204
THE ARCHITECTS COLLABORATIVE Inc. HEALTH SCIENCES ARCHITECTS AND ENGINEERS UNIVERSITY OF MINNESOTA HEALTH SCIENCES EXPANSION ", ..... ' ...... ,' ..•. - RECEIVED FEB 10 1976 MEETI NG NOTES DATE: TAC JOB: 20 January 1976 75046, Unit B/C Materials Transport System UNIV. OF MINN. HEALTH SCIENce; PLANNING OFFICe; SUJBECT: PLACE: NOTES BY: PRESENT: Reorganization of the Medical Records Department Room D120, Mayo Hospital Herman Zinter AI Dees, Greg Kujawa, Bob Swanson (U/M) John Scott, Herman Zinter (TAC/HSAE) c The purpose of the meeting was to review preliminary Scheme 3, dated 8 January 1976, for the Medical Records Department on Level 2 of Unit B/C. The following items were discussed: ITEM ACTION REQUIRED 1. The substitute steel framing for part of the Medical Records department has been pur- chased by the University and fil e storage can now be accommodated at Level 2. 2. With file storage and processing functions consol idated at Level 2, the secondary materials transport system of two stations, servi ng only the Medical Records department at Levels 1 and 2, can be deleted. The primary materi al s transport system incIudes stations at Medical Records on Level 2 and at the Word Processing Center on Levell. 3. The following comments were made regarding the plan arrangement of Scheme 3:

RECEIVED - University of Minnesota Twin Cities

Embed Size (px)

Citation preview

THE ARCHITECTS COLLABORATIVE Inc.HEALTH SCIENCES ARCHITECTS AND ENGINEERS

UNIVERSITY OF MINNESOTAHEALTH SCIENCES EXPANSION

;'-.~ ", ..... ' ...... ,'..•. -

RECEIVED

FEB 10 1976

MEETI NG NOTES

DATE:

TAC JOB:

20 January 1976

75046, Unit B/C Materials Transport System

UNIV. OF MINN.HEALTH SCIENce;PLANNING OFFICe;

SUJBECT:

PLACE:

NOTES BY:

PRESENT:

Reorganization of the Medical Records Department

Room D120, Mayo Hospital

Herman Zinter

AI Dees, Greg Kujawa, Bob Swanson (U/M)John Scott, Herman Zinter (TAC/HSAE)

c

The purpose of the meeting was to review preliminary Scheme 3, dated 8 January 1976, for theMedical Records Department on Level 2 of Unit B/C. The following items were discussed:

ITEM ACTION REQUIRED

1. The substitute steel framing for part of theMedical Records department has been pur­chased by the University and fil e storagecan now be accommodated at Level 2.

2. With file storage and processing functionsconsol idated at Level 2, the secondarymaterials transport system of two stations,servi ng onl y the Medical Records departmentat Levels 1 and 2, can be deleted. Thepri mary materi al s transport system inc Iudesstations at Medical Records on Level 2 andat the Word Processing Center on Levell.

3. The following comments were made regardingthe plan arrangement of Scheme 3:

The Architects Collaborative

Meeting Notes, Medical Records Reorganization20 January 1976Page 2

ITEM ACTION REQUIRED

a.

b.

c.

d.

The records receivi ng and dis­tribution functions should belocated at the corri dor entranceto improve aspects of supervisionand contract with the waiting room.

The pub Ii c and servi ce entrancesshould be consolidated to improvecontrol.

The office for the utilization reviewsupervisor (Office 5) should be locatedwith other office and conference func­tions near to the entrance and waitingroom.

Space is required for cart storage.Presently, six carts are used todistribute records to other depart­ments and five carts are used inrecord processing.

4. Further redesign of the Medical Recordsdepartment, including detailed development ofLevel 2 and planning of the Word ProcessingCenter on Levell, is to be deferred unti Ian overall program is defi ned for concurrentdevelopment of shell space in Unit B/C.

5. A sketch plan of the shell space assigned toMedical Records on Levell, including arevised list of programmed spaces, is attachedto the meeti ng notes. Thi s was prepared on20 January to summarize the current locati onand area of functions and was submitted toAI Dees the foil owing day for reference.

C cc: HSAE, P. Maupin, B. Swanson, B. Dickler, A. Dees, G. Kujawa, N. Omundson

" \\If;p\tAv ~CO~l7J Rt;oR.bAN~A'T7tl/,J

ftAN OF LOVVl,-, 1 cs\\E;t-v :f'A~

/-------~~- _I)~ Af£;f:\ ASSlbfJeD Td ~

\\\6illCM--~ = :?) IJ;18 If 6R1J7:> r

o

o

r-;?- ~f0 lD CORR\CbR..--------(~Ir'~//1~-:--~'''''''''-

//./'" co/,-/ '------- .. - C-e1L.-i/-JG .~ r;vwfJ/ ./.... //17.1'/'

/ ,fI :1

-/----------... - . A{)DtTO~ lJ iV\

. --- r'7~ R'O::1VV(All DITORlUM )

YflPl' :: (1-0'\

F'RO~yv (~OHhn~ Of Si:;:>AC-t3"S, BA%P a) Sd\€Ji\e ~t-DA1£:;;D I/b/7&)1"P-A~.;Cf:(f110l-J M'1v\ (1JJ ~..t"..6) I1;co ! 1'10-0 .t7lC.1ATiO~1 RE?Ol::\:7/fSS~!MY\Sf.Jf +0 1 40 'JJORP ff.CCe5Sr6Wf1)c.Al1k\(::;? :1"- M/',IV f(J)(M ~1h I t~? ~1BR/

~IDR.ASB- *t-D!..:r'0 170 I I '70 ICfFt~I SUfi3PJlsr:R/ 1'2-6 I /12.-17 :

-/--Ot=ACO I ~L!'-l- (~!76Vf:S ') 1/1h \ z"t0 'Cfflet1, t/fPJ5£TOR/ S. 100 I 100 : ADti\!t0/STRAliONo~ I A%\STM)T t1RJSCfb~ ... 11--~ f 1~0 \

~RCt1 7N0"( (,,~) ?;eo I "71:~ -~/)i'-~A~H0FAce-, Rh5&\f?CH SUPPO,f(Jf 9Jf'R\J, + IIlr0 I 'V 7

L.OfJf~~~sC~ 1/v? I ~w---;(-tqcro ~rk

,I

!

\

$~Af1"

.

0 0

I

III

- LJ;S\\Arr( I

~-- /

THE ARCHITECTS COLLABORATIVE Inc.HEALTH SCIENCES ARCHITECTS AND ENGINEERS, INC.

MEETI NG NOTES

UNIVERSITY OF MINNESOTAHEALTH SCIENCES EXPANSION

DATE: 21 January 1976

RECE"'::O .RECEIVEDFEb

FEB 10 1376Uh

HEtUNlV. OF MINN.Pl.{{EALTH'..;C1ENCE

p1..ANNING OFFiCE

TAC JOB: 75046, Unit B/C Materials Transport System

SUBJECT: Business Office

PLACE: Room 4112, Powell Hall

NOTES BY: Herman Zinter

PRESENT: Dan Rode, Jul ia Aamodt, Bill Conner, Nels Larson, N. Omundson (U/M)Herman Zinter (TAC/HSAE)

The purpose of the meeting was to review projected operations of the Business Office fordistributing records, reports, stenciled forms or billing information in Health SciencesUnit B/C and to identify aspects which will depend upon the proposed non-scheduledmaterials transport system. The following items were discussed:

ITEM ACTION REQUIRED

1. Reference is made to a memo from NancyOmundson to John Scott, dated 6 Novem­ber 1975, regarding the Admissions-BusinessOffice in Unit B/c.

2. The following functions of the BusinessOffice will be located in Unit B/C onLevel 2:

Outpatient RegistrationOutpatient Credit and Collections

• Cashiering• Data Collection• Billing

Payment and Audit• Filing

The Architects Collaborative

Meeting Notes, Business Office21 January 1976Page 2

ITEM ACTION REQUIRED

3. The following functions will be locatedin the Business Office satellite, proposedfor Level 3 in Mayo Hospital:

• Inpati ent Registrati on• Inpatient Credit and Collections

Cashiering• Bed Control

4. The procedures for outpati ent regi strati onare described in meeting notes, dated17 December 1975, regarding Admissionsand Appoi ntments.

5. The operations of the Business Office whichwill use a non-scheduled materials trans­port system are diagrammed and annotatedon the following page.

cc: HSAEP. MaupinB. DicklerD. RodeJ. AamodtB. ConnerN. LarsonN. Omundson

,

Business OfficeMeeting Notes, 21 January 1976Page 3

BUSINESS OFFICE REMARKS

Mail Room(Mayo)

Most Business Office Functions wi II be located onLevel 2 in Unit B/C. Inpatient admission, censusand discharge functions will be located on Level 3in Mayo Hospital •.

Mini-forms to correct out-dated information will becompleted in the clinics and transported to the Busi­ness Office by carrier (4-5 trips per day, total).

Requests wi II be made from the Business Officesatellite in Mayo Hospital for medical records andpatient financial folders which will be filed in UnitB/C. Information will be transported by messengerunless computer terminals are operational for trans­

mitting such data. Presently, approximately 20 non­schedu led charts per day are transported betweenMedical Records and Inpatient Admissions.

Approximately 60-80 charts per day (in batches of4 or 5) will be transported from Medical Records tothe Business Office. Trips occur mostly in theafternoon and later in the week.

Computer printouts from Data Processing (approxi.-·mately 141,000 - 160,000 sheets per month) willbe delivered by cart to the Business Office. Mostbulk shipments will occur in the morning.

Legend:

MR = Medical RecordsFF = Financial FolderAF = Admissions Form

MRBusi ness V

Office '" messenger

(Mayo) MR

messenger/ J). ....

<V,~

<V (J)0) cC <V<V

~u..u.. II>

u.. II> <Vu..<V EE"V

MR,1/

Business " MedicalI"

Office carri er Records(Unit B/C) MR

carri er'/

/ "-(~/ !'- ~ i:'.... ....<V <V..: ~ ....

~ ....~

....~ e e

u u

AF, /'

II> Outpatient....:::> Registration0 messenger....

(Admissions)c.-....e.. ............ e<V u /,~....:::>e.. mini -forms .... ....E <V <V- .:0 ....u carrier .... ....

e eu u, v

Operations billings & Unit B/CAnalysis schedules Clinics

1/

'" CRT

THE ARCHITECTS COLLABORATIVE INC.

Dear Bob,

Regarding: Unit Blc - Non-Scheduled Materials Handling System

JEAN B. FLETCHER1945 1965WALTER GROPIUS1945 1969NORMAN FLETCHER

JOHN C. HARKNESS

SARAH P. HARKNESS

LOUIS A.McMILLEN

RICHARD BROOKER

ALEX CVIJANOVIC

HERBERT GALLAGHER

WILLIAM J.GEDDIS

ROLAND KLUVER

PETER w. MORTON

H. MORSE: PAYNE

ERNEST L. BIRDSALLTREASURER

ROBERT F. CRANE

HOWARD ELKUS

ALLISON GOODWIN

BASIL HASSAN

JOHN HAYES

,JOSEPH HOSKINS

LEONARD NOTKIN

RICHARD SABIN

DAVID SHEFFIELD

13 February 1976

Mr. Robert DicklerAssociate DirectorUniversity HospitalsMinneapolis, Minnesota 55455

,

Ir

REC£lVEt5

FEB 1~ 1976

UNIV. Or MINN.MEALTH SCiENCEPl..ANNING OFf'ICE

.'

o A Z I B. A H M E D

ROBERT BARNES

KEN DALL P. BATES

SERGIO eERIZZI

SERGE CVIJANOVIC

ROYSTON DALEY

ROBERT DEWOLFE

GREGORY DOWNES

GAl L HAVIARAS

THOMAS LARSON

_ lPH MONTGOMERY

q RRY NEUBAUER

ICHAEL PROOANOU

RICHARD PUFFER

WALTER ROSENFELD

JOH N J. SCOTT

EDMUND SUMMERSBY

KENNETH TAYLOR

MALCOLM TICKNOR

ROBERT TURNER

ROBERT WILSON

LAURENCE ZUELKE

Summaries of assumptions regarding the non-scheduled materials trans­port system and related operations of the Linen Service and BusinessOffice are enclosed for your information. These are based on meetingnotes of 20 and 21 January and are in the format of the preliminaryreport on the transport system dated 19 January 1976.

I would appreciate your assistance in having the assumptions andtraffic data reviewed and comments forwarded to me at your earliestconvenience.

Very truly yours,

THE ARCHITECTS COLLABORATIVE, INC.

Herman B. Zinter

cc: P. Maupi nG. KujawaN. OmundsonHSAE

- E L E P ., 0 .~ ::

S T R E ETC A r.~ B RID G E .

10171866-4200 TELEX 92

~,1 ASS A C H USE T T S (; 2 ; 3 8 U." A.

1494 TACCAM CABLE TACCAM L.S A

UNIT B/C NON-SCHEDULEDMATERIALS TRANSPORT SYSTEM

BUSINESS OFFICE RECEIVED

Assumpti ons

Moil Room(Mayo)

UNIV. OF !\'!!i'';N.HEAL.TH SCIENCE

Most Business Office Functions wiIP~iN:ffiitedQjff"iCE

level 2 in Unit B/C. Inpatient admission, censusand discharge functions will be located on level 3.in Mayo Hospital.

Requests will be made from the Business Officesatell ite in Mayo Hospital for medical records andpatient financial folders which will be filed in UnitB/C. Information will be transported by messengerunless computer terminals are operational for trans­mitting such data. Presently, approximately 20 non­scheduled charts per day are transported betweenMedical Records and Inpatient Admissions.

Mini-forms to correct out-dated information will becompleted in the clinics and transported to theBusiness Office by carrier (4-5 trips per day, total).

Approximately 60-80 charts per day (in bedches of 4or 5) wi II be transported from Medical Records to theBusiness Office. Trips occur mostly in the afternoonand later in the week.

Computer printouts from Data Processing (approximately141,000 - 160,000 sheets per month) wi II be de liveredby cart to the Business Office. Most bulk shipmentswill occur in the morning.

MR

'0 t B1E II

ilusin"ss / B2,Office messenger(Mayo) MR B3

13messenger

ts I..! I~ G;0>0> CC

",

u-.. ::lu-

lL c: llU- B4E, E

/W.R

,/

Business ~"H""'''''' Medical,Office B5crrier Records(Unit B/C) MR........,.......;/'\./f/'· c.orrier

B6 i QjB7J't I

:O! 'f: 3Er= I

: ::E a 0u u

i B8 AF ,/Outpatient

:;messenger Regi>tration0

t (Admissions)ii-

D...~

u

t T:>mini -f(;rn\~ B9· ......0.

:~ .~a ....................H-1 I

U corner . !§ i§,/ .-

Operations billings &. Unit B/CAnalysis schedules ClinicsI' 1l1b

B11

Summary of Data Vector in Item to be Items per Trips per TransportDiagram Transported Day Day in Bulk

;

B1 Mail XB2 ChartsB3 ChartsB4 Charts 60-80 12-16 4-5B5 Charts 60-80 12-16 4-5B6 Charts 20B7 Charts 20B8 Adm. FormB9 Mini-Form 4-5 XBlO BillingB11 Printouts 8,000 XB12 FoldersB13 Folders

"uNl'r·B/C NON-SCHEDULEDMATERIALS TRANSPORT SYSTEM

Assumptions

CentralEl

CentralSterile ,

DispensingProcessing cart /

,I'\.

E6 . E2 1515 uu ,,.

Central Unit Il/CLinen E7 , ClinicsStorage cart /

/',

E5 .>I. E3 iiuE U

,/Laundry

/ E4 Sailed" truck Linen

Storage

ENVIRONMENTAL SERVICESRECE1VF::Jl

F-[.' r1~ ~.-..

Linen will be distributed by environme~I\SeWlce~,'tpersonnel to approximately 90 user 1%..6t!@~i,,}he :::University Hospitals and Health Sciences Center.Schedules vary from 1 to more than 5 deliveries perweek.

In Unit B/C the storage shelves for linen in cleanutility rooms will be maintained on par stock ratherthan on exchange cart system. Satellite linen roomswill not be provided in Unit B/C. '

Sterile linen will be issued to clinics from CentralDispensing (see description of supplies distribution).

Soiled linen will be bagged in the clinics and trans­ported by cart to Soiled Linen Storage once a day.

Clean linen will be transported by truck from thelaundry to Central Linen Storage seven times per day.

Summary of Data Vector in Item to be Items per Trips per TransportDiagram Transported Day Day in Bulk

El Clean Linen XE2 Clean Linen XE3 Soiled Linen XE4 Soiled Linen XE5 Clean Linen 7 XE6 Clean Linen XE7 Clean Linen X

UNIVERSITY OF MINNESOTATWIN CITIES

University HospitalsMinneapolis, Minnesota 55455

RECEIVED

f £13 ::' ! Hl7~

February 26, 1976UNIV. OF MINN.

HEALTH SCIENCEPLANNING OFFICEAssistant Director OPDNancy Omundson

"-

Harold Sawyer ~~ Director, Transportation & Distribution

TO:

FROM:

SUBJ: Materials Flo'", in Unit Blc

This memo is to confirm our conversation during the 11:00 am meeting on

February 23, 1976 and to establish the framework for a joint Materials Services

OPD administration project concerning a materials supply program for Unit B/c.

I am confirming what I indicated at the meeting on February 23, that

}~terials Services is willing to proceed with the cooperation of OPD personnel

to develop a proposal concerning a materials service program for Unit B/C

encompassing (but not limited to) such items as; medical supplies,linen supplies,

custodial supplies, mail/specimen rounds, Pharmacy IV's, and ARS items.

At the meeting Ms. Dorsey and yourself indicated an interest in such a

program and a willingness to pursue the subject further. Materials Services

will develop a program proposal using the following outline as a guideline.

Data Collection

A. Use of current B/C plans to establish:

1. Storage areas for each clinic2. Distance and routes to each clinic3~ Location of after hour secured doors.4. Physical characteristics of storage areas

B. Interviews with OPD personnel to establish:

1. Level of inventory necessary per area2. Limitations of storage areas, physical3. Times of service preferred.4. Environmental specifications5. SuppleIDental service to cover in-betweens

HEALTH SCIENCES

". C. Interviews with other support services to estimate:

1. Level of committment currently planned2. Willingness to cooperate in program3. Ability to support program4. Potential distribution systems from each to B/c

D. Materials Services internal discussions to estimate:1. Cost in manhours to establish service levels desired2. Support necessary from off-site warehouse3. Time table for implementation4. Any distribution equipment purchases necessary5. Potential routes and services times6. ICS input necessary to start system7. Changeti andJor ramification to current rcs system8. Cross charges and criteria for reporting9. RMS standards

I would appreciate any comments on the outline by March 3, 1976 so that I

may present the initial project identification to the Materials Services Advisory

Committee on Harch 4, 1976.

HS/mt

cc: L. ViettiR. BakerM. McKeeR. DicklerD. JohnsonB •. DorseyG. KujawaP. Maupin/R. Swanson

THE ARCHITECTS COLLABORATIVE INC.

~1< AN B. FLETCHER4S 1965

WALTER GROPIUS1945 1969

NORMAN FLETCHER

JOHN C. HARKNESS

SARAH P. HARKNESS

LOUIS A,McMILLEN

RICHARD BROOKER

ALEX CVI.JANOVIC

HERBERT GALLAGHER

WILLIAM ~'.GEDDIS

ROLAND KLUVER

PETER W. MORTON

H. MORSE PAYNE

ERNEST L. BIRDSALLTREASURER

ROBERT F. CRANE

HOWARD E LKUS

ALLISON GOODWIN

BAS I L HASSAN

..JOHN HAYES

JOSEPH HOSKINS

LEONARD NOTKIN

RICHARD SABIN

DAVID SHEFFIELD

10 March 1976

Mr. Robert DicklerAssociate DirectorUniversity HospitalsUniversity of MinnesotaMinneapol is, MN 55455

Re: Unit B/C Non-ScheduledTransport SystemTAC Job No. 75046

Dear Bob:

Materials

RECEIVED

MAR I;:) 1976

UN1V. OF MINN.HEALTH SCIENCEPLANNING OFFiCE

QAZI a.AHMED

ROBERT BARNES

KENDALL P. BATES

SERGIO BERtZZI

SERGE CVIJANOVIC

ROYSTON DALEY

ROBERT DeWOLFE

GREGORY DOwNES

GAl L HAVIARAS

THOMAS LARSON

RALPH MONTGOMERY

PERRY NEUBAUER

ClHAEL PROOAhOU

0";: HARD PUFFER

ALTER ROSEhlFELO

JOH N ..J. SCOTT

ED~UNO SUMMERSBY

KENNETH TAYLOR

MALCOLM TICKNOR

ROBERT TURNER

ROBERT WILSON

LAURENCE ZUELKE

We have enclosed a Iist of the representatives whose equipment is beingconsidered for the non-scheduled materials transport system in Unit B/Cand copies of letters which confirm our meetings during 18-19 March.

As you are aware, the systems di Her to some extent. The Tel el i ft andRallypost systems are similar in the use of a continuous one-way horizontaland vertical track· with switches and loops to connect all stations. Thetrack is powered in the Telelift system, and the car is (battery) poweredin the Rallypost system.

The Distributor, Interlect and Transflex systems are similar in the use ofseparate horizontal and vertical modes to connect all stations, with trans­fer devices at the shafts. The Distributor and Interlect systems use twinhorizontal or inclined carriageways of powered belts. The Transflex systemuses a powered chain within a one-way track assembly.

We are preparing charts and data which will compare other attributes ofthese systems for our use at the sessions with the representatives, whichwill be distributed during the preliminary meeting on Tuesday, 16 March.

Very truly yours,

THE ARCHITECTS COLLABORATIVE Inc.

~-Herman B. Zinter

HBZ:kfEncl~re .cc: P. Maupin, N. Omundson, G. Kujawa, HSAE

46 BRATTLE STREET CAMBR DGE. MASSACHUSETTS 02138. U.S.A.

TELEPHONE: (617) 868-4200 TEL X 921494 TACCAM CABLE TACCAM U.S.A.

UNIT B/C UNSCHEDULEDMATERIALS TRANSPORT SYSTEM

Manufacturer's System

HARDWARE REPRESENTATIVES

Information regarding automated materials transport equip­ment can be obtained from the following representatives:

Autopage DistributorInterlect

Transflex

Automatic Selective VerticalandRallypost

Telelift

Mr. James LehtinenADA-BEC Systems Ltd.730 Waukegan RoadDeerfield, IL 60015(312) 945-8150

Mr. Floyd R. SchultzManagerAnchor Conveyors6906 Kingsley AvenuePost Offi ce Box 650Dearborn, MI 48121(313) 846-6000

Mr. Leonard WoodsDistrict Sales ManagerDiebold, Inc.Lampson Divisi on37 Brighton Avenue'Allston, MA 02134(617) 783-2202

Mr. Les GarbNE Area ManagerMosler Airmatic Systems Div.40 West 40lh StreetNew York, NY 10018(212) 484-5482

Mr. W. A. ParrattMontreal

Mr. Mark LundayChicago

Mr., Jack KolbChicago

JeAN e. FLETCHER

645 1965

-:.: T£R GROP'US5 1969

NORMAN FLETCHER

JOHN C. HARKNESS

SARAH P. HARKNess

LOUIS A, McMILl.EN

RICHARD BROOKER

ALEx CVI.JANOVIC

HeRBERT GALLAGHER

WILLIAM ...J.GEDDIS

ROLAND KLUVER

PE:TER \V. MORTON

H. MORSE pAYNE

ERNesT L.BIRDSALLTREASURER

ROBERT F. CRANE

HOWARD ELKUS

ALLISON GOODWIN

BASIL HASSAN

JOHN HAYES

JOSEPH HOSKINS

LEONARD NOTKIN

RICHARD SABIN

DAVID SHEFFIELD

THE ARCHITECTS

10 March 1976

Mr. Les GarbNE Area ManagerMosler Airmatic Systems Division40 West 40th StreetNew York, NY 10018

Re: University of M:nnesotaTAC Job No. 75046

Dear Mr. Garb:

COL LAB 0 RAT I V E INC.

OAZI B.AHMEO

ROBERT BARNES

KENDALL P. BATES

SERGIO BERIZZI

SERGE CVI.JANOvtC

ROYSTON DALEY

ROBERT DE:WOLFE

GREGORY DOWNES

GAl L HAVIARAS

THOMAS LARSON

RALPH MONTGOM ERY

PERRY NEuBAUER

MICHAEL PRODANQU

RICHARD puFFER

_ TER ROSENFELD, HN ...J. SCOTT

':MUND SUMMERSB':'

KENNETH TAYLOR

MALCOLM TICKNOR

ROBERT TURNER

ROBERT WILSON

LAURENCE ZUELKE

This is to confirm our arrangement to meet in Minneapolis on Thursday, 18 Marchat 8:30 am to discuss the possible use of the Telelift system for non=scheduledmaterials transport in Unit B/C of the Health Sciences.

As background, two brochures are enclosed which partially describe the HealthSciences Expansion at the University of Minnesota, including the general pro­gram, master plan, and building system. In addition, a summary of assumptionsand data is enclosed to define the projected scope and traffic characteristics ofthe non-scheduled materials transport system.

Unit B/C is under construction with placement of footings and steel erectionnow in progress. Substantial completion of the outpatient and medical researchfaci lity is schedul ed for September 1977.

We are interested in comp Ieti ng the cri teri a for hardware performance andselecting a transport system as soon as possible, and integrating the engineeringand installation phases into the construction logic of the project. To meetthis schedule, we request four copies of the following information be availableat our meeting:

• Product informati on,hardware including:shafts, fire dampers,or other components.

shop drawi ngs and speci fi cati ons of systemdimensions and construction details of stations,pathways, switches, carriers and controls,

• List of installations including: scope of systems, addresses, telephonenumbers, and individuals who may be contacted to arrange site visits.

• Estimated time schedule for engi.neering, shop drawings, fabrication,delivery, installation and testing of system hardware.

46 flRATTLE 5111[ET. CAMBI1IDGE. MASSACIIUS!:TT5 0213fl. U S.A.

1 t. l L I' 11 () N I I li 1 i I H li H ·1:' ,J" 1 I I I" '1:' i·\ ~1·1 : II C " i\ 1'.1 C i\ II I I I ,\ C C ,\ M I' i\

THE ARCHITECTS COLLABORATIVE INC.

Mr. les Garb10 .March 1976Page 2

More detailed information about building systems, station locations and pathwayswill be available for you at our meeting. A tour of Unit A and the Mayo com­plex will be provided in advance of the meeting with Mr. Robert Dickler, anAssociate Director of University Hospitals. We plan to begin the tour at theoffice of our associates, Health Sciences Architects and Engineers, Inc., 2829University Avenue, SE, Minneapolis, Minnesota 55414.

Please call if you have any questions. During the week of 15 - 19 March,.1 can be reached in Minneapolis by telephone at (612) 378-3833.

Very truly yours,

THE AR~~RATIVE

~ B. Zinter

HBZ:kvbEnclosures

cc: B. Dickler .P. Maupin v'N. OmundsonG. KujawaHSAE

Inc.

THE ARCHITECTS COLLABORATIVE INC.

c. 8. FLETCHERI ,--'. 19G5

£:R GROPIUS1945 1969

NORt-AAN F"LETCHER

JOt-iN C.HARKNESS

SARAH P. HARKf-IESS

LOUIS A.McMILLEN

RICHARD BROOKER

ALE:X CVI..JANOVIC

HERBERT GALLAGHER

WILLIAM .J.GEDDIS

ROLAND KLUVEr<

PETER W. MORTON

H. MORSE PAYNE

ERN£ST L.BIRDSALLTREASURER

ROBERT F. CRANE

HOWARD ELKUS

ALLISON GOODWIN

BASIL HASSAN

JOHN HAYES

JOSEPH HOSKINS

LEONARD NQTK I N

RICHARD SABIN

DAVID SHEFFIELD

OAZI B.AHMED

ROBERT BARNES

KENDALL P. BATES

SERGIO BERIZZI

SERGE CV!.JANOVIC

ROYSTON DALEY

ROBERT DEWOLFE

GREGORY DOWNES

GAIL HAVIARAS

THOMAS LARSON

RALPH MONTGO....,[RY

PERRY NEUBAUER

MICHAEL PRODANQU

~ARD PUFFERWER ROSENFELD

JOH N J. SCOTT

EDMUND SUM.MERSBY

KENNETH TAYLOR

MALCOLM TICKNOR

ROBERT TURNER

ROBERT WILSON

LAURENCE ZUELKE

10 March 1976

Mr. Floyd R. SchultzManagerAnchor Conveyors6906 Kingsley AvenuePost Office Box 650Dearborn, MI 48121

Re: University of MinnesotaTAC Job No. 75046

Dear Mr. Schultz:

This is to confirm our arrangement to meet in Minneapolis on Friday, 19 :"mchat 1:00 pm to discuss the possible use of the Transflex system for non-scheduledmaterials transport in Unit BIC of the Health Sciences.

As background, two brochures are enclosed which partially describe the HealthSciences Expansion at the University of Minnesota, including the (Jeneral pro­gram, master plan, and building system. In addition, a summary· assumptionsand data is enclosed to define the projected scope and traffic choi ucteristics ofthe non-scheduled materials transport system.

U~it Blc is under construction with placement of footings and steel erectionnow in progress. Substantial completion of the outpatient and medical researchfaci Ii ty is schedu Ied for September 1977.

We are interested in completing the criteria for hardware performance andselecting a transport system as soon as possible, and integrating the engineeringand installation phases into the construction logic of the project. To meetthis schedule, we request four copies of the following information be availableat our meeting:

• Product information, shop drawings and specifications of systemhardware including: dimensions and construction details of stations,shafts, fire dampers, pathways, switches, carriers and controls,or other components.

• List of installations including: scope of systems, addresses, telephonenumbers, and individuals who may be contacted to arrange site visits.

• Estimated time schedule for engineering, shop drawings, fabrication,delivery, installation and testing of system hardware •

.1 Ii 1\ 11 " TTL r S T n r r T. C" M B 11 [1 I; F. MAS SAC H US£. T T S 0 7 1 3 B, U. s. A,

1 £. L l I' II () N I (\\ 1 7) 11 li !l - " 2 0 () T l I X ~l;' 1 " ~l ·1 1" C (' "M ('" 1\ I I I" C C "M II. ".

THE ARCHITECTS COLLABORATIVE INC.

Mr. Floyd Schultz10 March 1976Page 2

More detailed information about building systems, station locations and pathwayswill be available for you at our meeting. A tour of Unit A and the Mayo com­plex will be provided in advance of the meeting with Mr. Robert Dickler, anAssociate Director of University Hospitals. We plan to begin the tour at theoffice of our associates, Health Sciences Architects and Engineers, Inc., 2829University Avenue, Sf, Minneapolis, Minnesota 55414.

Please call if you have any questions. During the week of 15 - 19 March,I can be reached in Minneapolis by telephone at (612) 378-3833.

Very truly yours,

THE ARCHITECTS COLLABORATIVE Inc.

~\I4kO~Herman B. Zinter

HBZ:kvbEnd osures

cc: B. DicklerP. Maupinv/N. OmundsonG. KujawaHSAE

II

\

J

,......... -.'~-. .Jl'A~o-

D·-"·-"""'~·-- ..

. ... . :.. . . . .' - THE ARCHITECTS COLLABORATIVE INC.

.JCAf.,j B. FLETCHER1945 1905

C LTER GROPIUS',' 5 1969

"ORMAN F"LETCHER

,JOHN C. HARK.I.. ESS

SARAH P. HAR ..... ~,j[SS

LOUIS A.MCMILLEN

RICHARD BROOKER:

ALEX CVIJANOVtC

HERBERT GALLAGHER

WILLIAM J.GEDDIS

ROLAND KLUvER

PETER W. MORTON

H. MORSE PAYNE

ERNEST L.BIRDSAlLTReASURER

ROBERT F. CRANE

HOWARD ELKUS

ALLISON ...;OODWIN

BASIL HASSAN

JOHN HAYES

JOSEPH HOSKINS

LEONARD NOTKIN

RICHARD SABIN

DAVID SHEFFIELD

QAZI B.AHMED

ROBERT BARNES

KENDALL P. BATES

SERGIO BEPIZZ I

SERGE CVI..JANOVIC

ROYSTON DALEY

ROBERT Dt:WOLFE

GREGORY DOWNES

GAl L HAVIARAS

THOMAS LARSON

RALPH MONTGOM ERY

PERRY NEUBAUER

MICHAEL PRODANOU

RICHARD PUFFER

fE:TER ROSENFELD

>~ H N ..J. SCOTT

.•' MLalllO SU"'MERSBY

KENNETH TAYLOR

MALCOLM TiCKNOR

ROBERT TURNER

ROBERT WILSON

LAURENCE ZUELKE

10 March 1976

Mr. Leonard WoodsDistrict Sales ManagerDiebold, Inc.Lampson Division37 Brighton AvenueAllston, MA 02134

Re: University of MinnesotaTAC Job No. 75046

Dear Mr. Woods:

This is to confirm our arrangement to meet in Minneapolis on Thursday, 18 Marchat 12 noon to discuss the possible use of a Diebold system for non-scheduledmaterials transport in Unit Blc of the Health Sciences.

As background, two brochures are enclosed which partially describe the HealthSciences Expansion at the University of Minnesota, including the general pro­gram, master plan, and building system. In addition, a summary of assumptionsand data is enclosed to define the projected scope and traffic characteristics ofthe non-scheduled materials transport system.

Unit Blc is under construction with placement of footings and steel erectionnow in progress. Substantial completion of the outpatient and medical researchfacility is scheduled for September 1977.

We are interested in completing the criteria for hardware perfonnance andselecting a transport system as soon as possible, and integrating the engineeringand installation phases into the construction logic of the project. To meetthis schedule, we request four copies of the following infonnation be availableat our meeting:

• Product information, shop drawings and specifications of systemhardware including: dimensions and construction details of stationsshafts, fire dampers, pathways, switches, carriers and controls,or other components.

• list of installations including: scope of systems, addresses, telephonenumbers, and individuals who may be contacted to arrange site visits.

• Estimated time schedule for engineering, shop drawings, fabrication,delivery, installation and testing of system hardware.

46 BRATTLE STREET. CAMBRIDGE.

1 l I [ PliO N [. \ t> 1 7) [1 G n - .1 l 0 0 T L L I X !):'

MASSACHUSETTS 0213fl. U.S.A.

1 '1 !l 4 T" C C /I Me" 11 I r T I, C C /I M I' ,. A

" . THE ARC HIT E C T S COL LAB 0 RAT I V E INC

Mr. Leonard Woods10 March 1976Page 2

More detailed information about building systems, station locations and pathwayswill be available for you at our meeting. A tour of Unit A and the Mayo com­plex will be provided in advance of the meeting with Mr. Robert Dickler, anAssociate Director of University Hospitals. We plan to begin the tour at theoffice of our associates, Health Sciences Architects and Engineers, Inc., 2829University Avenue, SE, Minneapolis, Minnesota 55414.

Please call if you have any questions. During the week of 15 - 19 March,I can be reached in Minneapolis by telephone at (612) 378-3833.

Very truly yours,

~ABORATIVE

Herman B. Zinter

HBZ:kvbEnclosures

cc: B. Dickler "P. Maupin/'N. OmundsonGo KujawaHSAE

Inc.

.. "" "

JEAN B. F"LETCHER1945 1965

C..... AL.TER GROPluS',.4S 1969

RMAN F"LETCHER

JOHN C. HARKNESS

SARAH P. HARKN£SS

LQUIS A.MCMILLEN

RICHARD BROOKER

ALEX CVI.JANOVIC

HERBERT GALLAGHER

WILLIAM J.GEDDIS

ROLAND KLUVER

PETER W. MO~TONH. MORSE PAYNE

E.RNEST L.BIROSALLTREASuReR

THE ARCHITECTS

10 March 1976

Mr. James LehtinenADA-BEC Systems Ltd.730 VVaukegan RoadDeerfield, IL 60015

COL LAB 0 RAT I V E INC.

ROBERT F. CRANE

HOWARD ELKUS

ALLISON GOODWIN

BASIL HASS .... N

JOHN HAYES

..JOSEPH HOSKINS

LEONARD NOTK' N

RICHARD SABIN

DAVID SHEFFIELD

OAZI B.AHMED

ROBERT BARNES

KENDALL P. BATES

SERGIO BERIZZI

SERGE CVIJANOVIC

ROYSTON DALEY

ROBERT DEWOLFE

GREGORY DOWNES

GAIL HAVIARAS

THOMAS LARSON

RALPH MONTGOM ERY

PERRY NEUBAUER

MICHAEL PRODANOU

RICHARD PUFFER

~WALTER ROSENF"ELD

i,';" H N _'. SCOTTMUNO SUMMERSBY

KENNETH TAYLOR

MALCOLM TICKNOR

ROBERT TURNER

ROBERT WILSON

LAURENCE ZUELKE

Re: University of MinnesotaTAC Job No. 75046

Dear Mr. Lehtinen:

This is to confirm our arrangment to meet in Minneapolis on Friday, 19 Marchat 8:30 am to discuss the possible use of the Distributor or Interlect system fornon-scheduled materials transport in Unit B/C of the Health Sciences.

As background, two brochures are enclosed which partially describe the Heal thSciences Expansion at the University of Minnesota, including the general pro­gram, master plan, and building system. In addition, a summary of assumptionsand data is enclosed to define the projected scope and traffic characteristics ofthe non-scheduled materials transport system.

Unit B/C is under construction with placement of footings and steel erectionnow in progress. Substantial completion of the outpatient and medical researchfacility is scheduled for September 1977.

We are interested in completing the criteria for hardware performance andselecting a transport system as soon as possible, and integrating the engineeringand installation phases into the construction logic of the project. To meetthis schedule, we request four copies of the following information be availableat our meeting:

• Product information,hardware including:shafts, fi re dampers,or other components.

shop drawings and specifications of systemdimensions and construction details of stations,pathways, switches, carriers and controls,

• List of installations including: scope of systems, addresses, telephonenumbers, and individuals who may be contacted to arrange site visits.

• Estimated time schedule for engineering, shop drawings, fabrication,delivery, installation and testing of system hardware.

4 6 BRA TTL EST R E E T. CAM B HID G E. MAS SAC II USE T T· S 0 2 1 3 8. U. S. A.

TEL [ PliO N r· «(; 1 7 I f1 n f1 - .\ :' (\ () T fir \ ~) 7 1 4 c)·1 1 Ace A rvl C 1\ 11 I I T 1\ C C 1\ M II.~; A

THE ARC HIT E C T 5 COL LAB 0 RAT I V E INC

Mr. James Lehtinen10 March 1976Page 2

More detai Ied informati on about bui Idi ng systems, stati on Iocati ons and pathwayswill be available for you at our meeting. A tour of Unit A and the Mayo com­plex will be provided in advanve of the meeting with Mr. Robert Dickler, anAssociate Director of University Hospitals. We plan to begin the tour at theoffice of our associates, Health Sciences Architects and Engineers, Inc., 2829University Avenue, SE, Minneapolis, Minnesota 55414.

Please call if you have any questions. During the week of 15 - 19 March,I can be reached in Minneapolis by telephone at (612) 378-3833.

Very trul):' yours,

i1~~BORATIVE

Herman B. Zinter

HBZ:kvbEnclosures

Inc.

cc: B. DicklerP. Maupin/"N. OmundsonG. KujawaHSAE

· UNIT B/C NON-SCHEDULEDMATERIALS TRANSPORT SYSTEM

Preliminary Outlines6 October 1975

Development of a SystemOutline17 November 1975

Description of ProceduresAssumpti onsSummari es of Data

TABLE OF CONTENTS

Development of SystemNon-Scheduled and Scheduled ItemsList of Primary and Secondary StationsHardware Performance Selection Criteria

Analysis of Policies and Procedures

Medical RecordsWord Processing CenterOutpatient AdministrationOutpatient RegistrationBusi ness Offi ceOutpati ent LaboratoryOutpati ent PharmacyO~tpatient Radi 01 ogyMoil DistributionSupplies DistributionEnvironmental Servi ces

Inventory of Trips per Day

Frequencies of Transport

1234

5

6789

10111213141516

17

18

Routes Between Unit B/Cand Mayo Hospital

Medical Records Deportment to University Hospitals 20Emergency Deportment to Medi col Records

Outpati ent Laboratory to Mai n Laboratory 21Outpatient Pharmacy to Main PHarmacy

Word Processing Center to Main Radiology 22Outpatient Radiology to Film Files

Outpatient in Unit B/C to Central Dispensing 23Main Room to Unit B/C Outpatient Administration

6 October 1975

UNIT B/C MATERIALSTRANSPORT SYSTEM

Devel~pment of System The procurement of hardware for a non-scheduledmaterials transport system within Unit B/C willrequire the development of an overall plan ofoperations and involve the following steps:

1. Develop all procedures and operations withinUnit B/C which require the dispatch and/orreceipt of information and materials by eitrermessenger or mechanized transport.

2.

3.

Develop the control and distribution procedureswhich interface with the management of ­scheduled and bulk items delivered to Unit B/Cvia the service tunnel.

Identify the items of information and materi,91which are to be included in a non-scheduledtransport system.

­..•.. ,

.'>.. :-:·f~"·~·:~.,' ',~

~~'.• J/!. .:,'

4. Determine i-he origin, destination, frequency oftransport and special characteristics or requirementsof each item within the system.

5. Develop an overall concept of the system andidentify all required stations in the mechanizedfXl rt of the transport system.

6. Develop criteria for the performance and selectionof hardware for the materials transport system.

7. Test the~ tnstallation requirements of proposedhardware with existing building systems.

- ~"'IV-_I

'UNIT 'B/C MATERIALS• TRANSPORT SYSTEM

~Non Scheduled Items

Scheduled Items

_C_a_te..,:,g:...o....ry~ ........_1t_e_m --J~ Sec,uri ty ISpeci all

RECORDS Medical Records X Xlab Reports X X

CORRESPONDENCE CorrespondenceMailSchedulesComputer Input Data

MESSAGES Admission Forms XOrders XPrescripti ons X

UNIT SUPPLI ES ClericalMedicalSterileHous~keeping

Nutritional

PHARMACEUTIC Drugs XMedicines XSolutions " X

LABORATORY Specimens XUnit Supplies

RADIOGRAPHIC X-Ray Fi ImsRadi ographs X

RECORDS Medical Records X

SUPPLIES Clean Linen, GownsUniformsX-Ray FilmClericalMedicalSterileHousekeepingNutriti onalPharmaceutical XChemi cal & Gaseous

DISPOSABLE/ TrashRECYCLABLE Soi led linen

Instruments

2

6 October 1975

.UNIT B/C MATERIALSTRANSPORT SYSTEM

Primary System Station Floor Departme!lt Shell Space'List of Stati ons

1 Clinical Labs2 Radiology3 Medical Records Shell

Storage4 1 Orthopedi c/PM & R

EKG5 1 OB/Gyn6 1 Surgery/Urol ogy7 1 Ambulatory Surgery/

Proctology8 2 Medical Records Shell9 2 Admissions

10 2 Business Office Shell11 2 Pharmacy/Social

Service12 2 Medicine13 3 Family Practice14 4 Pedi atri cs/Dermatol ogy15 5 Neurology/Neuro- Shell

·C Surgery. ,

16 6 Psychiatry/Psychology Shell17 7 Dental Shell18 8 ENT/Audi 01 ogy19 9 Ophthalmology

20 2 Main Lab (Mayo)

3

6 October 1975

UNIT B/C MATERIALSTRANSPORT SYSTEM

Hardware PerformanceSelection Criteria

The following considerations of hardware performance relate to aspectsof "function, procurement, installation, maintenance, and costs formaterials transportation system.

FUNCTION1. Carrier capacity including dimensions and allowable weight

factors2. Delivery time including rate of travel, availability of carri~rs

and elapsed travel time between stations.3. Acoustic characteristics at stations and along travel routes4. Asepsis control in operational and housekeeping procedures5. Protection for laboratory specimens, fluids and instruments6. Carrier security for control and safeguard of. cargo7. Simplicity and safety of operation for using personnel8. Emergency power requirements for continual operation9. Centralized or decentralized monitoring capabilities

PROCUREMENT1. Proprietary features which limit market competition2. Time required for fabrication and delivery3~" Satisfaction of previous installations and operations

INSTALLATION1. Compatibility with existing building systems and code

regulations2. Space requirements and arrangements for stations and equipment3. Accessibility of components for repair and replacement4. Constraints for expansion of system

MAl NTENANCE1. Availability of components and trained~service personnel2. Warranty of system and components during useful life3. Rei iobi Iity of system and expectati ons for downtime4. Manual alternatives during system malfunctions

COSTS1. Investment costs including the cost of money2. Space and construction costs including Change Order costs3. Utility costs and energy conservation4. Operating costs including labor, training and insurance5. Housekeeping costs (contract and institutional)6. Maintenance and overhaul costs (contract and institutional)7. Salvage value of purchase.8. Separate costs for track and stati on(s) in Mayo.

4

· 17 November 1975

UNIT B/C MATERIALSTRANSPORT SYSTEM

Medi cal Records

Central Dictation andTranscription

Admissions andAppoi ntments

Mail andCorrespondence

Medical Unit Supplies

Clerical Unit Supplies

Laboratory Reports,Specimens and Supplies

RadiographicFi Ims and Fil es

DEVELOPMENT OF A SYSTEM: ANALYSIS OFPOLICIES AND PROCEDURES

How are medical records initiated, requested, retrieved,delivered, accounted for, maintained and refiled on anappointment and nonappointment basis?

What is the projected workload and operating procedure forcental dictation and transcription services, including medicalrecords, discharge summaries, diagnostic reports, correspondenceand management forms?

Which procedures in admissions and central appointments requirethe transport of records, schedules, and other computerizedforms and reports?

How is incoming mail to Health Sciences received, acknow­ledged, sorted and delivered to departments, stations orindividuals; how is outgoing mai I from each department dis­patched to Federal or campus postal services?

Which departments or clinics receive medical and/or sterilesupplies on a scheduled and nonscheduled basis, how areitems ordered, transported and accounted for?

How are administrative forms, clerical and housekeeping suppliesordered, transported and controlled?

Which clinics or stations dispatch specimens; what are policiesand procedures for the management of orders, speciments,reports and resupply of laboratory items on a scheduled ornonscheduled basis?

Wbich clinics or stations request and receive radiographs on ascheduled and nonscheduled basis; what are policies and pro­cedures for ordering, retrieving, delivering, returning and re­fil ing of x-ray files?

5

__ ... , __ .... __ ... _'-'I ......... V .. L.""

MATERIALS TRANSPORT SYSTEM

Assumptions The entire Medical Records Department will be locatedin currently assigned space on Levels 1 and 2 of UnitB/C. Active records wi II be sent, received and storedon Level 2. The Word Processing Center will be locatedon Levell.

Medical records of outpatients with appointments will bedelivered by cart to the clinics between 5 am qnd6 am daily.

Medical records usually will be returned from clinicsto active storage within 24 hours. Entries will bemade to the medical records by physician during examin clinic. Charts that accumulate at stations afterappoi ntments wi II be returned by automated carri erthroughout the day.

Occasionally, medical records will be sent by mes­senger from clinics to departmental offices fortranscription. Records will then be returned to activestorage by messenge.... Alternatively, records willbe recalled from storage for reference or transcriptionin departmental offices and be transported by messenger.

Medical records of outpatients without appointments willbe delivered by automated carrier to the clinics upondemand •

g

MR1 ---; ~nit B/ecart linics.,

r~"""N i" ,,,do<a: '<t~ a:

~

,,-1/

Medical MR5 "- hepartmentalRecords messenger / pffices

!/MR6i"- cart

/1"-

MRl "-cart & messenger/

ayo

MR8cart & messen er

Medical record management will continue to includea procedure of signing out (and in) the individual chartsbeing transported from location to location in both theschedul ed and non-schedul ed systems.

Medical records wi II be sent by messenger to nursing

units, clinics and departments, including emergency,which remain in Mayo Hospital.

Summary of Data Vector in Item to be Items per Trips per Transport

Diagram Transported Day Day in Bulk

MR I Records 500-600 I XMR2 Records 150-200 190-200

MR3 Records 800MR4 Records - - -MR5 Records 350 I XMR6 Records - - XMR7 Records 200MR8 Records 200

6

# ... .,

UNIT B/C NON-SCHEDULEDMATERIALS TRANSPORT SYSTEM

Assump tions

Unit B/CClinics

WP1, carrier

~";'~~MedicalWordProcessing corner RecordsCenter WP3

carrier

I

WP4 " Mayomessenger /

Departments

WORD PROCESSING CENTER

The Word Processing Center will be located on Level1 in Unit B/C. In general, it wi II not be thedictation and transcription center for departmentsother than Medi cal Records and Radi 01 ogy.

However, the volume of work will likely increase byincluding the processing of discharge summaries,management transcription, clinic letters and summariesand pathology reports.

Input will be primari Iy through the central tel ephonesystem to dictation equipment, and transcribed infor­mation will be sent by automated carrier within UnitB/C and by messenger to other bui Idings, principallyMayo Hospital. Deliveries to nursing units will bemade by Laboratory personnel. Outpatient radiographicreports wi II be sent to the Medical Records Departmentin bulk del ivery at the end of each day. Requestingphysicians wi II receive a copy. The medical transcrip­tionists for radi ographi c reports will be transferred tothe Word Processing Center in the Medical RecordsDepartment to provide a 24-hour ·service.

