Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutAGENDA BACKUP 06-04-92
~ Central ~~~~~ g~~~R~~~::~~ .Jistrict
PAGE 1 OF 2
POSITION
PAPER
BOARD MEETING OF
SUBJECT
NO.
3. CONSENT CALENDAR a.
D'Nfay 26, 1992
QUITCLAIM SEWER EASEMENT TO GERALD V. JACKSON,
ET UX, JOB NO. 2595, ALAMO AREA
TYPE OF ACTION
APPROVE QUITCLAIM
OF SEWER EASEMENT
SUBMITTED BY
INITIATING DEPT.lDIV.
Dennis Hall Associate En ineer
t./lnfrastructure Division
ISSUE: Mr. and Mrs. Jackson, owners of Lot 10 of Subdivision 4498, have requested the District
to quitclaim the subject easement.
BACKGROUND: The subject easement was dedicated at no cost to the District for a future sewer
main in 1976 when the subdivision map was filed. Subsequently, the property adjoining
Subdivision 4498 was subdivided in 1977, and a new sewer easement was created parallel with
and south of the subject easement. When the sewers were installed for the new subdivision
(Sub 4941), an 8-inch sewer main was stubbed into the new sewer easement for future
development. If the public sewer is ever extended, it will be constructed in the sewer easement
associated with Subdivision 4941. Therefore, the easement on the Jackson property, Lot 10, is
no longer required and can be quitclaimed. The property owner has paid the District's processing
fee.
This project has been evaluated by staff and determined to be exempt from the California
Environmental Quality Act (CEQA) under District CEQA Guidelines Section 18.6, since it involves
a minor alteration in land use limitations.
RECOMMENDATION: Approve Quitclaim Deed to Mr. Gerald V. Jackson, et ux, Job No. 2595,
authorize the President of the District Board of Directors and the Secretary of the District to
execute said Quitclaim Deed, and authorize the Quitclaim Deed to be recorded.
REVIEWED AND RECOMMENDED FOR BOARD ACTION
~(f'
m
ROGER J. DOLAN
INITIATING DEPT/DIV
1302A-9/85
DH
~JSM
RAB
/
8"
F~(f' PIPE STUB
M MAN HOLE
,
~,
\
',~1'"
" I ,
\.J \, \'--,
"',' /
-"'..- IJ-, '"=.-
"'--...... .).
I ,-
\
I
I
,
,
~+ft/":"'::.::.:..~
QUITCLAIM EASEMENT
, JOB 2595
ALAMO AREA
____u_.________ -T- ------.
~ Central ~g~~~ g~~~R~~~~~~ Jistrict
PAGE 1 OF 2
POSITION PAPER BOARD MEETING ~une 4, 1992
NO.
3. CONSENT CALENDAR b.
DATE
May 26, 1992
SUBJECT
APPROVE AGREEMENT RELATING TO REAL PROPERTY WITH
DONALD R. WARD AND PHYLLIS J. WARD, JOB 1101,
ORINDA AREA
TYPE OF ACTION
APPROVE REAL
PROPERTY AGREEMENT
SUBMITTED BY
Dennis Hall, Associate Engineer
INITIATING DEPT./DIV.
Engineering Dept./lnfrastructure Div.
ISSUE: The property owners have requested the District's approval to allow the encroachment
of a room addition, a concrete patio, and a wooden deck over a District easement.
BACKGROUND: In 1978 a previous owner of the Ward's property built a swimming pool over
the District's easement. A real property agreement was executed at that time for the pool
encroachment. The present proposal is to build a house addition, which includes a concrete
patio and wood decking. The house addition will encroach one to two feet into the District's
easement. The decking and concrete will completely cross the 10-foot wide easement. The
Wards and their architect, Mr. John E. Seals, have cooperated with the District and have paid
our processing fee.
The new Real Property Agreement has been negotiated to fully protect the District rights and will
include all new improvements and the existing pool. When the new agreement is recorded, it
will supersede and replace the original Real Property Agreement. .
Staff has determined that the improvements will not interfere with the present use of our sewer.
The existing sewer is cast iron pipe and is in good condition. If a need arises to excavate and
repair this sewer, the excavation can be accomplished with little effect on the existing house or
new addition. The agreement limits what may be installed in the easement in the future. The
property owner accepts the liability for any damages to District's facilities and for additional
costs to the District for maintenance and replacement of the sewer in the area of the
encroachments. The property owner holds the District free from all claims and liability for injury
to persons or to their property within the easement area. The property owner agrees not to
impede the District's access to the property. The agreement also provides for the District's
emergency access.
This project (the proposed agreement) has been evaluated by staff and determined to be exempt
from the California Environmental Quality Act (CEQA) under District CEQA Guidelines
Section 18.6, since it involves a minor alteration in land use limitations.
RECOMMENDATION: Approve the Agreement Relating to Real Property with Donald R. Ward,
et ux, Job No. 1101, and authorize the President of the Board of Directors and the Secretary of
the District to execute said agreement, and authorize the agreement to be recorded.
REVIEWED AND RECOMMENDED FOR BOARD ACTION
1302A.9/85
/.pr
DH
rw
ROGER J. DOLAN
INITIA TING DEPT./DIV.
JSM
RAB
. ...-.....--..---.....--.......--...-....... .--...-.....--...----.. ----.... ... ...-...-.....-......,...........-.......
;;-
I .
,
I
~
10' SEWER EASEMENT
r
EXIST. t
( pd'OL
~x EQUIP.
)( , :X-..n *
I ... -~.
a---'-.. ..
~ "
~ \
~. \~----I
~ \ .
~
T~
EXISTING
I
I
r- 4-_,
: :
I
. i
!
REAL PROPERTY AGREEMENT
JOB 1101
ORINDA AREA
-.-...----~-~.~.-- -"--'--~"''''"'-''-''.'''''''-'-'-'---_.''-'--'l-.''-'_._~___m',,',_______"__"___"",____,,'_~,~____,,'''_,'"--"--"'~"-'-'~'-"--'-"'_._-'-~'------"'---'--~~-_._----_._.__.---_._~_._._,--"------,---,......,~-
~ Central Contra Costa Sanitary District
~ BOARD OF DIRECTORS
.,...'....................... .................................-. -.....
.... ,....,... .....-........................................................
~qllllllllBmlf{ BOARD MEETI~:~: 4, 1992
PAGE 1 OF 1
NO.
3.
CONSENT CALENDAR c.
SUBJECT
ESTABLISH JUNE 18, 1992, AT 3 P.M. AS THE DATE
AND TIME FOR A PUBLIC HEARING REGARDING A
PROPOSED ORDINANCE TO AMEND THE DISTRICT CODE
PROVISIONS FOR FACILITIES CAPACITY FEES
DATE
Ma 29 1992
TYPE OF ACTION
ESTABLISH DATE AND
TIME FOR PUBLIC
HEARING
SUBMITTED BY
INITIATING DE PT iDIV.
Jarred Miyamoto-Mills, Principal Engineer
Engineering Department/Planning Division
ISSUE: The District Code requires that the Board of Directors hold a public hearing prior to their
consideration of any proposed ordinances to amend code provisions for Facilities Capacity Fees.
