician Manager have reviewed all departments to date. All equipment and plan comments have been documented and transmitted to the respective consultants for action. An initial meeting occurred with the equipment planning consultant, they have concluded the process of revising the equipment list. This has been ' distributed to all cost center managers for review as an audit function. This has resulted in a revised budget which is indicated in the attached spreadsheet, (see EQINVI) . d. DESIGN OVERVIEW The Construction Manager is in the process of preparing/or has prepared a letter (s) to KMD to track several outstanding issues, the result will be to; prepare an action plan, determine -responsibility, and a schedule for completion. The issues are as follows : 1) KMD' s review to determine ,extent of deferred approval items 2) Communication Meeting issues: follow up meeting occurred on Wednesday, February 9, 1994 3)Hospital Departmental Review and. Construction Manager Constructibility Page 3 Review comments and 4) User Group equipment review comments. 3 . SITE ISSUES Issue Encroachment Permits are required by The City of Martinez for connection of new Water and Sanitary Sewer connections in Alhambra Ave and C Street. Action: The CM and Bid Package No. 2 General Contractor are working to secure plan approvals and construction/encroachment authorization. All applications required have been received from the City of Martinez and Central Contra Costa Sanitary District; plan sets have been submitted by the Civil Engineering Consultant (Ackland International) ; necessary checks from the County and General Contractor have been processed; the Contractor has prepared their construction Alan. Review comments have been received from both agencies . The Design Consultant Team has responded to the City of Martinez comments and the response has been hand delivered to the city for review and response; the Design Consultant Team is in the process of preparing responses to the Central Contra Costa Sanitary District, responses should be ' received by March, 15, 1994 . Every effort is being made to expedite this process . ' 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 designed scope and 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 is complete. The ' initial presentation to Hospital Operations was Page 4 ' conducted at the consultant ' s office on Friday, February 11, 1994 . Hospital Operations will now decide as to when, where and to whom the sound simulation will be presented. b. 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 was received and distributed to Hospital Operations, County Management and GSD and the Design Consultant team. Clayton Environmental prepared the Specifications for the Containment and ' Removal of Asbestos Containing Materials . A Request for Proposal was prepared and 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 was recommended for rejection due to lack of MBE/WBE participation or the ' demonstration of a good faith effort. The second low apparent bidder was recommended to be contracted for the work. The County Board of Supervisors reviewed the recommendations and the protest filed by the apparent low bidder on July 27, 1993 . The Board authorized entering into a Contract with the second low apparent bidder. The bidder' s Bonds and Insurance Certificates were 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, and all flooring and piping insulation in "G" Ward. This represents ninety (90%) percent of the contract scope. Completion of "G" Ward construction is now required so that the patients presently occupying "H" Ward ' might be relocated. The relocation of patients is anticipated in February of 1994 . Stats: One Potential Change Order, $1, 657 .78 . 'Revisions to the Asbestos Abatement Specifications ' are now required to deal with "Hidden Conditions" Page 5 discovered on site. Clayton Environmental has prepared the revisions. A Field Instruction has been issued to the BP No. 2 General Contractor for the Abatement work. C. 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 2''9 and July 6, 3) bid receipt and opening on July ' 8,, 1993 . At that time bids were evaluated for price and responsiveness and a recommendation was made to the County Board of Supervisors for the lowest priced responsive bidder. The County Contract Compliance determined that the three (3) low apparent bidders had failed to comply with the MBE/WBE percentages and failed to demonstrate a ' good faith effort. The Board agreed that this portion of the project must be rebid. The new bids were submitted on August 27, 1993 . The County ' Contract Compliance Officer reviewed the bidders and noted that the low apparent bidder complied with the County MBE/WBE program and recommended ' award of the contract to them. The required Board documentation was 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 . Note that the duration between the date of the initial submission of bids and the date of the submission of re-bid was fifty (50) calendar days . This delay has impacted bid package No. ' s 2 and 3 . "G" Ward is on the critical cath for the completion of bid package 1 and hinders the ability to construct bid package 2 . A work around plan is required to prevent delays to the proiect schedule Work to date is as follows : G Ward is complete with ' the exception of minor punch list items, Bay Alarm rough in wiring is complete with installation of devices and testing scheduled for completion on March 18, 1994 . Bay Alarm deferred approval documents have been at OSHPD for three weeks now. E .Ward is complete with the exception of minor punch ' list items. J Ward new outdoor covered recreation - Page 6 areas is 80% complete and new fire rated walls have been constructed. Delivery of new fire rated windows is still pending. Stats : Project day 162 of 90 RFI ' s 111 total 111 answered 0 outstanding Submittals 61 total 0 pending ' 2 deferred approvals pend. Field Instructions 10 issued to date ' Change Orders 4 pending $71, 603 . 63 d. 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 was prepared for ' Approval of Plans and Specifications and Authorization to bid by, the Board of Supervisors . The Board approved the plans and specifications and authorized the Clerk to advertise for bids on ' August 10, 1993 . A pre-bid conference was conducted on August 25, 1993 and site tours were conducted on August 31 and September 7, 1993 . Bids were received on September 9, 1993 . The three (3) apparent low bidders were submitted to the County Contract Compliance officer for review. The second low apparent bidder filed an informal bid protest noting that they felt that the low apparent bidder had failed to comply with the County' s MBE/WBE program. The County Contract Compliance Officer ' reviewed the low apparent bidder ' s documentation and noted that, there had been a discrepancy in the manner in which the bid was prepared, however the County' s Contract Compliance Officer recommend award indicating that the County' s MBE/WBE program had been complied with. Contract documents were ' submitted for the Contractor' s signature and Page 7 return, and have been fully executed by the County' s Administration office. Issuance of a Notice to Proceed occurred on January 10, 1994 . A meeting to discuss the project schedule and impacts to the Bid Package No. 1 contractor (see comments above) was conducted on November 19, 1993 . The BP 2 Contractor prepared a schedule indicating work on the upper campus starting with the clear and grub between streets one and four, demolition of the "Old Paint Shop" and the widening of road #4 . They also submitted Submittal Documents prior to the issuance of a Notice to Proceed in an effort to complete the paper work process prior to the actual ' start of construction. This project has been delayed, underground items have been discovered which are as follows: 1) and old septic tank ' located to the north of L Ward and 2) underground steam and condensate return piping buried underground in concrete trenches which are insulated with asbestos containing materials . A sub ' contractor was brought on the site, Merritt Asbestos Abatement, and Clayton Environmental, the Project Industrial Hygienist, revised the project ' Asbestos Abatement Specifications to deal with this specific condition. The abatement effort for all known piping is 95% complete to date. Other issues affecting the project are design coordination of i underground site utilities, refer to RFI ' s 18, 30 and 39; the Design Consultant Team is in the process of addressing these issues . Stats : RFPs 43 total 39 answered ' Submittals 34 total 02 pending Field Instructions 05 issued to date ' 5 . EQUIPMENT PLANNING AND PROCUREMENT a. OTHER DEPARTMENTAL REQUIREMENTS Issue: 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. Page 8 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. The Hospital Product Review Committee has selected Hewlett Packard for Physiological Monitoring. Hewlett Packard was contacted for design documents during the development of construction documents . Meetings were conducted with Hewlett Packard on Wednesday, ' November 10, 1993 . Hewlett Packard has prepared preliminary design information, upon completion of the user equipment review, Hewlett Packard will be ' directed to prepare final installation drawings . This information has also been transmitted to the Department of Health Services Data Processing Department for' integration into the Project voice/data infrastructure design. The addition of added data outlets and the specifications of wire and rough-in materials has been developed and submitted to KMD for incorporation into the Construction Documents. ' b. 