Laboratory reports will be transcribed and delivered bylab personnel. Inpatient reports will be hand-

, delivered to nursing units and incorporated into chartslocated at the nurses' stations. Discharged inpatientand outpatient reports will be sent directly to theMedical Records Department in a bulk delivery at theend of each day. Requesting physicians receive acopy. Lab reports wi II soon be transcribed bycomputer.

Surgical pathology reports wi II be transcribed withinthe department and sent to Medical Records.

Summary of Data Vector inDiagram

Item to be Items per Trips per TransportTransported Day Day in Bulk

7

WP 1WP 2WP 3WP 4

Reports/FormsRecords/FormsRecords/FormsReports/Forms

11

x

UNIT B/c NON-SCHEDULED. MATERIALS TRANSPORT SYSTEM

Assumptions

OP1 ,Word

messenger Processing

OP2 Center

messenger

OP3 ,Operations

messenger,I

Analysis

r---

...,01C

~ ~.,,y a E

Outpatient~ Mail

Admin.~messenger

I"/1' ..

GJ01C

l{) ~a.. ~a E

L.--- Unit B/CClinics

OP6 '"messenger /

OP?messenger. Mayo

OPBClinics

'"messenger /

OUTPATIENT ADMINISTRATION

All stenciled forms to be processed will be deliveredby messenger from the clinics to Outpatient Adminis­tration; forms will then be delivered to the WordProcessing Center in Medical Records. Completedforms (100 per week) will be delivered to OutpatientAdministration for return to the clinics.

Individual clinic appointment schedules will be deliveredto Outpatient Administration each afternoon and thenin bulk will be delivered to Operations Analysisby 4 pm before the eveninp shift. Computer printsof appointment schedules (3 pieces per day per clinic)are delivered to Outpatient Administration at 8 ameach morning for distribution to the clinics in MayoHospital and Unit B/C •

Mail for clinics (60 pieces per day) will be deliveredto boxes in Outpatient Administration. Clinic personnelare responsible to pick-up mail from individual boxes(see Mail Distribution system for schedule).

Small items of equipment (4 per day) wi II be orderedby clinics through Outpatient Administration, where itemswill be registered after delivery and distributed to c1incis.

/

Summary of Data Vector in Item to be Items per Trips per TransportDiagram Transported Day Day in Bulk

OP 1 Forms 20OP 2 Forms 20OP 3 Schedules XOP 4 Schedules XOP 5 FormsOP 6 Forms/mailOP 7 FormsOP 8 Forms/mail

8

UNIT B/C NON-SCHEDULEDMATERIALS TRANSPORT SYSTEM

Assumpti ons

Clinics(see matrix)

-... Department~ Office.0,..

0), t C') ~~<{

-I

A1E

new Cpatients N

..(; ~... ~

Ol0- C

/ ~

OPD~ Business

ffi A5E

Registration , Office"

APPOintm0 v."" 0~

/1' ~Ol

~~ Operations

Ol ~ Analysisc

~E

~.. ~ 0E

Emergency ........"'".Department 1.0:"1::: <0

Registration «:=8-«

=

OUTPATIENT REGISTRATION

Outpatient Registration will consist of offices for reg­istration and appointments and will be located adjacentto the primary pedestrian concourses and Business Officeson Level 2. The Appointment office will receive tele­phone calls from new patients seeking an appropriateclinic and will arrange for an initial appointment andredistration. With the exception of registration in theemergency department, all initial and re-registration ofoutpatients will be made at this location, usually priorto clinic appointments. Each clinic will independentlymaintain its appointment schedule.

A new patient will be scheduled to arrive early for theinitial clinic appointment and registration (12,000­13,000/year or 20-100/day). A medical record (chart)and patient index number will be issued,at the regis­tran on office, after a telephone call to the PatientIndex file room in Medical Records for the assignmentof a number.

Often, patients will be requested to correct out-datedinformation and return to the registration or admis­sions office (7 , 000-a,000/year). Corrections to patientcards or plates also will be requested b}' telephonefrom cI ini cs and a new card will then be del ivered tothe clinic by automated carrier (20-25/day).

patients

MedicalRecords

Copies of the Admissions Record will be sent to CDMedical Records, @Operations Analysis, @ BusinessOffice and @the responsible physician (DepartmentalOffice), and one copy @)will be retained at theAdmissions Office for two years.

Medical records (charts) wi II be sent from the Emer­gency Department to the Appointment Office toarrange follow-up visits for patients in the clinics(10-40/day).

Summary of Data Vector in Item to be Items per Trips per TransportDiagram Transported Day Day in Bulk

AI Patients 20-100 20-100A2 Patients 30 30A3 Card 50-135 25A4 Record 10-40 I XA5 Adm Form 60-175 I XA 6 Record 50-55

9

. CB11

UNIT B/C NON-SCHEDULED.MATERIALS TRANSPORT SYSTEM

Assumptions

Moil Room(Moyo)

-" ,

'- t B1~ s

ilusin~ss, B2,.

Office mes~en9~'

(Moyo) MR B3

13

::'"O'J15Il b <;

0> '"CC

".... :;; :::u..u.. C; <> ....

E E, - f./,R ' ,

Business,

Medicol, .....H ...""...

OHice B5c;rrirr Records(Unit ~/C) ,\:\~........uuu.:-

corrier

B6 i oBT!'t/"f/"=: J- OC

O

'-i ~. t ~::::::E U ."

Iu fV

B8 AF ' / :... i Outpotient'5 Registral ion0

-1mess"nger

.~ (Admissions)ii.. Ii i

t T•'! U •

:> ! mlnl-10:'nl\ 89· ...... ,.Q. te,., G.:

~ Tt••H .......... " .... " ......,,; r= n:U corner . ,3 i 3.

Operations billings 8- Unit B/CAnalysis schedules Clinics

k----

BUSINESS OFFICE

Most Business Office Functions will be located onlevel 2 in Unit B/C. Inpatient admission, censusand discharge functions w ill be located on Level 3in Mayo Hospital.

Requests will be made from the Business Officesatellite in Mayo Hospital for medical records andpatient financial folders which will be filed in UnitB/C. Information wi II be transported by messengerunless computer terminals are operational for trans­mitting such data. Presently, approximately 20 non­schedu led charts per day are transported betweenMedical Records and Inpatient Admissions.

Approximately 60-80 charts per day (in baiches of 4.or 5) wi II be transported from Medical Records to theBusiness Office. Trips occur mostly in the afternoonand later in the week.

Mini -forms to correct out-dated information wi II becompleted in the clinics and transported to theBusiness Office by carrier (4-5 trips per day, total).

Computer printouts from Data Processing (approximately141,000 - 160,000 sheets per month) wi II be del iveredby cart to the Business Office. Most bulk shipmentswill occur in the morning.

Summary of Data Vector in Item to be Items per Trips per TransportDiagram Transported Day Day in Bulk

B1 Mail XB2 ChartsB3 ChartsB4 Charts 60-80 12-16 4-5B5 Charts 60-80 12-16 4-5B6 Charts 20B7 Charts 20B8 Adm. FormB9 Mini-Form 4-5 XB10 BillingB11 Printouts 8,000 X

~B12 FoldersB13 Folders

10

UNIT Blc NON-SCHEDULEDMATERIALS TRANSPORT SYSTEM....

OUTPATIENT LABORATORY

Assump tions The Outpatient Laboratory will be located on Level1 in Unit SIC. Five tests will be routinely pro-cessed in the Outpatient Laboratory: Hematocrits,hemoglobin, red and white cell counts and differentials.

A minimum of specimens and requests, mostly cui turesdrawn by physicians, will be sent from clinics viaan automated transport system •

Outpatients needing tests will come to the OutpatientLab to leave specimens and approximately SOOA, ofpatients will then go to the clinics to await results.

Reports wi II be sent to the cI ini c by automatedcarrier as results become available. This copy isused by the physician and then discarded.

Specimens not processed in the Outpatient Lab willbe transported by cart or automated carri er to theMain Laboratories in Mayo Hospital •

Another copy will be sent to Medical Records by anau'tomated carrier dispatched at the end of the day.

l2Clinics

carrier(see matrix

~ ~

1 ..atients II>..... ,

('I') 6...J u

Outpatient ~,~ MedicalLaboratory

,Records

,-~

..-:i:-- CX)...J..~.. II>

" °E °Ef'-. 0 0to 6 ...J u u...J u

~ Main fHLa:>oratori es

L5 "cart or /

messenger

Lp

Laboratory results will be computer-transcribed.

Summary of Data Vector .in Item to be Items per Trips per TransportDiagram Transported Day Day in Bulk

LI Patients 645L2 Specimens MinimalL3 Reports 137 9L4 Reports 137 I XL5 Specimens 50S 9 XL6 Specimens 4

L7 Reports 50S I XLS Reports 50S 9

11

VI'll I U/ '- I'lVI'l-,,),-nI:UUL.I:U

MATERIALS TRANSPORT SYSTEMVU' r1"\III: ...... rnl-\I\MI-\\.. T

PATIENT EDUCATION IN OPD PHARMACY

Assumptions

P5

PATIENT EDUCATION IN CLINIC& UN IT DOSE SYSTEM

patients

,-P1

utpatienthormacy

MainPharmacy

./:t13~~ Clinicscarrier (see matrix)

BusinessOffice

patients

P~

carrier

P6crt

BusinenOffice

The Outpati ent Pharmacy wi II be located on Level2 in Unit B/C. After clinic appointments, patientswill take prescriptions to Outpatient Pharmacy forprocessing and self-care instruction. An entry willbe made in the patientls medical record at theclinic. Billing information will be transmitted tothe Business Office by computer.

Outpatient Pharmacy will not be open after clinichours, and it will not likely be used by dischargedinpatients to fill prescriptions.

A unit dose system will be implemented in whichdrugs and injections will be prepared for individual

,dose and distributed by Pharmacy for administrationin the clinics.

At present, pharmaceuticals stored in the clinic arerestocked by order once or twi ce a week. Wi th afuture unit dose system, prescriptions will be sent tothe Outpatient Pharmacy by telephone and/or auto­mated carri er and medi ci nes wi II be sent by carri erto the clinic for administration.

The automated transport system station at the Pharmacywi II not be shared with another service.

Requests for restocking of the Outpatient Pharmacywill be delivered to the Main Pharmacy by messeng,er.Bulk orders will be del ivered to the Outpati entPharmacy by cart once a week. Non-scheduledorders wi II be del ivered by messenger once a day.

Summary of Data Vector in Item to be Items per Trips per TransportDiagram Transported Day Day in Bulk

P1 Doses 41 (patients)P2 Dose/Inject 86 (patients)P3 Orders 86 86P4 Injections 45 45P5 Dose/Inject 86 86P6 Billing 86 86P7 Orders l/week X

Orders 1P8 Supplies 1 cart l/week X

Su'pplies 1 cart 1P9 Supplies 1 cart l+/week X

12

...,...,., ""1"- ,,'-',., .... ""IIL-VV&..LU VV 1rn 111:1 .... 1 IV'\LJI VLVu Y

MATERIALS TRANSPORT SYSTEM

Assumptions Outpatient Radiology will be located on Level 1 ofUnit B/C. Approximately 100 patients visit Radiologyeach day. The Orthopedic clinic sends 35-40 patientsper day and the other clinics, except Audiology and Eye,send 2-10 patients each.

Bulk deliveries of old X-ray films will be made by cartonce a day from the centra I fi Ies in Mayo Hosp ital toclinics or Radiology departments.

Patients will carry new X-ray films from OutpatientRadiology to the Orthopedic cI inic for use during exam­ination. Fi Ims wi II be returned to Radi 01 ogy byautomated carrier for review by the Radiologist.

New and old films will be compared by the Radiologistand reports wi II be dictated by telephone to transcrip­tionists in the Word Processing Center of MedicalRecords. Typed reports will be returned to Ra<!,iologydepartments for si gnature, sorti ng and dispatch tothe clinics in 1 - 9 days; a second copy will be at­tached to the film jacket and sent to files in MayoHospital; and a third copy will be attached to themedical r~cords. A preliminary report requiring afourth copy (without signature) will not be used.

Films will be collected from the clinics by radiologyemp Ioyees at the end of each day.

Non-scheduled requests by telephone, from clinics andRadiology departments, for old X-ray films will betransported by outpatient employees or radiology filmdesk employees.

R2 , Orthopedicpatients Clinic

~"",II'-

1 ~alients (") E...... a: a

u

~IOther

~Outpatient ClinicsRadiology

',I corner ", (see matrix)

~~i:' / I' ,II'