BACKGROUND: Staff has conducted a study of the revenue needs of the District's Capital
Improvement Program. The results of this study indicate that a 2.8 percent increase in Facilities
Capacity and Pumped Zone Fees is needed to provide adequate funding for the expansion
subprograms. The proposed increase is equal to the change in the Engineering News Record
Construction Cost Index for the San Francisco. Bay Area during calendar year 1991.
Several other possible changes to the Facilities Capacity Fee System are being investigated by
staff for consideration by the Board of Directors in August. These include such potential changes
as relocation credits, a deferred payment option, clarification of "granny unit", and changes in the
time of fee collection. Relocation credits and deferred payments will address the initial impact of
fees on restaurants. Consideration of these potential changes in August will allow for full
involvement of the public and other interested agencies and organizations in the process for
revising the fee system.
The District Code requires that a public hearing be held prior to the Board's consideration of an
ordinance to amend code provisions for Facilities Capacity Fees. Such a public hearing has been
tentatively scheduled for June 18, 1992, at 3 p.m.
RECOMMENDATION: Establish June 18, 1992, at 3 p.m. as the date and time for a public
hearing to receive comments on a proposed ordinance to amend the District Code provisions for
Facilities Capacity Fees.
REVIEWED AND RECOMMENDED FOR BOARD ACT/ON
INITIATING DEPTJDIV.
r
~;2uJ
~
R.lCHIEF ENG.
Ith-
1302A-7/91
DRW
RAB
1--"----
Central Contra Costa Sanitary District
BOARD OF DIRECTORS
PAGE 1
OF 1
June 4, 1992
NO.
3. CONSENT CALENDAR d.
DATE
BOARD MEETING OF
SUBJECT
CONSIDER A REQUEST FOR EMERGENCY WITHDRAWAL
OF FUNDS FROM THE DEFERRED COMPENSATION PLAN
TYPE OF ACTION
CONSIDER
EMERGENCY
WITHDRAWAL
SUBMITTED BY
INITIATING DEPT./DIV.
Walter Funasaki, Finance Officer
Administrative/Finance & Accounting
ISSUE: Authorization by the Board of Directors is required for emergency withdrawal of funds
from the Deferred Compensation Plan.
BACKGROUND: Derhyl F. Houck, Maintenance Technician III, has requested an emergency
withdrawal from the Deferred Compensation Plan based on extreme financial hardship caused
by a medical disability. The Deferred Compensation Plan Advisory Committee has reviewed the
request and determined that it meets the requirements for emergency withdrawal in the amount
of $ 2 ,800.
RECOMMENDATION: Approve the request by Derhyl F. Houck for an emergency withdrawal of
$2',800 from the Deferred Compensation Plan, as recommended by the Deferred Compensation
Plan Advisory Committee.
REVIEWED AND RECOMMENDED FOR BOARD ACTION
INITIATI,NG DEPT.lDIV.
.r:,"
1302A-7/91"
WNF
PM
ROGER J. DOLAN
AD SIPos. Paper # 2/Emergwit .PP
--'-~-~---_.'-----r-- ----.----------.---.~~
Central Contra Costa Sanitary District
BOARD OF DIRECTORS
PAGE 1 OF 1
BOARD MEETING OF
NO.
June 4, 1992
3. CONSENT CALENDAR e.
DATE
SUBJECT
ADOPT A RESOLUTION ESTABLISHING THE 1991-1992
APPROPRIATIONS LIMIT IN ACCORDANCE WITH ARTICLE
XIII B OF THE CALIFORNIA CONSTITUTION
Ma 29 1992
TYPE OF ACTION
ADOPT
APPROPRIATIONS
LIMIT
SUBMITTED BY
INITIATING DEPT.lDIV.
Walter N. Funasaki, Finance Officer
Administrative/Finance & Accounting
ISSUE: The Central Contra Costa Sanitary District is required to establish its appropriations limit
in accordance with Article XIII B of the California Constitution.
BACKGROUND: On May 21, 1992, the Board of Directors authorized posting a public notice of
the availability of documentation in support of the District's appropriations limit. As statutorily
required, the public notice was made at least 15 days prior to the June 4, 1992 Board Meeting
at which the adoption of the appropriations limit is recommended.
Formerly, the appropriations limit was increased annually by a factor comprised of the change
in population combined with either the change in California per capita personal income or the
Consumer Price Index, whichever is lower. As amended by Proposition 111 in 1990, the
Consumer Price Index was replaced by the percentage change in the local assessment roll from
the preceding year due to local nonresidential construction. The Board is to select between the
per capita personal income, or the change in the local assessment roll due to local nonresidential
construction, by a recorded vote. The 1 990-1991 appropriations limit was to be computed
based upon the 1986-1987 appropriations limit adjusted from that year forward by the new
growth factors. However, the change in the local assessment roll, which is intended to be
obtainable from the County Assessor, was not available for use for the 1990-1991 fiscal year
and, therefore, the per capita personal income factor was used.
The County Assessor has determined the nonresidential construction index for 1991-1992 to
be 14.2 percent, but has indicated that the index will not be provided for the prior fiscal years
1986-1987 to 1990-1991 due to limitations of the assessment records. The California per
capita personal income change for use in computing the 1991-1992 appropriations limit is 4.14
percent.
The computation of the 1991-1992 appropriations limit by application of the California per capita
personal income and population percentage change factors to the 1986-1987 appropriations limit
adjusted from that year forward to 1990-1991, and the nonresidential construction index for
1991-1992, was provided at the May 21, 1992 Board Meeting. The Sewer Construction Fund
(Capital Fund) appropriations limit so computed is $13,574,899 for the 1991-1992 fiscal year.
RECOMMENDATION: Adopt a resolution establishing the Sewer Construction Fund
appropriations limit in the amount of $13,574,899 for the 1991-1992 fiscal year, in accordance
with Article XIII B of the California Constitution; select the change in the local assessment roll
due to local nonresidential construction, instead of the change in California per capita personal
income, for use in computing the appropriations limit.
REVIEWED AND RECOMMENDED FOR BOARD ACTION
INITIATING DEPT./DIV.
.~ ,) .
e7~"--t?- ...-4-/
1302A-7/91
WNF
PM
PAGE 1 OF 16
NO.
4. HEARINGS a.
DATE May 27, 1992
CONDUCT A PUBLIC HEARING ON THE PROPOSED
CHANGES TO THE CURRENT SCHEDULE OF RATES AND
CHARGES AND ADOPT AN ORDINANCE APPROVING THE
FEE SCHEDULE EFFECTIVE JULY 1, 1992
TYPE OF ACTION
CONDUCT PUBLIC
HEARING AND ADOPT
ORDINANCE
SUBMITTED BY
Steven A. Elsberry
Senior Accountant/Internal Auditor
INITIATING DEPTJDIV.
Administrative/Finance & Accounting
ISSUE: A public hearing is required to obtain public comments on the proposed changes to the
current schedule of rates and charges, effective July 1, 1992.
BACKGROUND: At the May 21, 1992 Board Meeting, the results of a review of the District's
schedule of rates and charges were presented, and a public hearing was set for June 4, 1992.
Attachments I and II of the May 21, 1992 Position Paper, which summarize the results of the
review, are provided as Attachments I and II to this Position Paper, as well. Attachment I has been
corrected and expanded to include additional current inspection fees and corrected fee titles for the
fees labeled (B-2), Lateral Inspection, and (B-3), Side Sewer Repair Inspection. These changes are
highlighted with shading on the attachment.