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 ' EQZNyl) 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 has been applied to the budget to determine the impact. Hospital Operations is reviewing the Consultant ' s findings to determine the hospital ' s ability to reuse equipment. The final results will then be applied to the estimate to determine the impact and ' additional measures which may be required if any. - The initial application of the Consultant ' s estimate for good and fair equipment items has been ' applied to the budget, the results are noted on the attached spread sheet. The deficit was $5, 859, 517 at the completion of that exercise. The Hospital has reviewed the Consultants recommendations to Page 9 determine if they agree, as well as determine which additional measures they intend to implement to continue to reduce this deficit. At this time all ' departments have reviewed and revised their proposed equipment list and this information has been transmitted to the Equipment Planning ' Consultant for the development of a revised Equipment List and Budget. This was submitted on January 07, 1994 . The revised deficit is reflected in the attached spread sheet noted as EQIW11 dated ' January . 10, 1994 . The revised deficit is now $6, 426, 019 . Hospital operations will now review the equipment list to determine what/if any revisions ' can be made; and evaluate opening levels required. Page 10 r 1 ,y Merrithew Memorial Hospital Replacement ' Project Agenda ' A. Back ound 1. Removal of Asbestos Containing Materials at ' Merrithew Hospital 2. Alterations to E, G, and J Wards at 2500 Alhambra Avenue for Merrithew Memorial Hospital (Bid Package #l) 3. Demolition, Relocation, Modification of Existing ' Structures and Features, Widening of Street No. 4 lat 2500 Alhambra Avenue, Martinez (Bid Package #2) 111 ' 4. Construction of Merrithew Memorial Hospital Replacement (Bid Package #3) B. Outreach 1 1. (Publicize Project ,a. Request MBE/WBE support agencies for their ' assistance by sending project announcement to their constituents (MBEs and WBEs) Issue press release announcing and describing the construction project ' C. Place publicity articles in trade publications 2. Develop/Expand MBE/WBE Mailing list 1 3. (Conduct MBE/WBE Workshop/Seminar 4. Facilitate Contractor and MBE/WBE Contacts at Pre- Bid Conference C. MBE/WBE Program Procedures 1. Consider specification revisions Via. require all subcontracting item (trades) to meet the MBE (14%) and WBE (6%) goals. i b. Require subcontractor's to utilize MBE/WBE lower tier subcontractors. Grant credit to second and third tier MBE/WBE subcontractors. c. The County will allow second and third tier subcontracting, suppliers and truckers to be counted for MBE and WBE purposes with ' confirming documentation. d. Allow for the certification process during the bidding period for this project. D. Affirmative Action (employment) 1. Ensure specifications include a provision for non- uhion contractors/subcontractors. 11 2. Staff is confirming employment goals of 25% MBE and 61' WBE. 3. Reviewing penalties for non-compliance of ' employment goals. 4. Review requirement for an EEO Compliance Plan by prime and subcontractors. ' a:MMHosp i _ Merrithew Memorial Hospital Construction Projects 1. -Removal of Asbestos Containing Materials at Merrithew Hospital Montgomery Environmental Construction $48,190 MBEs: Micro Labs Analysis $2,400 5% First Environmental Equipment $4,350 9% Total 14% WBEs: Smarisource Mgmt Cons.truction, $2,900 6% Total 6% 2. Bid Package #1: Alterations to E, G, and J Wards at 2500 Alhambra Avenue for Merrithew Memorial .Hospital Tyler Constr"uction, Inc. $270,400 Il MBEs: Pacific Shores Drywall $19,076 7.050 inland Masonry $ 4,900 1.81% BkG Fire Protect Spklers $ 2,747 1.02% G61den Bay Fence Fence $ 3,365 1.24% N?atl Elect Supply Electric $ 5,982 2. 21% Total 13.3 WBEs: Calif Quality Glass Glazing $ 5,584 2.07% Total 2.1% 3. Bid #2: Demolition, Relocation, Modification of Existing structures and Features, Widening of Street No. 4 at 2500 Alhambra Avenue, Martinez Joe Carone) Inc. $1,124,64 MBEs: Paki Trucking Trucking $82,800 7.40 Golden Bay Fence Fencing $20,123 1.8% Friede-Reyes Supplier $40,000 3.6% Total 12.8% WBEs: Paki Trucking Trucking $82,800 7. 4% 'I Friede-Reyes Supplier $40,0 00 3 .6% 1� Total 11% 4. Bid Package #3: New Project (Hospital Construction) Approximately $45,000,000 Future Date a:Hospital O O— O--- h CC9 N I� CA Z — ZZZ O O mm m mm m mO co d o T r r L C� C6 C6 G a co o 0 0— o --- ' o 0 o vv coDrn Z -ZZZ ` d m m N N Ch aD 0 CO r ;m m m m m m th CA CO co CV U !h CO lw r r cm� cm Cn � fA 49 +7 e0 Q t CA in w LO N N r Cn N C- CO y O O Z co Z Z Z CA IT Cn 0) O v CO 1l d CO N ONCO CL CA COO CO CD ' — m M O Cq r h CD Co to CO CO Co r w O N r CO C7 V el p CD C CA CD Cl CD CO v r N Cfl N Q — 01 ci C6 Ld 9 r40 to T T LL to to Ef! ' O uf— O- - CC) co O Lf) 0 0 O m Ve o Z o Z Z Z 403-69 EA 61916% 69 0 1w � M LO CN Ln m C` N CO CO CO CO O O O d9 � m � d 'D m D ' my D m Z c m c c m ami W D in c n w y c — CL 2 5 o 00 5 0. m e m m n m m m c C m o U LLJ V Q1O c _ 0Vc m _ tt 3 m ca c �c ai ofmo Cl) a m m (7 CLn CLn tC7C7 CL 7 wt J UL 0� 7 Z EE m E V mm LL LL mLL m cD m LLLL «f O :CLL ca od7 m 33 � cxvC.Cm 0 39 0 j y9 o a W LL 0 O LL 1-65 05 cn O r cn to =f- co f- C;3 W O —NCO LO CO Cl O 0 0 0 0 0 0 0 CL) co(61 CG 6 c6i CG CC