~ ~

~~~ <D t» t»

I~c

OJ0;: COt: a: ~l; a: S LOta: u '"

~/ a: S I>'Word ~ Film FilesProcess Ctr •

,I (Mayo)

KD ~ .-j

t ~

'"Ol c,....~N e: ...~J a:

~ l; .,E u rn

c.,(")::l

Mayo..... .,

I-- a:ERadiology 1/

I'

Ri'

Summary of Data

13

Vector in Item to be Items per Trips per TransportDiagram Transported Day Day in Bulk

R1 Pati ents 100+ 100R2 Films 40 40R3 Films 40R4 Film /Report 60+R5 Films 100+ 1 XR6 FilmsR7 Film 100+ 1 XR8 Fi 1m/Report 100+ 1 XR9 Report Copy 100+RlO Report Copy 100+Rll Report CopyR12 Report CopyR13 Report

•..•!!,.....,

UNIT B/c NON-SCHEDULEDMATERIALS TRANSPORT SYSTEM

Assumptions

Moil Room M1 , OPO

messenger/ Admin.

k-.. /1"

"OlC U

"C')::l (\J 'c~ ~ ~ U

,1/tJr-- Clinics

Lob IIL_

Summary of Data

MAIL DISTRIBUn ON

The Mail Room, presently located in Mayo Hospital,will be relocated upon completion of Unit B/C. Anew location has not been selected.

Federal mail will be delivered to the Mail Room twicea day (6:30 - 7:00 am and 8:30 - 9:00 am), andcampus mail will be delivered separately twice a day(8:00 am and 1:00 pm).

Deliveries and collections for nursing units, hospitaldepartments and individuals will begin at 10:30 amand 2: 15 pm, and will be made by personne I fromthe Transportation and Distribution (T & D) departmentof Materials Services.

Mail for clinics will be delivered to boxes in Out­patient Department Administration. Clinic personnelwill be responsible to pick-up mail from individualboxes.

Mail will be collected from clinics by T & D personnelon specimen rounds twice a day.

Vector in Item to be Items per Trips per TransportDiagram Tra nspo rted Day Day in Bulk

MI U SMail 50 2 XM2 US Mail 2 XM3 U SMail 15 2 X

14

UNIT Pic NON-SCHEDULEDMATERIALS TRANSPORT SYSTEM

SUPPLIES DISTRIBUTION

Assumptions The Materials Services division is organized to includethe departments of Transportation and Distribution (.T &D), Central Sterile Processing (CSP) and Purchasing.Operations within T & D include: Central Transporta­tion Service (CTS), Automatic Replacement Service(ARS, Hospital Receiving, Warehouse, and Moving.

Supplies will be delivered to clinics in Unit B/C by per­sonnel from ARS, using computerized order forms whichhave been completed by the clini c staff. (Presently, theARS personnel have full responsibility to inventory, orderand replace stock for the nursing units in Mayo Hospital.)Medical, sterile and clerical supplies will be deliveredby cart to c1ini cs between 6:30-7:00 am, fv\onday-Friday •(Presently, one fully loaded cart is used to serve all clin­ics on an average round.) Order forms for the followingday will be delivered with each round. Messengers willreturn forms to Central Dispensing by 5:00 pm and orderswill be filled for delivery the next day by 6:00 pm.

Non-scheduled deliveries of supply items to clinics (ona "demand" basis) will be infrequent.

Supplies will be issued at Central Dispensing in MayoHospital to outpatients for home care and treatment pro­grams.

82 , Clinicscart (see matrix

,..---

..III

1 Olcalients ~

........ C') ~ '<to({) E

crz~Central {-- CentralDispensing " Sterile

/ 85 Processing

"' cart/1'

~ r-- -"-(0

u

({) f (j) f,/

Warehouse

8p

Supplies to be reprocessed are delivered to Central Ster­ile Processing by messenger.

On Thursday morning, the order forms for warehouse­stored items wi II be included with the daily form andsupplies for each clinic. Warehouse order forms eitherwill be returned by messenger to Central Dispensing orpicked up during the Friday morning round. Orders areprocessed at the warehouse on Friday and del ivered toclinics on Monday.

Summary of Data Vector in Item to be Items per Trips per TransportDiagram Transported Day Day in Bulk

SI Patients 200 200S2 Supplies Cart J XS 3 Orders I XS4 Soiled goods Cart I X

C S 5 Sterile goodsS6 Orders Truck I/week XS7 Supplies Truck I/week X

15

UNII lj/L NUN-:>LHtUULtU

MATERIALS TRANSPORT SYSTEMtNVIKUNMtN tAL :>tKVILt:>

Assumptions

CenlralSterileProcessing

E6 ~(;v

CentrallinenStorage

E5 ~E

E1 , Centrol

---;- Dj:p~nsing

carl

E2 ~

0v

",

Uni: n/cE7 , Cii"'lics

carl/

E3 ;;v

, /

/ E4 Soiled"

" Iruck LinenStora9~

linen will be distributed by environmental servicespersonnel to approximately 90 user locations in theUniversity Hospitals and Health Sciences Center.Schedules vary from 1 to more than 5 del iveries perweek.

In Unit B/C the storage shelves for linen in cleanutility rooms will be maintained on par stock ratherthan on exchange cart system. Satell ite Iinen roomswill not be provided in Unit B/C.

Sterile linen will be issued to clinics from CentralDispensing (see description of suppl ies distribution).

Soiled linen will be bagged in the clinics and trans­ported by cart to Soiled Linen Storage onee a day.

Clean Iinen will be transported by truck from thelaundry to Central Linen Storage seven times per day.

Summary of Data Vector in Item to be Items per Trips per TransportDiagram Transported Day Day in Bulk

E1 Clean Linen XE2 Clean Linen XE3 Soiled Linen XE4 Soiled Linen XE5 Clean Linen 7 XE6 Clean Linen X

C E7 Clean Linen X

16

UNIT B/C NON-SCHEDULEDMATERIALS TRANSPORT SYSTEM

Matrix of Trips Between~ Transport-System Stations

INVENTORY OF TRIPS PER DAY

The automated transport system is to consist of nineteen(19) stations in Unit B/C and one (1) station at theMain Laboratories in Mayo Hospital. The designationsfor the stations in the matrix below are based on thecurrent architectural plans for Unit B/C. Stationslocated in shell space are indi cated by a Iight greytone.

In the summary discussions of the Emmitt Report, datedSeptember 1975, it is recommended that the trans­port system configuration be amended as follows:delete Station 2 (Radiology), combine Stations 6 and7 (Surgery/Urology/Ambulatory Surgery/Proctology)and combine Stations 9 and 10 (Admissions andBusiness Office). A station is not assigned to Out­patient Administration.

The number of trips indicated in the matrix is basedon notes from Robert Smith of 20 March 1975 and5 January 1976, on the Emmitt Report of August 1975,and on notes from meetings with department repre­sentatives of November and December 1975.

~From Station No: To Station No:

1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20Clinical Labs 1 ? ? ? ? ? ? ? ? 4Radiology 2 i":Jj 10 10 10 10 10 10 1rWord Process. Ctr. 3 ? 1 1 1 L+-l 1 1 1 1 1 1Ortho/PM&R/EK G 4 ? 1 ?.":::'! i5 1 1 1OB/Gyn 5 12 1 ,,::'1 18 5 11 5 I 10I

Surg./Urology 6 2 1 f::;l;i~f-l - 2 2 I 5+----Ambul. Surs/Procto 7 1 l .......... 2 , I

.._<~ -~ ..- c---".~ -13170iIJ'TJ -Medical Records 8 1 10 7 16 7 7 6 23 16~__ t_ .......Admissions 9 ? ? ? f' ..' ? ? ? ..... ? ?? ' .'.', ,

"..

Business Office 10 151~W~tl\i\fllPharmacy/Soc Svc 11 8 19 10 26 .' 611Medicine 12 5 1 10 4 2 1.) I 4Family Practice 13 1 { 4 1 F:-::r: 1-Pediatrics/Derm 14 2 1 il? 1 2 3 '\ 5

~ -Neurol/Neuro 15 1I

71I

Psychiatry 16 1 121 ;?- _. --4--

Dental 17 1 . 2, __ ::1;;;;,>L_--+--. Audiology/ENT 18 1 i 7! 1 2 I I i 5

~ Opthal mol ogy 19 1 1~._j--~'~- c"Main Lab (Mayo) 20 9 9 9 9 1 9 9 9 9'-r- -- j f.C]

17

UNIT BIC NON-5CHEDULEDMATER IALS TRANSPCRT SYSTEIvI

Trips by Automated Carrier

FREQUENCIES OF TRANSPORT

From descriptions of administrative andoperational procedures, the trips in the tablebelow are identified as scheduled or non­scheduled transactions which will use anautomated transport carri er between stati ons.The times projected for dispatching carriersduring a typi cal day i ndi cate peri ods ofpeak traffi c at 12:00-1 :00 and 4:00-5:00 pm.

Vector inDiagram

- 12:00Mid

12:00Noon

12:00Mid

MR2 Medical Records to ClinicsMR3 Clinics to Medical Records

WPl Word Process to ClinicsWP2 Medical Records to Word

ProcessWP3 Word Process to Medical

Records

A3 Registration to Clin i.csA5 Registration to Medica I

Records

L2 Clin i cs to OP La be L3 OP Lab to ClinicsL4 OP Lab to Medical RecordsL6 OP Lab to Mayo LabL7 Mayo Lab to Medical

RecordsLa Mayo Lab to Clinics

P3 Clinics to OP PharmacyP4 OP Pharmacy to Clin icsP5 OP Pharmacy to Clinics

R3 Ortho Clin i c to OPRadiology

R4 OP Radiology to ClinicsR9 Word Process to OP

RadiologyR10 OP Radiology to Medical

Records

l' I I---- --- --- ........... ...........•.....~ - ----- -$ t -$1' I- - - ....................,.•.....J ---- 1--------

-- ........ 111111 ...... '''IIII'II~·.... ---

------ _···_~---·+l~-----

..·....'"4.........14 --

--- .I........................... ~ -- - -----

.....,.....i ...IIII.IHI..III~

---- ' --I,. I

A-. '""'Y:

"I-' '¥

"'"'+'1

------$---- A- !'+' I

I~1""'"''I'''''II'IIIIIIII''', I

--~ ..............III1.IIII.II....

- ••11...........111..1111'.11...-

I~ I

!I

$---{[)---$---f' i)...-t-

--I--- '""!"1-',

I cI ini c hours I-f-~-------------t

18

UNIT sic NON-SCHEDULEDMATERIALS TRANSPffiT SYSTEM

FREQUEI'£ IES CF TRANSPffiT

Tr I ps Between Un it sicand Mayo Hospital

From descriptions of administrative andoperational procedures in Unit sic and MayoHospital, the trips in the table below areIdentified as scheduled or non~cheduled

transactions which wi I I require the use ofmessengers or delivery personnal.

Vector inDiagram

.M> f2:00Mid

12:00Noon

12:00Mid

A4 Emergency Departmentto Registration

WP4 Word Process to MayoDepartments

M1 Ma i I Roan to (p

Adml nistratlonM3 Clin Ics to Ma i I Roan

P7 OP Pharmacy to Ma i nPharmacy

P8 Main Pharmacy to OPPharmacy

iIIIIII

I.fT\ !'-IJ I

i-t-.I

W- I

IlA... Iw I..

",,+,.ffi ,h n-. fl\ ",I'V'Vw 'V'II'+' 'VI

IIHHHI..1 ...........~

",I'V!

I......H ....................1-

•I

II

I....... I'+' I

i,.... I'+' I

~J'+"!

I

:'" .fT\

,'V '+' I...... ,t.,

'V 't' I

XR Fi Ie to CI in ics(bu I k)XR Fi Ie to CIi nics(stat)Clin ics to XR Fi IeXR Fi Ie to (p

RadiologyWord Process to MayoRadiologyMayo Radiology toMedical RecordsMayo Radiology toCIin ics

CP7 May 0 Clin ics to OPAdministration

OP8 OP Administration toMayo Clin ics.

R6

L5 OP Lab to Main Lab(bulk)

L6 OP Lab to Main Lab(stat)

L7 . Main Lab to MedicalRecords

L8 Main Lab to Clinics

MR7 Medical Records to MayoDepartments

MR8 Mayo Departments toMedical Records

R5

R7R8

R11

R12

R13

UNIT B/C NON-SCHEDULED. MATERIALS TRANSPORT SYSTEM

Medical Records Department ~o

University Hospitals (Mayo)

, .

CONNECTION BETWEEN UNIT BIC AND MAYO

[--J

Round Trip Travel Distance = 1100 feet (5.5 minutes)

Emergency Department to

Medical Records

"

.. ---"-

[----J

..

(4.6 minutes)

20

UNIT B/C NON-SCHEDULED CONNECTION BETWEEN UNIT BIC AND MAYOMATERIALS TRANSPORT SYSTEM

Outpatient Laboratory toMain Laboratory (Mayo)

Outpatient Pharmacy toMain Pharmacy (Mayo)

Round

21

L.-...---J

. -

Distance = 920 feet (6.6 minutes)

[ ]

~ UNIT BIC NON-SCHEDULED CONNECTION BETWEEN UNIT BIC AND MAYO'. • MATERIALS TRANSPORT SYSTEM

Word Processing Center toMain Radiology (Mayo)

Lr-o------r"1J

Round Trip Travel Distance = 1300 feet (8.5 minutes)

Outpatient Radiology toFilm Files (Mayo)

.. (;

= 1400 feet (9.0 minutes)

• UNIT B/C NON-SCHEDULED CONNECTION BETWEEN UNIT B/C AND MAYOMATERIALS TRANSPORT SYSTEM

&

"

Outpatients in Unit B/C toCentral Dispensing (Mayo)

Mail Room to Unit B/COutpatient Administration

Round

23

L J

[~J

- 1140 feet (7.7 minutes)

Regarding: University of MinnesotaHealth Sciences ExpansionUnit B/C - Materials Transport SystemTAC Job 1/750

.JEAN B. FLETCHER1945 1965

WALTER GROPIUS1945 1969

NORMAN FLETCHER

.JOHN C. HARKNESS

SARAH P. HARKNESS

LOUIS A.McMILLEN

RICHARD BROOKER

ALEX CV1.JANOVIC

HLr~nffn GALLAGti[H

WIL.LIAM J.GCDDIS

ROLAND KLUVER

PETER W. MORTON

H. MORSE PAYNE

ERNEST L.BIRDSALLTREASURER

ROBERT F. CRANE

HOWARD E LKUS

ALLISON GOOD'.\'IN

BAS I L HASSAN

...JOHN HAYES

.JOSEPH HOSKINS

LEONARD NOTKIN

RICHARD SABIN

DAVID SHEFFIELD

THE ARCHITECTS

23 September 1976

Mr. Paul J. MaupinHealth Sciences Planning CoordinatorUniversity of Minnesota4104 Powe I I Ha I IMinneapolis, Minnesota 55455

COL LAB 0 RAT I V E INC.

RECEIVED

SEP 27 1976

UNIV. OF MINN.HEALTH SCIENCEPLANNING OFFICE

by Sovex-Marshallby Ada-Bec Systems, Ltd.by Diebold Inc., Lamson Divisionby Mosler Airmatic system Divisionby Diebold Inc., Lamson Divisionby Anchor Conveyors

QAZI B.AHMED

ROBERT BARNES

KENDALL p. BATES

SERGIO BERIZZI

SERG E CVIJANOVH:

ROYSTON DALEY

ROBERT DEWOLFE

GREGORY DOWNES

GAl L HAVIARAS

THOMAS LARSON

RALPH MONTGOMERY

PERRY NEUBAUER

., MICHAEL PRQDANQU

., RICHARD PUFFER

WALTER ROSENFELD

...JOH N ...J. SCOTT

EDIvlUND SUMMERSBY

KENNETH TAYLOR

MALCO ... f'..'! TICKNOR

ROBERT TURNER

ROBERT WILSON

LAURENCE ZUELKE

Dear Pau I:

As requested in our meeting of 2 September 1976 we are writing toindicate the reasoning behind our suggestion that the contractorwho wi I I supply and install the Unit B/C non-scheduled materialstransport system be solicited through direct negotiation ratherthan through standard bidding procedurjs.

As you know, the Unit B/C construction documents which the Universityreceived bids on 3 December 1976 did incorporate and delineate thehorizontal and vertical pathway requirements of one specific systemand vendor, namely Telelift as manufactured by Mosler Airmatic Systems.

Since that time we have been evaluating various materials transportsystems which could be used in Unit B/C by University Hospitals forthe transport of small or unit items on a non-scheduled basis. Ourefforts have involved gathering and evaluating data received from thevendors directly and that acquired through site visits to manufacturer'splants and other institutions which have such systems in operation.Our analysis concentrated on three belt conveyor systems with boxcarriers, two rai I guided systems with powered carriers and one chaindriven system with box carriers.

The systems and manufacturers were as follows:

~ Pathfi nder~ XDistributor_ XHorizontal/Vertical~~Telelift

~ Ra IlypostXTransflex

46 BRA TTL EST R E ETC A M B 11 I [) ( E. MAS SAC H USE T T S () 2 13 BUS A.

lELEPHONE (617) B6>1-42UO TELEX 121494 IACC,\M CARLE TACCAM U S.A.

THE ARCHITECTS COLLABORATIVE

Page 2Pau I Maupi n23 September 1976

Each of the systems and their individual components differ physically,technically and operationally from one another and must therefore beindependently evaluated against the criteria established by UniversityHospitals and oursleves. In addition, ~ac.,,!-~'irnm studied is propri­etary in nai~~~. For these reasons it is impossible to establish abidding situation whereby one system is the base bid and the othersare approved equals. The only biddi~ option seems to be to establishone system as the base bid and allow the others to be considered unequalaiternates sUbmitting bids as su£h. jfhis sti II requires a subjectivetuqgement be made by the Owner regarding contract award.

In the attached document entitled Unit sIc Non-Scheduled MaterialsTransport System Part 3: Summary of Proposals, 28 June 1976, thespecifics of each system, it's equipment, operational characteristics,pathway location etc., are indicated and compared to the establish de­sign criteria. The preliminary findings contained therein recommendedfor various reasons, that three vendors be dropped from further consid­eration and that specifications and bid documents be prepared with abelt type of conveyance system as the base bid and that the other systembe bid as an alternate.

Since submission of our report a number of changes have occured whichmodify the recommendations contained in the report. These changes haveprompted and support our present recommendation to negotiate directlywith a particulat vendor. These changes are as follows:

1• The financial resources of one of the vendors have been overextended due to a number of contracts which have not yet beencompleted. The scope of our project, considering his present sit­uation, would exceed his current bonding limits, therefore hisabi lity to sign a new contract is restrained by his completion ofpresent contracts and their limits of liabi lity. A discussion on13 August 1976 with the vendor indicated that if offered a contractwith the University, he could not sign such within the time framewe outlined to him. We conclude that he must therefore be droppedfrom further consideration.

2. Another vendor, although able to enter into an agreement does notyet have an installation of the type he proposes for Unit sIc inoperation in the United States. It should be noted that the entiresystem including controls, is manufactured in Europe. It appears tovarious Hospital personnel and ourselves that the system is sti II inthe research and development stage. In addition, this vendors pre­liminary proposal did not adequately respond to the information werequested he supply us for our evaluation.

46 BRATTLE STREET CAMBRIDGE MASSACHUSETTS 02138

TELEPHONE (617) 8684200 CABLE: TACCAM CAMBRIDGE

THE ARCHITECTS COLLABORATIVE

Page 3Paul Maupin23 September 1976

Since the data submitted by the vendor is very Incomplete, coupledwith the fact that the system is not operational, we must assumethat the system is not yet a reliable one which can meet theestablish design criteria and therefore recommend that it be droppedfrom further consideration.

3. Finally, a change in the Unit sIc construction schedule allowed thestart date of rough-in work on Floors One and Two for the HVAC andplumbing trades to occur 9 - 10 months earlier than originallyanticipated by the construction schedule. As you know, the rough-Inwork has already been completed on Floor One, a critical floor forthe Material Transport System since this Is the floor on which theprimary horizontal travel pathway is located. Due to the notedconstruction change, together with the work already in place, thefabrication and installation schedule for any material transportsystem being considered is now critical as it affects the installationof the bui Iding cei ling system and other finishing work.

For these reasons, together with the data and analysis contained inthe attached document, we recommend negotiation with the one remainingviable system and vendor. \'Ie believe concurrance with our recommendationshould foster;

1. the least time schedule conflicts with on-going constructionactivities and schedule.

2. the least modification to the M.T.S. pathways delineated on theUnit sIc Construction Documents.

3. minimal change order costs resulting from interface conditionswith other contracts.

4. minimal impact on the M.T.S. vendor's preliminary proposal and thecosts contained therein.

In closing, we believe the magnitude of the M.T.S. contract as notedin the preliminary proposal ($550,000) could be reduced through directnegotiation.

46 BRATTlE STREET CAMBRIDGE MASSACHUSETTS 02138

TELEPHONE (617) B68-4200 CABLE: TACCAM CAMBRIDGE

THE ARCHITECTS COLLABORATIVE

Page 4Pau I Maupi n23 September 1976

We await your direction on this matter and also wish to be advisedof any University policies or procedures regarding negotiation shouldyou concur with our recommendation.

Very truly yours,

cc: Clint HewittE.A. Kog IRobert Oi ck lerTom JonesHSAE

46 BRATTLE

TELEPHONE

STREET CAMBRIDGE MASSACHUSETTS 02138

(617) 868 4200 CABLE TACCAM CAMBRIDGE

IN- '

UNIT B/C NON-SCHEDULED• MAfERIALS TRANSPORT SYSTEM

Summary

Appendix

Appendix 2: Function

TABLE OF CONTENTS

Findings and Conclusions

Recommendati ons

Background

Site Visits

Number and Capacity of Carriers

1.1

1.3

2. 1

2.9

3. 1

Estimated Travel Time Between Stations 3.5

Pathway and Station Capacity 3. 10

Capacity of System for Bulk Delivery 3.12

Capacity of System to Transport Specimens 3.13

Acoustic Characteristics 3. 15

Appendix 2: Installation

Appendix 2: Cost

Clearances for Pathway in Ceiling Strata

Reduction of Ceiling Height to 8 1-0"

Summary of Budget Estimates

Summary of Change Order Cost Estimates

Summary of Redesign Work

Summary of Project Costs

5. 1

5.5

6. 1

6.5

6.10

6. 15

UNIT B/C NON-SCHEDULED) ~AiERIALS TRANSPORT SYSTEM

J.- •

General

SUMMARY OF FINDINGS AND CONCLUSIONS

The purpose of this report is to summarize and evaluate theinformation obtained from site visits and proposals by vendorsto install a non-scheduled materials transport system inUnitB/C.

The background in formati on about basic economi c constrai nts,assumed admi nistrative procedures and performance criteriafor the system is contai ned in Appendi xl.

A comparative analysis of the systems, including aspectsof functions, procurement, installation, maintenance andcosts is contained in Appendix 2.

This report concerns the performance characteristics ofthe following materials transport systems:

. PATHFINDER'. DISTRIBUTOR

.~ : TELELI FT··RALLYPOST~ HORIZONTAL/

VERTICAL. TRANSFLEX

(Sovex-Marshall)(Ada-Bee Systems, Ltd.)(Mosler Airmatic Systems Division)(Diebold Inc., Lamson Division)

(Diebold Inc., Lamson Division)(Anchor Conveyors)

Preliminary Findings The preliminary findings which follow are based onproduct data, initial vendor proposals, meeting notesand site visits:

1. The Rallypost system is temporarily unavailable forprocurement. Diebold indicates that further contractswill not be accepted through December 1976 and thata firm date for remarketing has not been projected.

1111. The Telelift (Mosler) system is the only rail-guided,~ powered-carrier system which is available at this time.

2. In addition to Telelift, two systems which combinelightweight horizontal belt conveyors with vertical liftsare suitable and available for procurement. TheDistributor (Ada-Bee) and Pathfi nder (Sovex-Marshall)systems are generally accommodated within the presentpathway layout and station configurations, assumingslight modifications to slab opening dimensions and/orlocations

IIHowever, Ada-Bec indicates that due to current commit­ments full performance bonding can be obtained onlyafter August 1976.

I. I

J ... >

UNIT B/C NON-SCHEDULED~ MATERIALS TRANSPORT SYSTEM

SUMMARY OF FINDINGS AND CONCLUSIONS

3. Th'3 Horizontal/Vertical (Diebold) system also combineshorizontal belt conveyors with v~~tical lifts but useslarger and heavier components to pro;;fd~-more handlingcapacity for_~lJlk U.~!12~ than the Pathfinder, Distributoror Telelift sy~tems.

Preliminary investigation indicates that the largerpathway dimensions are generally accommodated withinthe ceiling space of Unit B/C, but redesign and changeorders of shaHs, slab-openings and stations are moreextensive than are required for the smaller systems.

The estimated total installation and change order costson a preliminary basis indicate that the Horizont.9JLVertic;al(l?iebold) system exceeds the r:>rojected costsfor the Telelift, Distributor and Pathfinder--syster:ns·~approximately $256,000 to $309 000.

Based on comparative performance of the system, theallowable project budget and criteria which assumes aprimary requirement to transport relatively small amountsof non-scheduled items, the system is not recommendedfor installation in Unit B/C.

4. When limited to the transport of non-scheduled itemson a demand basis, the Transflex (Anchor) system is notsuitable for installation in Unit B/C due to severalfactors: the extent to which modifications ere requiredin existing pathway and station layouts, the highinitial cost indicated for fabrication and installation,and its general performance when compared withother systems.

Other factors for not considering procurement of theTransflex system include the urgency of Unit B/C con­struction and the time available for change orders, thelength of time required to reformulate a comprehensiveplan for materials management in the Heal th Sciencescompl ex that incorporates the advantages of such a system,and the general status of engineering and operationalexperience with the system as presently developed.

1.2

it~'

t

rcf,

Based on the preliminary findings and conclusions and on .

the compadrat!ve data in dApPfendix 2,. the followingh

h Irecommen atlOns are ma e or procuring a system t roug I_

bidding:

C,. Prepare specifications and bidding documents to include Ithe Pathfipd~ (Sovex-Marsha II) and Distributor (Ad:l- Bec) II

systems, with the Telelift (Mosler) system as an .alternate.

Recommendations

)

iUNIT B/C NO N-SCHEDULEDMA TERIALS TRA NSPORT SYSTEM

,.., "

Issue a change order that temporarily defers the castingof slab openings for stations on Floors 3 through 9, toprovide adequate clearances for any of the abovesystems •.

3. Develop plans, sections and details as bidding informa­tion to describe conditions for constructing one station onLevels 1 and 2 in Mayo Hospital, adjacent to thepresent record Ii ft room.

4. Proceed with schemati c floor plans to relocate thefollowing transport system stations (and slab openingswhere applicable): '

Station 3Station 8Station 9Station 10

Word Processing CenterMedi ca I RecordsAdmissionsBusiness Office (combined with Station 9)

5. Modify the system configuration as listed in the EmmettStudy as follows:

a. Retain Station 2 (Radi ology)b. Retain Station 7 (Ambulatory Surgery)c. Combine Stations 9 and 10 (Admissions/Business affid. Add a station at the record lift room on Levell

in Mayo Hospital, below Station 20 on Level 2.

6. Designate Station 8 (Medical Records) as the systemrej ect stati on.

7. As a deduct alternate, delete all system hardware atStations 15, 16, and 17 (Levels 5, 6, and 7) for apotential cost reduction of $12,000 - 15,000.

1.3

UNIT B/C NON-SCHEDULED• MAtERIALS TRANSPORT SYSTEM

J.. .

Unit B/C Drawings

Emmett Study

Summary Discussion

BACKGROUND

The contract documents for Unit B/C/dated 2 September 1975,provide for a system of 19 stations on Levels 1 throush 9 b..¥reserving space and op"'tnings for verticar and horizontalpsthways, shafts and stations. The pathwsy configurationis based on track or rai I-guided powered carriers and equipment,such as the Telelift (Mosler) or Rallypost (Diebold) systems.All items of system hardware, fire dampers and el ectricaldistribution are excluded from present contract work.

An economic justification of a complete system, containedin the Emmett Study and Summary Discussion of August 1975,recommends only 13 stations in Unit B/C, 1 station inMayo Hospi tal and a separate poi nt-to-poi nt system con­necting ststions assigned to the Medical Records departmenton Levels 1 and 2 in Unit B/C. Stations which are locatedin shell space, including Station 10 (Business Office),Station 15 (Neurology/Neurosurgery), Station 16 (Psychiatry/Psychology) and Station 17 (Dental) are omitted from thesystem. Stations which are projected to be underutilized,such ss Station 2 (Rsdiology) and Station 7 (AmbulatorySurgery) also are omi tted.

The economic analysis is bssed on estimated costs for thesystem which range from $370,000 to $430,000, escalatedthrough December 1977, and on a protected nfe expectsncyfor the system of 15 years" Cost esti mates are based oninformation obtained from representatives of Mosler (Telelift),Di ebold (Rallypost) and Ada-Bee (Distributor and Interlect)systems.

The study projects a savings of personnel in the MedicalRecords, Outpati ent Admi ni strati on, Pharmacy and Lab­oratory departments,assuming a commitment to use an auto­mated system for transporting non-scheduled charts, recordsand unit-dose drugs to clinics within Unit B/C and specimensto the main laboratories in Mayo Hospital.

The Summary Di scussi on of the Emmett Report concl udes thatfurther investigation is required to identify other andpotentral uses for the system and to confirm the number andlocation of stations; speci fically: .

-Establish a need for S station in Outpatient and/or MainRadiology to distribute x-ray film files.

-Establish a need for S station in Outpatient Administrstion.-Establish a need for separate station in Business Office or

the feasibility to combine stations at Outpatient Admissions(by providing an annunciator signal).. .

2.1

J...

UNIT B/C NON-SCHEDULEDMAtERIALS TRANSPORT SYSTEM

Summary of Assumptions

Administrative Transactions

BACKGROUND

-Determine the feasibility to combine the station at Ambula­tory Surgery with Surgery/Urology (by providing an an­nunciator signal).

-Determine the feasibility to vertically realign or horizontallycombine other stations which are proximate at levels 1 and 2to achieve installation cost savings.

Secondly, further investigation is required to identify allsuitable hardware systems and compare aspects of the equip­ment that pertain to function or operation with assumptionsnoted in the Emmett Study; namely:

1. Estimate the projected elapsed time intervals betweenstations for dispatch and receipt of items, based on therate{s) of travel, availability of containers and reliabilityof the system.

2. Determine the acoustic characteristics at stations andalong travel routes, particularly where the pathwaypasses above the ceiling over examination and consul­tation rooms.

3. Estimate the initial installation costs of the system,additional change order costs to the owner, and theprojected annual maintenance and operating costs.

Operational plans for the non-scheduled materials transportsystem, indicating commitments on a departmental basis touse the system, are described in the Summary of Assumptions,dated January 1976 and revised in March 1976. The as­sumptions are based on information contained in memorandaand notes of meetings with administrative staff membersduring the period October-December 1975.

In the summary, transactions between administrative,diagnostic and supply departments and the outpatienteli nics in Uni t B/C are described and separately diagrammedto identi fy items that wi II be transported by automatedcarrier. The projected number of items and the number oftrips per day are tabulated 1'0 indicate the traffic character­istics at each department.

Transactions with administrative departments, includingMedical Records, Word Processing Center, OutpatientAdministration, Outpatient Registration and Business Office,will almost exclusively involve the transporl of paper suchas admission forms, patient charts, reports, correspondence orcomputer forms. The following factors are noted:

2.2

, . U~I'T B/C NON-SCHEDULEDJ.. . MATERIALS TRANSPORT SYSTEM

Laboratory Transactions

BACKGROUND

1. The prime use of the system will be to transport medicalrecords from fi Ie storage to cI ini C5 on a non-schedul edbasis.

2. In consolidating file storage and record processing atLevel 2 in the Medical Records department, and as­signing transcription and research functions to Levell,the separate point-to-:point pathway of the materialstransport system (as justified in the Emmett Report) canbe deleted.

3. To promote use of the system, the elapsed time betweenthe request of a non-sc hedu led medi ca I record and itsreceipt at the particular clinic must be minimized.

4. When returning medical records in bulk from clinicsto file storage (or in transporting bound computerforms) there is a potential to exceed the rated weightcapaci ty of small carri ers.

Most of the transactions at Outpati ent I.JJboratory willinvolve the transport of specimens over an extended andcircuitous pathway to the main laboratories in MayoHospital •. The following factors are noted:

1. To control the spread of infection, spillage of poten­tially contami nated specimens must be prevented enroute,by securing a lid on all specimen containers, main­taining the specimen in an upright position, and/orsealing the lid on the automated carrier. A specialinsert is required to hold the specimen container(s)within the carrier.

2. The carrier and insert must be cleaned or sterilizedperiodically.

3. The specimen must be safeguarded against excessivespeed and moti on, or damage from impact duri ngtravel along the pathway.

4. The elapsed time between dispatch and receipt ofspecimens in IIstat ll conditions must approximate mes­senger service if the transport system is to be used.

2.3

· U,NH B/C NON-SCHEDULEDJ•• ' MATERIALS TRANSPORT SYSTEM

Pharmacy Transacti ons

Radiology Transactions

Supply Transactions

BACKGROUND

Most of the transactions at Outpatient Pharmacy willinvolve transport of unit-dose drugs or injections toclinics in Unit B/C. The following factors are noted:

1. The item to be transported must be cushi oned fromdamage enroute, requiring a special insert for thecarri er.

2. A latched cover, preferrably with a lock, is requestedby pharmacy personnel to ensure the control of drugsenroute to clinics.

3. To promote use of the system and mi nimize the numberof patients waiting in the clinics, the elapsed timerequired to deliver prescriptions must be equivalentto messenger service.

Many of the transactions with Outpatient Radfology involvethe transport of reports for signature and distribution toclinics or files. However, the capability to transportx-ray film files is most critical to including this station inthe syst"em. The following factors are noted: "

1. To promote use of the system in transporting x-ray filmfiles, the carrier proportions must accommodate filejackets, measuring 14-1/2 x 17 inches, withoutcreasing the films. \<Llu\\-r\ I:>Ol( ~ 1:, .. ", \L~ '#- H."

2. To avoid overloading by users, the rated weightcapacity of the carrier must be proportionate to thevolume of fi 1m jackets which can be transportedat one time.

The present plans for material management at UniversityHospitals do not include the use of an automated transportsystem for delivery of mail, medical and sterile suppliesor linen. However, the volume and weight capacity oravailability of carriers may be factors if the followingmodifications are made in the arrangements:

1. By adding a station at Levell near Central SterileProcessing or Central Dispensing in Mayo Hospital,medical and sterile solutions and supplies can bedispatched to stations in Unit B/C, by carrier.

2.4

UNIJ Blc NON-SCHEDULED. MATERIALS TRANSPORT SYSTEM

}., .

Inventory of Trips per Day

Frequencies of Transport

BACKGROUND

2. The turnover rate of medical supplies and the limitedamount of storage space available in clinics mayrequire more frequent delivery of non...scheduleditems than now assumed.

3. Future relocation of the present mail room to spaceadjacent to a transport system station in Mayo Hospitalwill facilitate the dispatch (and collection) of mailand correspondence to departments in Uni t Blc,particularly the Business Office.

The projected number of daily trips between currentlyassigned department and clinic stations in Unit B/c aresummarized in a matrix to identify stations of highest useand to indicate total system traffic. The data is compiledfrom several sources and is generally based on presenthospital operati ons.

A total of approximately~0-7f.r2trips per da'kuis indicatedIn the matrix. Assuming t at a transactions occur withinthe 16 hour period of clinic operation, the system will betransporti ng an average of 60-70 carri ers per hour.

The frequencies of trips within Unit sic and betweenUnit B/c and Mayo Hospital are diagrammed to indicatethe extent that carriers may be dispatched on a scheduledbasis (and induce "peak-Ioad" conditions).

The policy of scheduling dispatches, or accumulating itemsto be sent for bulk dispatch, is used primarily to conservemesse~ger servi ces. However, the tendency to "schedul e"dispatches will likely be reduced where carriers are avail­able at a particular station for immediate dispatch ofrecords or specimens, or where accumulated carriers needto be returned to home or reserve stati ons to keep thelocal station open. Where I'ab specimens or results (reports)are now held for messengers while patients wait, it isexpected that by fully utilizing the system, the waitingintervals can be reduced.

Typical peak-traffic peri ods, whi'ch are due to unscheduledappointments, are identified by department as follows:

Medical RecordsOUf'pati ent Radi 01 ogyOutpatient Laboratory

9:00-10:00 AM10:00-11 :007:30- 8:30

1:00-2:00 PM12:00-2:003:30-4:30

2.5

) ...UNIT B/C NON-SCHEDULEDMATERIALS TRANSPORT SYSTEM

I.

Connection BetweenUnit B/C and Mayo Hospital

BACKGROUND

Many of the dai Iy transactions between departments inUnit B/C and Mayo Hospital involve the transport ofitems by messenger, either on a demand or scheduledbasis. The particular routes between departments aredi agrammed to determi ne the travel time for each roundtrip. Using the same criteria as the Emmett Study of200 feet per minute walking and 1 minute for elevatortravel when applicable, the round trip times vary fromabout 5 to 9 minutes each.

From descriptions of the assumed admistrative and opera­tional procedures, the principal departments in MayoHospital which will use the non-scheduled materials trans­port system are as follows:

ift!

II

Department in Items per Trips per Trips perMayo Hospital Day Day (stat) Day (bulk)

Radiology File Storage 100+ ?Central Steri Ie Process ? ?Central Dispensing ? ?

e Main Laboratories 508 4 9Emergency 10-40 10-40 1Radiology ? ? ?

Business Office(satellite) 20 20Mail Room 50+ 2

In addition to the above figures, an estimated 200 medi­cal records wi II be transported by messenger to departmentaloffices in Mayo Hospital and returned. The number of~xpected trips on a demand or IIstat" basis is not availablefrom the radiology or supply departments.

The numbers of demand or schedul ed trips to transportspecimens from the clinical to the main laboratories arebased on holding specimens for up to one hour beforedelivery by messenger (and cart) rather than on the con­tinuous basis of an automated transport system.

location of Mayo Station To determine the feasibility of extending a pathway fromUnit B/C, the station in Mayo Hospital is assumed to belocated in one of three locCJliolis on Level 2: Room A201(Copy Center) near the Emergency Department; or Room C 103

2.6

UNIT B/C NON-SCHEDULED. MATERIALS TRANSPORT SYSTEM

Location of Mayo Station(continued)

BACKGROUND

(Lab Office), the location assumed by the Emmett Study;or Room D205 (Record Li ft), the preferred location tolink the existing record lift with the projected transportsystem.

Other considerations for selecting a pathway include theoptions to branch from the present horizontal loop abovethe ceiling of Level 1 in Unit B/C; available clearancesbetween structure, suspended ceiling and mechanical duct­work or piping; the present functions in rooms affectedby installation of the pathway; and future access formaintenance.

.. '

UNIT B/C NON-SCHEDULEDt\J..ATERIALS TRANSPORT SYSTEM

BACKGROUND

PerformanceCri teria

Function

The proposals by vendors to install a non-scheduled materialstransport system in Unit B/C generally respond to thefollowi ng consi derati ons of hardware performance as theyrelate to aspects of function, procurement, installation,maintenance, and costs:

1) Carrier capacity (volume and allowable weight)2) Rate{s) of travel and elapsed travel time between stations3) Acoustic characteristics at stations and pathways4) Infection control in operations and housekeeping5) Protection for laboratory specimens and flui ds6) Carrier security for control of drugs and records7) Selective dispatch controls from any station8) Reject mechanisms for miscoded carriers9) Simplicity and safety of operation for using personnel

10) Over! oad and protecti on devices for system .hardware11) Centralized or decentalized monitoring capabilities

Procurement

Installation

1)2)

--\73 )4)

1)2)3)4)5)6)7)

Schedule for engineering, fabrication and deliverySchedule for installation and testingProprietary features which limit market competitionList of previ ous install ali ons and references

Ri ser di agram of pathway system and stati onsPlans indicating compatibility with building systemsSpace requi rements and arrangements for stationsAccess panels, fire dampers and other componentsSpace requ irementsan~ Iocati ons for power sources

Requirements for electrical power and distributionProvisions to expand system (pathways, stations, controls)

Mai'ntenance

Costs

1) Length of time that features have been marketed2) Availability of components and trained service personnel3) Warranty of system and components during useful life4) Reliability of system and expectations for downtime5) Manual alternatives during system malfunctions6) Operaling instructions and maintenance schedules

1) Installation costs for Unit B/C and Mayo Hospital2) Cost reductions for stations deleted or shelled3) Annual operati ng and rnai ntenance costs

2.8

• y'

UNLT B/C NON-SCHEDULEDMATERIALS TRANSPORT SYSTEM

Purpose

Selection of Sites

Installati ons

SITE VISITS

Site visits have the primary purpose to obtain informationabout the actual performance of system hardware as ex­perienced by administrative and maintenance personnelat existing installations. Such aspects include detailsof pathway and station design; operational characteristicsof the carriers and coding devices; type of items transportedin the system; requirements for capacity and travel rates;sechedules for preventative maintenance and training; andsystem reliability or service experience during the initialand subsequent peri od of operati on.

The particular transport systems that are being evaluatedfor Unit B/C have considerably di Herent records in pro­duct development, engineering, marketing, installationand maintenance of domestic projects. The number ofinstallations for the systems range from one to over fivehundred.

The selection of example installations from lists furnishedby vendors is based on the following assumptions:

1. The inspection of one (semi -operational) installationfor each system is necessary to evaluate mechanicaland acousti cal aspects of the hardware.

2. The confi gurati on and use of the representative systemis similar to the projected system in Unit B/C.

3. The site is either in the Midwest or Northeast regions.

4. Aspects of engineering or maintenance are especiallypertinent.

General impressions and evaluations of the transport systemsare based on observations and discussions at the followingsites:

Install ati on City System

Trip No.1 (7-9 April 1976):

~ Anchor Conveyors• Midland Hospital. McMasters Medical Cnt.

Dearborn, MIMidland, MIHami Iton, Ont •

TransflexTransflexTelelift

. 2.9

Trip No.2 (19-23 April 1976):

.y-

UNIT B/C NON-SCHEDULEDMAiERIALS TRANSPORT SYSTEM'-

Installations (continued)

SITE VISITS

Installation

Rhode Island Hospital. Place of Justice· Ada-Bee Systems· Tufts NEMC- Children's HMC· John Hancock Center

City

Provi dence, RI .Montreal, Que.Montreal, Que.Boston, MABoston, MABoston, MA

System

Horiz/VertAutopageDistributorTeleli ftHoriz/VertHoriz/Vert

IIIII

Trip No.3 (13-14 May 1976):

· Columbus Hospital· LaGuardia (HIP) Hospital

Chicago, ILNew York, NY

Horiz/VertPathfinder

Findings The following comments are based on notes from meetingsand discussions with administrative and maintenance staffmembers who are routinely involved with the transportsystem operation at the various sties:

1. The institutions wilh existing pneumatic tube systemsnow tend to discontinue or curtai I operation of thesystems due to requirements for more capacity andreliability rather than reduced delivery time.

2. The automated materi als transport systems are generallyused in conjunction with messenger services for IIstat ll

situations and manual carts for bulk handling of supplies,in spite of intentions to include the transport of allitems in a single mode.

3. Where administrative guidelines for manditory use ofthe transport system are informal or based on departmentalII pre ferences, II the sysl·em appears to be underutilized.

4. Confidence in the reliability and efficiency of the systemdepends on the response and success of the mai ntenancestaff to correct mal functions·, particularly during theinitial period of operation; and on supervisory staff toadequately and frequently train personnel in the properuse of the system. These factors of mai ntenance andoperation also affect the the utilization of the system.

2. 10

.... ,

UNIT B/C NON-SCHEDULEDMkTERIALS TRANSPORT SYSTEM,

Findings (continued)

SITE VIS ITS

5. In some cases, the system is not used intentionally.For example, at McMasters University Medical Center,laboratory specimens are not transported in the Telelift(Mosler) system to avoid contaminaHon through spillagefrom the carri er, and x-ray fi Im fi Ie jackets are de­liberately oversized for the carrier to prevent the

I dispatch of records from the Radiology Department.

6. Except for the Transflex (Anchor) system installationin open supply and service areas, noise induced fromcontinuous operation of the pathway is generally un­noticed, particularly in areas with acoustic tile ceilingsor generally higher levels of background sound. At Tufts

11 New England Medical Center, where the Telelift {Mosler;I system pathway passes above the suspended ceiling inII some examination rooms, the acoustic conditions areI reported as satisfactory. At many installations, the

vertica I lifts are ene! osed by rooms with fire-rated doorsand partitions to further isolate noises from the system.

7. Most of the conditions which cause carriers to jamb or to"orbit" in horizontal and vertical pathways of the systemor which cause carriers to be sent 10 a reject station(and result in delays) are attributable. to errors in thedispatch and receiving procedures at a station; namely:

a) The overloading of a carrier by volume (where thecover bulges or lifts or loads project above the rim andwhich causes the carrier to jamb in the pathway at pointsof low clearance) can be avoided by using a rigid coverwith positive latch or lock, by not filling the carrier tocapacity or by installing a low;clearance bar at thedispatch portal to prevent a carrier from entering thepathway system.

b) Incoming carriers are most frequently sent into a re­circulating loop or "orbit" in the system when the re­ceiving station is filled to capacity with accummulatedcarriers. Audio and/or visua! signals at the local statiO!and at a central supervisory center are required tomonitor the system for this condition.

c) Carriers can also be sent into redrculating orbits ordirectly to a reject station if encoding tabs are im­properly set at the time of dispatch. Adequate trainingof personnel can minimize this situation.

2. 11

UNIT B/C NON-SCHEDULEDMkTERIALS TRANSPORT SYSTEM

Findings (continued)

SITE VISITS

d) In systems that are operated over a 24-hour period,carriers are somel"imes dispatched by inquisitive house­keeping staff from stations which are normally closedovernight. The carriers recirculate in orbit until re­jected if the code is set" for a non-existent station. Akeyed lock install ed on the dispatch control at eachunsupervised station can prevent use of the system byunauthorized personnel.

e) The operator may not have time to properly set theencoding tabs or station selector dial before the carrieris injected into the system,when dispatch is automaticaHer a carrier is placed on the transfer mechanism ata vertical lift. This can be controlled by installing amanual rather than an automatic dispatching switch.

f) Time is wasted when several staff members respondto remote annunciator signals which indicate the arrivalof a carri er wi thout di fferenti ati ng between the vari ousdepartments shari ng the stati on. Separate annuni catorsignals should be activated by the unique carriercode or be manually control Ied by assi gned personnel.

e g) Remote monitoring signals indicating the arrival ofa carrier, an overloaded station or a system malfunctionoften are unnoti ced. Response can be improved by com­bining audio and visual signals and by locating monitorin~

panels in active areas and in convenient view from ad­jacent desks or work counters.

8. At the institutions included in the tours, most of thesystems are operated from 9 to 16 hours per day andand from 5 to 7 days a week. The pathways generall)'are cleared at the end of each day by diverting allcarriers remaining in the system to the reject stationfor overnight storage and dispatch the followingmorning.

9. After initial testing and the first year of operationunder the warranty, the maintenance personnel assigneeby the Hospital are more familiar and innovative withadjustments of the system than service representativesof the manufacturer. Where maintenance programsare particularly successful, a single mechanic/tech­nician is responsible for continuing operation of theequipment as a "fool" of materials management.

2. 12

.--UNIT B/C NON-SCHEDULED •MATERIALS TRANSPORT SYSTEM

I

Fi ndi ngs (conti nued)

SITE VISITS

10. In the layout and installation of the pathway, it isessential to provide convenient access to powersupplies, drive motors, conveyor take-up assembliesand other items which require adjustment, lubricationand/or servicing. It is equally essential that allhorizontal pathway intersections and turns, risersor junctions with vertical lifts be accessible to re­tri eve carri ers when jambs occur at these Iocati ons.

11. A service log generally is maintained with the equip­ment, including motors, carriers (if motorized),switches or diverting mechanisms and transfer devicesalong the pathways or at stations. Spare parts in­cluding power supplies are stocked within theinstitution to minimize downtime required to obtainmaterials. With the Telelift (Mosler) system, a testcenter including a workbench with track and powersource is required for maintenance programs.

12. Pathways in the Telelift (Mosler) system are cleanedwith a vacuum car after operating hours to avoidacoustic disturbance. In the operation of conveyor~tems,iQebris is deposited on the horizontal surface

elow the end roner assembly of each conveyor bert ••

13. After the first (and atypical) year of operation, theannual costs for maintenance and parts are generallystabilized. For two of the Telelift (Mosler) systemsinspected, the amount budgeted annually for partsranges from $5,000 to $7,000. Most of the institutionvisited estimate that one man working from half tofull time is required to adequately maintain the system.

2. 13

...UNIT B/C NON-SCHEDULED

. ~AiERIALS TRANSPORT SYSTEM

Number and Cost of Carri ers

Capacity of Carriers

NUMBER AND CAPACITY OF CARRIERS