When the District fees were last changed in 1989, the Board directed that the fees continue to be
. set without including administrative overhead but directed staff to present the fees both inclusive,
and exclusive, of administrative overhead at the next review so that this matter could be
reconsidered. Attachment I summarizes the results of the staff review and presents recommended
fees both inclusive, and exclusive, of administrative overhead.
Staff recommends that 27 of the 34 fees listed .in Attachment I be increased by the cumulative
effect of the three annual District salary adjustments since the last rate setting, 10.4 percent, or
less. Administrative overhead is not included. For comparison, the Consumer Price Index for the
Bay Area has risen 12.9 percent since the last rate setting.
The remaining seven fees include two new fees, one fee for which staff recommends actual
expense be used instead of a set amount, and four fees which staff recommends be increased more
than 10.4 percent. These seven fees are summarized on page one of Attachment III, and described
on the remaining pages of Attachment III.
RECOMMENDATION: Conduct a public hearing on the proposed schedule of rates and charges and
consider the following recommended actions:
. Determine whether the fees should include, or exclude, administrative overhead
. Approve the appropriate schedule of rates and charges
. Adopt an ordinance to implement the new schedule effective July 1, 1992
REVIEWED AND RECOMMENDED FOR BOARD ACTION
SAE
WNF
PM
R.lCHIEF ENG.
~
INITIATING DEPTJDIV.
I
~
~
"----.--------,-.,-.-.---*.-..-,-,~~~.-.-.~---.---.-.--1---
-co
.....
c-
o.> 0
E~
.s= 0.>
u C)
ctl ctl
:::a..
<(
.....
u
';::
.....
en
o
>
~
ctl
:!::
c
ctl
en
ctl
.....
en
o
U
ctl
~
.....
c
o
U
>-
0:
<(
~
~
:::::>
en
en
w
~
0:
<(
J:
U
o
Z
<(
en
w
I-
<(
0:
ctl
~
.....
c:
0.>
U
o~W
~::>>
~O~O
2::I:<C<C
w~o:w
~-~::I:
~3:(/)a:
(/)(/)ZW
:::lW->
I~~O
O<CO
<ca:<c
(/)
W
C)
a:
<C
::I:
U
o
Z
<C
(/)
W
~
<C
a:
o
W
o
2
W
~
~
o
u
W
a:
w
>
C)~O
Z<C<C
-a:w
O~::I:
::>(/)0:
...J-W
UZ>
~~O
o
<C
C)W
2~0
C~<C
::><CW
...Ja:J:
U~a:
Z~W
-2>
~~O
00
2<c
~ell(/)
2(/)~
Wwa:
~~<C
::><C::I:
Ua:U
>-
a:
o
C)
W
~
<C
U
~
Q)
...
o
Z
c:
.= 'E
-
CD,...
Nil)
'v
-0
0_
c:
i 'E
-
Il)Il)
0""
'C"')
-0
0_
-
c
"':'E
~
Il)O
O)~
'C"')
00
0_
-
~
,~
G)
....
a..
N
i
Q) III
'$ ~
~ ,~
... >
c: Q)
Q)a:
E c
o.~
o a..
'ii-
> IV
Q) c:
eu::
~ ~
Q) Q)
... ...
o 0
Z Z
&.
U
IV
Q)
CD
~
o
&.
(,)
IV
Q)
0)
C"')
o
&.
U
IV
Q)
Il)
C"')
o
~
Q)
'$
Q)
a:
c
IV
a::
G)
~
a..
...
c
Q)
:)
CT
Q)
III
.c
:)
(/)
ell
't'
....
C"')
N M
I I
~ ~
&.
U
IV
Q)
N
,...
o
&.
(,)
IV
Q)
0)
Il)
o
&.
U
IV
Q)
C"')
Il)
o
~
Q)
'$
Q)
a:
c:
IV
a::
'iij
c:
LL
...
c
Q)
:)
CT
Q)
III
.c
:)
(/)
ell
't'
c::
N
G)
Q)
LL
~
Q)
Z
-
III
...
C
0.>
E
...
III
:)
:0-
IV
~
IV
'iij
III
...
(,)
.;:
...
III
is
'iij
:)
c
c
ctl
Q)
Q)
....
.r::.
...
....
o
';:
a.
Cl
c:
''::;
(,)
Q)
~
0.>
....
Q)
III
IV
CI.l
....
(,)
.E
'#
~
o
-
~
CI.l
...
o
2
--_._---~-_.,-_._--~_._---_._---_. ..__.._-~.__.- ._~. ----_._~--_.._-_.__.__._-------
-
~
~
Q)
...
o
Z
&.
U
IV
Q)
~
N
o
M
<
Q)
:c
IV
~
Q)
Q)
!a
&.
(,)
IV
Q)
o
N
o
N
<i:
Q)
:c
IV
~
Q)
Q)
(/)
-
G)
Q)
LL
~
Q)
2
-
-
<i:
Q)
:c
IV
~
Q)
Q)
!a
~
Q)
'$
CI.l
a:
c:
IV
a::
Cl
c:
:2
'S
m
~
<i:
-
m
-
-co
....
c:-
Q,) 0
EN
.J:. Q)
(,) C)
ca ca
t::a..
<
....
u
'':
....
t/)
o
>-
....
ca
.1:
c:
ca
en
ca
....
t/)
o
U
ca
....
....
c:
o
U
>-
a:
<
~
~
::::>
en
en
w
C)
a:
<
J:
U
o
Z
<(
en
w
~
<(
a:
ca
....
....
c:
Q)
U
Ol-W
1-::::>>
I-Oi=o
z:I:<<
wl-a::w
~-I-J:
I-~(I)a:
Cl)CI)Zw
:::lW->
..,I-::EO
0<0
<(0:<(
CI)
w
C)
0:
<(
J:
U
o
Z
<(
(I)
w
I-
<(
0:
o
W
o
z
W
~
::E
o
u
w
ex:::
w
>
C)~O
z<(<(
-a::w
Ol-J:
::::>(1)0:
...J-w
UZ>
~~O
o
<(
C)W
z~O
01-<(
:::::><(w
...Jex:::J:
Ul-ex:::
Z~w
-Z>
I-~O
00
Z<(
I-~CI)
ZCI)~
wwex:::
~I-<(
:::::><(J:
Uo:U
>-
ex:::
o
C)
W
I-
<(
U
~
Q)
....
o
Z
c:
.. .-
~ E
o
.J:.CO
-'It
NN
C00
0_
c:
.. .-
~ E
~~
-0
~N
It) 0
0_
c:
.. .-
~ E
~~
-co
CO~
'It 0
0_
..
~
o
.&:;
~
Ul
c: >-
.2 ~
....=
(.) 0
8.J:
~~
- II)
CD"
.; 5i
~~
CD Q)
>~
0>
~
I
cc
-
c:
'E
CD
a
c:
ca
.&:;
U
o
Z
Q)
a
c:
ca
~
U
o
Z
Q,)
a
c:
ca
.&:;
U
o
Z
CD
Q,)
:0
ca
I-
Q)
Q)
~
....
:0
Q,)
..
U
c:
o
.;;
(.)
Q,)
0-
Ul
.5
CD
E
'E
Q)
>
o
in co
I I
cc cc
-
~
Q)
....
o
Z
~
(.)
ca
Q)
"
"
M
o
.&:;
(.)
ca
Q)
0)
o
M
o
.&:;
(.)
ca
Q)
o
N
N
o
c:
o
.;;
(.)
