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