Tab Ies on a foil owi n9 page indi cate the number andapproximate distribution of transport carriers that areproposed for each of the systems. Recommendations byvendors are assumed to be based on proj ected traffic dataas outlined in the Summary of Assumptions, revised March1976, and on the number of stations as noled. Ten of themotorized Telelift carriers are assigned as spares for main­tenance, service, peak-load use or reassignment to high-

! use stations after the system is operational. Spare carriers;n the Transflex system are held in reserve (holding) loopswhile most of the remaining carriers are constantly recir­culated within the pathway system, spaced apart at 50-footintervals.

Also indicated are the approximate unit costs and total inven­tory value of the carriers. Costs range from $66 - $80 eachfor open tray types with imbedded encoding plates (Diebold)and Anchor) whi ch are suffi ciently inexpensive and versati Ieto consider using spares as pre-sorting bins for records orsupplies: to $125 - $130 each for portable brief-case typeswith movable-tab encoding devices and hinged covers (Ada­Bee and Sovex-Marshall); to $950 - $ 1000 each for a motorpowered vehicle type (Mosler).

The nominal compartment dimensions, interior volume andrated wei ght capaci Hes are also Iisted for each carri er.

In the Pathfinder and Distributor systems, records and filesare transported on edge (vertically, as in a briefcase). Inthe Horizontal/Vertical and Transflex systems, records andfiles are transported in a stacked or flat condition. Inthe Teleleft system, the compartment (and contents) arerotated duri ng ascent or decent along the pathway and aspecial gimbal device within the compartment is requiredto maintain an upright position enroute for lab specimencontai ners.

A smaller Telelift carrier (Model 850) is also available withnominal compartment dimensions of 18 x 12 x 4 inches andan interior volume of 864 cubic inches. This model is ratedfor the same weight capacity as the Model 1700 carrier, butit is not proposed for the system in Uni t B/C because therequired gimbal device is not designed for the smaller com­partment.

3.1

." ,. ,

MATERIALS TRANSPORT SYSTEM

.,Evaluation of Carrier Capacity

NUMIH:I< Al"-ll) CAPACII Y OF CARRll:kS

Figures indicating the actual useable capacity of thecarriers for transporting medical records, x-ray films,computer forms and laboratory specimens, or" listedin a separate table which follows.

The figures for the Pathfinder carrier are based on a non­stacking prototype with straight sides and ends, and withnominal interior dimensions as n·..,ted. Ada-Bee represen­tatives indicate that the new carrier available for the Dis­tributor system is similar in capacity. For either system, anactual carrier is not available for evaluation at this timeand it is assumed that the useable volume is not appreciablyreduced by hi nged covers or latching mechanisms.

Medical Records & Computer Forms The tests conducted by staff members of University Hospitalsindicate that the Pathfinder (and Distributor) carriers canhold an average of 10 medical records, that the Teleliftcarrier and Diebold tray can hold an average of 200r morerecords and that the Transflex container can hold more than30 average records. Based on informati on contai ned in theSummary of Assumptions, not more than 5 non-scheduledmedical records are generally requested or dispatched atone time.

~ Tests also indicate that, when filled to capacity withmedicai records or computer forms, the rated capacity forthe large model Telelift carrier is exceeded by approximately30%. If operated under this condition, overload devicesmay disconnect power to the carri ers at poi nts of verti calassent on the pathway to prevent damage to drive motors oron-line switches. This could occur with some frequency ifrecords are accumulated in clinics and normally returned inbulk to file storage, particularly when few carriers areavailable {Mosler proposes only 2 carriers per station}.

The rated capacity of the Pathfi nder carri er is exceeded byapproximately 35-40% only when fully loaded with computerforms. Over""a particular section of powered belt-conveyoror vertical lift, in any of the systems other than Telelift,the load of all carriers enroute over that section is averaged,and an . occassional carrier overloaded by weight is notcritical to the continuous functioning of the drive mechanism.

3.2

.~.

.. u'Nn B/C NON-SCHEDULED

MATERIALS TRANSPORT SYSTEM

X-Ray Film Files

Laboratory Specimens

NUMBER AND CAPACITY OF CARRIERS

According to the figures Iisted, the carrier for the Path­finder Qnd presumably the Distributor) system is proportionedfor the transport of x-ray film files set on edge. The dimensionsof a file jacket are approximately 14-1/2 x 17 inches. Theinterior volume and the rated capacity by weight are cor­related, as indicated in the table, so that transport offiles in bulk normally will not overload the system.

If the Distributor (Ada-Bee) carrier is suppl ied with a cover,the files must be placed at an angle or slightly bent withinthe compartment and the number of fi Ies transported pertrip wi II be reduced.

The Telelift carrier will hold an average of only 5 x-rayfilm files, slightly bent within the compartment duringtransit. The Diebold carrier can be overloaded withx-ray film files, with files transported in a stacked orflat condition.

A typical laboratory container for specimens other thanblood is assumed to have a maximum cylindrical volumeapproximately 3 inches in diameter and 6 inches high.The shape will accommodate standard urinalysis and urineculture containers or a cluster of approximately 10 tubesof blood specimens set in a cup-type container in transit.

According to the figures listed, the larger Telelift (Mosler)carrier with gimbal or basket inserts will transport 10cylindrical container volumes (5 in each basket) at onetime. lhis is equivalent to 10 urinalysis or 60 bloodspecimen containers.

Assumi ng 2 stacked trays per carri er, the Pathfi nder(Sovex-Marshall) and Distributor (Ada-Bee) system carrierwill transport 24 containers at one time. The largercarriers in the Horizontal/Vertical (Diebold) and Transflex(Anchor) systems wi II transport up to 35 contai ners.

3.3

UNIT B/C NOI~ -SCtll:lJULtlJ I'-lLJMbl.:l' Al-..lU \....AI'Al...lll Ur- 1...1-\1\1\11.:1\.':>

. WITERIALS TRANSPORT\.. ,

W1anufacturer Sovex-Marshall Ada-Bec Mosler Diebold Anchor, System PATHFINDER DISTRIBUTOR TELELIFT HORIZ/VERT TRANSFLE:

The figures below indicate the number, cost, type and capacity ofcarriers and are based on information contained in the proposalsfor each system or in meeting notes:

Total Number of Carriers 100 96 50 150 788Number of Stations 20 16 20 19 20Carriers per Station 5 6 2 7-8 10Carriers in Pathway 400Spare Carriers 10 188

Unit Cost per Carrier $ 125 $ 130 $ 950 $ 65 $ 80Total Cost of Carriers $12,500 $12,480 1 $47,500 $9750 $63,040

Type or Model Number No. 1700 Type DNominal Dimensions (in) 18x6x15h 18x6xl4h 18x12x8h 21x16xBh 22x16xl0hInterior Volume (cu. in.) 1620 1512 1728 2688 3520Rated Capacity (Ibs) 20 20 20 40 100Design Capacity (Ibs) 20 20 20 40 30

CAspect of Carrier vertical vertical horiz/vert horizontal horizontal

The figures below are derived from tests conducted by staFf membersof University Hospitals in evaluating the actual useable capacityof the carriers for transporting medical records, x-ray films, compute I

forms and laboratory specimens '

Number of Medi cal Rcds. 10 20 22 33Weight of Medical Rcds. 14.0 Ibs. 28.6 30.8 44.0

Number cf X-Ray Fi les 19 5 58 75Weight of X-Ray Fi les 20.9 Ibs. 5.5 70.4 106.7

Weight of Computer Forms 27.5 Ibs. 31.0 34. 1 39.6

Number of Lab Containers 24 24 10 35 35

3.4

.. '

~ UNIT B/ C NO N-SCHEDULED ESTIMATED TRAVEL TIME BETWEEN STATIO NSI MATERIALS TRANSPORT SYSTEM

Travel Time Functions The tables on following pages indicate the estimatedelapsed time for carrier travel between selected stations.This elapsed time is a function of the horizontal andvertical rates of travel, the length of intermediatepathways, the direction of travel, and the number ofcross-over switches installed to avoid major loops inthe system.

The figures for each system are based on data furnished byvendors with the initial proposals. A time matrix is notavailable for the Pathfinder (SC'vex-Marshall) system andthe proposa I for the Distributor (Ada-Bec) system does notcontain a complete matrix.

Transport of Medical Records

Transport of Phannaceuticals

The average elapsed time for carrier travel, in transportingnon-scheduled medical records from Station 8 (Medical Recordsfi Ie processing and storage functi ons) to the outpatientclini cs in Unit B/C, wi II be approximately 3 minutes withthe Distributor and Telelift systems to 5 or 6 minutes withthe Horizontal/Verti calor Transflex system.

These figures can be compared to calculations in the EmmettStudy where the average elapsed travel time from MedicalRecords to the outpatient clinics is estimated to be 2 minutesby wa! king and 2 to 3 minutes by automated co rri er •

In responding to requests from Inpatient Admissions or thesatellite Business Office, it will require an average of 5to7 minules to transport records by carrier from Station 8(Medical Records) to Station 20 (Mayo Hospital) with theDistributor or Telelift system and 9 or 13 minutes with theHorizontal/Vertical or Transflex system.

As indicated in the Summary of Assumptions, revised March1976, the estimated round trip travel time between StaHon 8and Station 20 at Level 2 is approximately 5 - 6 minutes formessenger servi ce.

The average elapsed time for carrier travel, in transportingunit dose drugs or injections from Outpatient Pharmacy toclinics in Unit B/C, will be approximately 4 to 6 minuteswith the Distributor, Telelift and Horizontal/Vertical systems01'9 minutes with the Transflex system.

These figures can be compared to calculations in the Emmel'tStudy where the average elapsed travel time from Out­Patient Pharmacy to the clinics is estimated to be 2 minutes

by wa Iking and 4 to 5 minutes by automated carrier.3.5

UNIT a/c NO N-SCHEDULED, MAT-ERIALS TRANSPORT SYSTEM.... .

Transport of Lab Specimens

ESTIMATED TRAVEL TIME BETWEEN STA TIO NS

It is assumed that most of the specimens from ambulatorypatients will be collected at the Clinical Laboratory.The specimens wi II be transporred to the main laboratoriesin Mayo Hospital (if not processed at the satellite facility)and the results will be sent directly to the clinics wherepatients have returned to wait. The processing time wi IIvary according to the type of test(s), avai lab Ie techni cians,workload and capacity of e9uipment. However, from datafurnished by the vendors, the approximate time requiredfor transport of both specimen and lab report can be established:

The average elapsed time for carrier travel, in transportingspecimens from Station 1 (Clinical Laborato ry) to Station 20(Mayo Hospital), will be approximately 4 or 5 minutes withthe Distributor and Telelift systems to 8 or 9 minutes withthe Horh:ontal/Vertical and Transflex systems.

These figures can be compared to calculations in the EmmettStudy where the average e lapsed travel time from theClinical Laborabory to Room C203 near the main laboratoriesin Mayo Hosp:tal is estimated to be 3 to 4 minutes by walkingand 4 to 5 minutes by automated carrier.

The figures below indicate the combined round-triptravel time and the minimum assumed loading and un-Ioadi ng time in mi nutes for one carri er-cyc lei n theDistributor (Ada-Bee) and Telelift (Mosler) systems fromClinical Laboratories in Unit B/C to Mayo Hospital andreturn:

Ada-Bee MoslerDISTRIBUTOR TELELIFT

Station 1 to Station 20 3.5 4.7Station 20 to Station 1 3.0 7.2Total round trip (minutes) 6.5 TG

Load/unload time 5.0 5.0Total cycle time (minutes) IT:5 16.9

Number of cycles per hour 5.2 3.5Number of cycles per day 47 32

3.6

...,UNIT B/C NON-SCHEDULED

, MAltER"IALS TRANSPORT SYSTEM

Transport of Lab Reports

Waiting Interval for Lab Results

ESTIMATED TRAVEL TIME BETWEEN STATIONS

The average elapsed time for carrier travel, in transportinglaboratory reports from Slation 20 (Mayo Hospital) to theclinics in Unit B/C, will be approximately 5 or 7 minuteswith the Distributor and Telelift systems to 14 or 17 withthe Horizontal/Vertical and Transflex systems.

These figures can be compared to calculations in the EmmettStudy where the average elapsed travel time from Room C203(near the main laboratories in Mayo Hospitoal) to the clinicsin Unit B/C is estimated to be 3 to 4 minutes by walking and7 to 8 minutes by automated carrier.

The following figures indicate the minimum and maximumtotal elapsed time reguired for transporting specimens fromthe Clinical Laboratory to the main laboratories and sendingreports to clinics in Unit B/C, not ircluding processing orholding time:

Distributor (Ada-Bee)Telelift (Mosler)Horizonta I/Verti cal (Di ebold)Transflex (Anchor)

8 to 10 (average 9) minutes10 to 13 (a verage 12) miIlutes17 to 24 (average 22) minutes20 to 35 (average 26) minutes

Transport of X-Ray Fi lesand Medical Supplies

Summary

The elapsed time required to transport laboratory reportsfrom a central and shared station on Level 2 in MayoHospital to the outpatient clinics in Unit B/C will beapproximately the same as the time re9uired to transportX-ray film files or medical supplies from a second andproximate station located on Levell to the same clinics.

As first shown by calculations in the Emmett Study, non­scheduled items are more rapidly transported by messengerservice than by mechanical systems of the type proposedfor installation in Unit B/C. The assumptions contained inthe study, regarding the probable elapsed time requi red forcarrier travel between stations, correlate with the timematrix furnished by Mosler in the proposal for the Teleliftsystem.

In general, the figures indicate that with the Distributor(and presumably the Pathfinder) system, the elapsed timefor carrier travel between stations will be less than withthe Telelift system. The figures also indicate that elapsedtravel times with lohe Telelift system are doubled with theHorizontal/Vertical and Transflex systems, particularlyin transporting medical records to the clinics and intransactions between Unit B/C and Mayo Hospita I.

3.7

)\

UNIT B/C NON-SCHEDULEDMATERIALS TRANSPORT SYSTEM

ESTIMA TED TRAVEL TIME BETWEEN STATIO NS

Ada-BeeDISTRIBUTOR

Sovex-MarshallPATHFINDER

IMosler Diebold Anchor ITELELIFT HORIZ;VERT TRANSFLEX I--------------- --------:-------

ManufacturerSystem

The figures below indicate the estimated elapsed time in minutes forcarrier travel between Station 8 (Medical Records) and the clinics inUnit B/C including Station 3 (Word Processing and Medical Informa­tion Center) and Station 20 (Mayo Hospita I):

4 Orthopedi cs/PM&R/EKG 2.0 2.2 5.8 5.95 Obstetri cs/GYN 0.9 .4 4.96 Surgery/Urology/Derm 3.0 5.0 6.97 Ambulatory Surg/Procto 3.6 4.0 8.0

12 Medicine 2.0 2.3 5.6 5.913 Fami Iy Practi ce/Neuro 4.5 2.4 5.4 6.914 Pediatrics 4.0 2.6 5.2 6.615 Shell 2.7 5.0 6.416 Shell 2.9 4.8 . 6.217 Shell 3.0 4.6 6.018 ENT/Audiology/Psych 3.2 4.4 5.919 Ophthalmology 3.2 3.3 4.2 5.6e --- --- -----

Average 3. 1 2.7 4.9 6.3

3 Word Proc. Center 4.2 4.7 4.320 Mayo Hospital 5.7 6.7 9.0 12.7

The figures below indicate the estimated elapsed time in minutes forcarrier travel between Station 11 (Pharmacy) and the clinics inUnit B/C:

4 Orthopedics/PM&R/EKG5 Obstetri cs/GYN6 Surgery/Urology/Derm7 Ambu latory Surg/Procto

12 Medicine13 Family Praotice/Neuro14 Pediatrics15 Shell16 Shell17 Shell18 ENT/Audiology/Psych19 Ophthalmology

Average

4.24.0

3.2

3.8

4.8 4.9 8.83.5 7.0 7.85.5 4.2 9.96.1 3.0 11.04.9 4.7 8.54.9 4.5 9.65. 1 4.3 9.35.2 4. 1 9.15.4 3.9 8.95.5 3.7 8.75.7 3.5 8.65.8 3.3 8.3-- ---5.65 4.2 9.0

3.8

ESTIMA TED TRAVEL TIME BETWEEN STATIO NS.

• j

UNIT B/C NON-SCHEDULEDMATERIALS TRANSPORT SYSTEMw·· -

ManufacturerSystem

Sovex-Marsha IIPATHFINDER

Ada BecDISTRIBUTOR

IJ

IMosler Diebold Anchor ITELELIFT HORIZ/VERT TRANSFLE)

The figures below indi cate the estimated elapsed time in minutes forcarrier travel between clinics in Unit B/C to Station 1 (ClinicalLaboratory) for the transport of specimens collected in the clinics:

4 Orthopedi cs {PM &R/EKG5 Obstetri cs/GYN6 Surgery/Urology/Derm7 Ambulatory Surg/Procto

12 Medicine13 Family Practice/Neuro14 Pediatrics15Shell16 Shell17 Shell18 ENT/Audiology/Psych19 Ophthalmology

Average

2.5

3.5

3.0

1.3 5.02.4 3.42.7 5.62. 1 5.71.4 4.85.8 4.65.6 4.45.5 4.25.3 4.05.2 3.85.0 3.64.9 3.4

3.9 4.4

4. 15.0

10.911.94. 16.05.85.55.35. 1

6.4

The figures below indicate the estimated elapsed time in minutes forcarrier travel between Station 1 {Clinical Laboratory} in Unit B/Cand Station 20 (Main Labs) in Mayo Hospita I for f'he transport ofspecimens not processed in the satellite faci lity:

3.5 4.7 8.3 9.3

The figures below indicate the estimated elapsed time in minutesbetween Stal"ion 20 (Main Labs) in Mayo Hospital to clinics inUnit B/C for l"I,e transport of laboratory results:

4 Orthopedics A'M&R/EKG5 Obstetri cs /GYN6 Surgery/Ul"Ology/Denn7 Ambulatory Surg/Procto

12 Medi cine13 Family Practice/Neuro

14 Pediatri cs15 Shell16 Shell17 Shell18 ENT/Audiology/Psych19 Ophthalmology

Average

4.55.06.06.54.56.7

5.75.5

5.5

6.7 15.65.4 12.47.4 9.58. 1 8.46.8 15.46.9 15.27.0. 15.07.2 14.87 0 3 14.67.5 14.47.6 14.27.8 14.0---- ---7. 1 13.6

10.314.322.425.510.3

16.6

3.9

w'- • ..

c

UNIT B/C NO N-SCHEDULEDMA1ERIALS TRANSPORT SYSTEM

Rate of Travel

Station Capacity

PATHWAY AI'lD STATION CAPACITY

In addition to the number of cross-over switches installedto avoid major loops in the pathway system, the elapsedtime for carrier travel between stations is a function ofthe horizontal and vertical rates of travel, the length ofintermediate pathway and direction of travel.

The rates of trave I for each of the systems are tabu lal'ed ona page which follows. In the systems using light belt­conveyors {Path finder and Distributor}, the horizonta I rateof travel is more than 3 times the vertical rate{s} of thelift components. In the other systems, the rate of travelfor the horizontal is the same as for the vertical components.

If the high rate of travel for horh:ontal conveyors is reducedduring operation of the Pathfinder or Disl"ributor system {toprolong component life or conserve energy}, the el.apsedtime of carrier travel between stations as indicated ina previous section wi II increase proportionately.

('

Another factor in determining the elapsed time for carriertravel, from dispatch to arrival, is the capacity of a typicalstation to receive incoming carriers. A table on a followingpage indicates for each of the systems the number ofcarriers that can accumulate at typical stations before sub­sequent carriers are sent into recirculating orbit{s) or loop{s}.Extra carriers need to be returned to home or reservestations to keep the local station open.

When several carriers are scheduled for dispatch to asingle station in rapid succession, as with a procedurediscussed in a subsequent section to transport medical recordsin bulk, personnel at the receiving station must be preparedto remove incoming carriers at once or the station capacitymust be increased to accommodate the I!surgel! condition.

3.10

r- •

Ul"-lll B/C l'-JOI"-l-~CHtUULtU

. ~TERIALS TRANSPORT SYSTEMl

l"AI1IYVA Y ANU ~IAIIU1'-l CAt-'ALI I Y

ManufacturerSystem

Sovex-MarshallPATHFINDER

Ada-BeeDISTRIBUTOR

Mosler Diebold AnchorTELELIFT HORIZ/VERT TRANSFLE

The figures below indicate the rates of travel in feet per minute onhorizontal a~d vertical components of system pathways:

Horizontal Rate of TravelVertical Rate of Travel

20060

20060

100

1007575

7070

The figures below indicate the handling capacity of pathway com­ponents expressed as the number of carriers per mi nute:

Horizontal Path CapacityVertical Path CapacityBranch Lift Capaci ty

10102

884

148

Spacing of Carriers

The figures below indicate the distance in feet that carriers areautomatically spaced apart during travel on horizontal pathways:

I 10 5

The figures below indicate the number of carriers that can accummlo:at typical stations before subsequent carriers are sent into a recir­culating loop:

Station Capacity (FIrs 1-2) 3 3 2 3 3Magazine Capacity 1 3 1 1 1Total per Station T 6 3 T T

Station Capacity (FIrs 3-9) 3 2 2 3 3Magazine Capacity 1 1 1 1 1Total per Station T 3" 3 T T

The figures below indi cate the approximate length of pathwaysin linear feet for each of the systems including main line,recirculation or storage loops, spurs to stations and shafts:

Horizonta I Pathway

Vertical Pathway

Total Pathway

1760300

2060

2400320

2720

2050330

2380

1850300

2150

3500400

3900

3.11

UNLT B/C NO N-SCHEDULED. tM TERIALS TRANSPORT SYSTEM

Bulk Delivery of Records

Carriers Required/Station Capacity

CAPACITY OF SYSTEM FOR BULK DELIVERY

The factors which need to be established, if it is anticipatedthat the system may be used to transport some bulk or scheduleditems, such as medical records, include an estimate of thevolume to be transported at one time, the capacity of carriers,the number of carriers available and the capacity of stationsto receive carriers in rapid succession (which is discussed ina previous section).

As an example, the table below indicates the number andcapacity of carriers that are required at the beginning ofa clinic day to transport the scheduled charts in bulk frommedical record storage to each of the clinic stations inUnit B/C. If the present arrangement for retrieving, pro­cessing and holding medical records is continued and allscheduled records are dispatched at one time, an overloadcondition is shown at most of the receiving stations if thePathfinder, Distributor, or the small Telelift system carrieris used (which hold up to 10 records), and if personnel arenot available at the time of delivery to remove incomingcarriers. Also, more carriers are required than are proposedto be assigned at several of the stations or included inthe entire Telelift system.

If a larger carrier is used (such as the Diebold type whichholds 20 or more records by weight and volume), the re­ceiving capacity at typical staHons is exceeded in severalclinics only during peak conditions.

Information in the following table is derived from datacompi Ied by the Medi cal Record department over a 6­month period:

No. of Scheduled No. Carriers Req1d.Medical Records/Day for Bulk Delivery

Station Average Peak 10/carrier 20/carrier

4 Orthopedic/PM&R/EK G/Neuro 28 36 3- 4 2-25 Obstetrics/GYN 61 100 6-10 3-56 Surgery/Urology/Derm*7· Ambulatory Surgery/Proct 53 90 5- 9 3-5

12 Medicine 86 99 9-10 4-513 Fami Iy Practice/Neurology 26 26 3 214 Pediatrics 97 129 10-13 5-615 Shell 54 77 5- 8 3-416 Shell 11 10 1 1

C 17 Shell 10 12 1 118 ENT/Audiology /Psych 45 67 5- 7 3-419 Ophthalmology 86 86 9 5

Total Number of Carriers Reguired 56-75 30-40

* combined with Station 7, Ambulatory Surgery 3.12

.-.. ..

UNIT B/C l'-JON-~CHtlJUU:lJ

MA.TERIALS TRANSPORT SYSTEM•I

Specimen Transport Study

CAI-'ACII Y Ul- ::> Y::> I tM 101 KAN::>POR I SPECIMENS

The figures below are the daily average number ofspecimens processed per hour through the present Out­patient (Clinical) Laboratories, according to a studydiscussed in a HospitClI memorandum dated 25 Nov. 1975:*

7:30 8:30 9:30 10:308:30 9:30 10:30 11 :30

11:3012:30

12:30 1:30 2:30 3:301:30 2:30 3:30 4:30

Blood specimens to be testedat OPD Laboratory

Blood specimens to be tested atChemistry Lab

Urine (24-hour) specimenssent to Chemistry Lab

23 17

146 31

8 3

21

42

2

13

32

2

14

15

2

15

18

10

17

12

19

o

12

82

o

Routine urinalysis specimenssent to Chemistry Lab

19 9 10 7 7 9 10. 10 6

Total number of specimensreceived at OPD Laboratory(645 specimens per day)

196 60 75 54 38 43 38 41 100

Total number of specimensdispatched from OPD Lab(508 specimens per day)

173 43 54 41 . 24 28 28 29 88

Capacity of System Based on figures listed in previous sections which discussthe number anJ capaci ty of carri ers (page 3.3) and theestimated travel time between stations (page 3.6), theperformance of the systems to transport laboratory speci­mens can be compared as follows:

With the Distributor (Ada-Bee) system, a round trip cyclebetween the Clinical Laboratory and Mayo Hospital will beapproximately 12 minutes, which provides 5 cycles per houlA single carrier loaded with 24 containers can transport120 specimens per hour. Using all 6 carriers assigned to tlstation, one carrier can be dispatched every 2 minutes.

* From Nancy Kay Omundson (University Hospitals) toJohn Scott (TAC).

3. 13

....

UNIT B/C NON-SCHEDUU:D CAPACITY O~ SYSH:M TO TRANSPORT SPECIMENS• MATERIALS TRANSPORT SYSTEM.'

Capacity of System (cont) With the Telelift (Mosler) system, an equivalent round trip Icycle will be approximately 17 minutes, which provides !only 3 cycles per hour. A single carrier loaded with 10 Icontainers can transport approximately 50 specimens perhour. Two carriers are assigned to a typical station.However, to transport the peak loads that are listed inthe survey, a minimum of 4 carriers will be requiredduring the first hour of a day. Then one carrier canbe dispatched at 4 rather than 8 minute intervals.

3.14

....

UNII B/C I"-JCJI"-J-SCf-ll:UULtLJMATERIALS TRANSPORT SYSTEM••

Pathway Locati on

Sources of Noise

Acoustic Control

ALUU~_IIL LHAI\Al. ItKI::>IIC:>

The horizontal pathway at Levell passes above the ceilingand over functional spaces in which acoustic isolation fromsystem-induced noise is of primary importance to medicaland adminisl-rative staff members. To indicate the locationof such spaces relative to the transport system pathway, atone is applied to the composite pathway and floor plan ofLevell which follows. Included within the toned area areexami nation, consul tati on, di ctation, treatment and officespaces. Not included are waiting and reception spacesiutility and toilet rooms; radiographic and special procedureroomsi and general adminstrative and circulation spaces.

Technical data is generally not available to adequatelydescribe the acousti c characteristics of system operati on.Based on field trip experience, it is evident that soundswhich are potentially disturbing are emitted from inter­mittent switching, diverting or transfer operations (allsystems); from motorized carriers, particularly when assendiror decending on the pathway or at stations (Telelift);from impact noises of carri er against carrier at stations(all systems); from carriers on roller sections of pathway(Horizontal/Vertical and Transflex); from sprocket contactwilh chain or dog linkages on the horizontal pathway(Transflex)i and from sprocket contact with linkages at thebase of continuous vertical lifts (all conveyor and liftsystems). The chain-driven Transflex system installationis considered to have the highest noise level of all systemsinspected.

It is evident from the floor plan which follows that theprojected pathway does not pass cbove all acousticallysensitive spaces. This condition is limited to approximately15 locations in the nearly 100 spaces identified.

The following precautionary measures are available to con­trol system-induced noise and ensure a satisfactory acousticenvironment in the affected spaces:

1. The suspended acoustic-tile ceiling in combinationwith an ambient background sound from the air con­ditioning system will attenuate most or all of the-noise (tributable to segments of the general horizontal pathway.

2. Vertical lifts or shafts with transfer devices are enclosedwith 1 or 2 hour rated construction.

3. 15

.' .UI'i11 u/I... i'-JVI"--.JI...IILUUl.LU .

MATERIALS TRANSPORT SYSTEM..•Acousti c Control

/\\-VU..J 1l\- \.....&" ~''''1·\''-1 LI'I,,-,l I I\.-.J

3. Drive motors, switches, or diverting mechanisms canbe located above corridors or other non-sensitivespaces where possible to provide access for mainten­ance and reduce the potential for acoustic disturbance

4. Vibrating mechanisms can be installed with isolationdevices at points of support.

5. System components are proposed which generally donot include live or free rollers along the pathway.

6. Remedial acoustic insulation can be applied ifrequired after system is operational.

3. 16

.' .UNIT B/C NO N-SCHEDULED

• MA~ER·IA LS TRANSPORT SYSTEMACOUSTIC CHARACTERISTICS

The reserved pathway of the transport system is shown below,projected on the floor plan of Levell in Unit B/C. Thetoned areas indicate spaces assigned to examination, con­sultation or adminishative functions which require maximumacoustic isolation from noise attributed to carriers, drivemotors, switches, or other devices along the pathway.

...UNIT. B/C NON-SCHEDULES

\ • M4,TERIALS TRANSPORT SYSTEM

Strata Assigned to Pathway

Access to Pathway

CLEARANCES FOR PATHWAY IN CEILING STRATA

The floor-to-floor height between Levels 1 and 2 in UnitB/C is 14'-0" and a typical f1oor-to-ceiling height of9 1-0" is provided throughout most of Levell. Above thesuspended ceiling at this level, the horizontal pathwayfor the automated materials distribution system is in-tegraled with structural, mechanical and electrica! ele:nents.

The horizontal pathway passes beneath most roll cd steelframing members, between and through the long-spansteel trusses and belween primary risers in the HVAC andplumbing systems. Segments of the pathway ·hat areoriented east and west are centered on the space betweendiagonal members of the trusses to provide maximum vert­ical clearances for moving carriers, as indicated in thediagrammatic sections that follow.

: The carrier and pathway assemblies for each of the proposedi systems, with the exception of Transflex, are proportionedI to pass between the fireproofed diagonals or trusses. To

j'l accommodate the Transfl ex pathway, the cei ling must be,. lowered from 9 1-0" to 8 1-0" throughout most of Levell.

The return loop segment of a continuous belt in the Dis­tributor (Ada-Bee) system usu':Jlly is installed in the samehorizontal plene and directly beside the first loop segmentto form a dual (two-way) pathway. By contrast J ii1 the Path­finder (Sovex-Marshall) system, two independent and con­tinuous belts are used to provide a dual pathway. To passbetween the diagonals or the trusses, the pathway segmentsof the Distributor system must be separated as shown.

The general elevation for the bottom of the pathway is seton top of the lower chord of the trusses, approximately 2 1-2"above the finished ceiling, or 11'-2 11 above the finish floor,including allowances for sprayed fireproofing. Slightvertical rises and falls in the pal'hway are required atintersecti ons with deep framing members or ductwork to maintainproper cl earances.

The ceiling system throughout most of Levell consists ofmovable acoustic and service panels which provide-almostfull access to the pathway. Access is less convenient abovethe plaster ceiling in the elevator and escalator lobbiesand over some examination rooms.

5.1

• -t'

...

,.UNIT B/C NON-SCHEDULED CLEARANCES FOR PATHWAY IN CEILING STRATAMA TERIALS TRANSPORT SYSTEM

For all the transport systems considered, convenient access tothe pathway is required either to adjust photoelectric beams ormagneti c sensors; maintain motor drives or switches; replacebelts, rollers or traction parts and retrieve carriers aftersystem malfunction. It is an advanl'age therefore to installthe pathway immediately above the suspended cei ling andlighting stratas (and below ductwork and piping).

In Unit B/C, the pathway is necessarily assigned to a higherstrata for coordination with structure and other bui Idingsystems, and some mechani ca I servi ces wi II be unavoidablyinstalled below the pathway. The configuration of a higherand partially inaccessible pathway must be simple to mini­mize the number of conditions (such as turns, bends, switchesand transfer mechanisms) which cause carriers to jamb enroute.

Comparison of Pathways On a following page, pathways of the 4 systems whi chcombine horizontal conveyors and vertical lifts are comparedto the continuous-track pathway of the Telelift system in thecei ling above Levell. As shown, the Pathfinder systemlayout most nearly coincides with the pathway configurationthat is provided in the contract drawings.

In the layout for the Horizontal/Vertical (Diebold) system,the pathway is simplified to a single loop with two-wayspurs to remote stations. In part, this is achieved by avertical realignment of several stations on Levels 1 and 2(and above), which requires redesign of the reception areas.

! A dual pathway arrangement is used in the Distributor(Ada-Bee) system layout. It generally coincides withmost of the Telelift pathwa'y to minimize additional co­ordination and redesign. Other advantages include theconsolidation of two-way conveyors along a principal right­of-way to simplify the number of access points required formaintenance, and the deleHon of pathways above the plastercei ling in the esca lator lobby to avoid deep beams andproblems with access.

The alternative pathway for the Transflex system is shown withstorage loops in 3 areas, whi ch hold most of the 188 sparecarriers. The storage loops are to be used as "dispensers" ofempty carriers or as "parking lots" of bulk-loaded carriers tobe dispatched on a following day. The pathway strata is re­located below the bottom chords of trusses which requires alower cei ling height throughout most of Levell.

'-' ..,

.,". '

(;

Ul"-Jil lJ/C 1'-J0 j-,j·-JUllLJULlU

M/HERIALS TRANSPORT SYSTEM

The sections below at scale 1/211 = 11-0 11 indicate theprofi Ie and dimensions of system pathways as they passthrough the framing members of long'::span trusses:

Sovex-Marsha IIPathfil}der System

Ado-BeeDistributor System

slab and deck

top chord 9'

9'

MoslerTelelift S}'stem

DieboldHori 7.onta l/Verti co I System

5.3

...UNIT B/C NON-SCHEDULED

• MATERIALS TRANSPORT SYSTEMCLEARANCES FOR PATHWAY IN CEILING STRATA

The plans below compare the proposed pathway layout abovethe .ceiling of Levell for each system (dashed lines) withthe present pathway based on the Telelift system (solid line):

..~

(8

@

§-:-

@

-~

Distributor System (Ada-Bee)

€)-8

[

;OOGal8(0S e .~~ s Ep (8 (8I

U ;__.0~ @ @I

~ § ~ €V-:- ,-

~--8 8

-~ ~- 3 $3

[ [• 4 °1 "J

-~~ -"~

5,4

.... .

UNli lJ/C l'-JUI'-J-~l.l-jtUULl:j)

MATERIALS TRANSPORT SYSTEM

AI ternate Pathway Strata

I(UJUI....I.IUI'\l UI- l.tlLlI'-l0 lill Gl-ll 10 e'-o" (U:VEL 1)

The alternative pathway configuration for the Trans­flex system is based on reducing the height of thesuspended ceiling from 9 1-0" to 8 1-0" throughout mostof Levell, to locate the pathway strata below thebottom chord of trusses. This proposed modificationhas the following implications:

1. On a floor plan of Level 1 which follows, atone is applied over rooms in which a ceilingheight of 9 1-0" (or more) must be maintained:

Room Descripti on Room Description

1-292 Minor Operating 1-333 Treatment1-297 Minor Operating 1-334 Treatment1-283 Minor Operating 1-130 Treatment1-296 PAR 1-131 Treatment1-306 Treatment1-307 Isolation Treatment 1-235 . Radiographic1-299 Anesthesia Work 1-232 Radi ographi c1-295 Storage 1-240 Radiographic

1-276 Procto Exam 1-242 Radiographic

C 1-277 Procto Exam 1-243 Radiographic

1-176 Cast Room 1-318 Urology1-319 Treatment

2. In addition, the ceiling in the public elevatorand escalator lobbies and in the main servicecorridor should be maintained at 9 1-0".

3. Other aspects which affect the contract documentsinclude a substantial reduction of wall area andpainting; an increase in the amount of lead sheetacoustical barriers above the ceiling; a reductionin the height of hollow metal door frames andpanels, including access doors to the service shafts;an increase in the length of vertical piping atsprinkler heads; and a reduction of the mountingheight for wall clocks and nurse call signals.

5.5

.-.,,UN\T'B/C NO N-SCHEDULEDMATERIALS TRANSPORT SYSTEM

REDUCTIO N OF CEI LI NG HEIGHT TO 81-0" (LEVEL 1)

The reserved pathway of the transport system is shown below,projected on the floor plan of Levell in Unit B/C. Thetoned areas indicate spaces in which a cei ling height of9 1-0" (or more) must be m\1intained:

~

it--i>-~+_.

ii

tI

---+--«----......

5.6

·..,UNIT B/C NON-SCHEDULEDMATERIALS TRANSPORT SYSTEM

Budget Estimates

Cost per Station

Range of Estimates

SUMMARY OF BUDGET ESTIMATES

The budget estimates contained in the proposals by ven-dors provide for furnishing, installing and testing of equip­ment for horizontal and vertical pathways, stations, controlsand carriers. The unadjusted figures from each proposalare tabulated on a page which follows. The estimatedcosts for l·he pathway and remote station in Mayo Hospitalare separated from costs of the primary system in Unit B/C.

The proposal for the Transflex (Anchor) system installationprovides for complete bulk distribution of scheduled andnon-scheduled items and includes additional carriers andstorage loops. It presumes future extensions to Unit K/E,Unit J and other buildings of the Health Sciences complex.From informal discussions with representatives, it is apparentthat the scope of the system may be reduced approximately40 percent to meet only the requirements for demand de­livery. However, these reduced installation costs amountto more than twice the estimated cost of the Diebold system.

The economic analysis contained in the Emmett Study isbased on a cost per stati on of £26 (300 for 14 stati ons inUnit B/C and~~r the pathway and station in MayoHospital. This data is derived from budget estimates pre­pared by Mosler for the Telelift system. The comparablecost per station for the Distributor (Ada-Bee) system islisted at $13,800.

Figures in the table which follows indicate the cost perstation (based on the current budget estimates) for each ofthe systems evaluated in this summary. Based on the systemin Unit B/C only, the figures range from approximately$21,200 to $31,600, with the average cost per station forthe Telelift system listed at approximately"$25,300.

Total budget estimates for systems other than Transfl ex(Anchor) range from $462,500 for the Pathfi nder (Sovex­Marshall) system to $730,000 for the Horizontal/Vertical(Diebold) system, a separation of approximately 37 percent.Estimates of $4S'O,OOO for the Distributor (Ada-Bee) and$546,382 for the Telelift (Mosler) system are approximately~ percent and 15 ercent hi her res ectively, than theestimate for the athfinder Sovex-Marshall system.

6.1

·..

"

UNIT B/C NON-SCHEDULED.MATERIALS TRANSPORT SYSTEM

Cost Reduction for Shell Stati ons

SUMMARY OF BUDGET ESTIMATES

The proposal from Ada-Bee is based on a system of 16active stations in Unit B/C and 1 station in MayoHospital. Stations in shell space on Levels 5 through7 are excluded. Based on information subsequentlyfurnished from vendors of the other systems, in deleting alswitches, transfer mechanisms, controls, station frontsand run-outs at the 3 stations on the vertical pathway,the estimates can be reduced by the following amounts:

Sovex-MarshallPATHFINDER

$15,000

Ada-BeeDISTRIBUTOR

MoslerTELELIFT

$15,450

DieboldHORIZ/VERT

$11,500

Mai ntenance and Spare Parts

Additional Fire Dampers

Only the budget estimate from Diebold includes spareparts. A value of $4,500 can be deducted from the totalamount to adjust t~e estimate for comparison with othersystems.

All proposals include a warranty on materials and equip­ment for one year. Defective parts will be replaced withoutcharge during the warranty period.

Generally, fire dampers in slab or shaft openings atstations on Levels 2 through 9 are included in the budgetestimates for all of the systems except Telelift. Additionalfire dampers along the pathway at rated walls ormechanical shafts are not included. The proposal fromMosler excludes all fire dampers. Assuming an installationcost of $650 at single pathway locations and $750 atdouble pathway locations, the budget estimates may beincreased by the following amounts to include all dampers:

Sovex-MarshallPATHFINDER

Ada-Bee Mosler DieboldDISTRIBUTOR TELELIFT HORIZ/VERT

$8,200 $7,500 $18,750 $6,900a

Bel t Replacement Estimated costs for labor and materials to replace thefabric belts on horizontal conveyor pathwa)6 are notincluded in t-he proposals. Based on information fromsite visits and meetings with vendors, it is expectedthat bel ts in the Pathfinder (Sovex-Marshall) andDistributor (Ada-Bee) system will be replaced after5 years of operaf"ion and that original belts in t-heHorizontal/Vertical (Diebold) system may continue inuse t-hrough a projected 20-year system life. AS9Jmingfigures for labor and materials as listed below, theestimated costs to replace bel ts during a 20 year periodare as follows: 6.2

...UNIT B/C NON-SCHEDULED SUMMAKY Of BUDGET ESTIMATES

• MATERIALS TRANSPORT SYSTEM

,Pathway (I i near feet)Length of Bel t (I inear feet)

Sovex-MarshallPATHFINDER

1760x 2 = 3520

Ada-Bee Mosler DieboldDISTRIBUTOR TELELIFT HORIZ/VERT

2400x 1.5 = 3600

Cost of Belt ($2 per foot)Labor (40 hours x $20)Total Replacement Cost

Total (4 times in 20 years)7-'

$7,040800

$7,840

$31,360

$7,200800

$8,000

$32,000 7

6.3

.'.UNIT B/C NON-SCHEDULED

. MATERIALS TRANSPORT SYSTEMSUMMARY OF BUDGET ESTI MATES

ManufacturerSystem

Sovex-MarshallPATHFI NDER

Ada-BecDISTRIBUTOR

Mosler Diebold Ant:horTELELIFT HORI Z/VERT TRANSFLE

The figures below are based on budget estimates contained in theproposal for each system and include station, pathway, control, andcarrier equipment, insta lied and tested:

System in Unit B/CSystem in MayoTotal Estimate

$4D2,50060,000

$462,500

$425,00065,000

$490,000

$480,29166,091

$546,382..$600,000130,000

$730,000

$2,702,50447,50

$3, 150,00

The figures below indicate the proposed cost reductions for omittingstations in Unit BIC (according to recommendations contained in theEmmitt Report summary):

Station . 2 RadiologyStation 6 Surgery/UrologyStation 9 AdmissionsStation 10 Business Office

$16,000$16,000$16,000$16,000

$20,000$15,000

$19,000

$ 8,902$ 3,674$ 9,180$ 3,063

$ 26,000$ 36,000$ 27,000$ 36,000

$ 130,10$ 129,50

The budget estimates, according to the proposals for each system, are­based on the following number of active stations:

C Stations in Unit B/C 19 16 19 19Stations in Mayo 1 1 1 1Total Stations 20 17 20 20

191

20

Based on the budget estimates for the installation in Unit B/C,theaverage cost per station for each system is as follows:

Cost per Station $ 21, 184 $ 26,562 $ 25,278

-$ 31, 578 $ 142', 23

6.4

·UNlT"B/C NO N-SCHEDULEDMA'rERIA LS TRA NSPORT SYSTEM

Related Work By Owner

Bui Iding Systems

SUMMARY OF CHANGE ORDER COST ESTIMATES

The budget estimates contained in the proposals by vendorsare based on the amount of labor and materia Is requi red tofurnish and install items of sys~em hardware, controls andcarriers. The composite lists of items which follow are assumedby vendors to be separately contracted as work and expenseby the owner related to the installation and operation ofthe system:

The following items are related to elements of buildingsystems in Unit B/C and Mayo Hospit"al:

1. Provide and protect the right-of-way (pathway) spacenecessary to ensure the satisfactory clearances andconditions to install and operate the system.

2. Provide excavation, foundations, masonry and concreteof any kind.

3. Provide necessary structural framing and alterations tobui Iding, machinery and equipment.

4. Provide and insta II forms, sleeves and reinforcement forrequired slab and wall penetrations.

5. Provide and install enclosure, necessary fire-protectionand architectural finishes at stations and other installedequipment related to system. "

6. Provide cutting, patching and painting of equipment"other than factory finish.

7. Provide and install wall or ceiling access door and/orpanels as required to gain access to equipment formaintenance and servi ce.

8. Provide removal, modification and/or replar.ement ofcei lings.

9. Provide all required electrical power source, outletsand fused disconnects, wiring, conduit and powerconnections to system equipment.

10. Provide lighting source and convenience power outletsalong hori?ontal and vertical pathway for maintenanceand service of equipment·.

11. Provide electrical control wiring, sensors, alarms andequipment required for smoke and/or fire detection system.

12~ Provide and install all sound insulation or isolationtreatment of the system and operating equipment.

Constructi on Site Services

The following items are related to the on-site constructionprocess during the installation and testing of the system:

1. Provid!~ un loading and carting of materials and equipmentat job site from the common carrier t"O assigned storagearea on site.

6.5

.'.UNIT .B/C NO N-SCH EDULED

, MATERIA LS TRA NSPORT SYSTEMSUMMARY OF CHANGE ORDER COST ESTIMATES

'\

2. Provide safe, dry and adequate storage space on sitefor mat"erials, tools, and work.

3. When re9uired by applicable codes and inspectingauthority, provide safety devices, guard rails, firedoors and enclosures.

4. Provide temporary electrical lighting and power forconveyor contractor's tools and equipment, toi letfacilities and heat (during cold weather).

5. Provide hoisting and elevator services for conveyorcontractor's work force and eguipment.

6. Provide for the remova I of debris (resu lting from conveyorcontrador's work) placed at location designated bypurchaser or his agent.

Scope of Work in Unit siC

Scope of Work in Mayo

The estimated costs of change order work in Unit BIC,for each of the systems except Transflex, are tabulatedon a page whi ch follows. Estimates are based on con­ditions which vary for each system and include factorsfor the relative length of pathways to be coordinatedwith present bui Iding systems; the number of new slabopenings that require addilional steel franing;

the number of slab openings to be relocated and re-cut;the amount of additional rated and non-rated partitionsrequired at shafts and stations; the number of accessdoors required and the approximate scope of electricaldistribution required for drive motors, switches, controls,lighting and power outlets along system pathways.

It is assumed that change order costs for insta Iling the pathwayin Mayo Hospital with stations on Levels 1 and 2 near thepresent record lift will be approximately the same for eachof the systems, excepting Transflex. The figures in the tablewhich foil ows include work required to provide temporaryprotection and services and maintain operation of functionsand circulation adjacent to the area of construction; removeexisting plaster ceilings and lighting; cut and patch newopenings in wa lis and slabs; demolish unused hoistway andequipment near record lifts; relocate duets and piping asrequired; add shaft and station enclosures with access doorsand finishes; and install new acoustic tile suspended ceilingwith recessed or cove lighting in corridors, lobbies andselected rooms. The electrical distribution required fordrive motors, switches, controls, lighting and power outletsalong the pathway in Mayo Hospital is included with workin Unit Blc, separately tabulated for each system.

6.6

UNIT B/C NON-SCHEDULED SUMMARY O~ CHANGE ORDER COST ESTIMATESMATERIALS TRANSPORT SYSTEM•...

"Scope of Work in Unit B/C Assuming modifications are required at a maximum number

of slab openings, the estimated total costs of changeorders to install each of the transport systems (exceptTransflex) in Unit B/C are as follows:

Sovex-Marshall Ada-Bee Mosler. DieboldPATHFINDER DISTRIBUTOR TELELI FT HORIZ/VERT

Relocation of slab openings at $ 5,000 $ 5,000 $ 4,000 $ 5,000Level 2 (horizontal pathway)

Revision of slab openings at $ 8,000 $ 8,000 $ 8,000Levels 2-9 (vertical lift)

Addi tional rated parti ti ons at $ 3,300 $ 2,000 $ 6,300shafts and stati ons

Additional non-rated partitions $ 2,500 $ 2,500 $ 2,500 $ 5,000at stations

Additional rated access doors $ 3,500 $ 3,500 $ 3,500 $ 7,000at shafts and stations

C Additi onal non-rated access $ 2; 100 $ 2,100 $ 4,200doors at stati ons

Allowance for modifications $ 20,000 $ 40,000 $20,000 $ 40,000to other bui.l di ng systems

Electrical distribution from power $ 25,200 $ 25,200 $18,000 $ 27,600source to remote components *

Electrical distribution and light $ 30,800 $ 30/800 $28,700 $ 27,300fixture for maintenance *

Total labor and materials $100,400 $119,100 $76,700 $130,400

Site services, contingencies, $ 30, 120 $ 35,700 $23,000 $ 39,100commissions and profit (30%)

Total cost of change orders $130,520 $154,800 @ $169,500

*includes work in Mayo Hospital

(;

6.7

.- .

.",Ut-JIT B/C NON-SCHEDULEDMATERIALS TRANSPORT SYSTEM

Scope of Work in Mayo

SUMMARY OF CHANGE ORDER COST ESTIMATES·

The estimated total cost of change orders to installall of the transport systems (except Transflex) in MayoHospital is as follows:

Item

Removal of ceilings in Mayocorri dors and rooms

Cutting and patching fornew wall openi ngs

Demolition and new workat station (Levels 1 and 2)

New acoustic tile ceilingsin Mayo corridors and rooms

New plaster ceiling andcove in Mayo lobby

Relocation of mechanicaland plumbing services

Removal of existing ligh'tingfixtures in corridors

Installation of temporarylighting as required

Installation of newrecessed lighting fixtures

Installati on of newcove Ii ghti ng

Site services, contingencies,commissions and profit (30Ofc)

Total cost of change order

Amount

$ 900

$ 2,500

$ 2,600

$ 2,800

$ 1,200

$20,000

$ 2,000

$ 2,000

$ 4,500

$ 2,000

$40,500

12,500

(fr3,000?

6.8

."

UNIT B/C NOI'\l-SC HEOULI.:O• MAT-ERIALS TRANSPORT SYSTEM

Summary

SUMMARY 01- CHANG!: UklJl:R CUST ESliMAI ES

The total cost of change orders for work by the generaland other contractors to ins ta II the transport system inUnit B/C and Mayo Hospital are as follows:

Sovex-Marshall. PATHFI NDER

Ada-Bee MoslerDISTRIBUTOR TELELIFT

DieboldHORIZ;VERT

c

Unit B/CMayo Hospital

Total

$130,52053,000

$183,520

$154,80053,000

$207,800

$ 99,700 $169,50053,000 53,000

0 152,70$225,500

6.9

."

Ut'l1T B/C NON-SCHEDULED.' MATERIALS TRANSPORT SYSTEM

Revised Schedule of Stations

SUMMARY OF REDESIGN WORK

To install any of the transport systems proposed for UnitB!C, including Telelift (Mosler), design modificationsand revisions to the present contract documents are re­quired.