Q)
0-
Ul
c:
....
Q,)
:E
C)
c:
:0
"0
o
a::
..
o
CD
o
.&:;
c:
ca
~
~
Q)
....
o
Z
-
.. c:
~.-
o E
~
-0
It) 'It
MIt)
~0
0_
.. c:
~ .-
o E
.&:;
-co
~It)
~~
~0
0_
.. c:
~ .-
o E
~
-C'\I
M~
o~
~0
0_
E
..
~
o
.&:;
~
Ul
>-
Q) ca
E:2
'eo
Q,)J:
~~
.. II)
~~
,!!! i
....Q)
'2~
~
I
~
-
U
-
--
c:
'E
~
Q)
....
o
Z
~
Q)
....
o
Z
~
It)
N
o
o
..
~
o
E
co
O)~
0C:
+ 'E
00
O)M
_'It
0~
....
-
-
~
N
o
o
....
~
0_
.&:; .
-c:
~ .-
coE
00
+~
ON
0)0)
_M
0~
....
-
-
0)
~
..
~
o
.&:;
-
~
.....~
0C:
+ 'E
CO~
"co
_M
0~
o
o
....
:0
Q)
..
U
CD
E
'E
Q)
>
o
c:
'E
c: ...
~ ~
.. 0
Q).&:;
a:: It)
~ci
N
~
M
I
U
-
~
Q)
....
o
Z
..
~
o
~
-
It)
M
-
0C:
+E
00
O)M
"
-0
0_
....
~
o
.&:;
-
~
~
~
0C:
+ 'E
OCO
O)~
~0
0_
..
~
o
.&:;
-
M
o
~-
0C:
+ 'E
COCO
.....CO
_It)
0~
....
~
o
.&:;
~
Ul
Q,) >-
.; ~
t::=
Q) 0
>J:
o IllS
~ II)
~"
.. c:
Q) Q)
a:i
~~
~
I
~
c:
'E
Q)
Cl
c:
ca
.&:;
U
o
Z
Q)
8'
ca
.&:;
U
o
Z
0)
co
0)
Q)
Cl
c:
ca
.&:;
U
o
Z
. ~
Ul
E.~
O.l c:
E ~
.... Cl
Ul Q)
.2. .I:J
"0 O.l
ca II)
~m
.!!!i3
m .~
....0-
(.) O.l
'S t;
.!:2 Q)
o O.l
....
iii'5
~ ca
c:_
ca 0
Q,) 0-
O.l O.l
.... ....
.&:; Ul
....
...."0
.2 g
.... (.)
O-O.l
ClUl
.~ O.l
tJ'5
~ II)
1ii ca
....*-
5l1t)
mo
i3~
C:"O
.- O.l
*~
~ Q,)
o i3
~.5
O.l
Ul
c:
O.l
0-
><
w
iii
~
....
(.)
<(
O.l
Cl
....
ca
.&:;
(.)
....
~
(I)
c:
o
.~
(.)
O.l
C.
Ul
c:
~
O.l
C.
.~
'3
~
--
~~
O.l
....
o
Z
-
It)
u
-
-co
...
c:-
ep 0
EM
-'=ep
u 0'1
CQ CQ
~Q.
<(
...
u >
.~
... a:
II) <(
C :E
>- :E
~
CQ ::)
... (J)
"2
CQ (J)
(J) w
CQ C)
... a:
II) <(
0
U J:
U
CQ 0
~
...
c: Z
0 <(
U (J)
CQ W
~ ~
...
c: <(
ep a:
U
Ol-W
1-;:)>
1-0i=o
z:I:<<
wl-a:w I) f G)
~-I-J:
I-~ena: Q Q
C - ~ u c
enenzw #. aI aI < tV
;:)w-> .t= .t= - - .t=
-,I-:EO #. CD u #. #. u I) I) I) U
0<0 - &ri &t) co i ... ...
0 0 i 0 0
<a:< N - z N .. z z z
w
en >
w e,:,i=o i
e,:, z<<
a:: -a::w c
<c Ol-J: - 8.
I) ~ G)
J: ;:)ena:: Q e c )( Q
U ....-w ~ .-
C =- E w c
0 UZ> aI aI aI ~m aI
~~O .t= .t= .e- ii .t=
Z ,... U N U =- U
< 0 N m m m m MN ~
< N co 0 - ,... 0 ~ ~- 0
en .. .. Z .. .. Z .. ..~ Z
w
I-
<c
a::
0 e,:,w
w Z~O
0 Cl-<c G)
z ;:)<w en
w ....a:::I: c:
:E Ul-a: - G)
~ z~w G) G) 1> c:: ~ G)
-z> Q Q e ~ .- )( a
0 c c =- E w c
U I-~O tV tV ! 0 tV
00 .t= .t= =E&t) ii .t=
W CX) U N U - &t)o :J U
a: Z<c CD "It CD &t) ~ -
- ,... 0 - CD 0 M- u 0
. . Z . .. Z .. .e <c z
I-~en G) ep
en en
Zen~ c c
8- G)
wwa: 1> - ~
~I-<C )( e ~ c:: )(
;:)<C:I: w =- .- w
8 tV o E
ua:u ~ ii co ~ .t= 0 ii
:J "? - -CD :J
CD "It ... &t) N CD Nm CX) ...
... CD u - CD - M M. co u
. . <c . . . . .- . <
> en
-
1:: u
!. G)
.e
c: ... e ~
0 C en ~ ~
G) i
.~ c: E -ii G)
J! 0 en I) o G) ~
~ 1> .~ en 0 a a:: G)
'iQ u .!! CD en
c en E .S 0
~ tV 1> II) 11)'" G)
G) U u - < 'iij II) a ...
a: c c: U tV
> I CD C >
E c aI CD 0 ... U.- 'C
a: 0 U E ::::i 'S 0- ~
0 CD Z I C 0 It';
e,:, ... c 0 - ~
en c 0 0 ~a: 0
w > -,:, -- -
I- en 0 Z c c o . c:!
~ .~ tV Q'S Q
<( ~ c: U Q. .t:J 0 .S E o c: c:
U ... 0 G) ~ <( .~ 'j ~ 'C
II) Q. II II) ~ G)
~ .~
~ u en ~ e j r en :J ~ CD ii CD
CD .!! .s CD CD 0 tV CD c:
~ G) '0 ~ G) ~ ~ U.t= ~~ i 'Q
G) > ~ ... 0 ~:
CD ~ Q:~ c
en 0 u en C en ! w
S -
co - co - - ~ - N M j -
,... CD ... - - -
I I I I I I :2 I I I I
U U ~ ~ U u e e 0 w
- - - - a: - :E -
e ~
""" ---""-------------"--"---"-"._--_._-""---"---"--,----"--
en
...
c
CD
E
;)
:J
is'
tV
~
tV
iij
en
... cD
U en
'C c
;)CD
c~
_CD
tV-
=- tV
C =-
c:'"
aI g
I) 0
~-
.t=-
... c:
~ :J
o 0
'C E
~tV
a-,:,
.S CD
... )(
g;;:
;: tV
! E
G) 0
en ~
tV-
CD-':'
~ G)
UO)
,S c:
~~
"It u
ci~
... LL.
<u
--
II)
CI)
-
o
Z
-co O~w
c- ~:;)~o
Q) 0 -
E"d" ~oi< & ~ & I
..r=Q) Zi!= w & C << u..
(.)0) W_~:I: ~ C <<I -- ~ 'if/.
cv cv ~~CI)a: C .! .! ..r= G G ~
~Q. ~CI)ZW . U ... ... !
..r= u u o 0 Cll)
< Cl)w_> U G 0 zz -
:;)1-:iO ... 0 0 z
0
""')<0 0 z z z
~a:< z
...
(.)
'~
...
(I)
c
>
~
cv
...
'2
cv
en
cv
...
(I)
o
U
cv
~
...
c:
o
U
>
a:
<
~
~
~
en
en
w
<.:)
a:
<
J:
U
o
Z
<
en
w
~
<
a:
cv
~
...
c:
Q)
U
CI)
w
C)
a:
<
:I:
U
o
Z
<
CI)
wr-
~
<
a:
o
W
o
z
w
:i
:i
o
u
W
a:
w
>
C)t=o
z<< ~ ~
-a:w ...
0~:I: Q)
:;)CI)a: 0 :;:) <<I
...J-w C 0 <<I ..r=
u~> <<I .e ..r= U
~:iO ..r= N U
U an i 0
0 0 - z
< z .
C)W
z~O
CSI-<
:;)<w Q)
...Ja:z Q) 0
ul-a: Q) ... 0 c:
z~w 0 :;:) c .
-z> c 0 . ..r=
~-O . :E ..r= u
O~ ..r= an U
U N 0
zo 0 Z
< 0 -- z
z 0
I-~ffi
ZCl)C)
WWa:
a:1-<
a:<Z
Qa:U
Q)
(I)
c:
8-
><
W
1i
:;:)
t)
<
-
o ...
Q) 0
(I)';::
CQ.
~.2 i
WQ)>
1i ,~ 1i
:;:) ~ CJ
t) Q),!!!
<cnu..
...
:;:)
o
.e
M
--
--
o
...
Q) (I)
~ I
Q)
CI) u..
Q) ...
... 'E
~ ...
'C :.
Q.
... -
> 0 (I)
a: - (I)
0 C .~ .
C) 0 U
w '~ ~
~ . LL c:
< :;:) 0 ,1:: .
1i c:
U > (I) '> j -
Wt) Q) (I)
(I) ,~ ~ (I)
Q.. .
:: 0 :;:) U
o ... CI) :!
Cl)Q.
- f -
--
N M 1: I
I LL
. W -
~ -
~
--
Cll)
CD CD
..N
..
CD
an
N
.
o
~~
00
o
-
N
.
~
c:
8.'2
)( ,-
w E
!8
t)an
<~
o
ano
MN
.0
Q)
Q)
LL
~
Q)
~
Q)
Q)
u..
Q) ,~ c:
Q)
u.. E 0
... ,-
... :. i,~
'E I
... LL
:. Q)(I)i
e>>c: ...
1i .- 'E
..r=Q)(I) ...
'C bl ,~ .E :. J
t; ,_ (I) Q)
:;:) 0,:...
~ - 0 'in -
.E CV I (I)
.- 0 c: (I)
~ CJzo .
Q) 8. (3 I
Z CI) I I
N
,
u..
-
M
I
!:!;
;t
I
LL
-
~
8
~
-
..
(I)
...
an c:
..... Q)
CD E
o t;
:;:)
:e;
.
~
CV
1i
(I)
...
CJ
';::
...
(I)
o
8
CD
o
-
1i
:;:)
c:
c
.
Q)
!!
..r=
...
...
o
;::
C-
o
c:
'~
~
;:
Q)
...
Q)
Q)
u..
...
'E
i
Q.
!
c
c
<
Q)
(I)
CV
Q)
...
CJ
,S
'if/.
~
o
--
-
--
~
5
..
Q)
...
o
Z
-co
...
e-
Q) 0
ELl)
.I:. Q)
(.)0)
<<l <<l
=0-
<
...
(.)
'':
...
CI)
c
>
~
<<l
...
'2
<<l
en
<<l
...
CI)
o
U
<<l
~
...
e
o
U
>
a:
<
~
~
:)
en
en
w
C)
a:
<
J:
U
C
Z
<
en
w
....
<
a:
<<l
~
...
e
Q)
U
O.-W
.-~>
~Oj:c
z:l:<<
w.-a:w
~-t-:J:
t-~(I)a:
(I)(I)Zw
~w->
"'")t-~O
c<c
<a:<
(I)
w
t:)
a:
<
:J:
U
C
Z
<
(I)
w
~
<
a:
C
w
C
Z
w
~
~
o
u
w
a:
w
>
C)i=c
z<<
-a:w
Ct-:J:
~(I)a:
...I-w
uz>
~::EO
o
<
t:)W
z~O
C~<
~<w
...Ia::J:
ut-a:
z5aw
-z>
~~O
00
z<
~~(/)
Z(l)~
wwa:
~.-<
:J<:I:
ua:u
s
-
II)
.,o
o
z
ii
~
N
-
-
.
g+&
-
+ON
It)-
Moci-.
-~o
***
. .
iiiiii
~~
"'IN
--
--
00
**
++
It) It)
"'IN
- -
-~
**
iiiiii
c)c)
--
CX)CX)
,...,...
00
00
**
++
o It)
-M
**
>
a:
o
t:)
w
~
<
u
.,o
.!e
'0
~
II)
:0
<<l
~
o
Il.
~ .:tl.:tl
(.) (.) (.)
.~ 2 2
i ~~
(I) iiiiii
"jij c)c)
'i Q) 8 8
"C.,o . .
'0 lQ "'I "'I
i!~VN
N
6
-
-
w
-
II)
.,o
o
Z
.
ii
~
-
o
0+"':
* aI
C)
+0_
It)_
Moci~
-~o
***
iiiiii
~~
--
00
00
**
++
It) It)
"'IN
--
-~
**
tV tV
~~
--
00
00
**
++
o It)
-M
**
II)
.,o
en
aI
~
II)~~
en (.) U
- j j
- ~ ~
~~~
t:) . .
iiiiii
.,oC)O)
!~8
:qso
ftl..
1;)"'1"'1
i!vN
M
6
-
~
!
!
.I:.
.,o
aI
~
o
a-
Q)
1;)
"C
e
i
en
II)
.c
.,o
en
aI
'#.
cg
M
~
"C
II)
en
ftl
~
(.)
.1:
Q)
C)
~
ftl
.I:.
U
II)
E
j
'0
>
ai
C)
~
ftl
.c
(.)
II)
E
j
'0
>
I:
II)
C)
e
ftl
.c
U
o
Z
iii
en
ftl
~
U
.1:
II)
C)
f!
~
ftl
'#.
"'I
It)
-
iii
en
ftl
Q)
~
U
I:
II)
C)
ftl
~
~
ftl
'#.
"'I
It)
-
~oi.i.!
UCX)u
20) j
...,~;
~ e ...
8.'~ !.
.,oj...
5 ~ 5
O.QO
E II) E
ftl en ftl
"Cftl"C
Q)~Q)
)(U)(
u: ,I: u:
e ~
en
II)
...
o
Z
to
+-'
c.....