The following schedule indicates the stations which arelikely to be modified based on code and installationrequirements, recommendations contained in the EmmettStudy and on projections to redevelop shell space:

Slab OpeningsStation Floor Small Large Remarks

1 CI ini cal Laboratory 12 Radiology 13 Word Process 1 Relocate4 Orthopedic, et. al. 150B/Gyn 16 Surgery/Urology 17 Ambulatory Surgery 1 Delete8 Medi cal Records 2 2 Relocatee 9 Admissions 2 1 Delete

10 Business Office 2 1 Relocate11 Pharmacy ,2 212 Medicine 2 1 1*13 Family Practice 3 114 Pedi atri cs 4 115 Neurology, et. al. 5 1 Shell16 Psychiatry 6 1 Shell17 Dental 7 1 Shell18 ENT/Audiology 8 119 Ophthalmology 9 120 Mayo Hospital 2 1 Add

Total Slab Openings 8 8*

Slab Openings The following comments refer to the number of slab openingsrequired for stations and pathways:

1. Stations located on Levell do not require !Iab openings(7 stations) since the horizontal pathway is locatedbelow the sl ab and above the suspended cei Iing at thislevel.

*see item 3 on the following page

6.10

• II ~,

UNIT B/c NON-SCHELJULEDMATERIALS TRANSPORT SYSTEM~

\

Slab Openings

Summary of Basic Revisions

Pathway Revisions

SUMMA1{Y Ul- Kl:DESIGbj WORK

2. Slab openings for stations along the horizontal (one­way) pathway at Level 2 are smaller and require lighterstructural framing than the slab openings for thevertical (two-way) pathway from Level 2 throughLevel 9.

*3. One slab opening on the vertical pathway at Level 2is independent of adjacent Station 12 (Medicine).

4. At high-volume Station 8 (Medical Records) and Station11 (Pharmacy), the separate exit and entry paths forthe Telelift system require 2 slab openings per station.

In addi ti on to extendi ng the system into Mayo Hosp ital, 8of 19 stations in Unit B/C are likely to be revised (3 re­located, 2 deleted or relocated and 3 enclosed as shafts).The following general comments indicate the scope ofbasic redesign work required to install any of the materialstransport system:

1. Rated shaft enclosures from floor to structural slab arerequired at 3 stations in shell space on Levels 5 through7 to by-pass future Station 15 (Neurology/Neuro-SurgeryStation 16 (Psychiatry/Psychology) and Station 17(Dental ).

2. Slab openings and shaft enclosures will likely be re­located at 3 stations in shell space on Levels 1 and 2in the redevelopment of departments at Station 3 (WordProcessing), Station 8 (Medical Records) and Station10 (Business Office).

3. Remote annunciator signal devices may be installed at2 (or more) locations on Levels 1 and 2 if Station 7(Ambulatory Surgery) and Station 9 (Admissions) aredeleted to reduce installation costs.

4. Pathway conditions and station(s) at Levels 1 and/or 2in Mayo Hospital must be developed in detail to extendthe system beyond Unit S/C.

Design modifications are required to install any other systemexcept Telelift in space reserved for pathways and stations inUnit B/C. In a previous section describing clearances withirthe cei Iing strata, the horizontal pathway layout for eachof the proposed systems is compared to the present pathway.

6.11

6.12

,. .;,

I

UNIT b/C NOI'-J-~CHLLJJLtDiliATERIALS TRANSPORT SYSTEMI

Pathway Revisi ons

Station Revisions

~UMJv\AI\Y Ul- ktl)I:~1GN WORK

Where other pathways deviate from the Telelift pathwayclearances for right-of-way, transfer points and drivemechanisms need to be coardinated with the structural,mechanical, plumbing, electrical lighting and fireprotection systems, all of which are located in stratasabove the suspended ceiling system at Levell.

According to the proposed layouts, the horizontalpathways for the Pathfinder (Sovex-Marshall) andTelelift (Mosler) systems nearly coincide. By contrastapproximately 20 percent of the horizontal pathwayfor the Distributor (Ada-Bee) system, 50 percent ofthe Horizontal/Vertical (Diebold) system and 95 percentof the Transflex (Anchor) system deviate from the hori­zontal Telelift system pathway in Unit B/C.

The configuration of typical stations on Levels 1 and 2and upper Levels 3 through 9 for each of the systemsexcept Transflex (Anchor) are shown on pages whichfollow. The diagrams indicate that the installationof the Pathfi nder (Sovex-Marshall) or the Di stributor(Ada-Bee) system requires minor relocation of slabopenings, partitions, casework or ceiling elementswithin the general linear area reserved tor the Telelift(Mail er) sys tem at Leve Is 1 and 2.

The installation of the Horizontal/Vertical (Diebold) orthe Tr~nsflex (Anchor) system requires modification to thebasic conditions at a Iypical station, including slab open­ing size and structural framing; shaft size and proportion;adjacent work-counter configuration; partition and caseworkIayout; number and Iocati on of access doors; and the cei lingtile and lighting fixture patterns. This amount of redesignwork to accommodate the Diebold (or Anchor) system atLevels 1 and 2 is substantially more than required for othersystems.

At upper levels 3 through 9, the shaft and receiving plat­form for each of the systems are more simi lor in configurationand generally retainmost of the partition, casework andceiling elements adjacent to the station enclosure. Spacerequirements range from approximately 45 square feet forthe Pathfinder, Distributor and Telelift systems to 75 squarefeet for the Horizontal/Vertical system.

The slab openings for the $)'stcms vary in size, orientationand proporti on • To accommodate systems other than Tel e­lift, modifications are required to relocate one or two minorbeams below the steel deck and to alter the configurationof Ihe slab opening.

UNIT B/C NO/'\j-SCHeL>UU:D~ATERIALS TRANSPORT SYSTEMI

PLAN UI~ IY~Il.Al :>IAI1UI'\j (LeVi:lS I AI'JL> L)

The plans below indicate the layout of riser shaft(s) withreceiving and dispatch tables for each of the systems atStation 12 (Medicine), a typical condition on Levels 1 & 2:

8

, ,:;~'\ ~~ ----::- ---,: -~-;---:---;.-~_~"l! ,. :-.,;. ~#V,\"'·~:::"~J.',,-:-:~·_, r..../. .. =.. ';~''''-.t.~ ....)

I~\~ ," .~- --~-=-:---,,-,-,--.-,-..- .::....L." . '" -.' .. ·:":'·i',~<-' ,-' ....., .;·,..r',,)

TeleJift System (Mosler) Distributor System (Ada-Bee)

1---- I;~\-;-- --, ,,-- --:~---:- '-.---- -- .-: j--::-, ._":~':_'-' ':.~. c,_ ~'.~"" -~;,~~---'----

Horizontal-Vertical System (Diebold) Pathfinder Syst'em (Sovex-Marshall)6.13

UNIT B/C NON-SCHEDULED PLAN OF TYPICAL STATION (LEVELS 3 THROUGH. 9)4." ' .."~ATERIALS TRANSPORT SYSTEM

• ''I

The plans below indicate the configuration of the risershaft with receiving and dispatch tables for each of thesystems at a typical station on Levels 3 through 9:

Distributor System (Ada-Bee)!. :··t

11-.-,-=--------"--1

._._-----~--j

"

,.

,...

~..0.r~,~...;.,~;

t ,., !( "W?.7< Ir'~\::;-;J. ,.

,~~ (l,._.- .....

.i ,

._ t .... <w'

,~l-_~ " ..

.. _..~~~ !--,-~:J .

; .; '.~:'

~,,- --: ._~ .... ! •. ".,' ~-,,--

Telelift System (Mosler)

\' L .".

·~~-jll-·~·--........._---".f-'-·'_';~.-~~F I ~'", I

;'i w..v.~ i ..f= . "

; ....

__--= '" IPathfinder System (Sovex-Marshall)

"

.,'.

""', :<f"'~-.''''': ..

Jl L~~ i .--,1 :1 I ~I----'t-.-~--'--- :

Horizontal-Vertical System (Diebold)

6.14

..'j .uNIT Blc NON-SCHEDULED

: 4:: \ ML\TERIALS TRANSPORT SYSTEMSUMMARY OF PROJECT COSTS

,Total Building Costs The following summaries combine the cost estimates for

the procurement and installation of system hardware ascontained in the proposa Is by vendors and the re-lated change order modi fj cations and construction workby the owner to indicate the tota I bu ilding costs foreach system except Transflex (Anchor):

Sovex- Ma rsha II Ada-Bee Mosler DieboldPATHFINDER DISTRI BUTOR TELELI FT HORIZ/VERT

Vendor Proposa Is:System in Unit BIC $ 402,500 425,000 480,291 600,000System in Mayo 60,000 65,000 66,091 130,000Tota I Estimate $ 462,500 490,000 546,382 730,000

Change Orders:System in Unit B/C $ 130,520 154,800 99,700 °169,500System in Mayo 53,000 53,000 53,000 53,000Tota I Estimate $ 183,520 207,800 152,700 225,500

Total System: q6,3S2)C

Vendor Proposals $ 462,500 490,000 730,000Change Orders 183 520 207,800 2,766 225,500Total $ 646:020 697,800 <199 ,089 955,500

The following summaries indicate the separate buildingcosts of the non-scheduled materia Is transport systemin Unit B/C and Mayo Hospital:

Sovex-Marsha II Ada-Bee Mosler DieboldPATHFINDER DISTRI BUTOR TELELI FT HORIZ/vERT

Unit B/c:Vendor Proposa IsChange OrdersTotal

Mayo Hospital:Vendor Proposa IsChange OrdersTotal

$402,500130,520

$7)33,020

$ 60,00053,000

$TC3,000

425,000154,800579,800

65,00053,000

118,000

480,29199,700

579,991

600,000169,500769,500

130,00053,000

183,000

6.15

..' UI"-ll r l3/C l"-l() l'-l-~u ILLJ ULLU

• • ,,·'ifIA TERIALS TRANSPORT SYSTEM'..•

Non-Building Costs

..;U~~II,(11 >1\ I '_./1 11.</' ....

Assuming the scope of redesign and change order workas discussed in previous sections, the estimated non­building costs are tabulated as follows:

Sovex-Marsha IIPATHFINDER

Ada-Bee Mosler DieboldDISTRIBUTOR TELELIFT HORIZ/VERT

Basi c Servi ces (A/E):Summary of Assumpti onsInstructions to VendorsSite VisitsSummary of Vendor Proposa Is *Bid Documents and Award

Unit B/C Change Orders (7%)System in Mayo Hospita I (7%)Total

Reimbursables (A/E):Travel ExpensesConsul tantsPrinting and TelephoneTotal

Supervision (U/M):Unit B/C Change Orders (1 1/4%)System in Mayo Hospital (1 1/4%)Total

Contingency (U/M):Unit B/C Change Orders (5%)System in Mayo Hospil'a I (5%)Total

Administration Review (U/M):Deve lopment of AssumptionsSite VisitsReviewTotal

Initial Training (U/M):Operation of SystemMaintenance of SystemTotal

*Services through completedphase 25 June 1976

$51,540 51,450 51,450 51,4506,000 6,000 6,000 6,000

$ 9, 136 10,836 6,979 11 ,8653,710 3,710 3,710 3,710

$ 70,386 72,086 ~8,229' 73, 115

$ 16,600 16,600 ~,Eo' 16,600

$ 1,631 1,935 1,246 2, 118662 662 662- 662

$ 2,293 2,597 <1:,908] 2,780

$ 6,526 7,740 4,985 -8,4752,650 2,690 2,690 2,650

$ 9, 176 16;390 (7,635 ) 11, 125

6. 16

6. 17

SPECIFICATION REVISIONS:

Each Bidder shall notify such sub-bidders as may be affected bythis Addendum.

First Addendum to conditions, specifications, related doc.~]~tsE()

and drawings entitled: REc.~tV -

NOV S 1916

Page 1 of 3

4 November 1976

Cambridge, Massachusetts

ADDENDUM NO. 1

ADDENDUM NO. 1

The additions, revisions, omissions, corrections and clarificationscontained herein shall be made to the Drawings and Specificationsfor the project and shall be included in scope of work and in thebids to be submitted. All bids and the construction documentsshall be based on these modifications.

The Bidders' attention is directed to a new bid opening time anddate of 10:00 A.M. on November 16, 1976. This is an extension ofthe date established in the ADVERTISEMENT FOR BIDS and INSTRUCTIONSTO BIDDERS. .

HEALTH SCIENCES ARCHITECTS AND ENGINEERS, INC.2829 University Avenue, Minneapolis, Minnesota 55414

UNIT B/C OF THEUNIVERSITY OF MINNESOTAHEALTH SCIENCES EXPANSIONPROJECT NO. MINN. 18 (HP)MATERIALS TRANSPORT SYSTEM

THE ARCHITECTS COLLABORATIVE Inc.

Item 1: Table of Contents: In place of Table of Contents pageoriginally provided with the documents, insert new Tableof Contents page, attached hereto.

The Owner wishes to draw the Bidders' attention to the conditionsalready stated as to the basis of award; that is, award will bebased on price and performance together, rather than either priceor performance.

Item 2: Page A2-2, Paragraph 2.2.6: Delete as written and inserttherefor the following:

112.2.6 The Bid shall be deemed to not include anyadditional stipulations or alternates or qualificationsexcept as specifically provided for in a letter, on theBidder's letterhead, signed and sealed as per the BidForm, and attached to the Bid. In that letter the Biddershall: identify all assumptions that will affect thecost of the work; note conflicts between the Drawings and

I

lIIIIIII~

IIIIIII".rI

DRAWING REVISIONS:

Item 9: Page 14700-12, Paragraph 3.4: Add:

Item 11: Drawing MTS1: Add the following notes:

Item 4: Page A2-12, Paragraph 18.1.2: Change last sentence toread:

Page A2-10, Paragraph 15.1.1: Change "minimum wage raterequirements of the Federal government" to read "minimumwage rate requirements as included in these documents".

Specifications with respect to the Bidder's standardproducts and installation procedures; note existingobstructions along the pathway not now indicated onthe Drawings; propose alternatives that could lowerthe cost of the work; and identify any other aspectssignificant to the bid."

"Arrangements shall be coordinated between Paul Maupinof the University's Health Sciences Planning Office(Phone 612-373-8981) and Eugene Kogl, Project Construc­tion Analyst at the University ( Phone 612-373-4522)."

"8. Provide independent dispatch control both sides ofStation 11 (Pharm. - T & D).

"D. Within the system, the minimum time requirement forone-way carrier travel between any two stations inUnit B/C shall be 10 minutes, and the minimum timefor one-way carrier travel between any station inUnit B/C and Mayo Station shall be 15 minutes."

9. Increase station capacity by providing additionalon-line storage for incoming cars at Stations 8,11, 20 and 21, as required for peak trafficconditions.

Item 7: Page 14700-4, Paragraph 2.2, Subparagraph 0: In thirdline change "all" to "off", and in last line change"park" to "peak".

Item 6: Wage Rates: In place of the 9 pages of wage ratesoriginally provided with the documents, insert the wagerates pages C2-1 thru C2-15 attached hereto.

Item 5: Pages C-48 thru C-54: Delete Article 17, since thisproject is not a Federally assisted construction project.

Item 8: Page 14700-6, Paragraph' 2.4, Subparagraph F: Change.horizontal speed to approximately 120 feet per minute",and change vertical speed to "approximately 90 feetper minute".

Item 3:

Item 10: New Section: After Section 14700 insert new Section14701, attached hereto.

I

lIIIIIII~

IIIIIII."I'-

I ADDENDUM NO. 1 Page 2 of 3

BID FORM REVISIONS:

Item 12: Drawing MTS1, 1 Station List: Add the following:

STATIO N LIST (AI ternate as per Section 14701)

Item 13: In place of Pages AS-1 through AS-S, insert new PagesAS-1 through AS-6, attachec hereto, on which bids shallbe submitted.

Page 3 of 3

10. In addition to the stations on the Station Lists,this sheet (including shell space stations), providefor future expansion of system to a total of upto 30 stations."

ADDENDUM NO. 1

STATION FLOOR STATION STATION NUMBERNUMBER NUMBER DESIGNATION TYPE CARS REMARKS

1 1 Clinical Lab • B On Line 62 1 Radiology B On line 63 1 Word Processi ng B End 64 1 Orthopedic B On Line 65 1 OB/GYN B On Line 66 1 Surgery/U rol ogy B On Line 67 1 Ambulatory Surgery B End 6 AI ternate MTS-48 2 Medical Records C End 6 Reject Station

10 2 Business Office C End 6 Alternate MTS-511 2 Pharmacy, C On Line 6 Access both sides

T&D Dispensing12 2 . Medicine C On Line 613 3 Family Practice A Transfer 614 4 Pediatrics A Transfer 615 5- Neurology A Transfer 6 AI ternate MTS-316 6 Psychiatry A Transfer 6 AI ternate MTS-217 7 Dental A Transfer 6 Alternate MTS-118 8 ENT/Audiology A Transfer 619 9 Ophthalmology A Transfer 620 1 Mayo 1 B End 6 AI ternate MTS-621 2 Mayo 2 C End 6 Alternate MTS-7

120

I

lIIIIIII~

IIIIIII(;II

I

lIIIIIII~

IIIIIII,II

. "

UNIT BIC NON-SCHEDULEDi\1ATERIALS TRANSPORT SYSTEM

/

TABLE OF CONTENTS

ALL CO NTRACTS

PROJECT IDENTIFICATIONTitle PageTable of Contents

DIVISION A - BIDDI NG REQUIREMENTSA1 Advertisement for Bids

. A2 Instruction to BiddersA3 Bid FormA4 Bid BondA5 Equal Opportunity and Affirmative Action Program Forms

DIVISION B - CONTRACT FORMSB1 AgreementB2 Contractor's Bond

DIVISION C - CONDITIONS OF THE CONTRACTC1 General ConditionsC2 Wage Rate Dete~mination

DIVISION 1 - GENERAL REQUIREMENTS01010 Summary of Work and Special Requirements01100 Description of Alternates01150 Payment01200 Contract Time01250 Construction Schedule01300 Submittals01400 Not Used01500 Temporary Facilities01700 Project Close Out

DIVISION 2.;. 12 ( Not Used)

DIVISION 14 - TECHNICAL SPECIFICATIONS14700 Materials Transport System14701 Materials Transport System (Alternate)

MATERIALS TRANSPORT SYSTEM

PAGES

1 Page1 Page

A1-1 thru A1-2A2-1 thru A2-12A3-1 thru A3- 6A4-1A5-1 thru A5-5

B1-1 thru Bl-482-1 thru B2-2

C-1 thru C-54C2-1 thru C2-15

01010-1 thru 01010';"1901100-1 thru 01100-301150-1 thru 01150-301200-1 thru 01200-201250-1 thru 01250-401300-1 thru 01300-4

01500-1 thru 01500-701700-1 thru 01700-4

14700-1 thru 14700-1214701-1 thru 14701-15

CONTENTS

- -,,- - - - - - - ~ - - - - - - -~ -.<........'....•,_._ _._ __~~,_ ~_ , _ ~ , "'__..__ ~._-,-:_ __, -.._'...,. __ _._.. .._ _.__ _ _ •. ~,..a~ .

UEI'},J:T>:I:~;!: Of 1..\11.:'11 ,\~t) l,\im:>T1IY \,''\IjF, nATE D1:,!'[l\m~.\l·IOS' ':: " llEP'\npU::~l' OP )..\110/1 AXIl l~Ol!:)1'n\ "',\Gt: IIATIc: IlCTEIL\lJXA1'11l:\'I.nl('; 1')'7') - Chlll't(!r 7:!!, I',' LilliS 1l}73 - Chapter j':.!1t

10:1/75 r:" 10il/75

Conn I,}' Anokarur'lcrC~~isn~o

D3koLn

llcllllcllinI san L1Pilll)UnI/HiC)'

Scott3hel'hunlo"'llshlngtoJ\",j'ight

I,' ,...

r· 'I ~.' ,I-,. ';.:.....

county Anukl\CurverChisogo'Dakota

Hennep1nISo1l1 ti

, PineRamsey

Scott'Sho rbUl'neWashIngtonWri,ght

Otholl' llulll!llle \,'Drl, Basic WftSu nate Per Hour!.': •

i •. Other Building Work Dosie Wage Rato Per Hour

'rll', I'''CO d,,~el';;illl,tlons 1nclmle claosificiHlolls IIhich th'lC:on:lilU.:~i')Ill:j· III th,) Iicr""'lIJHWt, of !-:'1l01' nnd Ind\lSL"~' lin:! dotol'l/lilledtCl tHI Lh~ "In,,·,.;'; of laho~' "'Id r,l::chanJes cOlillQonly .JlllV1o>·cd inh\I'ltljn~{ ~,:;:,~r.l·u(~\.lll:J h·OJ-j\:. ArJJit.itunl clilssiJ'jci,tiotls cay t1f.~y.::lull

bCt"l:'~1\ ~1l1·tj f:~'.lll')nr. hr thl. Corl:llis:;ioll~r. J'I"J1'I:fol'(~, no InflJI'enccm,.y !.I., Il,'nl'" 1'1'1,,;, '.1:.' (I/.llsslo:l of clnlisi1'icailoll::l ",lllCh JlOL\'e 10':::11IJli;'~", ,',"'dle", till! stat" \o'i 11 .~ot uo liablo £0/' inc,'ens,:rl luuor('o.,ts J r " <1 "hon (I(\.li tiC/;all clns",ific:.tiolls nro f,lIhsoltIU<llltl)' r.:-'lId 1'1:,1 (.r ~;I' "I't':,. III('runsc prlJr to tIll) ntt;:u"ling oI cOllt.racts,

In alldlt10n to the wages set forth hcrein,~Od shall heI'.&id into till' Iloulth uud \("lful'O Fund, 'I'ill p"r hour 1.0the I)Cll~ion., Fund, plu!; 'IO\.' pcr hour til Uh! VllCIlLlclI\FUlId, ul·fouth'ol 10/1/75.

,':Il'IlCti\'O 5/1/76 Jleultll '" WeI fllre - 1t5!!, Pension - 1'51!,Yaolli10n - 'IO~,

Nn1'JCI'; '1'0 DInnERS, \(,\CE DETEllm:-:.\TIO~S

r-'!.~~i~r1_!.t~~~!~t~!1·.~ -

l,ub,;,r':I·.'i '

rg_n0!l'L Q

11011': trJ_. -f:~li~- CI.l_.._.-- .__o.,2'!.t- W

I-'_".9!!!''-. ~

of\)-ll(1I:~

.--l.!.Qr 1'...__11..(11)­__D.Ji • .coo

_.n~il.c~_

--!!..'!.!.!.L_JJ.~fJ£_.

n~·n;~ :::r::-1\"0;;;- t%j------ ~

~

~_lli!1!!L_n~l£._ n__!L°--'!£'" 0__n_C!.HL ~__ll,':'..!}£..._O!I,I~

--..ll !lJl £1...-.J!Q.;HL

__'!-~s.

_.!!.~~!.'­__....Jl£.!} ~}_

En.

$_'l.!!!~---!!.Q!.L-!.!E!:~__!!'£!}2___t!_~!]~

--.!!.Qf~--!!E.!! .£.,__IE!U.!:-_--!!.9..!.!.L_t~!:.~ ...__ .!!!~2_

,_"W-')ll

-l~2!_U:.':'i:

...J!mU!..nonu

-.1~_~J",:-!L~

B,o;Ot;':'ft'i-

7.:.';o~...].·:,U-l!!~t!~!_

_.tl!!!1-t::­

--!!.!!!!!.!...

t,ouu:.J., l:V

_n~~!Hl_

_!U!.!!!l..tlouP.

::2"&n(ll~('

=riiT:~~~'L~fl£.

Efr.5/i/7(,

e none7,'13nOllc_~o

..~110110

-1-:f0-1---::1';--l!Q.!l'l.-.._~-~-E!.2!,llL

Eft.10/1/75

•..~ •. 95_'jJ.....l).i5....1 'F;

-Lli-illllliL.:J!.~1!L

-ll!l1J.!L

-1.:.1CL_...!.t2.~

1l()11~

~-'-;;7f

~-

-U.!..t!ti'_-ll!.!llQ..-lli!l!!t.-1....JiI_-lll'.),l.!),.--:J-r:.u.-2.!.!j.-!.L,!!l!!..

---1l!l11!L_JUlUJ.!...-Z··':'l!-.-1...~:J..

lUlQ!l.tL-l....5Q.....l!.!illJL--1....lL-!!.!ill£..

none-'£'5J[_7..L.~iL

_!!.!!!!£...-.JJJl..!H!...-l!Qll~

~tL!L

Laborers

'.£!.~~~

Chat.n SlOW ~!an

Chipping Hammer OperatorCofferdam 1,'Drli:Common Lllonrp.rCOlUpaction I::qulJlRlcnt (lland operated)Concrete ~Iixllr Op~rator (1 bag capaci t~,)

Concrctc Shovcler, Tnm~cr & Puddlcr (paving)Concretc Vibrator OperatorConduit Laycrs (Wlthout wire)Vi tc:h ~Ian

Drill Runner (wllgon,truck, etc.)DUlup ~'Ian

D~ln~ite Nen - pOllor drl11ers (for blast-ing purposcs & tunnlJ! miners)

DYllit1l11 tu ~Ian

Earth Dump HanFlag.nnnFormsetter (municipal type curb, nidewalk)Formsettlll" (puve~cnt) ,Gllnl te ~Ia"hjnc Operator'Jllond Framlj - )mcumatic concl'ete t. poltor opor-

atod tamper 6~erator

nandlin~ Crolosoto1Iod Co1rl·ierlint Tar Caalker '" CorkerRouse ~Io\'ingJac\;'hammcI' }!an Opel'atorJoint Silwer operatorKettleman (bituminous or load)LabDror Oil ropo swing scaffold (not safety

sc:.ffold)l,cadm:Jor.uud~;cl\pot gUl'dlle,', sod layel' &. nursor)'wan~Ia:;on 'f~JHlc rNen halll\Jine cemcnt (2 hours per day)

(hUlk or nack excludin~ ~ortur Mix)Mell unlo3Jln~ cars of dry sack ce~c"t or

Lulk c~m"nt (oval' ~ hours per doy)~lll1er Ilelp;:r}Iortar ~Ilxcr"

1:02; ~c J L,illl

!,,'i,I •.

!

I, '

I,

.!l2E,!'__

.n.o..'.:.L_non"Ii().!~~---= Inonf! I

:iq!i!,.....:_!tHrlli:

·'ioni--.- i

lnone--_._-.!!.o..l~!'__ inonc I \------1

I",

Eft,

$ .non'L:....non!'nonC.!to_!,~_._

~

--!!.!~

_.llilll.!!.__nOllll

-'lQ!1.!L­_J!QJ1L_llon~

-:z2!.l, _-2L.15._J.~!.!_,

-!!!:.U_"_--!!i!U.l!.-..-!!.Q!~

Eft.5/1/76

U.ll!!.!!.nonlJ

nonl)

_ ,!!~.!le__~.L-

--!!.!m.l!__-!!.!!!l_c_

nll1.o-7.~'i-

-2..1iL.---'L...l:i_--!!~._l!!!!!~~~-

-!!.Q.!!£..-

Eft.10/1/75

L!!~nOllc

SCIENCESC2-1

TRANSPORT, SYSTEM

UM HEALTHUNIT B/C,MATERIALS

~l;~~~i rl~l\t~

Air Actuated T~ol

Bil.,,,liIlOIl'; tlal.cl', floater & utility Qlnn!JiLlInlHous Shoyp.lerJlh.l'I' TClll!" I'lilo~" '(('lIdel' hlll,,11 illg 12 lllc:h concrete

1', O~:~:; "-'J' lll!"l~cr

llotlol~ l:tilll (Heli"1', linter \)1' r,as trcnch)HJ·it.~. J~j)'l~" 'j'l'lldl'l"

BUl"u IJJ!~ 'ITt ~::l {j(:lnfJliLioneh t:~ .... r)': 1.\"J :·Lf.~ l'

Call,('lULC',· ~ 1.'I~dl:l"

(;pl.,,:,.1 CU\·'."I!"lll (1),1tl:h trUCkS)(;eln".:\, G\::I !'pll!',HllI' (I·!." nnll over)GClh~llt. JL'l'd ~·ll>:l~r

Ct:~::(':Jt }L~I~~i!c~' (:JU; lll& In\l~: - ovor 2 hr6.\H') li,,;,)

C"..:Cllt ~1c;1'L,H' i 1 llUJ;)

- -",,- - - - - - - If' - - - - - - -~" 1

....... '--".__ ." --_.._--..,----- . -_....__._--...-- -,..._., ..--,_._-----_._----- ---_._._._._.. _.._---"'.__.... -'--_..•

DEP.ulT~II:."T OF LADOn A~l) IXa>USTIlY "'AGE IlonE DETl::llmX.\TIO~

Laws 1971 - Cllaptir 7~~. 10/1/75

DEPAnT~IE."T OF LADOn A.'W INDUSTRY \(AGE RATE DETEnm~ATIOS

Laws 197] - Cha~ter 72~10/1/75

County AnolmCarvcrChisngollalwta

Henncpinhunt!Pine'Ilc.lUGOY

Scott.'3borlJurneI{as II i ng ton"'rich~

Other llulldint; \fork Daslo "'l\lJje nate Per IIour

.:J.....90 none..:L1.L . none-

I.aborers

ClllSo;iflcutlons

. Paving Dustor. Paving Dreakcr O~erator

Pipe La~'~l' .GasPlastcrer T~ndcr

l'o"derlil:mPower DlI;gey OperatorPONur Drillers for blasting purposes

. PlIillp:nall 0l'el'ntorI'U:;lfl upeJ'atur ()II and Wider)Rebar Opcn\tc.rReinforced Stoel HnlldlorSaluillOllldor Heater & HIOl;cr TenderSheeting Setters &. Drivers or IlIiAVY Building

ExcavationSienal ~(an,

&,~wblo~cr OperatorSt.eel Joist Handler (erection)Stolle ~asOll Tender'I'ulIlIcl Laborer (atmospheric pressure)'I'lUIlIel ~Iiner

'runn c I "'uTI,underground '{ork· (8 feet or more beloIt the

a<ljoilliJ\~ ~roulld "here t.ho excavationis 110 t 1001'0 than 8 feet Io"ide)

tln,lerpinning ,,'ork1":1 tcbaMVrtckin~ & Demolition (not including re­

codclllq)F.:lTeman

Elr.10/1/75

. 8-1..:.iQnone?65..E~

nOl\o7.3"_

.1!..O'i'i_.n2.I~

!lQ!!..£n01\e?JIOL.2Q

none7:7:5nOI~~?n~

~

-!lQ!l!L-.!!.Q!.!.£

...1..!&­l·70

~

~.....2.&2

Err.5/i/76

~~none6.10nonenOl\e7.~1l

M. 'ill

~~nonenone7.:»7.9j

noneTqo-

none7.50.!lQ!l.!l

llill!.£.!lQ!l.!l

!!.2.W!

8.0')

Wi.6.!l0

Efl.

S noneJiOij-c---non-e­liOii-e­liOiie-------...!!.Q.!l~­_!!£~!:.­

-1l!!.!l~~e__-!!E!!C__

~!!.­~_e_

~e__~c__

Ilone-----~!l_

-!!Q!!!:­....!!.'l!!L­_!!2.!l_c_-!!Q!!!!..-

~L­-!l2!!!.­~_c_

...

Air Compressor Operator, J75 CFM or over,Pump and/or Conveyor Operator, F1reman,Tempol"l\ry Heat

Air Comprcssor Operator, J75 CFM or over,Pump Operator and/or Conveyor Operator,2 or wore Machines

DOOm Truck OperatorDrakcmanConcrete natch Plant OperatorConcrete Mixer OperatorDerrick (Guy or Still Let;)Drill lUg!> - Heavy Rutary or Churn wllon

used for Caisson drilling lor elevatorcylinder on building construction

Firco;an, Chiof LicenseFireman,. 1st Class LicenseFork Lift OperatorFront End Loader OperatorGunite OperatorlIel ieoptcr Operator (hoistint; mat.eria~)IIoist Engineer (One Dru~)Hoist Engineer (T,,·o DrulU::;)Hoist Engineer (Three Drums or Hore)Locomotive Operator~Ialiter HcchanicHoohani~ or KolderMechanical Space Hoater (Temporary Heat)

a 8.90

. '.53!Lii

_B,QO9,18­

_'hi.'i .~-

f). If')lJ:1<;-.:...2.:.!!L-2......22~~..!..~~L

</.'.,;q:-{L

-.2...t...U_9.lJ';

!h.2.Q.~L

tl.4';

S ().'j5

10.18_ I o...!!)

f). :i 7)--'I~

~10.)0

10. J 0-lo~T1

'J.!i ")­10. l'l

lo:ti"J-~i:-s)=

I") • ·,tl-ICi:-fij\l'J:l-:-l­--15-:1;)i(1:"'\"i)-t-(I:-'i'L.-jll:l'l--'Go

$ 10.2~_

10.'3")-"to.1.i_"I"i)~.!u~to:/,..;-'17i:-'f":-

t l:J:~~-

10,7')-1-~iT;

-1():":;-10, ::,i

-1-0:7":;10.!1:;

"I1;":'[T-iO.-;·-:;lU:-;:;-~1(i-.~;­

-l-,j'~:;

I}. ~~o·til. " ';~!..;.-J2

UM HEALTHUNIT B/CMATERIALS

SCIENCES. C2-2

TRANSPORT SYSTEM

FIlIl-:GP. 1IF.~r.f'l,)'S I'lus 45t payable to the Heal th (, ·Welfare fUIll!, an"l5p'payable to the Pension Fund bcginlllnc 10-1-75.

- - -~. - - - - - - T' - - - - - - -~ -'-----.._._,...

DEPAnnlEST Of' LADon "-'lID' I~mUSTnY "'AGE !lATE OETEIDII~ATIO~L~ws 1971 - Ch~pter 724, 10/1/75

DEPART"ENT OF unon A.'W INIlU:STnv "AGE RATE DETER.'lINATIOl{Laws 197J - Chapter 72~

. 10/1/75

,'.

j

County Aitkin Crow Ving Jackson ~Iorriso'n ScottAnoka lHlkotn J"mabec ~Iower She rbllrueBeltrami Dod!~e Koochiching Nicollot SillleyDenton Faribault Lake, Nobles StearnsDig Ston~ Fillmore Lake ot tbe Oll!lsted SteeleDlue Earth freeborn \loods Pine ToddDro'll! Gool1hue LeSuc!ur Pipestone \'all n5111\

Carlton Hennepin Hnhnomon Ramsey \'adenaCarver Houston Hartin Red Lake waseca

. Chisago Hubbard HcLeoJ. Rice WashingtonClearwater Isanti Hecker nock wilkinCook ' Itasca Mille Laos St. Louis "'inonaGrant Lincoln nOtlCIl.U Travnrllo "'right

I

Other Building Work Basic 1IaJ!'.e Hato Per l!our

rowe~ EqUipment Operators Eft. Eft. Ett.10/i/75 5/1/76 5/1/77

.£!.~.~.l"L!..c~ ...~Oilcr or GreaserOvel'hearl Crane Operator (Insido building

TJllrimcter)Pich-up Swcuper (1 cu. yd. & over hopper

capacityrOlfl'" I'lunt F:ncinecr (100 lam & over on

:·~';lti;::;lcs i:qual tu 100 h,"1,lI uufJ uvur)J'I\lJl"cJ'(~te and Concrete Pumping Hachine

OperatorStrbd~le Carrier Operator~owc~ Cranes - stationary'!'r"ctor OJl,~rat.or, D-2 or similar size and

front fnd LObder Operator up to 1 eu.yd.'l'raclor Operator, Over D-2Tractor Operator with BoomTravclin~ Towcr CranesTruck and Crawler Crancs up to and not In­

clndin~ 150 ft. of b~orn lneIu~ing jibTru~; and Crgwier Cranes with 150 ft. at

Loum uP' to and not including 200 tt.of boom includin~ jib

truck Rnd Crawler CrBn~s with 200 tt. otl,com nllli over il\clulHn~ jlb

Truck Cr,no Oiler\lcldinc ~I(lehille "Opel"atorWell !'oint l'ump Operutor

Eft•.

~o¢ per hourIt5¢ per hour

Eft.5/1/76

SherburneWashingtonWright,

Basic Vage Rate Per Hour

Eft.10/1/75

& 8.25 $ 8.75 $ noneB.!!'; 8.75 1I0lle~5 8.7') nOlle

8.25 8.75 nOllo8.2') iL 75 none

1.:.2L ---!!..& none

.-1.JL'L 8.3'1 ~7.85 tI. ')5 th)!lC

-l.tI'} 6.:>') ~7.ti5 d.'):; nonE'----

Ht- tH- none7., >5 liOilC7.(,5 8.15 ........-oiiC7. G', 0.1) I\"OiiC7,t') ---S:'i'i ~~l.:l!L --!h!l /lOlln

~L a.15 Ilone8.t;._ -----7.115 nOlle

LakeRamseySt. LouisScott

CookDakotaHennepinItasca

Anoka'Carl tonCal'vorChisago

group 2Tri Axlc Trucks

r.l~j!..liTi tuminous Di5 trllmtor DriverBituminous Distriuutor (ono man operation)Tandelll A,....:le TrucklOSlurry Drivers

Class i fioations

County

Truok Dr1vers

Gr~!L2.ill tuminous Distributor Spray Oper. (Rear

End Oiler)Boom and "Ah Frame DrlverDumpmELnGreaser Bnd Truck Serv1cemanPilot Car Driver

"Ready-Hi=< Concrete Truck DriverTank Truck Helper (gas,oil,roaJ. 011 &

water)Teo~5tcr & Stablel!lanTractor Oper. (whe~l typo used for any

purpose) -1..:.!!..'L B•.!.L-!!.2!l2-Selt-I'ropelled Packer "/.1.5 -;:>:t') lIoncSlurry Operator' 7.b5 H, 15 -m~Single AxIl: Trucks _-L.!.U... 2...1.2- ~,F"I~GE nE~EFITS - In addition to the wa~es as 5uL forth herein, Wi

additional }5c shall bo paid Into tl.e lIealtlJ &Vol fare Fund, plUS ~5¢ per hour payable to the pen­

'slon ~und, effective 10/1/75.Effective 5/1/76'- "ealtb"& Welfaro

Ponsioll

Fiv~ ~~eI9 or more)Iruck Driver (haulIng ~ac~inery tor

Employer's o~\ use, includingoperation of hand and poweroperated wincbes)

Truck Trains .Mechanic-Welder

,Tractor Trailer DriverOff-Road Truck Driver

~t 8.45 e 9.10 $ 9.75 j

9.6':i 10.30 -::.95 I~ 9.55 2E.~1

I

;.45 iO. iO 2S!.. 7~".JI.:2L 10.16 iO.S3---- lQ.13_-!L.!1.:i_ .J!l.J~.:..9..Ji.s.- --1!l....iIL -lll.,c,,, .

_'l"~1.9___'l.L!!L ...1!l~t..L

9,1,t; 10.lll lO, i:;_".6:; 10:10 lU:-;.r)10.00 VJ.b-j _1 1 :')<.1 .,J..§L 10.10 ..1Q.9') I

I

I10.10_ ....!.Q...J.L 11.,,0 I

.1

10,1,1) 11, to. I

.-1.L,.12...,-o:9i)- q 'i'i J..0.:!':L,'-,--a qU 'I. :;5 10.;W !~'- -----1

9. 1.5_ - to. iI) _lu, ,:i \

,1,

II

'I'ISYSTEM

SCIENCES. C2-3

TRANSPORT

UM HEALTHUNIT B/CMATERIALS

- - -f'. - - - - - - If" - - - - - - -~ -.'

----,-'. _._----_...--..--o:-:---=- - ---- ...._-_ _, _

DEPAlll'~IEST O~' LAIIOIl A.'\D lSDU:iTny \{AGJ:: ILATE DETEnmSATIOXLaws 1973 - Chapter 72~

iO/i/i'j

:-1I~nlml RE~nAL lUTES f"OIl TRUCK "IlIRE

DEPARTMENT OF LADOll AND INDUSTIlY "'AGE RATE DJ::'l'£IUI1~ATlO~Lawe 1913 - Chapter 12~

10/1/.75

.t

Paid To Those ,Who Own And Operate The Truck ForAll Countios Of 'l-ho State

All minimum raLes'listed in tho following schedule includocompensation for all costs of oporating such trucks except theower-operator's "ages and lo'Ol'klDcn's ·col:lpensation insurance or anyuther assessments or taxes based on ,such "ages.

TRUCK,?, TluCTons, TnAILEIlS, ETC.

Trucl.s. tractors and trailers and trailing uni ts shall be paid for onthe following houl-ly basis. (This shall be pa)"jlIent in full.)

Servicc/Utility Truck natcs based on manufacturers ratings shall be:

county Anoka Grant Oll4l1tcd 'HnonaDenton lIennepin Ramsey WrightBig Stone Houston niceBlue Eartll Isanti ScottBrolm Kanabec Sherbul"neCarver LeSueur SibleyChisago McLeod Stearns

j' Dakota ~Iartin SteeleI Dodge HeekeI' Todd

Faribault Hi lIe Lacs TraversoFillmore ~Iorrison Wabasha

;. Froeborn Mower 'linsecaGoodhue Nicollet \iashington

Dump Trucks and Trailing units will be paid for on the following lJasis:

Trucks 5 cy '. ~80 9t cy 8.50G cy 5.30 10 cy 8.85G c;," 7.~0 12 cy 9.~O

8~- cy 7.90 111 cy 10.35 Classification9 cy ,lLiS 16 cy 11.10

ov~r 16 cy 11.90

Pups 3.90 I Asbestos Worker

Special consideraLion will be givon when athol' than ordinary conditionsexist.

Specially equipped trucks shall be paid for at a rate combining eqnip-ment and truck rental rates on a monthly basis.

Basic Wage nate & FringeBenefits Per Hour

$-!Q.~ $ none

Pickups of nIl classcs1 'l'on & 1} 'l'on2 Ton2} TOri

PREVAILIXG 1I0uns OF LADOn

1.5D/lir.1.75/hr.2.10/hr.).OO/hr.

Other BUilding Work

Special Trades

Eft.10/1/75

~L9.B2

Efr.6/1/76

Err.

The uprcvni11ng hours ot labor u tor all classes or laborersWid lIIl:chaniCs to be employed on State contract highway conslructionwork are eight bours per day and forty hours per calendar week.

UM HEALTHUNIT a/cMATERIALS

SCIENCESC2-4

TRANSPORT SYSTEM

- -f'- - - - - - - T" - - - - - - -~ -._..... ,....----- ..- ...------~-.. ,.-.- ,- •• _ ...- I ••- ....---... ~ i /' ~...

;

DF.PAIlT~IE:-lT O~' LAIlOn AND INOUSTIlY VAGE flATE DETERHINATIONLaws 1973 - Chapter 724

10/1/75 .

!'DEPARTHENT OF LABOn A..'lD INDUSTRY ....AGE RATE DETEIDIIN.4.TION

Laws 1973 - Chapter 72410/1/75 ' .

Clnssi r1cl\tion

Otber nUilding Work

Spccial Trades

Bl'/cklaycrs/Slone ~fasons

PipestoneRamsoyRed LakeRiceRockRoseauSt. LouisScottSherburnoSibleyStearnsSteeleToddTraverse"'abasha"'adena"'aseoaWashingtonWilkinVinona"'right.

..

lIubbardIsantiItascaJacksonKanabecKoochichingLake .Lake of the WoodaLeSueurLincoln~fabnolDen

~lartin

~Icl.cod

Hecl:crHine Lacs~lorrison

HowcrNicolletNoblcsOlmstedPino

AitkinAnokaBeltramiBentonBig StoneBlue EartbBr~wn

CarltonCarvllrCbisagoClearwaterCookCrow WingDako taDodgoFaribaultFillmoreFreebornGoodhueGrantllennepinDouston

County

. i

IBasic Wage Rate & FringeBenefits Per Hour

Elf. Eff. Eff.10/1/75 10/15/75 5/1/76

8_~ &10.555 $ 11.155

Isanti/tnmseyScottIt'ashingtonWri,bt

AnokaCi\r\'erChisagoDakotalIellncpin

County

OtberBuilding Work

Speoial TradllS Basic Wage Rate & FringeBenefits Per Hour

EU.10/i/75

Eff. Eft.

Classification

. Boilermaker $ 11.17 8__~ $ none·

UM HEALTHUNIT B/C'MATERIALS

SCIENCESC2-S

TRANSPOR1 SYSTEM

- -f'- - - - - - - ,.. - - - - - - -~ -- ... ..._.. eo _ • ..

DEPAllT~IENT OF L.~DOIl A.~D nmUSTnY "'AGE IlATE DETEllmNATIO~

Laws 197} - Chapter 72~

10/1/75

________, ~.J,----

DEPAJlT~lEN'l' OF LADOll AND INDUSTllY WAGE RATE DETERmSATIONLaws 1973 - Chapter 72~

10/1/75

Otber Bu1lding Work

Spec1al Trades

County Ai tkin Fillmore .Iahnllmen RoseauAnoka Jo'reCbOl"n Hartin St. LouisDeltrami Goodhue HcLeod ScottBenton Grant Meeker ShbrburneDig Stono Hennepin .1111e Lacs SibleyDlue Earth Houston .lorrison Ste'arns11 ro WTl Hubbard Mower Steele . i

Carlton lsan t i Nicollet Todd iCarver Itasca Nobles 'Tl'aVea"soChisago Jackson Olmsted ll'abashaClearwater Kanabec Pine WadenaCook Koochlchlng Pipestone WasecaCrow Wing Lake Ramsey WashingtonDakota Lake of the Woods Hed Lake WilkinDod~o LeSueur Rice Winonl1Jo'llribnul t Lincolu Ilock 'Jr.igbl.

COWlt.y AnokaCarverChisagoDakotaHennepinIsantiKnullbec (Southern part)

.lcLeod (Eas te rn part)'Hille Lacs (Lower east halt)

Pine (Soutbern part) .RamseyScottSberburne (Eastern balf)WasbingtonWrigbt

Basic Wage Rate & FringeBenefits Per Hour

Other DUilding Work

Special Trades

Classification

Carpet/LinOleum Layers

ClassificationBasic Wago Rate.,. Fringe80ne11 ts Per Hour ! Carpon 1...1'

IErr. Ett. Ett.1Q/1/75 . 5/1/76 5/1/77

$_ 9. ___5.g,_ SI0.5~_ $ 11.30

EU.10/1/75

i 10.11

JHt.5/1/76

~....!Q.:..i.!

Err.

$ !!2!!.!

UM HEALTHUNIT B/CMATERIALS

SCIENCESC2-6

TRANSPORT SYSTEM

- -~- - - - - - - T' - - - - - - -fII- -. "

• _ _ .__. ...,. __ .....- ........ i ... .. ~--,

. ,

DEPAHTMENT OF LADOn A.'1D INDUSTllY "'AGE RATE DETEIL\IINATIONLaws 1973 - Chapter 724

10/1/75 ' ,

County Aitkin (Southern part) }o'reeborn ~Ieckor SeottAnoka Goodbuo Hille Lacs SherbunloDeltrami Grant Horrlson Sibley

iDenton Hennopln Howur St.:nnls IDig Stono Jlouston Nlcollot ~ilcele IDlue Earth Jlulibnnl Nobles Todd IBloO""I1 Isnnti Olmsted Traverse ;Carver JaoJ.son Pino liabasha !Chisago Kanubec Pipestone Wadena ,Clearwater LeSueur Ilamlicy WasecaC100\( lfing 1,llIco]n ned Lnko lI"ashingtonDakota Halmolllen Ilic!! Wi lI.inDodge Hartin llock Winonat'aribault Hol,eod nosoau WrightFillmore

DEPAlIT~IENT OF LAUOn A.'1D INDU5TllY WAGE RA'!'r:; DETEUmNA'l'IONLaws 1973 - Chapter 72/1

10/i/75

County AitkinAnolt/llIolt-raIDiII ell tOilUi~ StoneIIIue Ear'thDrownCarl tonCan'erChisl1goClllnrwllterCookerO\( WingnulwtaDollllo}o'nrilJault,..i 11lnoreFreclJornGoodhuuGrantHennepinHouston

JIubbardIsalltiItascaJacksonKanabecKooehiohingLakeLake of the Woods'LeSuenrLincolnHahuoDlenHartinHeLeodHecker~lille LacsHarrisonHow"rNicollutNoblesOlmstedPine

PipestonelIaulseylied Lako1l1eonoekItoseauSt. LouisScottShorburneSibleyStearnsSteeleToddTraverseWabashaWadena'Wusee"\{usbington\'ilkin'Hnona\'ri&ht

j,!II,I

I

Othor Building Vork

Special Trades Basic Vuge Hate & FrillceBencH ts I'!!r lIour

I

!~

Classl fication

,}'i Ie !ItHal·hle Helper ~ 9.0ft $, 9.2!t $ none

Harbla Settel' 9.93 10.13 10.'/1

Other Duilding '{ork

Special Tralles Basic \{ago nato & FringeBeneU ta Por 1I0ur

UM HEALTHUNIT B/CMATERIALS

SCIENCESC2-10

TRANSPORT SYSTEM

Eft.10/1/75

Eft.11/1/75

Eft.

!

Classification

Millwright

Eif •10/1/75

$ 10.13

l!:tr.

$~

Uf.

8~

I

tI'I

Ii

t

iII!!

- -~- - - - - - - T' - - - - - - -~ -~

"..~._ 4~.~_"_"."_""_. "'. __"'_"'''''''''.'' & -~--- -- -- ......, e. '

Jjp.JlAIl'r>Il·:~·r or·' UtlOit A~D INIlUSTRY WAGE RATE DETEmlINATIONLallI! 1973 - Chaptor 72'.

10/1/75

I·I· .r.I.If

'. \

riEPAnT~IENT OF LADOn A.'m INDUSTIlY WAGE IlATE DETEnmNATIONLaws 1973 - Chapter 72'•

10/1/75

Special Trades

Other Duilding \{orkOtber Building Work

Special Tradesr

Eft.Eft. Etf.10/1/75

Bas1c Wage Rato & Frln&eDenefits Per Hour

JUUe LacsScottShorburne (Eastern part)wright-

AnokaCarverHennepinIsantI.lcLeod

·County

I-

Dasio Wage Rate & FringeDenefits Per lIour

Eff. Eff. Eff.10/1/75 11/1/75 5/1/76

KanabecScottSherbunlc (Soutbern part)Wright

Anol,aCarverIlcnllcpinl/;IUltiHcLcod

county

Clnssl fleal.ionClass1tic~

Pa111 tor!!BrushSt '-lIetul-al StoelSpnl)'5,,-in!; stage

$ 9.65 S 10.02 $ 10.32lo7Ir 10.30 10.82--nr:t'i 10.'}O 10.8:2

10.15 10.30 1'if:"b:I

Plpcfitter/Steamtltter $ iO.31 $ none ~t.!!.2.!!.!

UM HEALTHUNIT B/C

.MATERIALS

SCIENCESC2-11

TRANSPORT_&~~~EM

,I

iI·I!

- -~,- - - - - - - -r - - - - - - -~ -----... --_._-- .... - . . ---- . . ,,---------------------

DEI'AIlTHENT OF LADOn AND JNDUSTIlY '{AGE RATE DETEll'IINATIONLaws 1973 - Chaptor 72~·. .

10/1/75 . •

DEPARTHE.lIIT OF IADOR AND INDUSTflV '(AGE nATE DETEnmNATIO~

Laws 1973 - Chaptur 72410/1/15 .

County AnolenCarverHennopinIsanl!Kanabeo~lcLeod

.11110 LaosScottShorbunloSibleyWright

County AnokaCarverlIennepinIsanti.

McLeodMille LocsScottAe~umo

Wright

Dosie Vago nate & Fringonencfi to Per 1I0\ll"

Othcr Duilding Work

Special Trades

Classi1'lcntion

l'll1stol"er

,

Other Duilding York

Special '1'rodos

Basic Wage Uato A Frin'goIIcnefits Per Hour

Eft. Ert. Etr. I Cl assl ticaUon10/i/i5 5/1/76 I

I Plumbers,I

4L!Ch21 ~Lll!,9't lLnone__I

. I

Etl. Eft.10/i/75

$ 10.29 &~

Ef~.

S .!!£!!..£

UM HEALTHUNIT B/C~TERIALS

SCIENCESC2-12

TRANSPORT s.ya'l'1ll1 II

- -~- - - - - - - TAt - - - - - - -~ -_._ ...- - _-----, .__ ., ..__ _ _- -

DEPAIIT~m~·r OP LAnOIt A."lD YNUUSTIlY \{AGE lUTE DETEIlHlNATIO~

Lnws 197] - Chap tor 72'10/1/75

DEPAIlTHEN'l' O~' LADOIl AlofD INDUSTIlY WAGE IlA'l'E DE'l'EIlHINATIONLaws 1973 -·Chapter 724

. 10/1/75

..

Other Buildlng Work

Special Trades Basic Wage Rate & Fringe~!its Per Hour

County Attlein . Dnkota Lincoln Plpestc.ono ToddAnolen Goodhue Hal·tin numsey Vabllsha""II1.UI1 Ihml1epili HcLeod l1ice "'Rdellallir. Stone I1Itllbal"d Beeltcr Ilock VashingtonIlt'olm Ysnn ti lofi 11 c Lacs Scott WrightCon'cr Jackson MOITison SherburnoChilH\~o Kanabec Nicollct SibleyCrol~ Wiug LoSucur Nobles Stoarns

. County AnokaCar\'orIIcnnepinIsanti

KanabecHcLoodScottShorburno (Sou thorn part)

Vright

Other UuildinB Work

Spocinl Trndos nosia Wogo nato & Fr1ngenene!i ts Por flour

Eft. Eft. EU. I Classification10/1/75

i SondblastorIClassi Cteation----1100 f,'rs

Ilnll d-llp ~ 10.11 $ none $~C:olnpr,s i Li.on 10,11 none

~-KeLtleman none lIone nOllo

Eft.10/1/75

8~

Eft.11/1/75

$ 10.30

Eft.5/1/76

S iO.82

UM HEALTHUNIT B!CMATERIALS

SCIENCES'C2-13

TRANSPOR'J;' -6taS'IlEM

- ~.,.- - - - - - - -r' - - - - - - -~ -~~~._.,_._--_..- it .... ...........:- J..--__

J>EPAllTHE:-iT OF LAnOll AND IXUUSTHY "'AGE RATE DJ::TJ::IL\II:-lATIO:-lLows i97} - Chaptor 72'

10/J/75 :

DEPAIl'l'}IE;ST OF' LADOll AIm mnUSTllY \,'AGE ItA'rE UJ::TEllHlNATIO:-lLaws 1973 - Chaotor 72'

. 10/1/75'

Count)' CarverHenncpin~leJ.col1

Mcek~r (Eastern pnrt)

ScottSibley\fright

County AnokaDal(otaIIcnllcpin

RUlDseyScottWashington

Dasie Wage Uate & Pringencnefit.s Per Hallr

Eft. Eff. Eff.10/1/75

Othor Duilding Work

Spocial Tradcs

.Class i ri cation

Shout.metnl \vorker

UM HEALTHUNIT. B/CMATERIALS

Other Duilding \.'ork

Special Trades

Dosie WngoRate & FringaIlcn e f i t!I Pc r Honr

Eft. Ett. Err.10/1/75

Class! fieation

Sprinklerf1 t tel'I

It1..!~J 9 $ Ilone $ none

SCIENCESC2-14

TRANSPORT SYSTEM

EL~ G~ ~~~

- ~- - - - - - - -r' - - - - - - -tp- -~"' •. "._ .. _ ... ~.- ..... _-_.._ ••_--.. • ----. ..........-- ~ , I ...."

_, II,

IlRI'"n'r~mI'lT OF J.u\"OIl A.':D INDUSTIIY "',lGJ-: nATE D1'TErolI~ATIO:'

Laws 1973 - Chap tor 724-10/1/75 ' ,

i\.

\'

\

DEI'An'!'~I~NT OF LAIlOn A!W INDUS'l'IIY "'AGE HA'fE DETEIIHINATIONLa~8 1973 - Chapter 72'

10/1/75

ClJlIl1ty J.j t k! n lIul,hurd I'J J'.HlIlt,\J/I"b"u:'.~ .,1 ' .. iU' '.) !·.•It:,u.. !....',.

.lr.t .:. :./ ;'"':.$- .1...!~ ~-:~J.."!"' ! ~ .J •t oJ .;.l:.:li::i <J ~1 !ll':~

J _;~: ': ·:ft~ :i.i.l.l:I~·: RJ~:a:Dlue Earth Koochiching lLoS\)>lUIlcOh'n Lnllll' St.. LouisCal'l ton Lake of the ~oods ScottCar\'" I' 1.0Sncur SherburneCh1 filt r,o Lincoln SiLlleyClearwntor Hlllino/Don, St.O>lI'IlSCoole HllI'Un SteoloC,'O\{ Wing }Ic/,nod 'foddDalwta }Icel;nr Traverso1l011",o Hillo Liles Wabasha1"Ll"i ball 1 t Horrison "'adenaFillmoro Howor \~aseeaFreeborn Nicollut '\'ashingtonGoolI;,lIo Noblos \iJ 11;:1n;l(;1'" 11 t -Olwstod VinonuJlcllllepin 1'1110 liri giltJluu~t{\11

i

II

(.:IJII'''·Y , J '-y j II (,,',,1' 1,'-1'11 .I'l!.l i)c.il.lJJ.l:..l

J~ '.• _-,Im.:.!l.:,.:.evalilg ::;t.JneHlue EarthII1'0 lill

CarverChisago,Clean.'aterCrow Ii ingnukotar-'u1'1baultFillmoroJ~reebornGoodhucGt'UIl tHenllepinHOllutOIlIlllbuanl

).J.III iJ:.:-zs .....-.,:jJacJcsonX:t.l.ll]~~

li:oucl1ichin~

Lako or tho WoodsLeSullurLiucolnHahnolllen'Ha~·tin

HoLcodHcc/eCl"}!i 110 LacsHorrisonHoworNicollotNoblesJ'll1oripestolle

JtW'.!1I'··':~"-': -~

a:.~t.!

30':;':Rcs~~u _St. Louis (NurLh-1om par t) I

Scott IShCl"bumll ISil,lcy I I

Stearlls ISteule I'j'o,ldTrnvcrao I\,'ubllshu I

I"'Qdcnti I

Wnscca t""l\slI i:H;ton tI:ll kill' i\iinonl\\l'·ight.

Othor Duilding \'ol'kOthcr Uulldlng Work

Busio Wage Hoto & Fr1ngeSpoclal 'l'r/ldos Dus1c Wage Ilate & YringoSponil,l Trauos

Deneflt!> POl' HOllrIlenetlts Per "our

Ett. Ef!. Ett.Err. Err. Eft.10/1/75 3/1/76 5/1/7610/1/75 11/1/75 ;/1/76,

~u..!!:~ PlaSlitu~

'J'en'/lz;o:o \{ol~ker & 9.91 $ 10.11 11•...!.Q.:.a. Tilo Setter/Layer II 9.66 $...!2..:.2§.. $ 10.6/111/1/75 ."

')'01'l"/I:/;2.0 '{orkIn' lIelper 8.99 9.09 lJ.79

UM HEALTHUNIT B/cMATERIALS

SCIENCESC2-15

TRANSPORT SYSTEM

I, ,I

Ii

SCOPE

RELATED WORK UNDER OTHER CONTRACTS

GUARANTEE

PART 1- GENERAL

1470:J.-1MATER IALS TRANSPORT SYSTEM

Provide all engineering, labpr, materials, services, equipment, and transportationnecessary to fabricate and install all materials transport system work as shown in theDrawings, as specified herein or both.

Include GENERAL CONDITIO NS, and applicable parts of Division 1 as part of thisSection.

GENERAL REQU IREMENTS

SECTION 14701MATERIALS DISTRIBUTION SYSTEM

Examine all other Sections of the Specifications for requirements which affect workunder this Section whether or not such work is specifically mentioned in this Section.

Coordinate work with that of all other trades affecting, or affected by work of thisSection. Cooperate with such trades to assure the steady progress of all work underthe Contract.

U/MINN HEALTH SCIENCESUNIT B/C

Architectural enclosures for stations.Cutting, patching, and painting.Cutting and framing of openings.Access Panels of sizes and locations shown on Drawings.Local fused 208V. AC, 3-phase 60 cycle circuits within five (5) feet of all drivemotors, transfer devices, and main supervisory panel.

See Drawings for locations and details.

Manufacturer shall furnish his standard guarantee for work under this Section.However, such guarantees shall be in addi tion to, and not in lieu of all otherliabilities which the Contractor may have by law or other provisions of theContract Documents.

Attention is directed to provisions of the GENERAL CONDITIONS regardingguarantees and warranties for work under this Contract.

A.

B.

A.

C.

B.

A.

B.

A.B.C.D.E.

1.1

1.4

1.2

1.3

I

lIIIIIII&:IIIIIIIfI

SHOP DRAWINGS

OPERATING INSTRUCTIONS AND MAINTENANCE MANUALS

PERMITS, LAWS, ORDINANCES, AND CODES

U/MINN HEALTH SCIENCESUNIT B/C

14701-2MATERIALS TRANSPORT SYSTEM

Furnish "Instruction and Maintenance Manual", in accordance with SpecialRequirements, including:

Instruct, to the Owner's satisfaction, such persons as the Owner designates, inthe proper operation and maintenance of the system and its parts, in accordancewith Special Requirements. Provide two (2) copies of operators instruction manualsper station.

The responsibility for design, construction, installation, completion, and testof the system, and compliance with the full intent of the Specifications shallrest with the System Contractor. The System Contractor shall be responsible forthe successful operation of the system following completion and acceptance.

Any part of the system which proves defective in workmanship or material withinone year from the date of system's acceptance shall be repaired or replaced bythe Contractor without charge.

Obtain and pay for all permits, inspections, licenses, and certificatesrequi red for work under this Secti on.

Comply with laws, ordinances, rules, and regulations of all local,' State, andFederal authorities having jurisdiction, the rules and regulations of the NationalBoard of Fire Underwriters and of the Public Utility companies serving thebuilding.

Prepare and submit Shop Drawings in accordance with the requirements of theGENERAL CONDITIONS and in the manner described therein. Indicatecarriageway routing, right of way, details of station and shaft layouts, firedoors and dampers, and location of power supplies, remote annunciators,monitors, switches and supervisory panel(s).

Shop Qrawi'Jigsana cuts. shall indicate Specification Section and Paragraphrequiring equipment submitted.

1. Installation plans and Detailed Drawings, both Mechanical and Electrical,indicating as-built conditions, two (2) prints plus one (1) sepia copy.

Z! <:E_n::arilete_o~~~tional and trouble shooting instructions, and preventativemaintenance schedules for motors, switches and other assemblies.

3. Detailed list of all component parts and recommended list of spare partsto be maintained by Owner. Include part number, nomenclature, source,current price and estimated delivery time for each part.

A.

A.

B.

B.

A.

C.

D.

B.

1.5

1.6

1.7

I

lIIIIIIIl.­IIIIIIIfI

DESCRIPTION

PART 2 - EQUIPMENT AND CONTROLS

UIMINN HEALTH SCIENCESUNIT B/c

Transport units shall be provided with hinged cover, including latch and lock,and shall travel in an upright position within the system at all times.

14701-3

To dispatch a transport uni t, the operator shall close the cover and select theproper destination number by adjusting one set of clearly marked indicators. onthe side of the transport unit.

Provide prearranged maintenance training at manufacturer's facilities, withoutcost to Owner except for travel and living expenses, at time of system instal­lation and att any time after system acceptance and operation.

Materials transport shall be a horizontal and vertical conveying system consistingof a network of belt conveyers, lifts, and automatic transfer devices, as required,to automatically distribute independent transport units between stations.

MATERIALS TRANSPORT SYSTEM

No central dispatching point or intermediate destination shal I be required. Eachtransport unit shall be provided with one fixed set of destination indicators clearlymarked with a home station number to facilitate return of an empty car to theoriginating station. Home station indicators shall be adjustable only by authorizedpersonnel.

Pressing the station dispatch button after placing the transport unit into a correctposi tion, shall cause the tranport uni t to depart from the station and enter atraffic controlled network of horizontal carriageways and vertical lifts, where itshal I be automati cally guided through transfer devices and spurs via the shortestplanned route to its proper destination.

Transport units shall travel fully automatically from any station to any otherstation within the system without human assistance for routing, transfer, andtraffic control.

The control of moving transport units within the system is by direct low voltageel ectric probes located at strategic poi nts throughout the system whi ch read thestation address code located on the side of transport uni ts as they pass by. Thelow voltage signal obtained by the probes is transferred to switching devices whichtransfer traffic from one lane to another when required.

I

l c.

II 2. 1

I A.

I B.

IC.

ID.

I~

E.

II F.

II G.

III"rI

Carriageways and lift platforms shel I be formed of U-shaped metal channels toprevent jambing or overturning of transport units during transit.

Output capaci ty of each stati~m in the system shall provide for the dispatch ofone transport unit every three (3) seconds, on a continuous basis.

Installation hardware and system components shall be designed to permitdisassembly and reassembly for alterations or additions when required.

U/MINN HEALTH SCIENCESUNIT a/c

14701-4MATERIALS TRANSPORT SYSTEM

The transport uni t and cover shall be formed from a durab Ie pol ymeri c materi al andshall be steriHzable by steam or gas.

A vol ume sensi ng device shall prevent transport uni tS' wi th open covers from enteri ngthe main traffic loop.

The transport unit shall be moved horizontally by a system of motorized beltconveyors (carriageways) and vertically by means of motorized reaiprocating liftsor chain-driven multi-floor lifts.

Destination indicators on the sides of the transport unit shall provide for selectionof up to one hundred (100) desitnations in order to provide for future expansion ofthe system.

While similar in physical appearance, each transfer device shall be mechanicallyand electrically configured at time of installation to perform a specific function.Such confi.guration shall be capable of alteration at any time should futureal terati ons or addi ti ons to the system be desi red.

Switches and reversing shunts that transfer the transport units from one carriagewayto another shall provide smooth acceleration and deceleration so that transportunits shall not be subject to shock, agitation, or excessive vibration.

Power supplies which convert building power to low voltage direct current shallbe short circuit""proof and shall be placed in close proximity to the carraigewayat location determined by system design. The system shall consume power onlywhen transport units are moving within designated zones.

Transport units dispatched from a station shall automatically enter the main trafficcarriageways in such controlled sequence that they will not affect the movementof existing troffic in the system.