(1) 0
EtO
.!:. (1)
() C)
CO CO
t::c..
<t:
+-'
() >-
~
+-' a:
.~ <(
0 ~
>- ~
~
co ::::>
:t= en
c
co en
en w
co t:)
+-' a:
(fJ <t:
0
U I
U
co
~ 0
+-'
C Z
0 <t:
U en
co w
~ l-
+-'
C <t:
(1) a:
U
..; ..; ..; ..; ..; ..; ..;
- - - - - - -
-- -- -- -- -- -- --
l!) 0 0 LO 0 0 0
ex> M 0 to ~ N ....
~I C'II N C'II .... .... .... ....
+ + + + + + +
0 LO LO 0 0 0 0
0 LO .... N N N ex>
M M """ l!) <0 ,.... ,....
'0
C'II
I
<(
(1)
::c
co
f- +:.
Q)
Q) Q)
!:!; >
0 0 0 0 0 0
.r; 0 0 0 0 0 0 .0
g- O C'II C") """ l!) <0 co
C .... I I I I I "0
Q) I C
...J .... .... .... .... .... co
0 0 0 0 0 0
..... ..... C'II C") """ l!) ....
(.) 0
.~ to
0
~
a..
..; ..; ..; ..; ..; ..; ..;
-
-- - - - - - -
0 -- -- -- -- -- --
<0 0 0 0 0 0 0
.... co l!) M .... 0
~I C'II C'II
'0 .... .... .... .... ....
+ + + + + + +
0 l!) 0 0 l!) l!) 0
,.... .... 0 ,.... l!) <0 M
C'II M """ """ LO <0 ,....
'0
....
<l:
~
.0
co
f- +:
(1)
Q) Q)
~ >
0 0 0 0 0 0
.r; 0 0 0 0 0 0 .0
g 0 C'II C") """ LO to co
C ..... I I I I I "0
Q) I C
...J .... .... .... .... .... co
0 0 0 0 0 0
..... .... N M """ LO ....
(.) 0
.~ <0
0
~
a..
--------------- -------------- --1'- --
Iii
~
::J
0
~
.....
:0
Q) N """ <0 CO
~ ....
U
Q)
E
"E
Q)
>
CO 0
Q)
::c
co
f-
VI N C'II
r CO M
(.) ::J ex> ..... M
Q) 0 VI VI VI VI c
'0 I VI co
~ Q) ~ "0 "0 "0 .r;
~ "~ c c .....
~ co c co ~
0 co Q)
.....1: """ """ ex> <0 .....
o Q) ..... co
f- > ^ ^ Q)
^ ~
0 C>
..; ..; ..; ..; ..; ..; ..;
-
-- - - - - - -
l!) -- -- -- -- -- --
""" 0 l!) 0 0 l!) LO
ex> """ 0 ,.... v C")
~I M N C'II N
'0 .... ..... .....
+ + + + + + +
LO 0 0 LO LO 0 0
<0 C") 0 C") LO CO V
M """ LO to ,.... ex> en
'0
C")
I
<(
Q)
::c
co
f- -;:.
Q)
Q) Q)
!:!; >
0 0 0 0 0 0
.r; 0 0 0 0 0 0 .0
g- O C'II M """ LO to co
C .... I I I I I "0
Q) I C
...J .... .... .... .... ..... co
0 0 0 0 0 0
..... .... C'II M """ LO 0
(.) 0
.91 to
0
~
a..
Cl
.r:.
()
oCl
III
Q)
...
ltl
a:
--
~
".!:
Q)
Co
ltl
Q.
III
o
Q.
--
(fl
Cl
<I:
=co
.. -
e 0
II
E-
~ II
U CD
CI CI
..~
C(
..
U
'0:
..
QI)
o
~
Cl
..
'2
Cl
I/J
CI
..
QI)
o
o
CI
...
..
e
o
o
iD
...
E
II
o
I/J
w
C)
a:
<
:I:
o
o
z
<
I/J
w
~
<
a:
~
o
W
..J
::l
o
w
:I:
o
I/J
~
t=
<
a:
<
~
~
o
o
.;
e .II
CleO
fI! 0 II
,E E II
2i ~ ,!.!
6 ~
I/J
QI)
" lD
II i
'2a::-
lD('I)CDO
EC>>"'~
Em.!O
0,,:,00
~~~-
a:c>>
-
CI
3-8
0..
..!!
...0
E~
o CI
o~
.. e
j.z
.;
~ ..
~o
.~
..'!
~ CI
I/J
o
:zi
.!!!
o
e
~
II
o
~
8.
II
i
o
ggg
-N_
::1
...2
.2m~
om8
N'
, -
IItN-
i 1
~~E
Ie! IS
~-3~
....
~ :
.-
+~
g~
N ...
.~
.. 0
o
10
N
..
c
.; 'E
=t:
1010
0,..
'('1)
-.
.-
~
:>
w
a:
~
z
:5
~
o
z
<
~
Z
w
~
~
o
..J
~
W
o
~
~
.11
>
II
Na:
'2 Ii
CIa::
~iD
.11 .E
>~
~-
.. +
e
lD ~
E.!
IE
~=
~1.
e-
o 0
13
_ u
.!"!J
I .. >
aL ~ !
~
e
~
~'!
*~
..
+.=
g-
N ~
*0
~
.11
~ >
u II
CIa:
11-
0;;'
10"
.<
~
u
CI
II
m
('I)
.
e
.!!!
~
~
!
:~
~
It
..
e
lD
t
.!
~
(I) ~
~.!!
" >
... II
('I) a:
N
!
--------------------------,----
-
!
~
u
CI
II
m
10
.
II
~
.!!!
>
II
a:
e
.!!!
~
!
ii:
E
II
i-
II
.!
~
(I)
~
~
N
ii)
!
+ff
g~..
('1)-.=
**-
c-
o 0
1i
_ u
.!'"i~
I ~.Il
tj >
aL.!
~
:::
.
II
!-
J! .
_.Si
lE
o~
-*
*-
!=~:i
;:::I~
:2.~E
:+lDE
a:ONo
O('l)...u
lD.~~
..0_
~
u
CI
a
N
.
~
lD
';
II
a:
c
CI
a::
~
i!
'5
II)
~
~
Ii
~~
w lD
..
- .
0';
#,..
lit:
11 !
.. .
J c.E
.. -Si
II U.
- os S 0-
;i~~
C)uul!:!
.
>
o
.;..
+ll::1
00-
1It~C>>
co-c>>
..N
c:
::: 'E
ig
'('1)
o.
.-
-
ci:::
e
.!!! II
.D E
CI~
~ U
II Cl
II:::
(1)<
z
o
t=
o
~
(I)
~
e
.S!
..
U
lD
i
.E
II
C
C
'i
~
-
~
e
=ee
...-
c: 0
~N
.c: CD
u a
III III
;::0..
<I(
...
u
.~
...
III
o
~
lIIl
...
'c
lIIl
f/)
lIIl
...
III
o
o
lIIl
..
E
o
o
~
...
c
CD
o
f/)
w
C)
a:
<I(
J:
o
o
Z
<I(
f/)
w
~
<I(
a:
u..
o
W
....l
:>
o
w
J:
o
f/)
w
>
i=
<I(
a:
<I(
0..
~
o
o
III .
...... '0 '0
! .2 ~ ce #-! -
0:= - '# ...
IIJ! f r1 ce ! -
ce 0
..0 oS u u
E ~ '!~_Ufi .c: " ., ,- "
o II U I .1 I};
0-,= II
.. c Ice"! ~c .
iJI ce .. r.E
N=' .!! N . 1!1i . , ~wi ,
-CI -a. - . -. . , ,
..; '0 10
~J! #-! -
CI ! CI
.0 oS 0 -
>~ -
.c: j " ..;
. II 0 I;
..! .! ~
::f .., ..j J::-:
(I) t') 'oS
10 ce . I!" 2E . .
- - . - I . 0
..; l!
c: -
.., cO (5
fI? o _ - CD ..10 .c:
.6 E CD ! III .c: U
ij U j + lIIl
:s ~.2 lIIl ..!.
d ; Il _0 ce
ceo i ON ,...
f/) Nee lOt') -
.. . .. 0 . 0 0 0
. , 0 0
-
"i ..;
..S! ~
.! ce
.D. 10
II ! 0";
0 w .-
., .c: - . +8
... U 0'"
"i lIIl .., ot')
0 Il ! '#E . Gl
ce ce .; ce lD c: c:
N 0 .- N > 0 0
. 0 0 z ,...w .0 Z Z
0 0
III
" CD ~ ~
Glii ~~
'2a::l- - CD -
Glt')aO ,,'- GO 'e
Em~lj CD 0 .. .E m... .c: C
.c:.k Q. c: .0
Em.c:o .c: ~ . U l! 'e ..;
lil a. ~ U :s E lIIl
0,:,00 II E CD - +~
III ~g -
~ ~ 1Ill- CD!'E CD ~1i m .ee - ON
a:m t') ... .- 0 -N Gl III 0 _ce N mm
CI 0 lIIl - JI'" t') -~ 0 _M
- ce_ C
.zE . .- . .~ . .~
c:
.S!
C ...
U
E Gl
c: C-
-
.S! ~ .1::: .:
u " ...
. CD .!!
C- .. .:
- - 0 -
.: c >- c: ! >-
.g;l .2 lIIl
.k :2
i II ... i 0
i ~ 0 U .1:::
!; ! ~ J: "
CD a: ac: IIll CD C
... lD ~ ..
II ;t ~ f/) ~Jtl 0 c 'e
0 ! . > .
i . .E .I U) j il!
~ .! ~ . E
Gl f ii i c :iii~ i a:ce
... ~~ > .., > ~~
~ i= '2 > ~.
f/) 0 ::f 0 _0 _ 0
w
N i'i' ~ iD i) ....l N i'i'
....l -
~ ~ ~ ~ ~ 0 ~ ~ u
0
~
=co
.. -
e 0
~C')
.s: CD
u CD
III III
"ll..
<
'0
'i:
..
Ul
i5
~
III
...
'2
III
(/)
III
..
Ul
o
o
III
..
E
o
o
"ii
..
..
e
CD
o
(/)
w
<:)
a:
e(
:I:
o
o
z
e(
(/)
W
l-
e(
a:
u..
o
W
...J
::l
o
w
:I:
o
(/)
~
~
e(
a:
:
::E
o
o
..:
e .II!
III eO
UloUl
.S: E CD
:is a:1ll .s.!
::l >
o ~
(/)
Ul
1:;
]a:::-
CDC')l:110
EO)lii~
EC>>.s:o
0",:"00
~~~-
a: 0)
-
III
11,2
o ..
OJ
t!!o
~ --
0-,=
11 e
~rZ
i
~CD
w_
- ..
o E
#;
11):
.
..
.M-
..
E I
15_
i 2
Ei-
8_
.. a-
o III
'0..
III .
::.:
e III ID
8E.!
.
CD
.M-
III
E
15 I/) e
'ON.2
III .. ..
~.l
o a- !
o ~ ._
"ii
::l
..
U
..
e CD
o .
'0 e
CD CD
. a-
lii )(
II) CD
~
U
III
..!
II)
0)
-
..
..:
~.!!
5~
. ..
-.=
::E e
III
(/)
o
:is
III
i5
ir
.=
ID
o
:!
-
.
-
;; c
+ 'E
Oco
0).
_co
..~
~
CD
CD
..
III
o
Ul
>
e III
2]
ID 0
a::I:
ID ~ _
.5 . c
i] .-
> .. E
o.M- .
~i~
CD
CD
..
III
~
U
..
::l
(/)
e
.2
..
u
..
a-
.
.E
~
J!
.Q.
.=
::l
::E
a-
..
I-
~
..
~
CD
(/)
.-
~
iD
~
co
~
---...-..--.. --.---.-.-.--..--..--.....--..--.-------,--..--
~
!
o
Z
ii
::l
U
..
e ..
o !
1&
: cI &1
..
.
CD
..
o
Z
!
o
Z
~
U
III
CD
~
....
..
Iii
::l
-
U
..
e CD
o Ul
'0 e
CD ..
. a-
.. )(
II) CD
..
.
..
I-
ID
>
o
..
III
i
a::
E
CD
..
.
>
(/)
e
.2
...
u
~
o
o
;:;
~
GO
~
Iii
::l
-
U
III
C CD
o !
11
cI .
8
-
..
N
co
-
..
j
.1::
:a
c::
.2
...
.!!
Iii
~
III
U
t:.
o
z
c::
.2
.. -
u e
CD i
I a::
~l
ii
~
II) CD
N CD
.-
15 . C
'0 e .2
II 0 ...
:= ] i
S,!1t
o 1ll.S:
~
U
II
CD
I/)
II)
.
8
O!.
-
.
C
.2
.i
Iii
g
II
U
t:.
o
z
a-
~
.
~
ID
(/)
6
-
~
..
C
CD
E
c::
f
.!
e(
'i
l&
..
II
...J
-
-
~
.
..
.
o
u
COO
o ~
1 II
. .E
.Ii
.
CD
o
'0
l& .2'
8':
- CD
CD U
> 0
CD ~
o a-
Iii
u
..
II
.e-
~
..
).
~
Ii.
o
..:.
:I:
<:)
ir
E
CD
E
fD
.
CD
.
.
e(
o
::;
-
o
e
.2
..
II
l:ll
b
CD
(/)
-
e
e
=11)
eo
~v
,l; fD
U CD
II II
"ll.
~
u
'C:
..
Ul
is
~
II
.1::
c:
II
rJ)
II
..
Ul
o
U
rJ)
w
"
0:
c(
::I:
U
o
z
c(
rJ)
w
~
c(
0:
~
o
W
...J
;:)
o
w
::I:
U
rJ)
~
~
c(
0:
c(
ll.
:::E
o
u
..:
c: .le
1Ic:0
'1 0 .
.E E II
li II .SZ
6O:~
rJ)
Ul
~ fD
III i
~o::-
IIl('l)CDO
E CD ... ~
ECD.!U
o'7Uu
~~Iil-
0: CD
....
II
-.2
8~
II .le
...0
i ~
uf
1<<1
..:
~.l!
SO
.~
...t=
~ c:
<<I
.2
.c
.1
o
...
~
III
o
~
o
CD
fD
..
II
U
!'5
&~
... >-
.! II
U ~
,
il
c!~
o
::;
o
Z
;!!"2J.
:::illliJ'
E!!',!:
1;!.!-3
~iio!!