Supervisory panels shall be provided, as required by the system design, to monitor theope{'ation o(belts, transfer devices and power supp.lies, and to signal any-mal­function which may occur within these system components.

H•.

N.

O.

L.

M.

I .

K.

Q.

R.

J.

P.

S.

I

lIIIIIII~

IIIIIII"14'

I

SYSTEM CONFIGURATION AND STATIONS

U/MINN HEALTH SCIENCESUNIT B/C

Transport units, which by reason of operator error may_ be_programmed to a nonexistantstation, shall automatically be routed to Station 8 (Medical Records) on Level 2.

Manual redispatching of cars shall not be required at any point within the systemnor shall it be necessary to route cars through a central dispatch or distributionunit. Transport units shall travel via the shortest route to programmed destinations.

14701-5MATERIALS TRANSPORT SYSTEM

Type "B" Stations shall be single or remote stations served by a reciprocating liftwhich transfers transport units into or out of the station from the main horizontaltraffic route located above the station, and provided with transport unit receivingand dispatch capabilities. Stations shall be capable of receiving a minimum oftwo transport uni ts at the station.

The system shall be designed to provide fully automatic distribution capabilitybetween all stations in the system, each of which shall be interconnected byan appropriate quantity of conveyors, lifts, and spurs, and shall be providedwi th the requi red total quanti ty of transport uni ts.

Type "C" Stations shall be single or remote stations served by a reciprocatinglift which transfers transport units into or out of the station from main horizontaltraffic route located below the station, and provided with transport unit receivingand dispatch capabilities. Stations shall be capable of receiving a minimum oftwo transport units at the station.

The'types and locations of the stations concerned in this Specification shall beas indicated on the Station List which shall be attached to the Contract Documents.To conserve workspace, off main line storage and holding devices shall be providedas shown on the drawings. Future requirements for additional storage, dictated bypeak loading, shall be easily added to the system, as required.

Type "A II Stations shall be stations stacked,verticaHy one over another on therespective floors serveaDy-a multi-noor verticar lift and contained within thesame vertical shaft, with each station provided with transport unit receiving anddispatch capabilities. Stations shall be capable of receiving a minimum of threetransport un its at the stati ons. .

When a station is at design capacity for transport unit storage, all additionalincoming units shall be automatically recirculated within the system. Transportunits shall make a maximum of two subsequent attempts to reach the indicatedstation and then shall be automatically routed to the designated reject station.

When the receiving segment of a Type IIB" and "C II Station is full, the stationshall have the capability to receive and store a minimum of three incoming.transport units off the main traffic route at the station ready to enter the stationlocation automatically when it becomes available.

I ..

l 2.2

A.

II B.

IC.

II

D.

II

E.

~

IF.

II G.

II H.

II .

IfI

CARRIAGEWAY COMPONENTS

The transport unit payload will be supported directly over the center line ofthe carriageway and shall travel in an upright position at all times.

U/MINN HEALTH SCIENCESUNIT B/C

Curves and offsets on a dual (two-way} carriageway will accommodate thepassing of transport units in opposing directions at the same time so as not toimpose traffic constraints on the system.

14701-6MATERIALS TRANSPORT SYSTEM

When making horizontal turns, transport units shall be guided by curved metal flanges,formed on a 24-inch inside radius, and be moved on the same belt as used in thehorizontal carriageways without use of additional electric motors or need to powercurves individually.

Remote annunciators providing audio and visual signals shall be installed asindi cated on the drawi ngs. Annunci ators shall be connected to moni tor devi cesat a station that shall automatically distinguish only transport units programmedto the remote location. System shall be capable of incorporating additionalannunciators as required in the future. Annunciator signals shall be providedwi th manual on-off swi tches.

Carriageways shall be supported at each eight (8) feet of linear length. Hangerrods shall be equipped with suitable shock and vibration absorbers. Carriagewaymodules shall be installed straight and plumb with the building and supportedagainst excessive motion under peak load. Carriageways and supports shall becapable of supporting an applied load equal to 200 pOunds per linear foot of thesystem pathway.

Mounting and installation hardware, clamps, and transition sleeves shall beattractive in appearance for exposed installation, and shall permit assembly anddisassembly to facilitate future alterations and additions to the system.

The carriageway profile shall be flanged to prevent overturning of transport unitsduring transit and at the receiving segments of stations. Profile shall be shap~d.

to facilitate removal and replacement of transport units at stations. .

A continuous audible alarm shall indicate when a station reaches storage capacityand cannot recei ve addi ti onal transport uni ts. AI arms shall be install ed at eachstation and at the main supervisory panel, and shall be automatically silencedwhen a transport unit is removed from the receiving segment of the station.

Belt conveyors shall be powered by non-proprietary electric motors of sufficient horse­pOwer to serve the system capacity. Motors Shdll be located at approximately everyone hundred and fifty (150) fee-t intervals in the horizontal carriageways. - -

I .,

l J.

II

K.

II 2.3

I A.

I B.

IC.

~

I D.

IE.

III F.

I G.

If1-

TRANSPORT UNITS

The system shall be equipped with one hundred twenty (120) transport units asindicated on the Station List attached to the Contract Documents.

Index indicator positions not required for use in system operation shall be blockedto reduce programmi ng error of setti ng indi cators at non-exi stant stati ons.

The traasport cover shall be equipped with a key cylinder lock of tumbler designsupplied with two keys. Keying shall be common for network.

14701-7MATERIALS TRANSPORT SYSTEM

Unobstructed minimum inside dimensions of the transport unit sholl be 14-1/2" deepX 6" wide X IB" long. In addition to the weight of transport unit, the system shallbe capable of transporting a payload of 20 pounds per unit, properly spaced overunrestricted vertical and horizontal distances.

U/MINN HEALTH SCIENCESUNIT B/C

Dispatch controls at individual stations shall be provided with a key cylinderlock to prevent dispatch of transport unit by unauthorized personnel after stationis dosed. Provide two (2) keys, each station keyed in common with cylinderlocks in covers of transport units.

The transport unit shall be provided with an integral and nonremovable lid. Thecover or lid sections shall be hinged to open a full lBO-degrees and designed to beeasily opened or closed with one hand. Container lid shall be fully gasketed to pre­vent spillage of liquid on the pathway during transit.

The latching mechanism for the transport unit lids shall oe equipped with a positiveclosure and the station shall be equipped with a clearance barrier or sensor whichwill prevent a transport unit with an improperly closed cover from entering the system.

The transport unit shall be fabricated of impact resistant polymeric material withreinforcements along the edges and at corners and shall be sterilizable by steamor gas. Color of container and cover except hardware shall be beige.

Transport units shall be moved in horizontal sections by means of powered beltconveyors at speeds of approximately 100 to 200 feet per minute and in verticalsections by means of a chain driven lift assembly at a speed of approximately60 feet per mi nute.

Both sides of the transport unit shall include two (2) sliding positive positioningindex indicators identified as 0 through 9, thereby providing the system witha total capacity of 100 destinations (10 indicator positions per row X 2 rows =102 =100). Index indicators on one side of the transport unit shall be readilyadjustab Ie for sel ecti ng desti nati on stations in the system and index indicatorson the opposite side shall be fixed for returning transport units to the homestation. Provide integral handles at both ends of transport unit.

H.

G.

H.

E.

I.

D.

F.

B.

A.

C.

2.4

.1

lIIIIIII.I.rIIIIIIIfI

TRANSFER AND CROSSOVER SWITCHES

All interior and exterior edges of the transport unit shall have coved corners witha minimum radius of 1/8 11

• Material shall resist staining from blood and urine •.

U/MI NN HEALTH SCIENCESUNIT B/C

The entire switch mechanism shall be replaceable by removal from the switchhousing, to which the approaching and forwarding carriageways are attached.The electrical controls shall be remotely located.

14701-8MATERIALS TRANSPORT SYSTEM

The system shall be provided with twenty (20) removable and sterilizable inserts,transferrable from transport unit to transport unit, each equipped with foldinghandles. Inserts shall secure specimens and other containers or instruments duringtransit of the transport uni t. The transport uni t and insert desi gn shall be approvedby the Owner before production begins.

Modification from one configuration to another shall be made possible by means ofuncompHcated jumper connections or minor mechanical rearrange~entof electricalcomponents.

Swi tch mechanisms shall be desi gned to transfer transport uni ts from carri ageway tocarriageway within the system in accordance with the destination code, with aminimum of shock, noise, and vibration. Hanger rods supporting switches shallbe equipped with suitable shock and vibration absorbers.

Switch controls shall automatically start, stop, and space approaching transport units~

thereby avoiding the possibility of collisions or unnecessary physical interactionbetween units. Spacing device shall provide smooth acceleration and decelerationso that contents of transport unit shall not be subject to shock, agitation, orexcessive vibration.

The switches shall operate on twenty-four volts, direct current (24 V DC) and shallcontain all controls, sensing equipment, and logic-circuits in order to be univer­sally adaptable to any of the various configurations required by system design andfunction.

Crossover switches and reversing shunts shall permit transport units to transfer directlyfrom an active loop to an adjacent active loop or carriageway within the system, andshall not necessarily be required to conform to the fore-mentioned universality concept.Crossover switches shall be constructed by utilizing components identical to transferswitches in order that spare parts and service requirements be minimized, and shalloperate by rei ays and low vol tage wi ri ng acti vated by di rect contact wi th addresscode tabs located on transport units. Crossover switches shall be provided as shownon all applicable Drawings.

All components of switches, including logic circuits, relays, contacts, and motorsshall be easily accessible to permit servicing or replacement under operati ngcond-tions, and new installation with minimum system downtime. .

I ,.

lI.

II J.

I 2.5

A.

II B.

II C.

~D.

II E.

II

F.

I G.

II,r'I

MATERIALS AND CONSTRUCTION

U/MINN HEALTH SCIENCESUNIT B/C

Should a short circuit of longer duration cause the supervisory controls to shutdown certain power supplies, reactivation shall be capable of being accomp­lished at the supervisory panel.

Power supplies shall be equipped with a key controlled manual override mechanismfor shut down of individual supplies, or the manual override of a zone shutdownby the automatic supervisory controls, respectively.

14701-9MATERIALS TRANSPORT SYSTEM

All motors shall be equipped with a constantly operating overload device to cutoff the power to the motor should the conveyor be subjected to undue strain throughany cause. Each station/lift shall have a safety circuit which shall stop the liftif a container shifts from its normal position after the transfer has started.

Individual power supplies, including drive motors and transformers, shall beprovided at approximate one hundred-fi fty foot (150') intervals along carri agewayand at stations, or as requi red by traffi c condi ti ons and system confi gurati on.

All components of the enti re system shall be deii gned for ami ni mum of noiseemission. Motors, switches, and assemblies requiring lubrication and serviceshall be installed in locations accessible for maintenance. Motors, switches,and belt-drive or take-up assemblies shall not be installed above examination,consultation, dictation, treatment, and office spaces.

The conveyor drive, lift drive, and transfer assembly drive motors shall be 20av,3 phase, primary. The control systemrswitch" units, and loading/unloading con­veyor shall be 24 volt PC. All required motor control centers and all requiredtran;former-rectifiers shall be furnished and installed by the Conveyor Contractor.

Only motors, chains, and sprockets shall require lubrication. Each idler rollerassembly shall be equipped with dual sealed-for-life grease packed precisionball bearings requiring no lubrication. All glides shall be nylon requiring nolubrication. No portion of the system that comes in contact wi th the containershall require lubrication of any type.

Conveyor Bed shall be a pan type "U II shaped metal channel. The conti nuous bel tshall ride on the bottom of the "U ". If the return belt is not used on an adjacentchannel, it shall return under the "U II channel. The upper portion of the "U II

channel shall have glides on the inside to gui de and steady the contai ner.

Turns shall be constructed of upper and lower levels of belt driven rollers. Therollers on the two levels are staggered and the axis of each roller is set in linewith the radius line. The inside radius of the turn shall be 21-0". Sufficientrollers· shall be provided so that the container rides on at least three rollers at a!ltimes. The frame holding the rollers shall contain glides the same as the straightsections to guide and steady the container.

A.

B.

E.

H.

G.

D.

C.

F.

I.

",

2.6

I

lIIIIIIIt-rIIIIIIIfI

U/MINN HEALTH SCIENCESUNIT B/C

Swi tches shall be defl ector type operated by 24 vol t DC control ci rcui ts. Theswitches shall be pre-wired to solid state~transistorized modular plug-in units.

Single Station Lift shall be a direct driven reciprocating lift with motorized carryingtable. The lift shall transport the containers in a right-side up position at all times.

Intermediate Sections shall be equipped with guides or rails to guide the verticallymoving containers. Sections to be supported laterally and vertically at each noor.

14701-10

Multi-Station Lift shall be a continuously operating chain lift. The lift shallallow complete recirculation at head and base sections. The lift shall transportthe containers in a right-side up position at all times.

Idler Rollers shall be provided at all belt directional changes to guide the belt.Bearings used in metal roller assemblies shall be properly protected against staticelectricity •

Carrying Chain shall be a roller chain with the rated working strength equal toor greater than the maximum live load. The rated working strength is that loadwhich may be applied intermittently for 10 million cycles or more without yielding.

Chain Take-up shall be provided at the bottom of the vertical conveyor. Anautomatic switch shall stop the conveyor if the take-up is exten~ed to maximumtravel. .

Belts shall be high strength fabric of the latest type, reinforced as required forsilent operation. Tools and adhesive required to repair or splice belts shall befurnished with system. Drive pullies shall be coated with a high friction plasticsurface. Each belt shall have an automatic take-up pulley assembly. .

MATERIALS TRANSPORT SYSTEM

Loading and Unloading Platforms shall be level, free rolling conveyors with asufficient number of drive wheels for the length specified. The drive wheels shallbe powered by small 24 vol t DC motors.

Gear Motor powering the lift shall have an integral brake which is released whenenergized. The drive motor shall develop ample starting torque to accelerate andraise a maximum unbalanced live load within the normal starting period for theselected motor. The brake shall be of a size which will stop the fully loadedconveyor wi thi n 1-1/2" of conveyor travel after stop si gnal is recei ved.

Inclines and Declines shall be constructed the same as horizontal sections exceptthey shall be sufficiently powered by belts designed to prevent any container fromsliding at more or less than the speed of the belt.

Loading and Unloading Platforms shall be level, free rolling conveyors with asufficient number of drive wheels for the length specified. The drive wheels shallbe powered by small 24 volt DC motors.

(5)

(1 )

(4)

(2)

(3)

(1)

J.

L.

N.

K.

M.

.o.

I

lIIIIIII~

IIIIIII"rI

I

lI

"

U.

U/MINN HEALTH SCIENCESUNIT B/C

Gear Motor powering the lift shall have an integral brake which is released whenenergized. The drive motor shall develop ample starting torque to accelerate andraise a maximum live load within the normal starting period for the selected motor.The brake shall be of size which will stop the fully loaded conveyor within 1-1/2"of conveyor travel after stop si gnal is recei ved.

II

V.

2.7

Carrying device shall be a wide belt with the rated working strength equal to orgreater than the maximum live load. The rated working strength is that load whichmay be applied intermittently for 10 million cycles or more without yielding.

SUPERVISORY FUNCTIONS AND CONTROLS

---_.. , ... - . ..:...

\0 \0.... '"41 .........~ ....... 0c: ........... ...... r.lll'\10 U)roo

01110 It\::l .... \0

41 0 ........ <Xl.. ::: .'"III ........... C\=10 ......

<:l Col'"Glc. ~00dill:. .. In

~... r0-o ... ........

"'41 ....'" :: "" ........c lU "'0~g:j rol ... ..

.:.I100:.til II c:c: Q) 0... " ..." as ..... 10 as... Eo< CI:s ...g:j ... "" 10as ... GJ10 ... II ....Q) 0 .. N.a GJ III as.. l:lo ... ...

0 UI " 0

In the event of a malfunction within a particular zone, all power supplies within.1 I II I' I . I ,. II

>...;o

"

The system shall be electrically configured into individually superv.ised; and cont­rolled zones, each of which shall be electrically supervised by a Main SupervisoryPanel. The Main Supervisory Panel shall include a color-coded network displayconsisting of a single isomatric representation of the system. The display shalldepict components, including carriageway, spurs, stations, switches, powersupply, monitors, and fire dampers, and all operational and functional aspectsof system performance, including switch function, transport unit travel, powersupply, pperating vol tage, station loading, and traffic throughout.

III

I

II

I

A.

B.

I

I

I

I

·-

I

III

D. The illuminated power supply light at the panel shall indicate which power supplyor switch caused the failure. All other power supply light and switch indicationsshall not illuminate following zone or system shut down.

H. Following a zone shut down and activation of audio and visual alarms, the Panelshall be programmed to either take no further action or effect shut down of theentire system following a timed interval which shall be adjustable from one (1)second to fi fteen (15) minutes.

F. The numbered zone indicator light in the Main Supervisory Panel shall be illuminatedwhite when the zone is in operating condition; red when the zone is shut downdue to a failure within the zone; and shall not be illuminated when the zone isshut off subsequent to a failure in another zooe. In the event of a general shut downdue to zone failure, a separate and additional shut-down light shall also be illum­inated.

G. A zone shutdown shall be displayed on the Panel by illumination of the appropriateindicator light, accompanied by a continuous addible alarm. The alarm shall bemanual Iy sil enced by means of a momentary swi tch on the face of the Panel. Thezone light shall be illuminated until the affected zone power supply or switch isreset. The audible alarm shall automatically sound at each subsequent troublecondition.

14701-12

The indication of a jam or brokenlift belt, indication of malfunctionof the loading/unloading device,and indication that the drive unitis overloaded shall all be monitoredas one poi nt •

Indi cation of a broken bel t andindication that the drive unit isoverloaded shall be monitored asone point. Each belt and drive unitcombi nati on shall have a monitori ngpoint.

U/MINN HEALTH SCIENCESUNIT B/C

Conveyor Belts:

MATERIALS TRANSPORT SYSTEM

C. (cont.)Reciprocati ng Li fts:

E. In the event of switch failure, reset shall be automatic following correction of thefailure. In the event of power supply failure, reset shall be performed manuallyat the Panel. Each power supply shall also be capable of being shut off and elec­trically isolated to facilitate testing and repair. Each power supply shall be capableof being placed back into operation independently by means of a key controlledswitch incorporated into the unit.

• •I

lIIIIIIILIIIIIII"I~

I

- -~- - - - - - - T' - - - - - - -". -"'...........__~_ ......4' ••••• -..._;...... .----.. _.. - " _ I ••~_

DEI'AI!THE~'r 01' LAIlOIl AND I~DUS1'1l\" It'.-\GE HATE DET~IL.\fINATION

Laws 1973 - Chapter 72410/1/75

DEPAIlT}IE.~T OF LABOn A.'lD INDUSTilY \'AG"~ ItATE DETJ,;IDIINATIONLaws 1973 - Chapt~r 72%

10/1/75 "

County AnokaClu'vcrChisagoDakotalIennepinIsan tiKanabecMel.cod

Hille LacsPine (Southem part)namseyScottSherburneSibley'{ashington\l'right

I, County Anoka (Western Part)

DentonlUg StoneBlue EarthBrownCarverFaribaultnennepinJacksonLeSueur (Western part)Lineolo

MahnomenHartin

"HcLeod.IoekerNicollotScottShorburne (Wes tern part)SibleyStearns,,"usecaWright ,"j

Othcr Uuildillg '''ark

Special TI'at!es

Clasnt tillation

CenJcllt Hnsoll

Basic Wage Rato 0\ Fr1ngo Othor Bu1ld1ng WorkBenefits Per llour

Etf. Ett • Eft.Special Trades Basic Wage Rate 0\ Fringo

10/1/75 10/15/75 5/1/76~its Per Hour

EU. Eft•. Eft.10/1/75

S 9.89 $ 10.08 & 10.61:11

Classification

Eleotrician $-.-1Q.56_ 3 _none $ nono

UM HEALTH SCIENCESUNIT B/C C2-7MATERIALS TRANSPORT-~S~EM

ELECTRICAL

STATION DIRECTORIES

Supervisory Panel shall be designed to accommodate additional stations, as requiredin the future.

The System Contractor shall be responsible for all component wiring between thelocal 208 V AC supply and all system equipment as required.

14701-13

Directories shall also contain operational instructions for personnel using the system.Each directory shall be mounted in a chrome plated frame with a glass face.

A system purge control shall be provided at the Supervisory Panel, which shall clearall moving transport units from the system at the designated reject station.

The functions of system start up and shut down shall occur at the discretion ofauthorized personnel. System shall be capable of either total shut down or selectivezone (s) shut down a~ initiated by controls at the Panel. Test switch shall be providedto verify operation of the monitoring indicators.

Reactivation of the system shall be automatic upon correction of a malfunction orby a manual reset button on the face of the Panel. Either of the two reactivationpossibilities shall be determined by maintenance pe~sonnel and preprogrammed bymeans of a jumper connection.

The Supervisory Panel shall be equipped wi th an amber light for each stati on anda continuous audible alarm which shall be activated when a system is overloadedand indicate that it cannot receive additional transport units. Removal or dispatchof one transport uni t at the stati on shall reset the al arm.

U/MINN HEALTH SCIENCESUNIT B/C

The automatic shut down shall affect only the carriageway power supplied. Switchpower supplies, for logic and switching circuits, shall not be affected. The safetyfeature shall be provided in order to avoid a secondary failure during a shut downcondition.

Each directory shall clearly indicate the name, location, and destination codenumber of each station in the system. The stati on names shall be as furnished tothe System Contractor by the Owner or the Archi tect.

The System Contractor shall provide and install all low voltage 24 volt DC wiring,control wiring, and connections necessary for the proper operation and supervisionof the entire system.

Each station in the system shall be provided with a Station Directory, supplied andinstalled in a location approved by the Owner and Architect.

MATERIALS TRANSPORT SYSTEM

I ~

.t

l I.

IJ.

II K.

II L.

II·

M.

~N.

I2.8

A.

II B.

I 2.9

A.

IB.

II C.

fI

INITIAL MAINTENANCE

SYSTEM TESTI NG

FIRE DOORS AND AIR BAFFLES

PART 3 - TESTING AND MAINTENANCE

14701-14MATERIALS TRANSPORT SYSTEM

Maintenance of the equipment shall be furnished for a continuous period ,of 12months after completion and acceptance of the work without additional cost tothe Owner for labor or travel expenses of service personnel.

Upon completion of the installation, the System Contractor, in company withthe Owner and/or his representative, shall conduct such examination of thematerials and workmanship as required to establish that all work has been accom­plished according to the full intent of the contract award.

U/MINN HEALTH SCIENCESUNIT B/C

Fire damper assemblies shall be provided for other wall openings as shown on theDrawings. The System Contractor sha II provide and insta II a II fi re doors and dampers asrequired.

Performance and capability tests shall be designed and carried out jointly by theSystem Contractor and the Owner.

Fire Door shall be 2-hour UL Class "B" accordian type consisting of a pre­fabricated UL labeled panel mounted within a 10-gauge painted 3 x 3 steelangle frame. The panel shall be held in position by a latch arm assembly inconjunction with a standard 1600 F., UL rated fuse link. The latch arm assemblyshall support two-third (2/3) of the total weight of the labeled panel to insureagainst faulty release of the fuse link. To insure level closing of the panel andto avoid weight drop damage, sill sections of fire door frame assemblies shall befitted with leveling shims adjusted at time of installation. Doors shall be asmanufactured by American Warming and Ventilating Company of Toledo, Ohio,or approved equal, and shall be specifically designed to accommodate standardcarriageway sections while maintaining UL rating. Motorized fire door assembliesshall be provided at station enclosures as required.

Air Baffles shall be of satin-finish, 16 gauge, type 302 stainless steel with one­piece neoprene flap pivot mounted into frame and extending into track. Baffleshall be fastened directly to the surface in which the fire door is located andshall be designed to operate under internal air system pressures of up to 1/2"column of water. Flap shall be operated by the action of a passing transport uritand shall return to its original closed position after the transport unit has passedthrough the opening. The system Contractor shall provide and install all airbaffles as required to maintain balance of building ventilation and air conditioningsystems.

I ~...

l 2.10

A.

IIIII B.

IC.

IJ.,

II

3. 1

I A.

II B.

I 3.2

IA.

'\~

I

MANUFACTURER AND SYSTEM

Each such adj ustment sha II be made as fo II ows:

System sha II have been tested and approved by Underwri ters I Laboratori es, Inc.

U/MINN HEALTH SCIENCESUNIT B/c

14701-15MATERIALS TRANSPORT SYSTEM

The Contract Price shall be adjusted yearly as soon as practicable after the indexof 'Wholesale Commodity Prices for Metals and Metal Products" has been publishedfor the anniversary month of the Contract.

1. The material cost of the contract price shall be increased or decreasedby the percentage of change shown by the index of 'Wholesale CommodityPrices for Metals and Metal Products" published by the U.S. Departmentof Labor, Bureau of Statistics, for the month within which falls the ani­versary of the commencement of the 5-year contract.

Automated materials transport system shall be "Distributor" as manufactured byW .B. McGuire Engineering Co. Ltd, Montreal, Quebec, Canada.

3. The Owner shall have the option of canceling the contract at any timeby giving the Contractor 30 days' notice.

2. The labor cost of the contract price shall be increased or decreased bythe percentage of change in the straight time hourly labor cost for themonth within which falls the anniversary of the commencement of theservice as compared with such straight-time hourly labor cost on thecommencement of the 5-year contract.

Within the system, the minimum time requirement for one-way carrier travelbetween any two stations in Unit B/C shall be 10 minutes, and the minimumtime for one-way carrier travel between any station in Unit B/C and MayoStation(s) shall be 15 minutes.

System mechanical and electrical parts and components shall be non-proprietaryto facilitate local procurement for replacement.

B.

C.

B.

D.

A.

C.

3.4

I

lIIIIIII~

III"IIII

1'"rI

(5) Addenda: The Bidder hereby acknowledges that Addendum instructions numbered_________________ have been received and the requirementstherein have been incorporated in this Bid.

(2) The Bidder, in compliance with Advertisement for Bids, hereby submits the fol lowingBid .for the MAT~RIALS TRANSPORT SYSTEM in connection with Unit BIC, Health SciencesExpansion, Mtnneapolis,.Minnesota, Project Number MINN. 18 (HP).

In completing this Bid, the Bidder shall complete the Bid in both words andfigures. Should any Alternete Proposal result in no difference in cost, theBidder shall write \lNO CHANGE" for the Alternate. The Bidder shall submit a bidor "No Change" for each Alternate listed under his Contruct Division. Refer toSection 01100 - Alternates.

Completion of Work: The Bidder hereby agrees to commence work under this Contracton or before the time stipulated in the written "Notice to Proceed" in accord<:lncewith the General Conditions, and to complete all Work under this Contract on orbefore the dates specified in Specification Section 01200 and other provisionsof the Contract Documents.

- - - - - - -

UM HEALTH SCIENCESUNIT RIC' .AJ-l

MATERIALS TRAliSPORT SYSTEM

DATE:

vIsited and ei<amined the site of the proposed work, and being fami i iar with ai iof the conditions su~rounding the construction of the proposed Project includingthe avai lability of materials and labor, hereby proposes to furnish all labor,materials, services, and supplies, and.to accomplish the Work for which thisBid is submitted, in accordance with the Contract Documents, within the time setforth therein, and or the prices stated below. These prices are to cover allexpenses incurred in performing the work required under the Contract Documents,of which this Bid is a part.

ADDENDUM NO. 1

~ 0;,B1£1 F'CRM - Fr:R LUI·iF> SlJ,1 CmrrMCTS

t~ ::omn:::ed

Fa::~::Sa~ :::tract DiViSiOn:~OPOSAL FOR MATERIalS TR8~SPQRT SYSIE~~ '~7~~~~~is~M~:J~~~~~1A (contract division)

; PROJECT: UNIT Blc OF THEt-'" ATIEtlT la-l: ~~~~Q~~iSpURCHASING HEALTH SCIENCES EXPANS ION~ -tPURCHASING AGENT) LOCATION: MINNEAPOLIS, MINNESOTA. -2610 UNIVERSITY AVENUE~ ST. PAUL, MINNESOTA 55114~ ~ ~ ~ - ~ - - - -- - - - - - - - - -'.. (1) Bid of _..... (Firm n::lme - hereinafter referred to as the "Bidder")

:J~ (3) The Bfidder.agrees to accomplish the \~ork in st2roicottc~mplli9a7n6ce with thde bdraWingS,~ speci icatlons and Contract Documents, dated c ouer , prepare y

The Architects Collaborative, Inc., and Health Sciences Arch itects and'::II Engineers, Inc.,. and as stated in the attached letter dated ___

(4) The Bidder, having examined the drawings, specifications and related documents,

~

:J:Ijj (6)

j(7)

:J:1,fj

I '

\;IIIIIII(...,

IIIIIIIcII

,·.t.8~ .' MATERIALS TRANSPORT SYSTEM BID (MTS)• •

BASE BID MTS: Bidder agrees to perform all of the Materials TransportSystem Construction Work for the sum of _

------------------------------------------,$ -------------------------ALTERNATE MTS-l: Omit Station 17 (Dental), Floor 7, Unit B/C .....

DEDUCT $, _

ALTERNATE MTS-2: Omit Station 16 (Psychiatry), Floor 6, Unit B/C ...

DEDUCT ~$ _

ALTERNATE MTS-3: Omit Station 15 (Neurology), Floor 5, Unit B/C ...

DEDUCT ,$ _

ALTERNATE MTS-4: Omit Station 7 (Ambulatory Surgery), Floor 1, Unit B/C .

DEDUCT $, _

ALTERNATE MTS-5: Omit Station 10 (Business Office/Admissions), Floor 2,

Unit B/C .... DEDUCT _

--------------------------$-----------------, ,

ALTERNATE MTS-6: Omit Station 20 (Mayo 1), Floor 1, Mayo Hospital) ...

DEDUCT $, _

ALTERNATE MTS-7: Omit Station 21 (Mayo 2), Floor 2, Mayo Hospital,

including all track, switches, hardware and monitoring connecting to main

line pathway in Unit B/C•... DEDUCT __

-----------------------------_.$--------------(9) Unit Prices: Should certain additional work be required, or should the

quantities of certain classes of work be increased or decreased fromthose on which the Bid is based, by order or approval of the Architect/Engineer, the undersigned agrees that the following supplemental UnitPrices will be the basis of payment to him or credit to the Owner forsuch addition, increase or decrease in the work. Unit Prices given shallrepresent the exact net amound per unit to be paid the Contractor (in thecase of additions or increases) or to be the basis for refund to theOwner (in the case of decreases). The Unit Prices shall include associatedsupervisory monitoring and installation. No additional adjustment will beallowed for overhead, profit, insurance, compensation insurance or otherdirect or indirect expenses. The Owner shall have the right to rejectany or all proposed Unit Prices at any time prior to signing the Agreement,in which case the cost of extra work shall be as determined by one of theother methods set forth for changes in the work, in the General Conditions.Unit Prices given herein shall be for additional work only. Decreasedwork at Unit Prices shall be at the "Add" price less fifteen percent (l5%).

UM HEALTH SCIENCESUNIT B/C A3-2MATERIALS TRANSPORT SYSTEM

(f) Fire Dampers and Motorized Fire Doors, including releasing mechanismand actuating device, per each assembly:

(b) Station Components, including carriageway, supports, controls and directory,per assembly:

(c) Switching Units (not included with Station Components above), includingcontrol, read heads, supports and hardware, per each unit:

(d)"· Transport Units, complete with hinged cover assembly, keylock and escortmemory code devices per unit:

$----­$----­$-----

$----

$----­$----­$.----­$-----

$----­$----­$----­$----­$----­$---­$----­$-----

$-----

$-----$----

UM HEALTH SCIENCESUNIT BIC A3-3MATERIALS TRANSPORT SYSTEM

Fire Damper Assembly, Class A (Dual Carriageway)Fire Damper Assembly, Class B (Dual Carriageway)

Channel, Horizontal, 8 1 ModuleHorizontal Offset, 20 DegreesHorizontal Offset, 45 DegreesHorizontal Offset, 90 DegreesVertical Offset, 0-20 DegreesBelt DividerEnd Pulley AssemblyDrive Unit, including Starter

End Station Assembly, 3 Transport UnitsOn-Line Station Assembly, 3 Transport UnitsTransfer Station Sssembly, 3 Transport UnitsMultifloor Station Assembly, 3 Transport Units

Swi tch, EntrySwitch, ExitSwitch, Reversing

Transport Unit:

(e) Transport Unit Inserts, including hardware, per each unit:

Removable Insert (with handle)

\I •• 'As-per Section 14701: Complete the line items under this Section or Section14700, as applicable:

(a) Dual Carriageway Components, including hangers, anchors, clamps, splices,slider beds, belting and guard rails, per assembly.

I

lIIIIIII~

IIIIIII(;II

(f) Power monitors, including mounting brackets and electrical connections, pereach module:

(c) Switching units, including controls, read plates, supports and hardware, pereach unit:

(b) Station components, including appropriate 5'-0 11 length(s) of straight track,supports, controls and directory, per assembly:

(d) Delivery vehicles, including container with hinged cover assembly, keylock,electrical latch interlock, touch stop control, motor, chassis, and thermaloverload device, per car:

$-----$----

$-----$._---

$-----$-----

$-----$-----

$----­$----­$----­$----$-----

$-----$----­$----­$-----

$---~­$-----$-----$._----

$.-----$----$.-----$._----

$---­$---­$-------

Multi-Power Module, 100 AmpUni-Power Module, 25 Amp

Curve, 90 Degrees, 3411 RadiusCurve, 45 Degrees, 34 11 RadiusCurve, 22-1/2 Degrees, 34 11 RadiusHorizontal Offset, 22-1/2 Degree Curves

Curve, 90 Degrees, 24 11 RadiusCurve, 45 Degrees, 24 11 RadiusCurve, 22-1/2 Degrees, 24 11 RadiusHorizontal Offset, 22-1/2 Degree Curves, 6-1/4 11 Filler

Switch, Re-EntrySwitch, Exit/EntrySwitch, TransferSwitch, Single

Re-Entry Station Assembly, 3 CarExit/Entry Station Assembly, 3 CarTransfer Station Assembly, 7 Car

UM HEALTH SCIENCESUNIT B/C A3-4MATERIALS TRANSPORT SYSTEM

Car, 20-lb. Capacity ContainerCar, Vacuum, 20-lb. Capacity Container

(e) Delivery vehicle inserts, including hardware, per each unit:

Removable Gimbal Device (2 Basket Capacity)Wire Basket (With Handle)

As per Section 14700: Complete the line items under this Section or Section

I 14701, as applicable:"',·:~a'J"Track Components, including hangers, anchors, isolators, clamps, splices,

. • ~truts, power and logic rails, gear, racks and fasteners, per each track

~ ::~:::~t Track, Horizontal, 10' LengthII Straight Track, Vertical, 10' Length

Outside Bend, 90 Degrees, 2]'1 RadiusInside Bend, 90 Degrees, 27 11 Radius

I Outs i de Bend, 45 Degrees, 27" Rad iusInside Bend, 45 Degrees, 27 11 RadiusVertical Offset, 22-1/2 Degree Bends

IIIIIIa:..,

IIIIIII,I~

I

'" .:(.QJ: Fire dampers, including release mechanisms and actuating devices, and- a'r baffles, per each assembly:

I

l·IIIIIII~

IIIIIII."1--

I

Fire Damper Assembly, Class A (Single Track) $ ___Fire Damper Assembly, Class A (Double Track) $ ___Fire Damper Assembly, Vertical, Class B (Single Track) $. ___Fire Damper Assembly, Vertical, Class B (Double Track) $ ___Fire Damper Assembly, Horizontal, Class B (Single Track) $ ___Fire Damper Assembly, Horizontal, Class B (Double Track) $ ___

Air Baffle Assembly, Single Track $ ___Air Baffle Assembly, Double Track $ ___

(10) Bid Security: The Bidder submits the attached Bid Security in the form of aCertified Check, Cashier's Check or Bid Bond, in accordance with the InstructionsTo Bidders, drawn to the order of the Regents of the University of Minnesota.The Bidder acknowledges the Bid Security may be retained by the University asspecified in the Instructions To Bidders and agrees if the Bidder defaults inexecuting the Contract within the time set forth, or in furnishing thePerformance Bond as specified, the check will become the property of theUniversity (or the Surety will pay the University in the amount of the bond)as liquidated damages for the delay and additional expense to the Owner causedthereby.

(11) Holding of Bids: The Bidder agrees this Bid shall be good and may not bewithdrawn for forty five (45) calendar days after the scheduled time anddate for receiving bids, except that Alternate Bids shall be good and thework omitted by any accepted alternate may be ordered reinstated by theUniversity ~t any time up to one hundred twenty (120) calendar days afterthe scheduled time and date for receipt of bids.

(12) Acceptance of Bids: The Bidder understands the University reserves theright to accept any Bid it determines in its best interest, to acceptAlternates as stated in the Instructions To Bidders, and to reject any andall Bids. Upon receipt of notice of award of a Contract (acceptance of thisBid) the Bidder will execute the Agreement, in the specified form, within10 regular work days thereafter and to deliver a Contractor's PerformanceBond, in the stipulated Form, in accordance with Article 8 of the InstructionsTo Bidders and Paragraph 7.5 of the General Conditions.

(13) Informalities: It is understood by the Bidder the University reserves theright to waive informalities in bids received and minor discrepancies inbidding procedure.

(14) Information about Bidder:

If a Corporation, incorporated in the State of ___

Qualified to conduct business in the State of Minnesota? _

If a Partnership, full names of all Partners are __

UM HEALTH SCIENCESUNIT BIC A3-5MATERIALS TRANSPORT SYSTEM

UM HEALTH SCIENCESUNIT BIC A3-6MATERIALS TRANSPORT SYSTEM

. ~~1~) JSchedule:

Correct and full name of Bidder

(Must Be Signed By Bidder)

, Title

Certification for Equal Opportunityand Affirmative Action:

Engineering prerequisite to beginning of installation can be complete on:

Address '-- _

Delivery of materials to the field for installation can begin on:

Name ----------------------------

By Title---------------- ----------By Title _

Installation in the field can begin on:

Shop Drawings can be complete and ready for submittal on:

The bidder hereby certifies that all of the specified requirements forEqual Opportunity and Affirmative Action, General Conditions, Article 15,will be fully complied with, as stated, for this Project.

(Affix Corporate Seal if bid is by a corporation)

Date._----------

(16)

(Signed)

(17) Respectfully submitted:

I ·

lIIIIIII~

IIIIIIIf-I

Second Addendum to conditions, sped fications, related documents, and drawingsentitled:

..I­I~:J

I"

...~'-

ADDENDUM NO.2 10 November 1976

HEALTH SCIENCES ARCHITECTS AND ENGINEERS, INC.2829 University Avenue, Minneapolis, Minnesota 55414

The additions, revisions, omissions, corrections and clarifications contained hereinshall be made to the Drawings and Specifications for the project and shall be includedin scope of work and in the bids to be submitted. All bids and the constructiondocuments shall be based on these modi fi cati ons.

IIIIII

UNIT B/C OF THEUNIVERSITY OF MINNESOTAHEALTH SCIENCES EXPANSIONPROJECT NO. MINN. 18 (HP)MATERIALS TRANSPORT SYSTEM

THE ARCHITECTS COLLABORATIVE Inc. Cambridge, Massachusetts

. .--------------------------------------------------------------------------

REVISIONS:

Item 4: "Drawing MTS 1: Add the following notes:

Each Bidder shall notify such sub-bidders as !TJay be affected by this Addendum.

Page 1 of 2

Item 3: Drawing MTS 1: Change the word "Panel II at note which locates Room C112in Mayo Hospital to read IITest Station as required ll

12~ The remote annunciator listed for Bio-Medical Graphics (Room 127) andconnected to Station 3 (Word Processing) shall be located on the BasementFloor between column grids S37 - S38 and E4-E5.

II 11. Supervisory Panel for system shall be located at Station 8 (Medical Records)on Level 2 in Unit B/C.

Item 1: Addendum No.1, Page 2, Item 9: Change the phrases "minimum time ll toread II maximum time II •

Item 2: Addendum No.1, Page 14701-15, Paragraph 3.4, Subparagraph D: Changethe phrases IIminimum time ll to read "maximum time ll

ADDENDUM NO.2

I.IIIIIII"~

I

IIIIIIl.;.III

13. The remote annunciator listed for Outpatient Administration and connectedto Station 10 (Business Office) shall be located on Floor 2 between columngrids S33-S34 and E12-E13.

14. The remote annunciator listed for Pharmacy (Room 147) and connected toStation 11 (Pharmacy/T&D Dispensing) shall be located on Floor 2 betweencolumn grids S37-S39 and E6-E7.

15. The remote annunciator listed for T&D Dispensing and connected to Station 11(Pharmacy/T&D Dispensing) shall be located on Floor 2 between column gridsS40-S41 and E4-E6 •.11

Item 5: Drawing MTS-4: Detail 9, Plan - Station 20

Add one (1) :fire damper, class B, at each opening above the ceiling requiredfor the pathway in walls east and west of the elevator lobby on Floor 1, MayoHospital, at column grids IIp lI and IIR II .

~

II"I"i--

I

ADDENDUM NO.2 Page 2 of 2

II THE ARCHITECTS COLLABORATIVE INC.

Re: Unit B/C Materials Transport System (MTS), TAC Job 75046

IIIII

..JEAN B. FLETCHER1945 1965

WALTER GROPIUS1945 1969

NORMAN FLETCHER

..JOHN C.HARKNES5

SARAH P. HARKNESS

LOUIS A.MCMILLEN

RICHARD BROOKER

ALEX CV1..JANOV1C

HERBERT GALLAGHER

WILLIAM ,j. GEDDIS

ROLAN D KLUVER

PETER W. MORTON

H. MORSE PAYNE

ERNEST L.BIRDSALLTREASURER

HOWARD ELKUS

ALLISON GOODWIN

BAS I L HASSAN

...JOHN HAYES

...JOSEPH HOSKINS

LEONARD NOTK1N

RICHARD SABIN

DAVID SHEFFIELD

5 May 77

Mr. RobertM. DicklerAssociate Director, University HospitalsBox 606, Mayo Memorial BuildingUniversity of MinnesotaMinneapolis, MN 55455

RECEIVED

MAY 10 1977

UNIV. OF MINN.HEALTH SCIENCEPLANNING OFFiCE

IIIIIIIIIII

Q A Z I B. A H M E 0

F=l!OBERT BARNES

KENDALL P. BATES

SERGE CVI..JANOVIC

ROYSTON DALEY

ROBERT DEWOLFE

GREGORY DOWNES

GAIL FLYNN

GERALD FOSTER

THOMAS LARSON

RALPH MONTGOMERY

PERRY NEUBAUER

IGOR G. PLATQUNOFF

RICHARD PUFFER

WALTER ROSENFELD

..JOH N ..J. SCOTT

EDMUND SUMMERSBY

KENNETH TAYLOR

MALCOLM TICKNOR

ROBERT TURNER

ROBERT WI LSON

LAURENCE. ZUELKE

Dear Bob:

As requested earlier, I have enclosed for your records the copies ofcorrespondence, documents, meeting notes, and summaries from theperiod of October to December 1976, which regard the pre-bid andfinal selection process for procurement of the materials transport sys­tem for Unit B/C.

The summaries of criteria and estimated project cost figures whichbecame the basis for final system selecti on are included with notesof the meeting on 18 November 1976.

If you feel that any of the material requires further clarification,please contact me.

Very truly yours,

THE ARCHITECTS COLLABORATIVE, Inc.

Herman B. Zinter

cc: P. MaupinHSAEN. Omundson

Encl.HBZ:ld

I 4 6 BRA TTL EST R E E T. CAM B RID G E. MAS SAC H USE T T S 0 2 1 3 B. ,.

TELEPHONE: (617) 868-4200 TELEX: 92 1494 TACCAM CABLE. TACCAM U.". A.

S. A.

IIIIIIIIIIIIIIIIIII

THE UNIVERSITY OF MINNESOTA HOSPITALSMinneapolis, Minnesota

Unit B/C Non-Scheduled Materials Transport SystemPart 4: Summary of Final Bid Proposals (November 1976)

DISTRIBUTOR SYSTEM (Ada-Bee)J .E. Coleman/Farbman, a doint Venture

TELELIFT SYSTEMMosler Airmatic and Electronic Systems Division

Evaluation of bids and final system selection

The Architects Collaborative, Inc.Cambridge, Massachusetts

Health Sciences Architects and Engineers, Inc.Minneapolis, Minnesota

MANUFACTURERS OF: PNEUMATIC TUBE SYSTEMS· RUBl3ER DOORS. TRANSP/,RENT AND COLOURED SWINGING Door;LOADING DOCK COVEI~S. FOAM SEAL PADS. DOCK OU~'PERS AND DOCK LIGHTSMATERIALS HANDLING EQUIPMENT. TOOL KITS. ETC.

September 15, 1976.

i.' .PHONE: 15141 931·7527

.' TELEX: 05·24734

We are also enclosing our latest balance sheet and we are taking thisoprortunity to give you some information ou our company.

Due to the work done on Hennepin and Associated Hospitals we cansupply information on union labor experienced on our systems. Wealso have available two excellent supervisors one of which will bechosen to control your installation. Upon completion we will supplymaintenance manuals, in place drawings and operating instructionbooklets.

The University of Minnesota will pay for installation labor.

McGuire guarantees to replace free of charge any component which failswithin one year of completion.

,

To supply materials (duty paid F.O.B. Jobsite), complete engineering,one full time supervisor and technical assistance for the sum of ... ".. .. U.S.$326.840.00.

Following your conversation with our Marcel Langlois we are pleasedto quote on your requirements as follows.

Dear Mr Dickler,

Attention: Mr Robert Dickler - Assoc. DirectorRef.: U. of M. unit BjC Non Scheduled Materials Transport

System.Quotation based on Drawing BjC Sheet No M-48.

University of Minnesota412 Union St S.E.Minneapolis, Minnesota

W. B. McGUIRE ENGINEEnING CO. LTD.

1301 MONTMORENCY ST., MONTREAL, QUE. H3K 2G~

(

"i'lcGuire" has been in business since 1955 and has orerations in Canadaand the U.S. The I\cbbec Systems vlere originally part of the "j·icGuire"product line but \.,ras "spun off" in 1972 to r'1arcel Langlois \·..ho formedAdabec Systems Ltd. Unfortunately, insufficient finances forced thediscontinuation of the company and "r~cGuire" has purchased all the assetsincluding the building, machinery, jigs, dies, plans and has retainedthe basic employees. Over the past few years the system has beenmodified and refined and you, the customer, will benefit from acompletely updated conveyor system which will give you years ofsatisfaction.

I I I ,I

I I II I II I I. riLL ~-!L1L

IIIIII

IIIIIIIIIIIIIIIIIII

CATALOGUE DIVISION:

MANUFACTURERS OF: PNEUMATIC TUBE SYSTEMS - RUBBER DOORS. TRANSPARENT AND COLOURED SWINGING DOOFLOADING DOCK COVERS. FOAM SEAL PADS, DOCK BUMPERS AND DOCK LIGHTSMATERIALS HANDLING EQUIPMENT, TOOL KITS, ETC.

September 15,1976.

(

w. B. McGUIRE ENGINEERING CO. LTD.

1301 MONTMORENCY ST., MONTREAL, QUE. H3K 2G4

(

McGuire intends to continu~the production and sale of IIAdabecSystems ll in the future so that we will always be available for repairor extension if necessary and to honor our one (1) year guaranteeof all components except for ordinairy wear,

McGuire will also guarantee the systems operating to~our completesatisfaction provided our supervisor is used and allowed to exercisecontrol over labor.

W.B. McGUIRE ENGINEERING CO. LTD

We trust we may be favored with your valued order.

Morris Lobel,

We expect that the owners will have a savings of $90,000.00 to$100,000.00 over the price we would have to quote to supply andinstall. The "McGuire" companies in Canada and the U.S. have anexcellent reputation and we can assure you of complete satisfaction.

President.

ML/db

. Yours Very Truly,

CATALOGUE DiViSION:

TEL.: (514) 937.a966

PHONE: (514) 931·7527TELEX: 05-24734

IIIIIIIIIIIIIIIIIII

,:.'M" f:-"..4~.~~~_.·_:_.' ._'.~.~ _.~_'.... _~_ .. _' ..._.~ ._.~.=_~: ._c_._~_. ~_... ,. ,, __ ..~.: .~' ..~"';h'

MILLER. GOLDENBERG. HEFT & CO.CHARTERED ACCOUNTANTS

IIIIIIIII

'..~ !,

. ,.

•.,.. Ij Ii I1·

MAURice A. MILLER. C.A.

MICHAEL GOLDENOERG. C.A.

EDWARD HEFT. C.A.

To the Shareholders ofW.B. MCGUIRE ENGINEERING CO. LTD.N.B. MCGUIRE CO. INC.Montreal, Quebec

ACCOUNTANTS' COMMENTS

... I .... ·;'

CHATEAU MAISOf'./NEUVE

4999 ST. CATHERINE: ST. WEST

MONTREAL. QUEBEC

IIII

II

· Ii

The accompanying Consolidated Balance Sheet as at

Decemb~r 31, 1975 has been prepared on the basis of the

Financial Statements prepared by other auditors. We offer no

opinion on the Consolidated Balance Sheet as at December 31,

1975.

IIIIII

; III

.: IJ

, I

!III

, !I

· III

Montreal,June 10, 1976.

" 'I

I;

j,.

"

I

:j,t

,I

"j

I,I

, ,, "

I,, I

49,900

49,900

1974§..

18,696

29,646755,448

300,380

13,188

34,001240;588

324,192

607,233117,259

18,000

891,655

909,655

1,077,17225,890

1,888,156

2,251,624

1,017,777

1,341,969

2,251,624

69,900

49,90020,000

10,972

1975

~,

24,005

33,800

348,929

230,584300,000

323,844

598,593232,015

1,402,32426,79021,23845,313

1,060,814 :

2,556,479

2,986,280

1,385,197

1,709,041

2,986,280

1,277,239

1,243,439

E QUI T Y

ASS E T S

L I A B I LIT I E S

S H ARE H 0 L D E R S I

Please refer to our Accountants' Comments accompanying

No adjustment has been made for foreign exchange.

CurrentAccounts receivable, less allowance

for doubtful' accountsLoans receivable - shareholdersAdvance commissionsPrepaid expensesInventories

Non-CurrentNote receivable - 9% due July 1976Note receivable - 6% due March 1, 1980

FixedProperty, plant and equipment, at cost,

less accumulated depreciation

other Assets

CurrentBank indebtednessNotes payableAccounts payable ~nd sundry current

liabilitiesIncome taxes payableNotes and mortgages payable - current

portion

Long-TermNotes and mortgages payable

Retained Earnings

Capital stock

Note 1:

Note 2:

,IIII

i,

I

i ;1 :j~ ,

ii;

ift

I'-l(".'t\':,~,..~ ..,.", ':', "f' , "",',:- ,:':, , .~( .c," ; I"""""':;

I :" !.~·-·-·==-'-~-:~·~~:~;~~~;i~~~i~~~i~~-~'--·-..~ --=----:-u ' ....... , h_. I

(: CONSOLIDATED BALANCE SHEETI ~.' AS AT DECEMBER 31, 1975I (With comparative Figures for the Preceding Year)

'rI I.I ~,

~ .t

I It

I /:f I

I ,

I J,l ;-

I I

IIIII.IIIII

IIIIIIIIIIIIIIIIIII

~~·~~"~·~4I\i",_,;.;r..'Wft.i'Af''''~1'~

~t J. E. COLEMAN CO. fl 342 MADISON AVENUE. NEW Y09K. N.Y. 10017 • TEL. :.:'.I~.! MU7-21:54U~<ff,ljo;. ~l'''_'i''C~.ili>IM\;~J1

materials handling equipment

processing equipmentconveying systems

October 25, 1976

University of Minnesota412 Union Street, S.E.Minneapolis, MN

Attn: Mr. Robert DicklerAssociate Director

Gentlemen:

We are pleased to enclose our proposal on a Pathfinder DemandDelivery System for your new facility. In this case, the PathfinderSystem will incorporate the Ada-Bee design which will be suppliedby W. B. McGuire Engineering Co. Ltd. of Montreal.

We wish to assure you that we intend to supply you with a firstclass system in all respects. Further, the W. B. McGuire Co.equipment is fully compatible with our Pathfinder System's approach,and we are presently installing a system of this type ~t the CarleFoundation Clinic in Urbana, Illinois. We would be happy to haveyou and your representatives visit this site for an inspection ifyou wish.

We thank you for the opportunity of submitting this quotation andtrust that we will be favored with your valued order.

Very truly yours,

J. E. COLEMAN CO .

.'; . /'{0:"1) ~::"j'/>7Ift I-c 00" C>-h~~

, /oseph E. Colemanv

JEC:stEncs.

DATE: October 25, 1976

TERM~ 5% with contract, Monthly ContractBilling against Material and Labor

F.O.B. Shipping Points, Freight Allowed

SHIPMENT: Job Comp 1eti on by Oct. 1977 basecon appropriate constructionschedule

NOTE: PRICES DO NOT INCLUDE ANY FEDERAL. STATEOR LOCAL TAXES UNLESS OTHERWISE STATED.

PROPOSAL ~10. 10761

:c~'~ ;.:l.l.;;.j../j': .. ..;~-:...'I.~f,~W.,...: .... 1":i~1.;:;.~J ..;.:.;.:~'l~Z"'.1::t,~~M.t~..:."'~~~tf:'li··,!·%~,.1;Z~1

~r J E COLEMAN CO ~ 342 t'vl,:\r)I~-;c.'t"J ,;.\\/£NU~: ~ i'~;..-~'\I"" ....,.O;;.·?i'. ~·.,J.Y, 10017. TEL. 21S21'.'I_.I-".~i.!'..)..a.11 • • .. . . ....'.i:. ""7.s.:r.':,~ii ~\ ..'U...~~'~i~lt.w:~~~~'h~'::;).~"'';. ",,'~·;"ll'iY'~"I"~~,}~.}.~,,"oi,.;t·.d

materials handling equipmentprocessing equipmentconveying systems

ATI: Mr. Robert Dickler) Assoc. Director

Non-Scheduled MaterialTransgortation S~stem

REFER TO YOUR INQUIRY

TO: University of Minnesota412 Union Street, S.E.~1inneapolis, MN

IIIIII

TEM QUANTITY DESCRIPTION AND SPECIFICATIONS PRICE

We propose to furnish and install one complete non-scheduled

I material transportation system (Demand Delivery System) inaccordance with the following documents enclosed and made part ofthis proposal:

I A. Drawings, Number M-48-106 DOS and Number M-50-106 DDSB. 9 Pages of Specifications

I C. 3 Typical Station Drawings

ID. Terms and Conditions of Sale

I Total Price ----------------------------------------------- $ 507,840.00

I Price includes cost of bond.

III

SUBJECT TO OUR ATTACHED GENERAL CONDITIONS OF SALE.

J. E. COLEMAN CO.

I ACCEPTEDPURCHASER

BY

I DATE

/~Joseph E. Coleman

MEETING NOTES

THE ARCHITECTS COllAs( ATIVE Inc. (HEALTH SCIENCES ARCHITECTS AND ENGINEERS, INC.

UNIVERSITY OF MINNESOTAHEALTH SCIENCES EXPANSION

The purpose of the meeting was to consider a proposal to install a Materials Transport Systemin Unit B/C ,using ADA ·BEC equipment and to discuss project conditions, including provisionsof the contract documents. The following items were discussed:ITEM - - ACTION REQUIRED

Herman Zi nter

Room 4110, Powell Hall

27 October 1976

Pre-Bid Conference (Coleman)

75046, Uni t B/C Materi als Transport System

Arne Hilland, Jim Lehtinen (C,?leman)Robert Dickler, Paul Maupin, Eugene Kogl, Robert James (U/Minn)John Scott, Herman Zinter (TAC/HSAE)

a) According to the proposal, equipment will befabricated by W.B. McGuire Engineering Co.ldt, Montreal, C-:lnada, with site installationand supervision performed by Mr. James Lehtinenof R.O.I. Systems, Deerfield, Illinois. Systemdesign, engineering, and manufacturing coord­ination will be directed by Mr. Arne T. Hilland,of Hilland Associates ltd, Manlius, New York.

NOTES BY:

DATE:

PLACE:

PRESENT:

SUBJECT:

TAC JOB:

1. A proposal was submitted by A. Hilland, representingthe J.E. Coleman Co. of New York, NY, to furnishand install (complete) a materials transport system inUnit B/C, using ADA·BEC controls and equipment.(Reference J. E. Coleman Co. proposal No. 10761,with attached drawings and specifications). Thefollowing items were included in the presentation:

II ~~

IIIIIIIIIIIIIIIII

II

f ,

IIIIIIIIIIIIIIIII

THE ARCHITECTS COLLAB9RATIVE INC. ..HEALTH SCIENCES ARCHI\. ":TS AND ENGINEERS, INC.Unit B/C Materials Transport SystemMeeting Notes, 27 October 1976Page 2

ITEM

The System Contractor, employing millwrights,will be J.E. Coleman Co. A separate elec­trical sub-contractor will be used to installsecondary power and control wi-ring and equip­ment.

b) The J. E. Col eman Co. has speci 01 ized in materi 01 shandJing; for approximately 25 years, primarily inthe contracting and distributing of bulk handlingor conveyor equipment (manufactured by others).Recently, the company has acquired expereincein demand delivery type systems, using equipmentbuilt by Sovex-Marshall in England, and marketedunder the trade name of PATHFINDER. Projectsinclude the furnishing of materials and installationfor the .. LaGuardia (HIP) Hospital, ForestHills, NY, which is under construction, andfurnishing materials only for the Duke UniversityMedical Center, Durham, N.C.

c) Bonding, according to project requirements, willbe arranged through joint venture of the Gencoand J. E. Coleman Compani es.

d) Projects now under construction in the Midwestregion, using ADA·BEC equipment, include thefollowing:

Hennepin County/Metropolitan Medical CenterSt. Paul Ramsey Medical CenterCarle Foundation Clinic, Urbana, Illinois

e) After testing and acceptance, the system will beguaranteed by the J.E. Coleman Co. against faultyw-orkmanship and rrn terials for one year. Afterthis period, maintenance, repair, or replacementof components would be arranged through Mr.Lehtinen and the J.E. Coleman Co., McGuireEngineering Co., or a local conveyor contractor,such as Acc-u-rectors of Mahtomedi, MN.

(

ACTION REQUIRED

., ,II

I (

IIIIIIIIIIIIIIIII

TAC/HSAEUnit B/C Materials Transpe jystemMeeting Notes, 27 October 1976Page 3

ITEM

Duri ng the warranty peri od, or wi th subsequentmaintenance contracts, it was indicated thatresponse to service calls would be made within24 hours.

f) Most system parts are non-proprietary and canbe locally procured, including a recently intro­duced type of bel t materi al havi ng an operati nglife comparable to the usual imported belting.

2. Following a closed discussion between representativesof the University and the Architects, Messrs. Hillandand Lehti nen returned to the meeti ng.

3. The University requested that the proposaL be resubmittedaccording to bidding requirements and current projectconditions, and issued 2 copies of the contract documentsfor the materials transport system, dated 20 October 76.The following comments were made:

a) An addendum wil' he issued to modify the bid formand technical specifications.

b) Award will be based on installation schedule,system performance, and total project costs,including equipment, change order and non­building costs.

c) Existing obstructions of the pathway and otherqualifications regarding the specifications and/ordrawings are to be noted in the bid documentsat the time of submittal.

4. Details of the system configuration as shown on thedrawings, deduct alternate',- and technical specifi­cations were then reviewed for intent.

cc: All presentHSAE

(

ACTION REQU IRED

TAC wi II prepare addendum.

Hilland will advise on contentof unit price schedule and systemspeci fi cati ons.

II THE

(

ARCHITECTS COLLABORATIVE INC.

A revised technical specification, wage rate schedule andaddenda wi II be issued by mai I next week.

-

C. HewittR. JamesA. HillandHSAE

R. DicklerN. OmundsonP. f-1aup inE. Kog I

Regarding: University of MinnesotaHealth Sciences ExpansionUnit sic Materiafs Transport SystemTAC Job No. 75046

Dear Jim:

Mr. James LehtinenR.O.I. Systems-Room 108730 Waukengan RoadDeerfield, Illinois 60015

Very truly yours,

27 October 1976

Please call me at any time if you have questions.

Two sets of drawings and specifications dated 20 October 1976, forthe Materials Transport System in Unit sic at the University ofMinnesota are enclosed for your use. One set of the Contract Docu­ments for Unit sic is Included as Information only.

In addition, sepias of the following drawings are provided f;0'J~"'::",",";;:11faci litate layout of revised pathway and station conflgurati~rsft ·~l·.

IJ" .-' /I I '& J

Drawi n9 Descri pti on Date I, 1;: ~ :::

A3-4 1st Floor, East Progress ~ 8 ~ ?~ 1A3-7 2nd Floor, East (Medica I Records) Progress j JC,-i! I j ~

i-RK i I I IA3-7 2nd Floor, East (Susiness Office) Progress j'"RT-l--I-nMTS-4 Plans and Sections 20 octobe:r.-,rf~771-1

j.!s -~!_I_

otl'fie Ii I I Ii r~B I I Ii JG! I Ii~__l l. I=Jl f;{l I I I ;i--'--'-----l..-,l1f<f( -,-_1_1-1~WV~-!-'1_,-_1TI~-.I_J-TI-I-.; i ! I ,

1- ;=F:~.;---'--~--,-l

; , ii'r-(- ,_I iI, I ,~--: ; I ;

;-'.! _.~!'?;-; I J'--'.'--- .-------.

Herman S. Zinter/jg

THE AROi IT ECTS COLLASOAATI VE, INC.

cc:

ROBERT F. CRANE

HOWARD ELKUS

ALLISON GOODWIN

BASIL HASSAN

..JOHN HAYES

.JOSEPH HOSKINS

LEONARD NOTKIN

RICHARD SABIN

DAVID SHEFFIELD

.JEAN B. FLETCHER1945 1965WALTER GROPIUS1945 1969

NORMAN FLETCHER

.JOHN C. HARKNESS

SARAH P. HARKNESS

LOUIS A.McMILLEN

RICHARO BROOKER

ALEX CVI.JANOVIC

HE:RBERT GALLAGHER

WILLIAM .J.GEDDIS

ROLAND KLUVER

PETER W. MORTON

H. MORSE. PAYNE

ERNEST L.BIROSALLTReASURER

QAZI B.AHMED

ROBERT BARNES

KENDALL P. BATES

SERGIO BERIZZI

SERGE CVI..JANOVI~

ROYSTON DALEY

ROBERT D<WOLFE

GREGORY DOWNES

GAl L HAVIARAS

THOMAS LARSON

RALPH MONTGOMERY

PERRY NEUBAUER

MICHAEL PROOANQU

RICHARD PUFFER

WALTER ROSENFeLD

..JOH N ..J. SCOTT

EOMUND SUMMERS6Y

KENNETH TAYLOR

MALCOLM TICKNOR

ROBERT TURNER

ROBERT WILSON

LAURENCE ZUELKE

II

I

I

I

I

I

I

II

II

I

I

I

I

I 46 BRATTLE STREET. CAMBRIDGE.

TELEPHONE: (617) 868-4200 TELEX; 92

MASSACHUSETTS 0 2 1'3 8 .

1 4 9 4 T A C CAM CAB L E: T A C<::-A 'M

i---;,!J •. S.A.~u.s:A~!

~-- _._- ' ...

We would cppreciate receiving your specific comments regarding optimumstation layout and estimated costs for both of the options to assist in theresolution of the materials Iransport system design.

A second alternative is to relocate the Laboratory and Office and providemore space for system equipment, carts, work surfaces, and circulation atthe Materi als Transport Station and Record Uft at Level 2. Acceptance ofthis alternative depends on the improvement in station design, and relativeinstallations costs and change order costs.

At the pre-bid conference in Minneapolis on 27 October 1976 and duringsubsequent telephone conversations, we discussed alternatives in developingstanons in Mayo Hospital on Levels 1 and 2. One alternative, which isshown on Drawing MTS - 4, assumes that Room P208 (Blood Bank Laboratory)and Room D206 (Office) will remain in present locations on Level 2. Fromfield inspections, we know that this plan will require the relocation of amajor duct in the ceiling strata of Levell to provide a clear pathway forthe station configurations shown.

(COL LAB 0 RAT I V E INC.

Re: University of MinnesotaHealth Sciences ExpansionUnit BIC Materials Transport SystemTAC Job No. 75046

Dear Arne:

5 November 1976

Hilland Associates, Ltd.)

Attn: Mr. Arne T. Hi lIand4559 Stone/edge LaneManlius, NY 13104

(THE ARCHITECTS

II

II

I ,fi "< B. FLC'C>" nf~'t\5 1965VI/·LTeR GnOPlu S1\.'4S "gC's.

NOf~"'A'4 f L[, TC He H

,JO<-i"-' C.t-iAKK~~[S~

I SARAH P. ,.lAnK'.. E.SS

LO-.JIS A. MC""LU:'"

n:C~"AnD onOOrtcnALEX CVIJ/... NOVIC

1"'[~D£nl GA:"LAc.l~(n

\/IILLIAM J. GEDDIS

nOlAND KLUVEH

PETER V/. t.l.onTO:"1--( r.,.o:ORSE PAYf~E

IE"',EST L.tll"DSALL

lnt..l.SUnER

HOBERT r. CRANE

HO'NARD ELKUS

.... OHN HAVES

I-.JOSEPH HOSKINS

OAZ' AHMED

KENDALL P. OATES

JA~t:S 8UR:"AGE

ISERGE CV1JANOVlC

noYs;o~ OALE:Y

GREGO"V DOW"'ES

AlL:SON GOOD ....'I~.;

THOMAS LARSON

R.e.LFH MC~..TGO~(RY

IPERRV t,EUOJ\UER

LEONARD /'<OTKIN

'·1ICH/\(L P~OOAl\;OU

WALTER ROSEr-.:'ELD

RICHARD SABIN

I AVID SHEFFIELD

-O~L'ND SU~~ERsey

1AlCOLM TICt".NOR

ROuER" TURNERERI",C:ST \VRIGHT

1".L1KE'JeE ZUELKe

IIII

To review the details of your Bid and proposals for the sl·ations in MayoHospital, we would like 10 schedule a meel-ing wilh you at the Universit,'on Wednesday, 17 November 1976, at 1:00 p.m. in Room 4110, PowellHall. This follows the day of bid opening as modified by Addendum No.1,which was moiled under separate cover •

._._.~-- ,_ .. - .--:-<.~- ·'·'···;-'·~.·-·.-·_··'···-I.~-·'~-·1~i--;-;--r·---IITJIJ·I I ~~'lil. I. I. I , ' I I I . I I. 'I I

I • ~ • , ~ " I; I I : J : l : . ~ . I ~ I i I I ' .. . ..J::.I .. ,1" I ',.. •. ' ..- --'·'-·"-'--1--- .---·--'-1·- -\...., II- J! cSS i ·:';.'.7 ;--j-,···'-,'--r-·!-i--j-'j ; : : ! i : i I I i I ~ : I I•.... ;~ i-·':--;·_';··'·X·_. --;--'._'-" .. -- ~·-'·'·_'·_;-'···_·:-'·:--·"--'-'-l~r-;-!-·'1' -; . i ~ ; j I ; ! I: i' i I I I I It l-<-:-~I, . _ I : ";'~" .... ,' I t I . • ; I ; ~ i - , ; I i J \ "

',""''; ;-~ I' """.'~ :_1_1-\.--' ,- ~-' -"-'-~-. ·,-_··'···--'1'··-;··.. : __"j __ ;_i_", __I__1 ,! I I I• .: ''::: 'I· -:. : .. :.- 1_ i i'" ... : ;.:.: ::' I I I ' iii i: Ii=i~:~..r.-~_--':,~':~~~l~:'~~~-~:.:,:,:~ ;,._ ~"':~ __~_~:~~~":'·''-'~'4~. ::,~~.~.,~~,~-~:,~,.~~~_~~.u.}-. .._L.~-~-"::_L. :LL.._~

I~ 11 R All

L ( I' Ii 0 N

l l

(

~ 1 H l C. T

( (; I 7) 8 (, II

GAM (J fl I (l Co (

·4200 CAUL

M II

r :~ ~1 A C It IJ ~. r

lACCIIM

TTS 021:10

C A ~1 II 'I I (l (; I

Please let ~e know if this arrangement is satisfactory and whether or notyou have any questions about the subject stations.

THE ARCHITECTS COLLABORATIVE, Inc.

4l; RRIITTLE STrirEl. CIIMRflIDGr.

lELEPHONE:(ul1)una.4200 TELEX: (l2

INC.

02138.·U.S.A.

[: TIICCAM U.S.A.

(

COLLABORATIVE

M ;\ S S II C II USE T T S

1 ·1 9 4 1 II C C /I ~1 C II !l L

(

OmundsonC. HewittR. JamesE. KogiP. MaupinR. DicklerJ. ColemanHSAE

ARCHITECTS

University of MinnesotaUnit B/C Materials Transport System5 November 1976Page 2

Ms. N.Messrs:

Re:

Very truly yours,

THE

Herman B. Zinter

cc:

HBZ:ld

I ll'lr/~(c~ j

I :,"~~=~-j

IIIIIIIIIIIIIIIII

(

MINNEAPClI S, ~11 NNES OTA

UN IT Blc Cf THEHEALTH SCIENCES EXPANSION

LCCAT ION:

PROPOSAL FOR MATERIALS TRANSPORT SYSTEM(contract division)

PROJECT:

(

REGENTS Cf THE. UNIVERS ITY Cf' MINNES OTAMINNEAPOL IS, MINNESOTA

TO THE:

.,;. .

The Bidder agrees to accomplish the Work in strict compliance with the drawings,specifications and Contract Documents, dated 20 October 1976, prepared byThe Architects Collaborative, Inc., and Health Sciences Arch itects andEngineers, Inc., and as stated in the attached letter dated 11/12/76-------

1310 ·Fmr.1 - Fr:R LU~·1r su·, Cn~rmN~TS

(Combined Form for al I Contract Divisions)

(2) The Bidder, in car.pliance with Advertisement for Bids, hereby submits the follO'ltingBid .for the MATERIALS TRANSPORT SYSTEM in connecti on with Unit SIC, Health Sci ences

. Expans..i on, ~i_nneapo1is" Mi nnesota, Proj ect Number MI NN. 18 (HP).

(3)

(4) The Bidder, having eX2!nined the drawings, specifications and related documents,vlsitE:d and examined the sij"e of the proposed work, and being femiiiar with aiiof the conditions sUI4 rounding the construction of the proposed Project includingthe avai lability of materials and labor, hereby proposes to furnish al I labor,materials, services, and supplies, and to accomplish the Work for which thisBid is submitted, in accordance I·lith the Contract Documents, within the time setforth therein, and or the prices stated bel~t. These prices are to cover allexpenses incurred in performing the work required under the Contract Documents,of which this Bid is a part.

(5) f\ddenda: . The Bidder hereby acknol'lledges that Addendum instructions numbered1 ,and 2 have been rece ivael and the requi rements

therein have been incorporated in this Bid.

(6) Comp letion of I'lork: The Bidder hereby agrees to comnence Itork under th is Contracton or before the time stipulated in the written "Notice to Proceed" In accorduncewith the General Conditions, and to canplcte all l'lork under this Contract on orbefore the dates specified in Spe~ification Section 01200 and other provisionsof the Contract Documents.

1..2'''l~

l.r·".,

I'~",.,~

. '.' ~I~--

~

lor..

I~~.. J

Ir

I~-

I~, :" .,t~!"'f •.

..;

I.:; ..:-

:w~

I~~ AITENTJa-.l: ROBERT IN·1ESi- DIRECTOR OF PURCHASING

1";II1II (PURCHAS I NG AGENT)~ 2610 UNIVERSITY AVENUE

J ST. PAUL, mrmESOTA 55114 DATE: November 12, 1976 .

•.:" (1) :i~ :f-- -J-. -E.- C:L:M~N- C~.~F:~:m:n: a- J:int v:n:u~e-I --------------~----:------:------~~-------(Firm n3me - hereinafter referred to as the IIBidder ll

)

ALTERNATE MTS-5: Omit Station 10 (Business Office/Admissions), Floor 2,

including all track, switches, hardware and monitoring connecting to main

ALTERNATE MTS-4: Omit Station 7 (Ambulatory Surgery), Floor 1, Unit B/C .

ALTERNATE MTS-2: Omit Station 16 (Psychiatry), Floor 6, Unit B/C

(

line pathway in Unit B/C, ... DEDUCT ___

ALTERNATE MTS-7: Omit Station 21 (Mayo 2), Floor 2, Mayo Hospital,

DEDUCT $ 5,100,00--------------- ------''--------

DEDUCT $_--=2:..;.5....., 6;;..;0~0~,0:....;.0 _

ALTERNATE MTS-6: Omit Station 20 (Mayo 1), Floor 1, Mayo Hospital)

$ 13,900,00-------------------

Unit B/C , . , , DEDUCT _

ALTERNATE MTS-3: Omit Station 15 (Neurology), Floor 5, Unit B/C

DEDUCT $_-=l~O~.5~0=O..w,0=0 _

DEDUCT $__1.....O..."..J.50u..0.L...u0.u.0 _

BASE BID MTS: Bidder agrees to perform all of the Materials TransportSystem Construction Work for the sum of _

'DEDUCT $__luOI.+•.-..:.5Q~0"-&.,~O()~ _

__________________$ 567,840.00

ALTERNATE MTS-l: Omit Station 17 (Dental), Floor 7, Unit B/C

.. (~ ....(8) . MAT(RIALS TRANSPORT SYSTEM BID (MTS)

_____________----'- ~$ 39,300 00

(9) Unit Prices: Should certain additional work be required, or should thequantities of certain classes of work be increased or decreased fromthose on which the Bid is based, by order or approval of the Architect/Engineer, the undersigned agrees that the following supplemental UnitPrices will be the basis of payment to him or credit to the Owner forsuch addition, increase or decrease in the work. Unit Prices given shallrepresent the exact net amound per unit to be paid the Contractor (in thecase of additions or increases) or to be the basis for refund to theOwner (in the case of decreases), The Unit Prices shall include associatedsupervisory monitoring and installation. No additional adjustment will beallowed for overhead, profit, insurance, compensation insurance or otherdirect or indirect expenses. The Owner shall have the right to rejectany or all proposed Unit Prices at any time prior to signing the Agreement,in which case the cost of extra work shall be as determined by one of theother methods set forth for changes in the work, in the General Conditions.Unit Prices given herein shall be for additional work only, Decreasedwork at Unit Prices shall be at the "Add" price less fifteen percent (15%).

UM HEALTH SCIENCESUNIT B/C A3-2

II;

I w~

1--1-1--,~

1-1-

I,~'>il

-11

1".>:.,.-) .

I.J ·

I:~

I -wI ..I ..I

~l...I...I.~.,

I

(c) Switching Units (not included with Station Components above), includingcontrol, read heads, supports and hardware, per each unit:

(f) Fire Dampers and Motorized Fire Doors, including releasing mechanismand actuating device, per each assembly:

;~'ir, As 'per Secti on 14701:"14700, as applicable:

$ 400.00$ 1,200.00$ I, ZOO. 00$ 1,600.00$ 800.00$ 800.00$ 500.00$ 2,200. 00

$ 2,700.00$ 3,500.00$ 3,500. 00$10,500.00

$ 150.00

$ 1,200.00$ 1,200.00$ 1,900. 00

$ 75.00-----

$ 150.00-.......-:-~~-

$ 140.00----'----

( (Complete the line items under this Section or Section

Channel, Horizontal, 8 1 ModuleHorizontal Offset, 20 DegreesHorizontal Offset, 45 DegreesHorizontal Offset, 90 DegreesVertical Offset, 0-20 DegreesBelt DividerEnd Pulley AssemblyDrive Unit, including Starter

Dual Carriageway Components, including hangers, anchors, clamps, splices,slider beds, belting and guard rails, per assembly.

Station Components, including carriageway, supports, controls and directory,per assembly:

End Station Assembly, 3 Transport UnitsOn-Line Station Assembly, 3 Transport UnitsTransfer Station Sssembly, 3 Transport UnitsMultifloorStation Assembly, 3 Transport Units

Transport Units, complete with hinged cover assembly, keylock and escortmemory code devices per unit:

Fire Damper Assembly, Class A (Dual Carriageway)Fire Damper Assembly, Class B (Dual Carriageway)

Switch, EntrySwitch, Exi tSwitch, Rever$ing

(a)

(b)

(d)

Transport Unit:

(e) . Transport Unit Inserts, including hardware, per each unit:

Removable Insert (with handle)

-

..,".

11

' ..

I ...1~

I.-

I.-

I l',...I, .

.-I ....:I

I.,.-I

I -'.;r~.....,

II11

II

UM HEALTH SCIENCESUNIT BIC A3-3MATERIALS TRANSPORT SYSTEM

(13) Informalities: It is understood by the Bidder the University reserves theright to waive informalities in bids received and minor discrepancies inbidding procedure .

(14) Information about Bidder:

UM HEALTH SCIENCESU~IT BIC A3-5

New York

((\

M. Farbman ~ Sons, Inc.

Fire dampers, including release mechanisms and actuating devices, andair baffle~, per each assembly:

Fire Damper Assembly, Class A (Single Track) $Fire Damper Assembly, Class A (Double Track) $---------Fire Damper Assembly,Vertical, Class B (Single Track) $Fire Damper Assembly, 'Vertical, Class B (Double Track) $--------Fire Damper Assembly, Horizontal, Class B (Single Track) $Fire Damper Assembly,' Horizontal, Class B (Double Track) $--------

"Air Baffle Assembly, Single'lrack $Air Baffle Assembly, Double Track $-------------

If a Corporation, incorporated in the State of _--AJ..........-...L....>.I-Io"""'- _

If a Partnership, full names of all Partners are J_o_i_nt v_e_nt_u_r_e ___

Joseph E. Coleman dba Joseph E. Coleman Co.

Qualified to conduct business in the State of Minnesota? Y_e_s __

(10)

( 11)

Bid Security: The Bidder submits the attached Bid Security in the form of aCertified Check, Cashier's Check or Bid Bond, in accordance with the Instructions

. To Bidders, drawn to the order of the Regents of the University of Minnesota.The Bidder acknowledges the Bid Security may be retained by the University asspecified in the Instructions To Bidders and agrees if the Bidder defaults inexecuting the Contract within the time set forth, or in furnishing thePerformance Bond as specified, the check will become the property of theUniversity (or the Surety will pay the University in the amount of the bond)as liquidated damages for the delay and additional expense to the Owner causedthereby .

Holding of Bids: The Bidder agrees this Bid shall be good and may not bewithdrawn for forty five (45) calendar days after the scheduled time anddate for receiving bids, except that Alternate Bids shall be good and the

'work omitted by any accepted alternate may be ordered reinstated by theUniversity at any time up to one hundred twenty (120) calendar days afterthe scheduled time and date for receipt of bids.

(12) Acceptance of Bids: The Bidder understands the University reserves theright to accept any Bid it determines in its best interest, to acceptAlternates as stated in the Instructions To Bidders, and to reject any andall Bids. Upon receipt of notice of award of a Contract (acceptance of thisBid) the Bidder will execute the Agreement, in the specified form,within10 regular work days .thereafter and to deliver a Contractor's PerformanceBond, in the stipulated Form, in accordance with Article 8 of the InstructionsTo Bidders and Paragraph 7.5 of the General Conditions.

- .~

I~1-I~

.~-:-1

I~

I­I-

'P

II

1.. :. ._:-i ".... \;- .l;.j '. (g)

I-...-'-

1I~

I-I:1--

..I.~

1-

Delivery of materials to the field for installation can begin on:February 1, 1977

Shop Drawings can be complete and ready for submittal on:December 15, 1976

Engineering prerequisite to beginning of installation ca~ be complete on:January 15, 1977

(

(Must Be Signed By Bidder)

Certification for Equal Opportunityand Affirmative Action:

(

Installation in the field can begin on:February 15, 1977

The bidder hereby certifies that all of the specified requirements forEqual Opportunity and Affirmative Action, General Conditions, Article 15,will be fully complied with, as stated, for this Project .

~•• f"o •

(15)' Schedule:

(16)

I ," 1>.~.. ':.;..J

I

--

, Title/ Owner

( c.-

. t . ..... 11 ~f-~''-' (" ( __ ~ /' 1.._

Joseph E. Coleman Co.1 Farbman, a Joint Venture

Addres s 3_4_2_~_1a_d_i_s_on_A_v_e_~nu_e_,_N_ew_Y_o_r_k_'_N_Y_l_0_0_l_7 _~-

By /-;....'....;·(.;....·....;(_._'L_,_'_'-_~~. ...l./_('-i;_,.0..(_'...;..,;._.t_'c_·(_(----.;;~_ Title. O_w_n_e_r _

By Title. _

Name -----------------------------

Correct and full name of Bidder

(Affix Corporate Seal if bid is by a corporation)

Date November 12, 1976

UM HEALTH SCIENCESUNIT BIC A3-6MATERIALS TRANSPORT SYSTEM

(Signed) Joseph E. Coleman

(17) Respectfully submitted:

....I ~:,i

0'

I•

I~~

I-II­III .•..,

II

Gentlemen:

This bid is submitted in the name, "J.E. Coleman Co./Farbman, a Joint Venture".

We herewith submit our bid for the referenced project.

((

Paragraph Page Comment2.1 H 14701-4 Change 100 to read 90.2.1 P " Delete 1ast sentence of paragraph.2.1 R " Delete "(3) Seconds" and subst itute "from 12 to 60 seconds".2.2 I 14701-5 Delete 1ast sentence of paragraph.

Re: Proposal for Materials Transport SystemUnit B/C of the Health Sciences

ExpansionMinneapolis, Minnesota

Regents of the University of MinnesotaMinneapolis~ MN

Attn: Mr. Robert JamesDirector of Purchasing(Purchasing Agent)2610 University AvenueSt. Paul~ MN 55114

The following comments constitute an integral part of our bid:

1. The bid bond, and performance bond is to cover the construction as specifiedand the one year guarantee period only, and will not extend through the fiveyear maintenance period. We may negotiate a separate bond for that periodif required and at the expense of the owner.

2. We wish to confirm our understanding that there are no liquidated damages forfailure to complete the project on time. It is our plan and intention tocomplete by the specified date. However, since the time allowed is quiteclose to the time required, we do not agree to liquidated damages.

3. The right-of-way must be provided for our equipment as indicated on ourdrawings, as a responsibility of others.

4. The following changes to your specifications are necessary in order to complywith the standard design and specifications of the specified equipment manu­factured by W. B. McGuire Engineering Co., Ltd. The time allowed does notpermit us to plan for any major redesign. Changes are referred to by pageand paragraph number of your specification, Addendum 1, dated November 4, 1976(note that Section 14701 refers to our equipment and not Section 14700):

materials handling equipment

processing equipment

conveying sysfems November 12 ~ 1976

-.. ",.. ........IIIIIIIIIIIIIIIIIII

(

Regents of the University of MinnesotaNovember 12, 1976Page Two

IIIIIIIIIIIIIIIIIII

Paragraph

2.2 J

2.4 C

2.4 D

2.4 E

2.4 H

2.6 A

2.6 N (2)

2.6 V'

2.7 A

2.7 B

2.7 E

2.7 F

2.7 H

2.7 L

2.7 N

2.10 A

2.10 C

3.4 A

3.4 B

(

Page Comments

14701-6 Change last sentence to read "Alarms shall be installedat each station".

14701-7 Change 100 destinations to 90.

14701-7 Delete entire sentence.

14701-7 Change 180-degrees to 90-degrees and delete last sentenceof paragraph.

14701-7 Change 14!:" deep to read 14 11 deep.

14701-9 Delete last sentence of paragraph.

14701-10 Delete last sentence of paragraph.

14701-11 Delete last sentence of paragraph.

14701-11 Delete from the last sentence "_--power supply --, andfire dampers ---, transport unit travel, power supply,operating voltage, station loading, and traffic throughout".

14701-11 Delete entire paragraph.

14701-12 Delete entire paragraph.

14701-12 We use panel lights to indicate all functions, notilluminated zones.

14701-12 Delete entire paragraph.

14701-13 Delete entire paragraph.

14701-13 The maximum number of future stations must be stated beforewe accept or reject this condition.

14701-14 Add: "Fire dampers manufactured by Air Balance Co.,Chicago, Illinois shall be acceptable as approved equal.

14701-14 The description of air baffles does not accurately describeours. We will have to discuss our designs with you toarrive at a suitable design.

14701-15 Add: ",and no other."

14701-15 Delete entire sentence.

.,'.'

Very truly yours,

We thank you for the opportunity of submitting this quotation and trust thatwe will be favored with your valued order.

for J.E~ COLEMA~ ~~~(FA~B~A~, a joint venture/ ( L/" £/ / .

) 1'-'-7 /.'r } ( /- t~" C•. ('-~c (>/ .!4-:~-

/,!Joseph E. Coleman

((

We hereby submit a price of $2600.00 per month for service and maintenanceof the MTS system for a five year period. This is subject to priceadjustment as provided in the specifications and takes into account theOwners right to cancel at any time with 30 days notice. Repairs brought aboutby virtue of misuse of the equipment, damage, deterioration or wear occassionedby chemical or abrasive actions or excessive heat will be in addition and atthe Owners expense.

Regents of the University of MinnesotaNovember 12, 1976Page Three

"IIIIIIIIIIIIIIIIIII

I ( (

II

GENERAL CONDITIONS OF SALEDESIGNATION OF PARTIES,

The term "Company" whenever used herein, refers [0 J. E. Coleman Company, having its principal office in New York City, N.Y. The term "Pur­

chaser" whenever used herein, refers to the person, partnership, ftrm corporation, governmental unit or agency rhat has contracted [0 purchase the

machinery, equipment and/or services.

STATUS OF QUOTED PRICES,

IIIIII

All prices and quo~atlOns in this Proposal are firm (or a period of thirty (30) days from the date of this Proposal in the absence ofnotice of cha.nge thereat Riven to the PurchoJser within such period dnd prior to acceptance of this Proposal by both the Purchaser andthe Company. Prices and quot~t,ons in this Proposal that have been ,n effect more than thirty (30) days from the date of the Proposalare subject to chan~e by the Conlpany without notice at dny time prior to the acceptance of thiS Proposa.l by both the Purchaser andthe Company and should be reconf,rmed.

TAX ES:

This proposdl does not include Federal, Stale or Local Sale.!, Use, P:-ivilege, Occupation or Excise Taxes or other Taxes of anykind applIcable to the sale of the machlneq', equ'pment dnd/or services Involved. These taxes shall be paid by the Purchaser eitherdirect to the taxing authority or (,i collected by the Company) to the Company upon receipt of the Company's invoice for the amount ofthe lax. In heu of such paynl.ent the- Purchaser may provide the Company with a tdX exemption certificate acceptable to the taxingauthority. In Cil.se of controversy a.5 to 'Whether this transactlon is taxable, the Pur:haser agrees to rernd the dmount of the tax tothe Compdny pendIng a specifIC ruling by the taxing authOrlty which a .. esses or c"U,'cts the tax. The purchaser agrees to accep5uch ruling CiS final, unless the Purchaser deslres to contest the ruling at his own· expense.

DRAWINGS:

The Purchaser shall furnish the Company w,th all information, instructions, and drawings requisite to the specificallons of th,machinery. equipment and/or services. After acceptance of th,s Proposal by the Purchaser, such drawings will be furnished by thCompany as are necessary for the work, without unreasonable delay, and the Purchaser shall check, alter or approve and return onl.set of such drawings without unreasonable delay. Additional time requlled for changes in the draw,ngs, requested by the Purchaser,beyond the fllst revision will be Charged for at the rate of r!.~·. per hour. This Proposal, including any drawings pertaining thereto,is the property of the Company until and unless accepted by the Purchaser. It contains confidentIal information and is submItted tcthe Purchaser on condition that he and his representatives agree by receiVing it not to reproduce or copy it in whole, or in part,without permission, or to furnish information from it to others, or to use it in any manner contrary to the directions of the Company.In the event the Proposal is not accepted. it shall be returned to the Company, upon request.

FOUNDATIONS,

"Hold lIarmless" coverage will be provided only upon request and at additional cost to the Purchaser.c.

The C"n pany shall not be liable for any loss or damage resulting from delay in .hlpment or in installation (if the Company hasassumed any obligallon with respect to installation hereunder) caused by fires, floods, strikes, riots, thefts. or accidents, delays intransportation, including but not limited to inabil:'~y to procure materials, or any other cause whatsoever for which the Company J.5

not directly responsible. The Company shall not be liable, in any event, for loss of anticipated profits, loss by reason of plant shut­down, non-operation or Increased expense of operation of other equipment. or oth~r con5tqu~ntial 105! or damage- of any nah.:.re. Ifshipment or Installation be deldyed by or through Purchaser, f,nal payment shall become due, as speClf,ed hereIn.

The Company shall provide and ma,ntdln at its own expense, until completion of the work, the follOWing forms of insurance:

a. Workmen's Compensation Insurance, including Employers Liability Insurance, in accordance with the laws of the state inwhich installation is required.

b. Public Liability Insurance with an individual limit of not less than $500,000.00 and a total limit for anyone accident of notless than $ 1,000,000.00.

Unless otherwise specified, Purchaser shall furnish and install necessary foundation., including foundatIOn bolts, shall do such cut.ting and patch,ng as may be required and shdll assume all responslbillty for the strength of the building and the supporting equ'pment.

From dnd after the delIvery of the machinery or :quiprnent covered by this Proposal to a.Cclrrler for shipment to the Purchaser. saidPurchaser shall be obl'gated to the Company for the purchase price ther~of; and the risk of damdge, destruction or loss, ,n whole orin pdrt. and from any cause or combln.:itlon of events of said n1dchlnery or equipment shall be upon the Purchaser and shall not be theresponsibl:lty of the Company after delivery to the carrier.

LIABILITY FOR DELAYED SHIPMENT OR INSTALLATION:

lOSS, DAMAGE OR DESTRUCTION OF MACHINERY OR EQUIPMENT:

INSURANCE, (IF INSTALLATION IS BY THE COMPANY)

NotwithstCindlng the fore~oInR the Purchaser shall bear the' risk of damage. destruction and loss of machinery, equipment and Installa­tion thereof, and the Purchaser shdll prOVIde dnd maintain at Its own expense, until con~plcl1on of the work. fire, windstorm and ex­tended coveraRe Insurance upon scud machinery, equlpnH'nt and the installation thereof In an amount equal to at least the total cost to

I./ Purchaser of such machinery, equJpment and Installation thereof, to conllnue effective untll the installation thereof has been completed.

v' COMPLETE INSTALLATION: (IF INCLUDED IN THE PURCHASE PRICE)

IIII

II

II

TheCompany shall furnish a competent working Foreman to supervise and the technical and .killed labor necessary in the installationof the machinery or equipment to be furnl!hed hereundf'r and their traveling and living expenses while such work is in progress, as"'ell as the necessary tools, scaffold,ng, block,ng. rigging or other equipment reqUired In the installatIOn of sa,d machInery or equip­

ment. The Purchaser shall provide. at hi! own expense. compressed air, water. plumbing, and elt'ctrlcal energy necessary for theope rattan of power tools used by the Company crews, SUllable storage and· work space acceptable- to the Company and necessary tothecompletlonof theproject;andshall recen.'e. unload and slore- all equipment and/or materla.ls shIpped to the Jobslle by the Company.Comprt>-ssed air ......'dter. plumbln~, ""IrIng, propf'r electrical po\4o'~r. and any other reSource nece5sdry to the prop~r hook-up andoperation ot the eqUIpment or machinery are to be made d.v.ulable by the Purchaser at the malt convenient and logical loccltion adJa­cent to the mach,nery or equ,pment speClf'ed, as recommended by the Comp.. ny. Under no cond,t,ons will the Company be llable",here the foregOing utll,t,es, as requested. are not .. vallable nor will the Company be !lable under any cond.tlons for supply.ng thetoregolnliZ utihtles to the buddln\)' ~tit"

I • L. r

( (

Purch.. s"r sh.. ll provide and pay for .. 11 permits, licenses ... nd certific .. tes necessary for the installation ..nd the performance ilnd thenecessary work for completion of install .. tion.I

• PERMIT~:GENERAL CONDITIONS OF SALE - Continued

III

OVERTIME:

The quoted prices are' based on the Compilny crew being able to perform the installation work unhindered and in one continuousoperation during normal eight hour weekday', If it shall be necessary for the Comp.. ny crew to work in exceSs of eighthour.onweek­d .. ys (tAond.. y through Friday), or to work on Saturd .. ys, Sundays or holidays, the Purchaser shall be invoiced for and sh.. l! pily (inaddition to the regular contr .. ct or cost plus r .. tes) the net difference between the regul.. r scale of pay and the overtime r .. t .. plus 10per cent to cover wage taxes and insur ..nce. If the in.tallation work is interrupted by the Purchaser resulling in additional cost tothe Cnmoany, such costs will be invoiced to and paid for by the Purchaser on a net co.t basis.

ASSIGNMENT AND SUBLETTI NG:

The Company shall at .. 11 time. have the right to assign or .ublet any contract. relative to this Proposal in whole or in part withoutthe consent of the Purcha.er.

INSTAllATION SUPERVISION:

In the event the foregoing Proposal .pecifie. that the responsibility for installation ,s borne by the Purch... er, or anyone other than

Itt.e Company designated by Purchaser. and that the Company .hall furni.h a qualified in.tallation supervi.or for the purpo.e of pro­viding .. dvisory and/or technical information to .. id or expedite installation, it is herein agreed that a charge of _per diem. orilny part thereof. as well .. s travel co.ts by method. cho.en by the Company, from iis location to job.ite and return, shall be :nvo,cedto .. nd paid for by the Purchaser. The function of the in.tallation supervisor, as designated by the Comp.. ny, is understood to be of..n advisory capacity only and, ne:lher Comp.. ny nor individual designated by Company, shall be liable for los., damage, or del .. y or

I /:MACaHnYI NotEhRery con.equential loss or damage of .. ny nature.

V . AND EQUIPMENT WARRANTY:

The machinery or equipment herein .pecified is warranted to the Purcha.er to perform within the limit. specified in the foregoing

IProposal and general conditions of sale. If the machinery or equipment herein specified does not perform within the specifll'd lim:t •.written notice shall be given by the Purchaser to the Company within thirty(30)day. from it. fir.t u.e, stating wherein the m ..chineryor equipment fails so to perform and a reasonable time shall be allowed the Company to get to the machinery or equipment with skilledworkmen and remedy the alleged defect, if alleged defect be of such a nature that a remedy cannot be suggested by letter, Purch.. seragrees to render all necessary and friendly assi.tance in making the machinery or equipment satisfactory. In the event it i. mutually

Iagreed by Purchaser and Company that the machinery or equipment cannot be made to operate satisfactorily within the limits specihedin tile foregoing Propo.al. Purchaser may return such of the machinery or equipment as is of Company manufacture to the Companyfor full credit. The Company will repair or replace with a .imilar part, f. o. b. its works where made. any part of its own manu­facture in the above specified property which, within one year from shipment, proves defective in material or workmanship if thePurchaser delivers such defective part to the Company for inspection. f. o. b. its said works, within such year, provided saId equip-

I ment has been installed and is operilted by the Purchaser in accordance with generally approved practice. However, the Comp.. nywill not be responsible for loss of anticipated profits, loss by reason of plant shut-down or ..ny other consequential d ..mages or ilnyfurther loss by reason of the failure of the machinery or equipment to perform within the limits specified in the foregoing Propos .. 1and general conditions of sale or by reason of any defect in the machinery or equipment resulting from defective material or ",ork-manship, and the Company does not warrant that the machInery or equipment meets local, mUnlcipal, or state ord,nances, la",s or

I regulations. ThIS warranty does not cover products, accessones, parts or attachments which are not manufactured by the CompanyI / except to the extent of the warranty given by the actual manufacturer thereof.

'.,../INSTALLATlON WARRANTY:C1F INSTALLED BY THE COMPANY AND INCLUDED IN PURCHASE PRICE

IThe Company shall repair or replace, f. o. b. point of shipment any parts or equipment described in the foregoing Proposai ".. hich,within one year from date of shipment. are found to be defective in material or workmanship, if said parts or equipment are operatedby the Purchaser in accordance with generally approved practice, provided that the Purchaser notifies the Company in wnlmg of suchdefect within fifteen (15) days from and after the alleged defect becomes apparent to the Purchaser. In no event and under no Cir-

cumstances shall the Company be liable for loss of anticipated profits, loss by reason of plant shut-down or any other consequen".. l

I damages or for any sum in excess of replacement or repair price of the parts or equipment proven defective by reason of ..ny suchdefect. This warranty does not cover machinery, equipment and/or services not manufactured or supplied by the Company "xcept tothe extent of the warranty given by the actual manufacturer or supplier.

IIIIII

RETURNED GOODS AND CANCELLATIONS

Goods are not to be returned until Purchaser has received the Company's written permission to do so. Goods returned through nofault of Company will be subject to a charge of 15 per cent of net selling price in addition to whatever restocking expense will be neces·sary to restore the material to a saleable condition. Transportation charges on returned goods must be prepaid by the Purch.. ser. Norequest for return of goods will be considered unle.s received by the Company within thirty (30) days alter completion of inst.. llatlon.

In the event of cancellation, all costs expended by the company in performance of the purchase order will be payable by the pur­chaser plus 10% for overhead and 10% for profit, terms net cash.

PROPERTY TITLE.

The title to and right of po •• es.ion of the property above .pecified .hall remain in the Company until payment in full of the purchaseprice hereinbefore .tated in cash••neluding deferred payments and interest, whether evidenced by notes, renewals or otherwise, hdS

been made to the Company. Until such payment, said property shall remain the personal property of the Company whatever may hethe mode of its attachment to realty. or otherwise. The Company may enter any premises for purposes of removal.

MODEL CHANGE.

The Company reserves the right to make improvements or changes from time to time on the kind of machinery or equipment coveredby this Proposal without obligation to the Purchaser to install such chana'e on the machinery or equipment hereby purchased.

ACCEPTANCE.

Whenever any period of tim~ is speCified herein, time shall be deemed to be of the es.ence of this contract. This Proposal, whenapproved by the Purchaser ~nd submitted to and accepted by the Company. expressts the entire agreement between the parties. Inthe .,vent that Purch.se Orders or conditions of purcha.e conflict in any manner. in whole or in part, with the foregoing conditions ofsale, it is agreed that the condItIOns of sale herein written shall be binding. All previous negotiations, conversations and under­standings are merged herein and this Propo.al cannot hereafter be modified except by an amendment in writing submitted by thePurchaser and accepted by an officer of the Company. This Proposal is not to be deemed binding upon the Company until accepted onbehalf of the Company

I

UNIVERSITY OF MINNESOTAHEALTH SCIENCES EXPANSION

THE ARCHITECTS COLLABORATIVE Inc.HEALTH SCIENCES ARCHITECTS AND ENGINEERS, Inc.

The purpose of the meeting was to review assumptions and qualifications contained in the bid ofthe J.E. Coleman Co./Farbman, a Joint Venture, for the Materials Transport System in Unit B/C.The following items were discussed:'

ACTION REQUIRED

J.E. Coleman will furnish to U/Minnand TAC prints of new layout drawingsthat were prepared (and completed) forthe subject bid, including options forthe Mayo stati ons.

17 November 1976

Herman Zinter

Room 4112, Powell Hall

Bid Submitted by J.Eo Coleman/Farbman C'Distributor" System)

75046, Unit B/C Materials Transport System (MTS)

Joseph Coleman, James Lehtinen (Coleman/Farbman)Robert Dickler, Nancy Omundson, Greg Kujawa, Paul Maupin,Bob Swanson, Eugene Kogl, Robert James (U/Minn)John Scott, Herman Zinter (TAC/HSAE)

Description Date1st Floor Level, Unit B/C---'1=9-0~ct-:76

2nd FLoor Level, Unit B/C

Dwg. No.M48!DDSM50/DDS

NOTES BY:

MEETING NOTES

PLACE:

DATE:

PRESENT:

TAC JOB:

ITEM

SUBJECT:

1. Reference was made to the documents submitted byJ.E. Coleman/Farbman, including the completed bidform with separate comments of clarification, eachdated 12 November 1976, and the following drawingsof the Ada-Bec IIDemand Del ivery System ":

2. The above listed drawings indicate conditions of systemins ta II ati on for the previous J. E. Col eman/Farbmanproposal for Unit B/C, dated 25 October 1976, anddo not indicate a) revised pathway and station require­ments, b) obstructions in the pathway based on fieldinspection, or c) alternative configurations for stationsin the Mayo building.

IIIIIIIIIIIIIIIIIII

c. Installation of pathway and station equipment will beaccomplished by 1 to 6 mi Ilwrights, depending on projectphase or conditions. Electrical work will be sub-contracted.Field supervision and coordination will be performed byJ. Lehtinen.

IIIIIIIIIIIIIIIIIII

U/MINN HSEUnit B/C Materials Transport SystemMeeting Notes, 17 November 1976Page 2

ITEM

3. Other comments regarding the bid information are asfollows:

a. J.E. Coleman/Farbman, a Joint Venture, was formedto furnish a Contractor's Bond for the Project. It wasindicated that Farbman is a plumbing contracting firmthat has been in business for approximately 80 - 90 years.The J. E. Coleman Company has specialized in materialshandling, processing or conveying systems and equipment(manufactured by others) for approximately 25 years.

b. A purchase order agreement for Ada-Bec conveyorsand controls, marketed as the "Distributor System", hasbeen arranged with the W.B. McGuire Engineering Co.,Ltd of Montreal which will furnish and guarantee materialsonly.

d. J.E. Coleman Company "General Conditions of Sale",attached to the bid, was submitted only to furnish a copyof the contractor's standard warranty (as required by thespecifications). J. E. Coleman indicated that the bidprice includes a 4 percent tax on purchased materials,and that except for warranty on machinery and equipment,and installation, the conditions do not pertain to thisproject •

4. It was noted that individual components, not the system,has UL approval. After discussion of other itemizedcomments (clarifications) regarding articles of the speci­fications, it was agreed that adjustments to the bid pricewould be required to either add or substitute controls,alarms or equipment as follows:

a. To include a station-full alarm at the supervisorypanel, the bid price would be increased.

ACTION REQUIRED

J.E. Coleman will furnish a letterto U/Minn and TAC to clarifyconditions of sale.

J. E. Coleman wi II furnish U/Minnand TAC a Ietter to confirm amount(s)of bid price adjustements, and addi­tional product data to clarify ULapproval of system (or components),type fire damper and type beltmaterial.

IIIIIIIIIIIIIIIIIII

U/MINN HSEUnit B/C Materials Transport SystemMeeting Notes, 17 November 1976Page 3

\

ITEM ACTION REQUIRED

b. To furnish gravity operated air baffles as specifiedinstead of motorized draft doors as proposed by J.E.Coleman/Farbman, the bid price would be reduced.

c. To include controls that conserve energy by auto­matically shutting-down unused lengths or zones ofconveyors, the bid price would be increased.

d. Generally, to include all controls specified for thesupervisory panel, the bid price would be increased.However, a technical review of system operationwould be required to determine potential modificationsand bid adjustment.

e. More information is required regarding the materialand performance of conveyor belts and the type firedampers before further adjustments (if any) can bedetermi ned.

5. J .E. Coleman/Farbman indicated that engineeringand preparation of shop drawings, based on the use ofstandardized components throughout, would require3 or 4 weeks.

a. The plant has capacity to manufacture hardwareand furnish material to the jobsite without causing delaysin installation.

b. Due to present producti on schedu Ies, the fabri cati onof electrical controls and assembl ies would begin afterapproximately 15 January 1977, but this would notinfluence the schedule for work on components for thisproject.

AVAILABLE fROMBUSINESS ENVELOPE MANUfACTURERS. INC.PEARL RIVER. N.Y.• BRONX. NY. ClINTON. TEN"MELROSE PARK. ILL • ANAHEIM. CALIf. .. -(

11-20-76

HllUH-JO ASSOCIATES LTD4559 STONELEDGE LANE

MANLIUS. N. Y. 13104

315-682·2724

SIGNED:

REPLY

I am enclosing a sketch of the alternate approach to the Mayostations.

Unfortunately Joe has the original drawings in the New Yorkoffice so I had to mark up one of the prints I have. I hope thiswill be enough for now. Since today Saturday I can not get anyXerox copies made, may I impose on you to handle any cop1es ordrawings for this alterna e with the Hospital group. Thank you.

I TACAttn. Herman

IlEASE REPLY TO t>

.~ Univ. of Minnesota - M~~(SystemrUBJECT: -------------\,--=-{.-:..;:.-'-<'::....:..,----------------- DATE: ---------

fll E S SAG E <:,,..-

IIc_I

FOLD ..

III

~---_._----. - .

, I

Ff1RI.' NO. PKIOOtJ·3AVAILABLE FROM BUSINESS ENVELOPE MANUFACTURERS. INC.• PEARL RIVER. N.Y.• BRONX. N.Y.• CLINTON, TENN.• MELROSE PARK, Ill.• ANAHEIM. CALIF.

LOT # 576000

THIS COpy FOR PERSON ADDRESSED

DETACH YEllOW COPY - SEND WHITE AND PINK COPIES WITH CARBONS INTACT

PRINTED IN U.S.A.

~

IIIIIe

I

;1t ~••

"19-- 2-9-9III

--+-----f~__M

\-------- -

I No-rt:·I: -, 121(ll}()P.i~2.-1:1p.0e ~!fr1IJj5_ A.~1Yt,

I ·_If-?iA ~Io,l 1-1 J5> ta'II~I,j ;~{v'1) , ..

./_/

III1'-I-

, I

, "

...

With reference to Paragraph 3.4 B on page 14701-15 of your specifications, we ,.~~)

wish to point out that although the system as a whole has not been tested"~'rid\i ~--"

approved by Underwriters labor'atories, that we do use Ul approved componentsthroughout. r -7 "'-{';

t,1 \\\1 "2> '-' \ .

The .J. E. Coleman Co. General Cvnditions of Sale which were attached to'tne .' -·i~.·;·':·~··propo~al ""ere solely for the purpose of providing you with a copy of our,star..oard, ..1

warranty which was requested in your specifications. The only para9r~phs\~~ichare pertinent are those on page tl-IO entitled ~1uchinery and Equiprnent'W(l;ranty,

>- Z .(L i- l0-a L.. ::;O '- ~-.~. -

~:.-::~-:-;~ -...~ Lc. lJ4

&.~ .... 1.

November 22, 1976

342 MAOiSON A.VENlJE • "<E .....· YORK. "I.V. 'OCI7 • TEL. 212 MU7·21~4

Mr. Robert JamesDirector of Purchasing(Purchasing Agent) .2610 University AvenueSt. Paul, MN 55114

Attn:

Regents of the University of MinnesotaMinneapolis, Minnesota

JCH \-,1-·-'­Ri<j--I-I-

Re: Proposal fOI" ~laterial Transport SY$tem~rrrl-I--I­Unit B/C of the Health Sciences Expanslfo~J i'~j-Minneapolis, ~1innesota _ :s i \ I

Gentlemen: IDt,~i [-(-',., ·i .' R3-\ I !~'~1ith regard to our discussions during the meeting in'~1inneapo1is on November-jG"ll-r17th, I aIn enclosing our drawings no. r'lTS lA, 2A, 3A, and 4A, which show the I\S I I Iproposed conveyor routing. On drawing 2A we have marked potential conflictsf~'l~-i---I---I-in red. .

. I<~~ I I IWith regard to draft doors, I want to confirm that our proposal did include !g~'~ i24 motorized draft doors at a total cost including electrical controls, field , --r--i-­installation and wiring, of $19)200.00. We understand from the meeting thatl--j·-l- I­you might very likely be satisfied with curtain-type ail~ barriers or some 1---,--.-­other form of simple mechanical door. ~Ie would be willing to provide these 1_-1__I _L

. arid, unti 1 further detai lsare worked out, \·;ould say that the cost should be i--'_l__i_within $150 per dOOf, or a total of $3,600.00 for 24 doors. I I I I

l----We wani"to also confirm that we did include Minnesota Use Tax. We understan~ : : :from the Comnissioner of Taxation that the University is tax exempt and will,therefore will not have to pay sales tax on the complete system which will b~ l _L_Lin the form of tangible pel"sonal property. Further, we understand that this I I I Iexemption wil~ not relieve us from the payment of Use Tax on all materials f~~'Ll:--!vi?1(.~the system WhlCh we must purchase and.l-/e have, t.herefor'e, included a 4% tax orr--:-,--our purchased materials. ;~I

The air balance UL approved fi re dampers that 'de use are manufactured by LL_Ventilating Products, Inc., 8152 Kirkville Road, Kirkville, NY, 13082. I have-'~

requested them to mail brochures directly to you.

materiels handling eq'Jipment

processing equipmentconveying systems

"

I '· '.~.-

I "I(

II'II.IIIeIIIIIIIII

II 'I(

IIII'.I'IIeIIIIIIIII\.

I

"

Regents of the University of MinnesotaNovember 22, 1976Page T\'Jo

and Installation Warranty: (if installed by the company and included in purchaseprice).

One other thing I would like to point out is that our containers travel uprightth~oughout the system and do not require any internal pivots or gimbals forhandling sample containers and the like, We therefore have a much greatercapacity for handling this type of material and as a result should requirefewer containers by comparison to the other system mentioned in your specifi­cations, We have, however, included 120 containers as compared to 50 of theother type. This provides our system with a great deal more capacity inaddition to the flexibility of being able to remove the containers for convenientmanual handling. We. also provide independent sending and receiving which addsto system flexibility.

We would also like to point out that our containers can b~ sterilized withsteam. Also, if a container is inadvertantly'overloaded and put into the system,the system can handle it. We can take occasional overloads and for example,could handle a container loaded with 40 or 50 lbs. without harming or shuttingdown the system,

I ,trust this is all the additional information you require, but if there ismore, please let me know and we will be happy to provide it.

Very truly yours,

for J. E. COLH1AN CO./FARsr~AN,

-------A JOINT VENTURE .

( /Q~i5) /J------_..-~?I-~~~~oseph E. Coleman

JEC:stEncs.

cc: The Architects Collaborative, Inc. /

()

. .~, .,.

I VO' 7 • TEL.. 2' 2 ... U'" 2' 5.;

November 23, 1976

f •.~

)

, ......." f.....(' ..1'trequE;le-t-., ,,'-' .-"/f .....

~J:-r'/(~~d.-0.,.:,.t. -'. /.D. F. Brandt, Inc.8152 Kirkville Rd.Kirkville, N. Y. 130$2

Very truly yours,

J. E. COLE~~N co.i e- /

,/1- ~,/'l ~(, C (~Joseph E. Coleman

"

... A\,. I ..... ~ .. f

Re: Proposal for Material Transport SystemUnit B/C of the Health Sciences Expansion

Regents of the University of MinnesotaMinneapolis, MinnesotaAttn: Mr. Robert James

Director of Purchasing (Purch. Agent)2610 University AvenueSt. Paul, MN 55114

2)The Architects Collaborative Inc.46 Brattle StreetCambridge, MA 02138

Attn: Mr. Herman Zinter.

Attached is per the aboveGentlemen:,-

Gentlemen:

D. F. 3ra~d:t :n~.

}i!eIrt·i:L:ct:·iru;:-:..P.2:0x:ilu::ts:.xInc:.8152 Kirkville RoadKirkville, NY 13082

rr:;:§;~~£~~~~:s~·!mafc:rio/s hondllnC] equipment

processing equipment

conveying systems

Will you please send us 25 brochures on, your Fire Dampers ofthe type we have been purchasing. Will you also please s~nd

one brochure to each of the two following addresses with resardto a bid where we specified supplying your ventilators in lieuof what they had called for. I would appreciate your mailing

I:! r: :,0':-'1 lheseright out:

I~i 1''':~:':''J 1)Oil fi:: 11--' 1J!.(pj

>- ;.,;. ~Co ~: f-R r::.: z (,'-' ~ '-7

--Jr-'--:-·,-,:---,--1--T-T-~

;---7I=--~~-=Jj_I_,j__ ~~,JS' I I ,II=·.:!T-i--i--~ _____I:--:__:'----~ "---/:~'_,' (---1 -'l--r~- -- 7'I~l'-!-'ll; ::,-1---; - '- "Thank you.

i~j_jx-r~J-.~i-! ! 'I ! I~fr'

!

: ,

,,

I ~I'

; i, ,

I,

; I

-------

;../S:.,':e~ S!e~J "egato'CICSJ'~ Spnng

--- F.'a~~ .OC'

Mo~:;'~i. I~~~

.~Id~d on .: 'C~: _("..nr.e;~ t~c~'

HORIZO~TAL MOUNT.~-

L::~ I',e:e Ro:::o·rr.~d

Slee: C~.Jn:;e fram~,

:32 ga.

us,e:e' !.nk IRep:a:~J: ~ I

~:ar.~4I-tJ it\i i ,o::1.e·~ dIfJ;.a:.~t'

VERTICAL MOUNT

PYRU/GARD",Fire lJamperHOrizontal & Vertical. Model l52A U.L. Labelled

""""...

&.nE'"Co

II

II

II

IIIIeI

I,;.: t L' I,;.

0pe f '

II

, ...e--..J,JL..-r

,.TYPE D-?~/l M (!~~=' (hJnn~1 trar!l~, S'J'vanl~r1 s!~~I, hO~110n!a; or ve~l:a: : i

TYPE E 2'. Ce~;J ~~.l".".~~ "J"l" ~~~-'.~\ \:er JO~ ~O"lor.:a' j" ..~"!::,a

TYP[ r !~. t:ee;: :.r..J~r.t. !'J~e ~d .;.!I'O.:e~ !ateel ve·t,c.aJ ontySPECIAL TYPES-.d'IJ'.O~~ o· ;'1: ,a",~ I~. Ceep C~J~nc' t:a,,:,:~\ d'e a"J'la~' ~~O:

PO:4!1nt: l~~ l,;:e 11 C~ I,p~ (. :ons::~::,O~ lyp~~ BlI, 11 .. :, CO, CDi ,and Cl

"'J"~u'Tl ~l"i"~ S~c!,on ~,/e 40' I 4D "' .. I!IPI~ se,l,on Cdrnpe's ••~ ••••e· ,nl';·i·~· .... :e\ ~U~~J:'~ ~J:t~'i

IIII

PFiOJEST

l.OCATION

I~ARCHITECT

ENGlrJ[Ef,

CONTf~/\CTUH

IPO [JU\1EE I;

DATE

{ ".' " ..\ . ; .. 1 I"',

Ldb~lIed by Und~rw"l~r\' llbora!o'lt~ )1/: hour raMi! AJI malt".'! IS Its!e~ Of

~P~I(j.. tO fly UI

IUNDERWRITERS'LABDRATORIES INC.CL.\SSIFIED

FIRE DAMPERSFIRE HE~I~rANn RATINGS" HR lHI Z =NOr nh_. __ ~ ==.1 ;:!SEE U,L. CLASSIFIED BUILDING MATERIALS INDE X ~~,

~'1 .• t'·'I_I'" Sr~m(1,tfft CI)f1'.!rLJCtl'lll U;llv.lf1t/f'd ",t,.,·1

St.lIl: I""" ',l"~'1 op·lrltl.,l. f\1orff" l~:;A.

Ufl(h·' ...·.llt.:'~ L.alHH.I!(HII·~ 1,lbt'r!cd lur u."j' Ifl L IIUU' flf.' p.~l !.tPj')",.

, !

i I"II

!IIIil, I

!l'I

System

1~1j ... ..../l~ •

November 30, 1976

. ,: ,:,-",' ........

Re: Proposal for Material TransportUnit sIC of the Health Sciences

Expansion__ Hi~eal?ol!~,~-1i~neso~a__. _

342 MADISON AVENUE. NEW YORK. N.Y, '0017 • TEL.. 2'2 MU7.2'!54

Regents of the University of MinnesotaMinneapolis, MinnesotaAttn: Hr. Robert Jar.les

Director of Purchasing2610 University AvenueSt. Paul, MN 55114

materials handling equipmentprocessing equipmentconveying systems

·1 J. E. COLEMAN CO. III{IIII

Gentlemen:

I;~~_ In your specifications, Addendu~ 1, page 14701-6, paragraphJ. ~ .' ,. 2.2 J, you asked for an alar.11l for a full receiving s tation at

t-'-:;:----l---t.:;:,the main supervisory panel as well as at the local stations.'\I-'I~~l~our bid included alarms at the local stations only. To also

,.. :: . add an alarm at the main panel in accordance with your specifi·-

l.2:: ._t~ .-.": 3.caHons, please add $7500

• Very truly yours,

.~ ..' ~ ~ ..

•i~I~~~: ',-. ;.'~'.~, r\ I ~ ~

; ....... _ .... a ... ". "'."v.

I.~ i ---:. ,-. --_.

',,, :c. --_.-.~ ._.. _..... -.• _ ... ----

j c~~..... " '._: _._

1:·..:_· .; .. -: .... :-jEC: stt ,"": , • ...: .

The Architects Collaborative, Inc.~

22 October 1976I

JEA'" e. FLETCHER1945 1965

WALTER GROPIUS,945 1969

NORMAN f"LCT"CH("R

,JOHN C.HARt'\NESS

SARAH P. HARKNESS

LOUIS A.MCMILLEN

THE(ARCHITECTS

(COLLABORATIVE INC.

Re: University of Mi nnesotaHealth Sciences ExpansionUnit B/C Materials Transport SystemTAC Job: 75046

Dear Les: '

Mosler Airmatic ·Systems DivisionAttn: Mr. Lester GarbNew England Area Manager40 West 40th StreetNew York, NY 10018

We look forward to arranging a pre-bid conference with you in Minneapolisnext week. - At that ti me, we wi II revi ew the si te condi ti ons and progressof construction. Also, sets of the contract documents for Unit B/C willbe available to you for information.

Two sets of drawings and specifications for the Materials Transport Systemin Unit B/C at the University of Minnesota have been enclosed for youruse.

RICHA.RD BROQ.-<ER

ALEX CVIJAI>,jQVIC

HEROE'RT GALlAGtH.: R

WILLlA.~ J.GEDDi5

ROLAND KLUVER

PETER W. """ORTON

H.MORSC PAY,,",E

ER~EST l. BIRO$ALLTRCASURC~

.ROBERT F. CRA""C

HOWARD ELKUS

ALLISON GOOD\'IlN

BASIL HASSAN

,JOHN HAYES

JOSePH HOSKINS

LEONARD NOTKIN

RICHARD SABIN

DAVID SHEFFIELD

o A Z I B. A H M E 0

ROBERT BARNES

KENDALL p, BATES

SERGE CVI.JANOVJC

ROYSTON DALEY

ROBERT DEWOLFE

GREGORY DOWNES

GAIL F'LYNN

GERALD FOSTER

THOMAS LARSON

RALPH MONTGOMERY

PERRY NEUBAUER

IGOR G. PlATOUNOFF

RICHARD PUFFER

IWALTER ROSENFELD

JOHl...,; ..). seOi T

EDMUND SUMMERSBY

KENNeTH TAYLOR

MALCOLM TICKNOR

ROBERT TURNER

I ROBERT WILSON

LAURENCE ZUELKE

IIIIII

III

Very truly yours,

THE ARCHITECTS COLLABORATIVE, ~nc.

~O~Herman B. Zi nter

Icc: R. Dickler

P. MaupinE. Kogl

C. HewittR. James

I Encl.HBZ:ld

III

46 BRATTlE STOEET, CAMBIlIDGE,

TElEPHONl: (017) IJOB-4'JOOII'LEX· ~)2

MASSACHUSETTS 02130,

1 4 ~l 4 T Ace ,\ MeA fl l r: T Ace II M

1/. S. A

Ii. ~;. II

MEETI NG NOTES

The purpose of the pre-bid conference was to discuss project conditions and provisions of thecontract documents for engineering and installation of a materials transport system in UnitB/C. The following items were discussed:

THE ARCHITECTS COLL~RATIVE Inc. (HEALTH SCIENCES ARCl. . ECTS AND ENGINEERS, INC.

UNIVERSITY OF MINNESOTAHEALTH SCIENCES EXPANSION

ACTION REQUIRED

Room 4112, Powell Hall

Herman Zinter

Pre-Bid Conference (Mosler)

75046, Unit B/C Materials Transport System

29 October 1976

Lester Garb, Jack Kolb (Mosler)Robert Dickler, Nancy amundson, Walter Petrykowski,

Paul Maupin, Robert James '(U/Minn)John Scott, Herman Zinter (TAC/HSAE)

PRESENT:

NOTES BY:

DATE:

PLACE:

TAC JOB:

SUBJECT:

ITEM

1.. In response to a recently received proposal, TACindi cated that an addendum wi II be issued, modi fyi ngthe bidding requirements and technical specifications,to allow a bid for an alternative system. The biddingperiod will be extended to 10:00 a.m., 16 Nov 76.A subsequent review period wi II extend approximatelytwo weeks or to the first part of December.

2. Mosler indicated that a 7 per cent price increase isexpected in January and proposed to begin delivery ofmaterial in December. To expedite engineering,shop drawing preparation, and material delivery, Moslerwill require a letter of intent from the University priorto completing the contract agreement. R. James con­curred with this procedure.

l.\,I ,-

IIIIIIIII

J

IIIIIIII

Paragraph 2.3, Item E (also Paragraph 2.5, Item A):Tracks and switches are to be _rigid. Shock and vibrationabsorbers are not required to control acoustics.

5. Mosler recommended that the Supervisory Panel belocated at Station 8 (Medical Records), which operates24 hours and includes the system reject mechanism,and indi cated that costs for low vol tage wi ri n9 wouldbe reduced with the panel installed in a central location.

3. Mosler estimated that all shop drawings can be completedin 6 to 8 weeks, but preparation (and approval) can bephased to advance installation in certain areas. Thiswould expedite installation of the integrated ceiling,particularly on Levell.

Ii

If'

IIIIIIIIIIIIIIIII

TAC/HSAE ~Unit B/C Materials Transport SystemMeeting Notes, 29 October 1976 (Mosler)Page 2

ITEM

4. Alternative arrangements for stations in Mayo Hospitalon Leve Is 1 and 2 were di scussed wi th regard to eitherretaining the Blood Bank Laboratory in its present loca­tion or relocating the facility to provide more room fora materi al s transport statron. It was requested that thebidder indicate the difference in station configurationsand system installation costs for the two options.

6. In reviewing Section 14700, Technical Specifications,Mosler indicated that the following items are not stand­ard features of the system:

Paragraph 2.1, Item I: The container is not sterilizableby steam.Paragraph 2.1, Item J: A weight sensing device is notavailable. A line can be applied to the interior of thecarrier to indicate a volume limit for contents.

Paragraph 2.4, Item G: Containers are detachable, butrequired special tools.

Paragraph 2.4, Item K: Container lid is not spring­balanced to remain in place at any open position.A lanyard is provided to hold it in place when fullyopened.

(

ACTION REQUIRED

TAC wi II prepare addendum.

TAC wi II prepare addendumto allow qualifications.

Mosler will identify qualifi­cations in letter with bid.

I(I f'

IIIIIIIIIIIIIIIII

(

• TAC/HSAE ~Unit B/C Materials Transport SystemMeeting Notes, 29 October 1976 (Mosler)Page 3

ITEM

Paragraph 2.4, Item 0: A removable and easilyinterchangeable gimbal device is not presentlyavailable.

Paragraph 2.7, Item M: Voltage meter is notstandard, but can be included.

Paragraph 2. 10, Item A: Smoke detection equipmentin conjunction with fire damper is not provided bySystem Contractor.

cc: All presentHSAE

(

ACTION REQUIRED

Mosler will verify with manufacturingresearch and development.

I !'.l.lr/~· ,,{c~~ .~ -~---.,",--",

" .f'

Ib~-...........

~!

..J£At;,l B. FLETC~En1945 1965

WALTr.n GROPIUS:945 1969

I NORMA~" FLETCI-'ER

..JOHN C. HARK"<ES5

SARAH ~. HARt<t-lE,SS

LOUISA, Me r·11LlE N

IRICHARD 8ROO ..... E:R

ALEX CVJ.JANOVIC

HERBERT G.o\,LLAGHER

WILLIAM ..J. GEDDIS

R 0 LA t'..l 0 K L U V E R

IPETER W. MORTON

H.MORSEPAYNE

ERNEST L. BIRDSALLTREASURER

(

THE ARCHITECTS

5 November 1976

Mr. Lester Garb, NE Area ManagerMosler Airmatic Systems Division40 West 40th StreetNew York, NY 10018

(

COL LAB 0 RAT I V E INC.

ROBERT F. CRANE

IHOWARD ELKUS

.JOHN HAYES

JOSEPH H05KINS

OAZI AHMED

KENDALL p. BATES

I JAMES BURLAGE

5-ERGE CVIJAt\lO\llC

ROVS10N DALEY

GREGORY DOWNES

ALLISON GOODW;N

I'HOMA5 LARSON

RALPH MONTGOMERY

PERRY NEUBAUER

LEONARD NOT KIN

MICHAEL PRODANOU

IWALTER ROSENF'ELD

RICHARD SABIN

DAVID SHEFFIELD

EDMUND SUMMERSBY

~ALCOLM TICKf-JOR

ROBERT T'JRr'lER

IE~NEST WRIGHT

LAURENCE ZU.ELKE

IIIIIIII

Re: University of MinnesotaHea Ith Sci ences Expansi onUnit B/c Materials Transport SystemTAC Job No. 75046

Dear Les:

At the pre-bid conference in Minneapolis on 29 October 1976, we discussedalternatives in developing stations in Mayo Hospital on Levels 1 and 2. Onealternative, which is shown on Drawing MTS - 4, assumes that Room D208(Blood Bank Laboratory) and Room D206 (Office) will remain in present loca­tions on Level 2 .. From field inspections, we know that this plan will requirethe relocation of a major duct in the ceiling strata of Levell to provide aclear pathway for the station configurations shown.

A second alternative is to relocate the Laboratory and Office and provide morespace for system equipment, carts, work surfaces, and circulation at the Mat­erials Transport Station and Record Lift at Level 2. Acceptance of this alternativedepends on the improvement in station design, and relative installation costs andchange order costs.

We would appreciate receiving your specific comments regarding optimum stationlayout and estimated costs for both of the options to assist in the resolution ofthe material s transport system design.

To review the details of your Bid and proposals for the stations in Mayo Hospital,we would like to schedule a met;ting with you at the University on Wednesday,17 November 1976, at 8:00 a.m. in Room 4110, Powell Hall. This follows theday of bid opening as modified by A?dendum No.1, which was mailed underseparate cover.

16 BflATTlE

TEL E f' Ii 0 N E

5 T R [ ETC A M H RID GEM ASS A C H USE T T 5 0' 2 I 3 8

(617) B68-4200 CAUlE: TACCAM CAMBRIDGE

Please let me know if this arrangement is satisfactory and whether or not youhave any questions about the subject stations.

46 RRATTlE STr-E[T. CIIMrlRIDGE.

TELEPIIONE: (Gll) 8Gt1·4200 TELEX· ~l2

,

THE ARCHITECTS COLLABORATIVE,

1f;nMkP~

I N.C.

(

COLLABORATIVE

Inc ..

MilS ~; II C II l' SET T S 0 2 1 3 11. U. S. II.

1494 TACCIIM CABLE. TIICCAM U.S.II.

(ARCHITECTS

HewittR. JamesE. Kogl

. P. MaupinR. DicklerN. OmundsonHSAE

Ms.

University of MinnesotaUnit Blc Materials Transport System5 November 1976Page 2

THE

Re:

Very truly yours,

Herman B. Zi nter

cc: Messrs:

I f·Jlfl·~ '{ c'" 11,-·' -Jl~ _. ""....--- l~,L_~.J

I'IIIIIIIIIIIIIIIII

- - - - - - - - - -. - - - - - - ~ - - - - - - - .. - - ~ - - -

8tO F,r:" - r-'r~ UI"f) sIn ('(i'fi-P:\~TS

"(c~;-; i;;,~;~i,=C;~;" fc~-~~I'C-c);-i--0c'T'-D-i vis jon:; )

Di d of AIR1'fATIC & ELECTRONIC SYSTEHS DIVISION OF THE HOSLER SAFE COHPANY-'--"'-'----CF i?m---;=-;:.lC--=hcrc i-;:i'der--r;{cl'rccJ to uS th.c-

4

- U-8-j-d-d-8-j·"':-Il·-)-------

LOCAT Ic;,': /·1/ t!t·l[:JiPCllS, ~,i rtan:s OT,i

rIW:-'JOSf\L ren .l¥.\T~D,UL$,JR.tnS:'m~L.s..\($.T.~:,:L _(con1'-uc1- d iv is i eli)

rrWJECT: UUIT ole a: TIlEHE/\LTII SCIEl':CES EXPM:S J C:'J

TO THf.~ I<ECEtHS (f THE'lJrll'JU,SIT'( Cf :,~li~::~SOrA

l~ 11lI~Ef-,POLIS, 1·1 J i 11 ;[$01''\

ATTEl,'T I Ci,:: n0J::I~r IN,~[S

DIFTCTOR or PURCH/\SIi\G(PUf;CHI\S I UG !~GFin)

2610 urnVCRSlTY t.\'EilUEST, PAUL t nIJ~(:ESOTA 55114

I 0,

I ~

I(

II

( ~ )

I(2) The Bidder, in canpliur.cc I-:ith Ildvcrtiserr:cni' forOids, hereby sL!bmii's i'he folle'ding

I 8id .fC\- the t-~~TERII\LS TfU~NSfJORT SYSTEl·l in connection vJith Unit B/C t Health Sciences,ExPi~nsiont_tli.r:nearolist.l'ii.r.nesotatProject Number HINN. 18 (HP).

I.(4 )

IeII

(5)

I

The Bidder agrees to ~ccomplish the Work in si'rict compliance with the drD~ings,

specif i canons end Con-:'rc~c-r Do:urr,('n~'s, duTcd 20 OctoLer 1976, pl'epa red byThe Architects Col laberative, Inc., and Health Sciences Architects andEnginc~cjs, Inc., and as stated in the attached lett'2r dated November 12, 1976

The BiddEr', having eX2:nlncd the drm'tings, 5 peeif-iccl"r ions and related documents,vlsli'c.:d end t1Xc:mincG -rhe sire or fhe.prc;:>osed I';c~,k, and boing f2.":liiiar with aii..... .L. .J..t... .... .,1~.1..: ......... ~ .. _ •• __ "- ••• ~ ...I: ... _ .J.. L_ ;"_ ..,-~ ............ ...!..: ...... _.I .1_&.,--. -_ ......................... G' ""'_ ....... ~.-._ .... : I •. .-t: ... -.

"Vi I: ,tv """,,vii....,; I I "",.l~ ";'>\..1' I VUIIU, II~ IIJv ,",,,-,,loJ II U"-" I 1"-..'1' Ut I Jle pi V;.-'V.J~ I I VJ~'- J • It I UU 111~

tho ~vai lubi li'ry of materials 2nd labor', h'2rcby proposes 'fO furnish all lobar,li'lui'cduls, services, and st.:il~lies, ~nd,;-o c;cco,nplish -j'he l'ferk fer I'lhich thisl3id is sut:;llitt(~d, in <:;ccerda:1ce I-:ith the Contrcct D:cu.llcnts, within the ti~e setfo--j-h ther'cin, end at the pr~ices stuted bclO'd. These prices ere to cover allexpenses I neurr'C'd in ped 0:-r:1I n9 the \'lork rcqu j red undur' i-he ConiTcJct Documents,of \til i eh -j'h IsO idis a p~rt.

{~d.dcn.d().: TheDI ddcr hereby aCknO'f11 edges i"h?l'l" !Iddcnclum i nstnlct i on5 numbered•..l...-JJ...nlL. • _ hove been rccc i ved (lnd the -requi rement~therein i!.:lve beGn inco,-pcr-(:rrGo in this Did.

I

~<::~.:U2J:.L'2.I~_~.L~i.0..c.1s.: Th~ 8idder hereby aSjrces to Cc:li:l0IlCC lI'ork under' th is Contr~cl'on VI' before i'ho tims r.i'ipulu-t-ed in the .....Tii'i"on "r'!oi'icc to Precced" in accorcJance\'lith "lhe Gsncl'al COilditior~s, Clnd to ccmpletc al I L'()rk llllucr this ConiTC3ct on or

. bc!o:'c thl) dClies spccii ied in Spoc;ficiJ-rion ~:cc-j-ion 01200 LInd other provisionsof tho Coniruci' Occurr~cnJs.

Unit B/C •••. DEDUCT FIVE THOUSAND EIGHT HUNDRED ELEVE~ DOLLARS

Omit Station 17 (Dental), FloOI~ 7, Unit B/C~LTERHATE MrS- 1:

ALTERNATE MTS-6: Omit' Station 20 (Mayo 1) , Floor 1, l~ayo Hospital)THENTY EIGHT THOUSAND

DEDUCT NINE nmmRED THENTY FIVE DOLLARS $28,925.00

ALTERNATE MTS-7: Omi·t Station 21 (I'iayo 2), Fl 00 I' 2, 1'1ayo Hospital,

including all track, s\·,i tches, hardl',are and monitoring connecting to main

(9)

.. -------------------------------------------- $ 5 ,811.00----'------------

DEDUCT EIGHT THOUSAND SIX HUNDRED TEN DQLLARS__$~~!~Q_O .__. _

ALTERNATE MTS-3: Omit Station 15 (Neurology), Floor 5, Unit B/C ...

DEDUCT EIGHT THOUSAND SIX HUNDRED TEN DOLLARS $8,610.00----------

e/\~~: BID l·iTS: l3iddcr' Cigrr.p-s to perform lIll of the: ;~;tlcria15 Tr(ln~,port.

SYs{t;-r.1-Co/l-s-truc.;tioll I-lark -ror the sum of FIVE HUND~!~D _'!:!IIRT~ NINE THOUSAND

ALTERNATE r,jTS-4: Omit Stution 7 (Ambulatory Surgel'y), Floor 1, Unit B/C .NINE THOUSAND ONE HUNDRED

DEDUCT . FORTY SIX DOLLARS $9,146.00-'------------ALTERNATE lffS-5: Omit Station 10 (Business Office//',dmissions), Floor 2,

DeDUCT EIGHT HOU~AND S:GLl:!!lli!lliED TEN-l?Q..T:~~ARS $,]-1610.00

ALTERNATE l1TS-2: Omit Station 16 (Psycl1iatry), Floor 6, Unit B/C .•.

line pathv:ay in Unit B/C•.•• DEDUCT nJENTY SEVEN THOUSAND ONE HUNDRED

EIGHTEEN DOLLARS----------------------------- $ 27,118.00-~---------

Unit Prices: Should certain additional work be required, or should thequanTrties-of certain classes of \':ork be incI'eased or decreased froil!those on \'/hich the Bid is based, by order Ol~ arrroval of the Architect/Engineer, the undersigned a9rees that the follo';;1l1g supplerfiental UnitPrices \-,ill be the. basis of payment to him or credit to the C';mer fOI'such addition, increllse or decrease in the \.... ork. Unit Prices given shallrepresent thr. exact net all~ollnd per unit to be paid the Contr2.ctol~ (in thecase of additions or increases) or to be the basis for refund to theOl·mer (in the case of decl'eascs). The UniL Prices shall include associatedsupervisory monitoring and installation. rio additioncJ.l adjustment ''''ill bea11 owed for overh(>ad, profi t, insurance, co;npensa t ion i nSlirance or otnel~

direct or indirect expenses. The O',-mer 5h21'1 have the right to rejectany or all proposed Unit Prices at any time prior to signing the Agreement,in \·;hi ch case the cos t 0 f extra \....ork sha 11 be as detcrmi ned by one of theother methods set fortll for changes in tile I:ork. in the Genet'al Conditions.Unit Prices given herein sl1;dl be fot~ 0dditic'I1(J1 \".·Ot'k only. Dcct~ei.!scd

\'iOl'k at Unit Prices shall be at tire "!\dJ" price less f-iftecn percent (15;;).

Ut-l HU'.LTII SCIEnCESUNIT BIC A3-2',WfERIALS TRMisrORT SYSTUI

I·I .'II

IIIIIIIeIIIIIIIIe

I

(f) PO\'ler lI;onitol's, including mounting brackets and electrical connections, pereach module:

(cj . S\'Iitching units, inciuding controis, read piates, sUfJPur'b dllU i1dr'Jwdn~, pt:I'each unit:

(b) Station components, including appropriate 5'-0" length(s) of straight track,supports, ~ontrols and dirc:ctory, pel' assembly: ..

(d) Delivel~ vehicles, including container with hinged cover assembly, keylock,electricill 'latch interlock, tOllch stop control, motor, chassis, and thermaloverload device, per car:

30.00 each54.00 each

$447.00 each$456.00 each

$ NA$ NA$---':N~A-

$481.00 each$481.00 each$428.00 each$428~00 each$84I-:OOe.:lch

$ NA------

$4,979.00 each$4,979.00 each$5,803.00 each$4,979.00 each

$$

$1,250.00 each$1,759.00 each

$3,238. 00 each$1 ,438 .00 each

$2,363.00 each.$2,156.00 each.$3,292.00 each

$441.00 each$"TIE':Dueach

. PBT.-OO each

$583.00 each

Outside 8cnrl, 90 De:Grees, 27" I\adiusIllsie:Jo BC:lid, 90 [)(~Jrr.es, 27" RadiusOuts i,J::; Gend, !.5 D2grccs, 2]'1 Radi usIns i dC! Ccnd, 115 D(~qrees, 27" R(l.dhlsVertical Offset, 22-1/2 Oegre2 Bends

CUI'VC, 90 Dcgl'co.s, 34" Rad'ius - (All curves provided areCurve, ~5 Oe;p'ccs, 3'1" Radius 24" radius)Cl1rVe, 22-1/? [\~ClreE:S, 34" RucliusHari zonta1 Offset, 22-1/2 Dcgr'ec Curves

Curve, 90 Degrees, 24" RduiusCurve, 45 Degrees, 24" Radi liS

Curve, 22-1/2 Degn::cs, 24" RadiusHol'izontal Offset, 22-1/2 Degree Curves, 6-1/!t" Filler

~e-Entr'y Station .n,ssembly, 3 Cal'Exit/Entry Station Assembly, 3 CarTransfer Station Assembly, 7 Car _ (Excludes single switch)

S\·/i tch, Re-EntryS\'litch, Exit/EntrySwitch, TransferS\'iitch, Single

~~ulti -POI'll')r l-1odul e, 100 AmplIni-PO\/cr r'lodulc, 25 Amp

. Str'llight 11"(IC!:, HOI'"i7.ontul, 10' LcnqthSt rid 9!l t Track, Ve r li ca'/, 10 I Len 9ui

. Rc~ov2ble Gimhal 02viee (2 Basket Capacity)Hire C.1sket (l'lith Hilndle)

Car, 20-1b. Capacity ContQinerCar, Vacuum, 20-lb. Capacity Conta~ner

(e) Delivery vehicle inserts, including harel'dure, per each unit:

LIN HUlL Til SCI r:r:CESU1HT B/C A3 .. 1f.iATEf'I!ILS Tr;/\iiSPOr~T SYSTUl

..14701, as ,1ppl iCi1ble:. (a) Trl~ck CG;I1II()rlc,·llt.~-,. 1'11C'llld"lll( 1-'I"j' I' rl (I . 1 t 1 1., . ~ I~, I~':: .~, en_l01'S, 150 ,JOI'$, C <1r.~p~), sp lees,

struts, pO',';c;l' and log'ic ruils, geal', ri1d;$ ilnd fa~;tc/lcrs, PCI' c;lelf tracklength: .

I·...

I··(

IIIIIIIIe.IIIIIIIIe

I

If a 'Partncl'ship, full names of all Partners are

(l4) InfoliTliltion about Bidder:

Qua 1i fi cd to conduct bus i /less in the State of 11i nncsota ?__Y.::-:E=~S: _

f

S...L_Q86 .Q9__~<1ch$ 1, 284 ~~L~~s:h.S 550.00 each$-671:00-eachS--550-:00each$ 671 :UO-each

S 166.00 each$__230. Q.Q each

Class A (SinSlc Tr~ck)Clas:, 1\ (Double TrGcl:)'!crt i r. a1, C1ass [) (S'j nc(1 (~ TI'll ck )V€: r tic a1, C1ass 8 (Uo lJ b1e Tr (J ck )HorizolltlJl, C1Clss [3 .(Single: 'IrJd)Huri ;::Oflta 1, Cl ass B (UoulJ1e Tl'llck)

DJ~·:pr.I' f\sscm!Jly,OJ l,i~j:' r I\s s er;;h 1j' !

DalT' nn I' ",,, S"f' I) 1"'"I" ~ t,.,> It.. 11 J'

D.3;::;;cr Asse!!:J1y,D(\~:p2r As,:;c[i:~)ly,

DcJ.mpcl' ASSCIL) 1,)',

~i~t S:?~_\~cJ!Y: Tile Bicld2r submits the attuhed Bid S('curHy in Uw form of aCertified Chr~ck, Cc1slli(o~I"S Chc:ck or Gid 80n<1, in accordance I'lith the InstructionsTo Bidders, drG'..:n to the order of tk~ Regc~nts of th:' Uni\'ersit~' of Hinneso1:<l.The Bi ddel' acknoi'll (>dgr2S the 8i d Secul'l ty 1i1:::y be. retc:li li(:d by the Uni vers ity asspecified in the Instructions To Bidders and agrees if the 8icL:!Cl' defaults incxecutill9 the Contl'(~ct \,{ithin the tifi~e set forth, or in furnishing thePerformance Bond as sp2cifi ed, thG check I'/i 11 02C;0f':':; the prop21'ty of theUniversity (or the Surety \'li11 pay the University in the arf:ount of the bone!)as liquidated damages for the delay and additicnal expense to tile O\'ll1er causedthereby.

Holdinq of Bids: The Bidder agrees this Bid shall be good and may not be\'Iithdra\'in -'Vor-forty five (45) calendar days after th~ scheduled time anddate for receiving bids, except that Alternate Bids shall be good and the~ork omitted by any accepted alternate may be ordered reinstated by theUniversity at any time up to one hundred h/enty (120) calendar days afterthe scheduled time and date for receipt of bids.

I\ir raffle Assembly, Single T'rackAir Baffle flsscfI,bly, Double Track

Fire- Fh'c

FireFireFireFire

(J.O)

U~I IlEl\lTil SCIEnCESUNIT 8/C 1\3-5W\TEfUl\lS TRl\1lSrORT SYSTn~

(g) Fire d;i;';rcTs, incllldil19 re12 ..:::e m;;:(;IJ(jni~II~~; c.nd ;'.. c:hl,-,ting c;cdccs, andair IJ a1fl (~5, per Ci! ': hilS seLlb 1,)' :

(11 )

If a Corporation, incorporated in the State: of NE\1 YORK--'-=-"-'=.:...--_--------

(12) Acceptance of Bids: The Bidder understands the University reserves theright to accept any Bid it determines in its best interest, to acceptAlternates as stated in the Instructions To Bidders, and to reject any andall Bids. Upon receipt of notice of o'l'!ol'd of a Contl~act (acceptance of thisBid) the Bidder \'lill execute the Agl'eeni':'llt, ill the specified form, within10 regul ar I'lOrk days thereaftel' and to de: 1i vel' a Contractor I s PerformanceBond, in the stipulated Fonn, in accordance \'lith !\rt-jcle 8 of the InstructionsTo Bidders and Paragraph 7.5 of the General Conditions.

(13) Inform~lities: It is understood by the Bidder the University reserves theright to \,:a;vG inforil~3.1ities in bids received and minor discrepancies inbidding procedure. .

IIIIIIIc,IIIIIII·I(

I

Correct and full nar:-:e of 3 i dder

I.JlTie AIRHATIC 7u'1D ELECTRONIC SYSTEHS DIVIsION OF THE HOSLER SAFE COHPANY

Date November 12, 1976

(15) Sch0dul(;:

. (Must Be Signed By Bidder)

Certific~t"ion for Equ2.1 Opportunityand Affini':3.tive Action:

Installd;on in tlif~ field can bcoin on:10 Calendar Days After Receipt of~First Shop Drawing Approval

Addre s 415 HAl-IBURG TURNPIKE, I·JAYNE, NEH JERSEY 07470

" , c:,_, __\ ./ (.By ('( '. j{ £. :1- i.' - .. ' ----. .. Ti tl e Vi ce President and G~nera1 Hanager

By k)i(/ .(L,--'7?(., I r \ Title Director. of l'larketin~(Af~'iX Corporate ~;:; if bid is by a corporation)

D21ivcl':'" of rnc1t~ri(lls to the field for irlstallation can begin on:30 Calen~~r Days After Notice ~P P~oceed

Shop nr.~"dn9S (in be cOlTi"Jlete and ready for submittal on:120 Calendar Days After Notice Tp Proceed

En9;n(:~ring pren;~l';site to ~)C:0;nning of instollation can be cor.:rflete on:.60 CCllcnd:Jx Days Aft_'2.E_ Notice to. Proceed •

(16)

The bidder hereby cel'tifies that all of the specified requirements forEqual Opportunity and Affir~ative Action, G2nerul Conditions, Article 15,\'/ill be: fully complied I'lith, as stated, fot this Project.

A; i ,~_._=j{, l (" Vice President and General Hanager'7"(5-=-1-:-'g-n-e-"'d)'--/-/--i-./----.. --j-t-----,--=n t 1e .;

(17) Respectfully sub~itted: /

U:·l HEALTH SCIfi;CESUi:JT 8/C /\3-6flATERLiLS TR~.i;SPORT SYSTE';~

I •

IfIe

IIIIIIIeIIIIIIIIe

I

I-f

{

Mosler Airmatic & Electronic Systems Division415 Hamburg TurnpikeWayne, New Jersoy 07470Telephone: 201·881·4000

fWriter's Direct Dial:

(201) 881·

=------------ -.-------------------- ---------

I An American-Standard Companyr------

November 12, 1976

IIIIII­eIIIIII

I

The Regents of the Universityof Ninnesota

Minneapolis, Minnesota

PROPOSAL FOR H.UERIALS TRANSPORT SYSTEH

Clarifications:

1. Our proposal is based on a guaranteed right-a-way for the TeleliftSystem according to Hosler Airmatic Systems Division DrawingsP-20674-l, dated November 12, 1976, with the remo~al of· all obstructionsand interferences by others, whether specified or not specified on thedrmdngs.

2. Section 14, see paragraph 2.l0.A, Line 4 - Delete smoke detectors.

3. Section 14, see paragraph 2.l.J - Weight sensing is not available.

4. Section 14, see paragraph 2.3.E, Line 2 - Vibration eliminators arenot included as they are detrimental to system operation.

5. Section 14, see paragraph 1.3.E, Line 3 - Should read 208 volt, singlephase, 30 amp primary.

6. Section 14, see paragraph 1.3 - Clarification - Removal and replacementof ceilings and ceiling obstructions to be by others. Also, anyrequired soffitts are by others.

7. See paragraph 2.1.1 - Eliminate the \vords "steam or".

8. See paragraph 2.2.E - According to pre-bid conference, second sentenceis to be deleted. Car will make continuing attempts to reach tIleindicated station.

9~ If both alternates 6 and 7 are selected, tIle track run from Blebuilding to Mayo would also be eliminated.

-~'/' { I·., --,. . . l:-:, #~/' ..J,...-..-{ ( ':, ( - - ~ (, <. . L_-

7..

Edward J. Nu~veyVice President and General Manager

UNIVERSITY OF MINNESOTAHEALTH SCIENCES EXPANSION

THE ARCHITECTS COLLABORATIVE Inc.HEALTH SCIENCES ARCHITECTS AND ENGI NEERS, Inc.

The purpose of the meeting was to review assumptions and qualifications contained in the bid of theMosler Safe Company, Airmatic and Electronic Systems Division, for the Material Transport Systemin Unit B/C. The following items were discussed:

ITEM ACTION REQUIRED

Mos Ier wi II send Ietter to R. Jamesacknowledging receipt of Addendum 2.

17 November 1976

75046, Unit B/C Materials Transport System (MTS)

Bid, Mosler ("Telelift" System)

Herman Zinter

Room 4112, Powell Hall

Charles Martin, Lester Garb, Jack Kolb (Mosler)Robert Dickler, Nancy Omundson, Greg Kujawa, Bob Swanson, Robert James,Paul Maupin,· (U/Minn)John Scott, Herman Zinter (TAC/HSAE)

Dwg. No. Sheet Descripti on

P-20674 1 Riser DiagramP-20674-1 2 1st Floor LayoutP-20674-1 3 2nd Floor StationsP-20674-1 4 Unit B/C & Mayo

NOTES BY:

PLACE:

MEETING NOTES

DATE:

TAC JOB:

PRESENT:

1. To complete information required by the Instruction toBidders, Mosler submitted 5 sets of the following drawings,dated 12 November 1976:

2. Mosler confirmed that the bid price reflects the pro­visions of Addendum 2, the content of which wastransmitted during a telephone conversation prior tosubmittal of bid.

3. Reference was made to the list of clarifications byMosler, dated 12 November 1976, and attached tothe bid: .

.SUBJECT:

IIIIIIIIIIIIII-IIIII

IIIIIIIIIIIIIIIIIII

U/Minn HSEUnit B/C Materials Transport System (MTS)Meeting Notes,-, 17 November 1976

Page 2

ITEM

a. Noting that the MTS pathway (as shown on thecontract drawings for Unit B/C) contains other mech­anical services, Mosler indicated that the bid assumesthe removal of all obstructions, by others.

b. The confi gurati on of stati on layout in the Mayobuilding, which is preferred by Mosler, is shown onsheet no. 4, detai I plans 8 and 9. The alternativeconcept shown is of equal cost.

c. The gimbal device to be furnished by Mosler fortransporting specimens and containers in the sel f­propelled cars, will be as specified; i.e. transferrableassembl ies which can be inserted in any of the systemcars.

4. With regard to project schedules, Mosler responded asfollows:

a. The engineering and shop drawing phase would beginupon receipt of a letter of intent and req uire approxi­mate Iy 6 - 8 weeks to comp Iete.

b. Drawings will be prepared for layout and stationson Floor 1 and 2 (Unit B/C), Floors 3 through 9 andthe Mayo Link, in that order.

ACTION REQUIRED

In addition to notes on the drawings,Mosler will assist in field inspectionsto identify specific obstructions and/oralternative pathway locations.

III

r·ltosler Airmatic & Electronic S..ystems Division415 Hamburg TurnpikeWayne, New Jersey 07470Telephone: 201·881·4000

l10venber 17, 1976 .

Writer's Direct 0;<;1:

(201) 881- -1~Ol

III·I·I.IIIIIIIIIII

An American-Standard Company

Hr. Robert JC4(iasDirector of Purchasing2610 University AvenueSt. Paul, HN 55114

Reference:" 'OUr Addend'tril No. 2 - 1A.ataria1 Transport Syste.~,

unit B/C of the Health Science Expansion of theUniversity of Minnesota, Minneapolis, MinnesotaP-20520

This is to acknowledge our acceptance of your verbal

clarification of Addendum' No. 2 which ,,;e ha.d not formally

received prior to bid opening date but ''lhich is ~eflected

in our bid price.

S1.hcerelY'1I 1.4A/h.",,;'" If}" ~!J~I VlW~{Jl / Iv~' \ t!

Edvard. J.lA.!ulveyVice Pr~~iq~n~.Ji.~~~n~1;'~~.J!,an.g g~J:" "'-~_ .•',""'~ --,"" · '--.r. '," : ~.._..,_. _..;" ". \., ,"_ .

i _..,: I ;:::i I .j:: t I I Ii! \ I I i \ i ! i j Ii! t ! Ii; ~ry i 'EJ!.l:uO l~'-~I~l ;r~_'_"~I-:--I-I-'~i'-!-I--r--(-i-'-!-'-i-'r--I--r-I'-'-I'"i·-i'-T--j-·l.--:~: ! 1-;:--:.~ I~-I: AojG~ ,--r--l--r-j ~T--\'--'-i '-:i--\---'I,'''I'-I1--1--'I'---i' ..\---I'-r- '-:--1=--.31 =:=:~;:::.

~~-~ ii\ . i'~'-; -:~-:-..:-: ~-j--\ -=-l-~·-: ~~r':i ~I~~-~-"- ---':-';---r--ll -- -;"--I,~! ! I: ~~. ~~L'.~...!~.. ...'.: ~.;._~ ,;••• >.~ >;.:.~ .L:_~__L:..:.::~.:.-;_r;_§L ...L.~_,.L~ ~_,..J., -_ "'".L J~_.LJ_J..._

R··, c-r-t-l' !~­" ...... ''>.,,- L::' \i I:. L)

1':0'/°9h \ t:.J, 1C17R

.~;i ;i. ""lil.,,'!0 :.: .J,p.:,: :;;l-;tJ~ '~!f'- - "-"- ~ .. llllJ.

The purpose of the meeting was to review bids received for the Materials Transport System in UnitB/C and to establish procedures for the final selection of system equipment. The following itemswere discussed:

ITEM

UNIVERSITY OF MINNESOTAHEALTH SCIENCES EXPANSION

THE ARCHITECTS COLLABORATIVE Inc.HEALTH SCIENCES ARCHITECTS AND ENGINEERS, Inc.

ACTION REQUIRED

18 November 1976

Herman Zinter

Room 4112, Powell Hall

Tom Jones, Robert Dickler, Greg Kujawa, Nancy Omundson, Paul Maupin,Eugene Kogl, Jack Lorence, John Roby (U/Minn)John Scott, Herman Zinter (TAC/HSAE)

75046, Unit B/C Materials Transport System (MTS)

Selection of System Equipment

a. Based on job conditions in Unit B/C, and on requiredchanges in the pathway configurati on to acc ommodateeither of the proposed systems as indi cated on the vendor'sdrawings, the estimated change order costs in Unit B/Cwere increased by 12 percent for the Telelift and by 18percent for the Distributor system.

b. The estimates of total MTS project costs, as includedin IIPart 3: Summary of Proposals II, dated 28 June 76,were modified to include bid costs of supervision and

contingency for installation of the basic system. Therevised tabulations are attached as pages 6. 15a, 6~ 16aand 6. 17a.

PLACE:

NOTES BY:

DATE:

PRESENT:

MEETING NOTES

1. Reference was made to meetings with vendors on thepreceding day, 17 November 1976, to clarify aspectsof the bid proposals.

SUBJECT:

TAC JOB:

2. TAC presented informati on contai ned on the attachedsummaries which compare specific items of system function,procurement, installation, maintenance, and cost ascontained in (or omitted from) in the final bid proposals,qualifications, or drawings.

IIIIIIIIIIIIIIIIIII

IIIIIIIIIIIIIIIIIII

U/MINN HSEUnit B/C Materials Transport SystemMeeting Notes, 18 November 1976Page 2

ITEM

3. It was agreed that MTS stations in shell space would beom'itted according to the following schedule of deductal ternates:

Alternate Station Colemen MoslerNumber Number Bid Bid

MTS 1 17 Shell $10,500 $ 8,6102 16 Shell 10,500 ·8,6103 15 Shell 10,500 8,6104 75 106 207 21

Total $31,500 $25,830

NET BID PRICE $536,340 $514, 101DIFFERENCE ... $ 22,239

4. It was agreed that the Telelift system best satisfiesthe established design criteria for procurement,operati on and cost. Assuming that a revi ew byTAC of forthcom ing cI ari fi cati ons from vendors wi IInot significantly modify the summary informationand conclusions, a letter of ihtent will be issuedto Mosler for purchase of material before anannounced price increase, effective 1 December 76.

ACTION REQUIRED

U/Minn (Purchasing) will issue aletter to Mosler upon notificationfrom the Hospital through HSPO.

SUMMARY OF CRITERIA FOR SYSTEM SELECTION

Casework at a" stati onswi II need to be modi fi ed •

The following summary is based on an evaluation offinal bid proposals by vendors, including separatecomments of clarification or qualification attachedto the bids, and plans of pathway and station con­figuration:

IIIIIIIIIIIIIIIIIII

UNIT B/C NON-SCHEDULEDMATERIALS TRANSPORT SYSTEM

Function

Procurement

Installation

Maintenance

Costs

Ada-BeeDISTRIBUTOR

Carrier can be steril­ized.

Pro ject coord ina ti onto date by vendor hasbeen incomplete.

Acceptance of (high)bid wi II requireRegent~ approval.

More time wi II berequired to secureU/M 'approval ofJoi nt Venture.

Frami ng and sl ab open­ings on Floors 3-9 needto be modified forsystem riser.

Belt or pathway mal­functi on may cause shutdown of compl ete zone(or system).

Components have ULapproval.

Net adjustments to bidwi II increase bi d pri ceas a result of clarifica­tion of specifications.

Change order costs tomodi fy structure andcasework are expectedto be higher.

MoslerTELELIFT

Car cannot be steri Iized.

System has UL approval

Total non-adjusted bidprice is $27,909 lowerthan other bid.

Total project costs, basedon lower change order costs,is esti mated to be $ 11 0,206lower than other bid.

6.15a

SUMMARY OF PROJECT COSTS (REVISED)

*estimated 12 percent increase for escalation

**estimated 18 percent increase for escalation

The following summaries indicate the separate buildingcosts of the non-scheduled materials transport system inUnit B/C and Mayo Hospital:

$ 483,88056,043

$ 539,923

$ 483,880111 ,664*

$ 595,544

$ 539,931186,664

$ 726,587

$ 56,04375,000

$ 131,043

$ 111,664*75,000

'$ 186,664

(12 Nov 76)

(12Nov 76)

Ada-Bee MoslerDISTRIBUTOR TELELIFT

Ada-Bee MoslerDISTRIBUTOR TELELIFT

$ 480,291 $ 523,44066,091 44,400

$ 546,382 $ 567,840

$ 546,382 $ 567,840152,700 258,204

$ 699,082 $ 826,044

$ 99,700 $ 183,204**- 53,000 75,000

$ 152,700 $ 258,204

$ 480,291 $ 523,44099,700 183,204**

$ 579,991 $ 706,644

$ 66,091 $ 44, 40053,000 75,000

'$ 119,091 $ 119,400

Preliminary (19 Apr 76) Final Bid

$ 425,00065,000

$ 490,000

Ada-Bee MoslerDISTRIBUTOR TELELIFT

$ 490,000207,800

$ 697,800

$ 425,000154,800

$ 579,800

Ada-Bee Mosl erDISTRIBUTOR TELELIFT

$ 154,80053,000

$ 207,800

$ 65,00053,000

"$ 118,000

',.pre Iiininary '. '(1,1.9 A'p-r',7'6)" F" ) BOd... Ina . I

The following summaries combine the cost estimates forthe procurement and installation of system hardware ascontained in the preliminary and final bid proposals byvendors and the related change order modifications andconstruction work by the owner to indicate the totalbuilding costs for the systems:

UNIT B/C NON-SCHEDULEDMATERIALS TRANSPORT SYSTEM

Vendor Proposals:System in Unit B/CSystem in MayoTotal Estimate

Mayo Hospital:Vendor ProposalsChange OrdersTotal

Total System:Vendor ProposalsChange OrdersTotal

Total Building Costs

Change Orders:System in Unit B/CSystem in MayoTotal Estimate

Unit B/C:Vendor Proposals

.Change OrdersTotal

IIIIIIIIIIIIIIIIIII

I UNIT B/C NON-SCHEDULED SUMMARY OF PROJECT COSTS (REVISED)MATERIALS TRANSPORT SYSTEM

II

Assumi ng the scope of redesign and change order workas discussed in previous sections, the estimated non-bui Iding costs are tabulated as follows:

I Prel iminary (19 Apr 76) Final Bid (12 Nov 76)

Ada-Bee c Mosler Ada-Bee Mosler

I DISTRIBUTOR TELELIFT DISTRIBUTOR ' TELELIFTBASIC SERVICES (A/E):

ISummary of Assumpti onsInstructions to VendorsSite Visits

ISummary of Vendor Proposals * $ 51,450 $ 51,450 $ 51,450 $ 51,450Bid Documents and Award 6,000 6,000 6,000 6,000

IUnit B/C Change Orders (7%) $ 10,836 $ 6,979 $ 12,824 $ 7,817System in Mayo Hospital (7%) 3,710 3,710 11,250* 11,250*TOTAL $ 72,086 $ 68,229 $ 81,524 $ 76,517

I REIMBURSABLES (A/E):Travel Expenses

IConsultantsPrinting and TelephoneTOTAL -$ 16,600 "$ 16,600 $ 17,000 $ 17,000

I SUPERVISION (U/M):Unit B/C Change Orders (1 1/4%) $ 1,935 $ 1,246 $ 2,289 $ 1,396

ISystem in Mayo Hospital (1 1/4%) 662 662 938 938System Bid Costs (1 1/4%) 6, 125 6,830 7,098 6,749TOTAL $ 8,722 $ 8,738 $ 10,325 $ 9,083

I CONTINGENCY (U/M):Unit B/C Change Orders (5%) $ 7,740 $ 4,985 $ 9,160 $ 5,584

ISystem in Mayo Hospital (5%) 2,,650 2,650 3,750 3,750System Bid Costs (5%) 24,500 27,319 28,390 26,996TOTAL "$ 34,890 :$ 34,954 $ 41,300 $ 36,330

I Administration Review (U/M):Development of Assumptions

ISite VisitsReviewTotal

I Initial Training (U/M):Operati on of System

IMaintenance of SystemTOTAL

I* services through completed phase 25 June 1976

*'*, based on 15 percent of estimated change order costs6.16a

Summary of Project Costs The following figures combine the estimated buildingand non-building costs exclusive of Hospital administrativeand training expenses to summarize the total project costs:

Preliminary (19Apr76) Final Bid (12 Nov76)

Ada-Bee Mosler Ada-Bee MoslerDISTRIBUTOR TELELIFT DISTRIBUTOR TELELIFT

BUILDING COSTS:Vendor Proposals $ 490,000 $ 546,382 $ 567,840 $ 539,923Change Orders 207,800. 152,700 258,204 186,664

NON-BUILDING COSTS:Basic Services (A/E) $ 72,086 $ 68,229 $ 81,524 $ 77,000Reimbursables (A/E) 16,600 16,600 17,000 17,000

Supervision (U/M) $ 8,722 $ 8,738 $ 10,325 $ 9,100Contingency (U/M) 34,890 34,954 41,300 36,300

Administrative Review (U/M)Initial Training (U/M)

TOTAL $ 830,098 $ 827,603 $ 976,193 $ 865,987

IIIIIIIIIIIIIIIIIII

UNIT B/C NON-SCHEDULEDMATERIALS TRANSPORT SYSTEM

SUMMARY OF PROJECT COSTS (REVISED)

6.17a

1:7.>

1I11II11I11II1II1I

Nov. 24, 1976

Airmatic and Electronic SystemsDivision of The Mosler Safe Company

415 Hamberg Turnpike{'layne, Ne," Jersey 07470

Gentlemen:

This is to advise you of our intent to enter intoa contract with you for:

Installation of a Materials Transport Systemin Health Sciences Unit B/C, Minn. -18 (HP)located on the University of Minnesota,Minneapolis Campus, Minneapolis, Minnesota,in accordance with the plans and specificationsprepared by The Architects Collaborative andHealth Sciences Architects and Engineers dated20 October 1976, and Addendum No. 's 1 and 2 tothe plans and specifications on which bids werereceived at 10:00 A. M. 10 November 1976, byRobert D. James, Purchasing Agent for U1eUniversity of Minnesota.

BASE BID: $539,931.00FIVE HUNDRED THIRTY NINE THOUSAND NINE HUNDRED

THIRTY ONE DOLLARS.

Deduct the follO\oling alternates:

Alternate #1 - Omit Station 17 (Dental) Floor 7,Unit B/C DEDUCT $8,610.00

EIGHT THOUSJ1..ND SIX HUNDRED TEN DOLLARS.

Alternate #2 - Omit Station 16 (Psychiatry)Floor 6, Unit B/C DEDUCT $8,610.00

EIGHT THOUSAND SIX HUNDRED TEN DOLLARS.

Alternate #3 - Omit Station 15 (Neurology)Floor 5, Unit B/C DEDUCT $8,610.00

EIGHT THOUSl'~~D SIX HUNDRED TEN DOLLARS.

See page 2

I~·,

IIII"IIIIIIIIIIIIII

Page 2

Net Bid: $514,101.00FIVE HUNDRED FOURTEEN THOUSAND ONE HUNDRED ONE DOLLARS.

BOND REQUIRED; 10% HITHHOLDING; INSURANCE AS PER SPECIF­ICATIONS; COMPLETION DATE: Substantial completion shallbe accomplished on or before October 20, 1977. Finalcompletion shall be within 45 days after substantialcompletion.

As soon as fornal documents are prepared, they will befonJarded to you; however, you may use this letter asyour authority to proceed vIi th this \York.

Sincerely,

Robert D. James,Dir of Purchasing and Stores

cc: physical PlanningLil WilliamsLeo YoungArchitects Collaborative

rdj/s

I

Dear Mr. Coleman:

Health Sciences Planning OfficePhysical PlanningBox 75 Powell Hall4103 Powell HallMinneapolis, Minnesota 55455

(612) 373-8981

CoordinatorOffice

UNIVERSITY OF MINNESOTATWIN CITIES

December 2, 1976

Mr. Joseph E. ColemanJ. E. Coleman Company342 Madison AvenueNew York, New York 10017

SUBJECT: University of MinnesotaHealth Science ExpansionUnit B/CNon-Scheduled Materials Transport System

Thank you for your bid proposal for the above subject portionof the Unit B/C project. We have reviewed your response andwish to inform you we have selected another vendor.

cc: Clinton HewittEugene Kog1Robert DicklerRobert JamesThe Architects CollaborativeHil1and Associates, Ltd.

Yours truly,

PJM:rm

lIn,.'-'-~.~.... '.' .. ','" ~-, ':'.~\

~ ~; ',' ., .--~- ,

I- I! _~.J

II

I