JII
~ ~!'
0.1
..]
... ..
e~ >
825.!
II
l~.t
.i
! ~
:...=
1Il'~ > II
o25.!i
1i
:l
..
U
II
c: .
o :
~ c:
III III
. a-
Il )(
II) fD
.
..
u
t
~
~
III
(I)
.
..
II
.~
It
...
o
-
in
;:)
o
w
Z
~
it,
u
(I)
i
.~
~
!
.~
w
.
~
~
.
(I)
.
..
l
2i
-
c:
.2
..
II
..
II
> .
W"
u
J!.!.
.- 0
~It
N
~
_.________o-.._..___.______.._.._....._.__..... ._____-,...........__._.........._...___...
l!!
e
o
U
'ii
...
e
fD
u
fD
.
c:
.
Q.
)(
w
1i
:l
..
U
c(
fD
.
c:
fD
Q.
)(
w
1i
:l
..
U
c(
c:
. 'E
~!D
....0
!D....
('I).
.-
.
.
c:
III
a-
)(
w
1i
:l
..
U
c(
.
~
fD
fD
o
E
:i
U
.1::
:l
a
>-
i
8-
_It
0-
~:
._ 0:
· 0
:..
g ~
It .;
II
~-
c: II
110:
c: :!
.2 i
i E
... .
III lD
i&
Itc(
o
CD
c:
'i
.
.
u
l
N
9
if)
9
-
....
~
~
..
j
II
.
II
.
E
!l
- -
_: .s
o"~E
~ g ;~
.il~
.t=i!i
itil
..
j
II
.
II
.
E
II
~
1i
:l
..
U
II
c: .
o :
1: i
. Q.
.;! :
~
iO
N
....
.
~
>-
.
~
~
if)
~
co
.... -
c 0
Ol LO
E
~ Ol
0 OJ '"
~ '" .... .... ...
< Q.. '" 0 Ol "'C
0 .;: ~ ~ CD
U .... CD CD .... .... CD E
'" 01", '" ....
'" is '" ... ::I E '" CD
... .~
.... .5 1Il"'C ';:; ....
c ~ ~ c C. '"
'" >
0 "'C o ._ CD '"
U III
.... CD CD 0 - - ...
.... '2 "'C 0 .... 0 0 CD
'" III ::I .~ .... .... ~
~ u '" * '"
(/) CD 0 0 CD
.= '" 0 M 0 ID : ,
,
CD
..; '"
'"
~ ID ..Q
CD is a;
:> ~ 0,5
III 0
~ .... ::I
'2 "'C
III ,5
(/) 0
Z , , ,
, . ,
..;
C 0
'" c is ,
(/) (/) 0 ><Il- '" 0
W .~ E ID C ::I N
CD 01 0 C IX) ~~
C) :0 '" 0 0 .5 c..!. c N >.t
a: ::I a: .:; "'C 0. CD '" ~ '" ...c . -N
<{ Cl ... CD ::I ::I ~ 'E M"e>> ~,....
I CD ID E tT C ~cLO CD .
U u (/) III III CD C ...- CD ...-OIX) ~~
m 0~<{ ,.... (/) <Il-~<Il- , , ,
, , ,
"5 Cl
0 z
is <{
~ (/)
W 0
~ I- :0 ... ...
'2 <{ '" 0 ::I
'" a: is '(5' 0
(/) ~ ... ..c
U- ti, 0 0 0 ...
~ 0 .... o .~ .5 CD CD
Qi ~ ';: Q.
0 W 0.... ..
0 ...J Cl ...- 0 '" 10 LO
U ::> . ::I LO ::I N ~
...-"'C N "'C ...-
~ Cl <Il- ,5 ...- .5 . <Il- <Il- ,
W . ,
.. I
C
0 U
U (/) 0 Ol
a; W "'C Ol 0 ...
> CD .. a; ':; III (ij
... III 0_ "'C 0
.. ~ "'C a: ::I li5 ::I
C C OlCl l: 0
Ol .. ID ~ U
<{ CD M ~(/) 0 LO
U a: E e>> "'u III - III '" <Il-
0 0 -
<{ E e>> ..cu C C
Q.. ...- Uu 0 Ol ... 0 Ol
~ 0 , 0 0 0
ON o(l- "'C C ';: "'C C - 00 0
0 Ole>> Ol Ol Q. ... CD CD
u a:e>> 0 Q. '" 0 Q.C ~N ...-
.... '" X ... Ol '" X .- N N
IXI CD.E > IXI CD E <Il- <Il- <Il-
Ol
Ol
U-
....
'E
li5
Q..
>
o
Cl
Ol
..
III
U
w
w
U-
I-
~
a:
w
Q..
...J
<{
a:
l-
(/)
::>
Cl
z
=
o
o
III
U
"'C
l:
III
'"
ID
'"
U
-
....
~
u:
Ol
Ol
U-
CD
Ol
u..
..
'E C
li5 .g
Q.. 0 ~
~ 8.'~
... ID Q)
'" .5 Q.
~ CD 0
~ 'i'S
iSc2l
~ 0 .~
o 0 C
8. Z 0
(/) , .
o
III
'"
U
..
'E
li5
Q..
~
..
o
::I
"'C
C
Q)
Q)
u..
,t:
E
li5
Q..
~
CD
Z
N
Li..
tv)
Li..
~
Li..
..--...---.--......----.--...----------.------..-------r--...-......-----.--.-..-----....-..-.-.....
=<0
... -
C 0
~<O
~ al
() Ol
~~
<
...
()
";:
...
III
Ci
>
...
~
'c
III
(/)
III
...
III
o
U
III
...
E
o
U
~
...
C
al
U
~
III '0
o .~
U...
III
~Ci
...
C ~
o III
U...
..... 'c
III III
Q)(/)
:::
..;
~c5
al
:> ~
..; ~
~ .~
(/)
(/)
w
C)
a:
<t
:r:
U
o
z
<t
(/)
w
f-
<t
a:
u.
o
W
..J
::::l
o
w
:r:
U
(/)
w
>
~
<t
0::
~
0...
~
o
u
...
C III
III C Ci
(/) 0
"~ E ::l
:c III ()
~ 0:: ';;
o :D
(/)
III
"tl Q)
al '.U
-go::
Q)(Y)
Em
E~
8N
alm
O::m
1Il_
alo
~(/)
IllU
~u
Uu
~-
o
:c
III
Ci
.a
...
Qj
o
>
~
Ol
Q)
...
III
U
.:..i
~
(/)
o
0...
(/)
i3
w
C)
~
f-
0...
W
(/)
C)
...
C
Q) III
~Q.
... ...
... III
o Q)
C Ol
III III
Q)'"
o Q.
o :g
...
C
al III
~Q.
~ ...
... III
o Q)
C Ol
III III
ale.
o Q)
o III
...
C
al III
~Q.
~
... '.U
o Q)
C Ol
III III
al ...
o Q.
o :g
o
o
+ ~
-
oleo
",:0
~o
00
+ ~ + ~
- -
IDNLON
N-N-
. ~ ~
::0;0
0000
... .-.--...-...... .......----...---.""1.......
'":.
~
o
LO
,....
m
o
al
Q)
u.
...
.J!!
'0
f-
al
:c
III
t
o
0...
"tl
C
III
()
";;
Q.
Q)
(/)
...
"E
~
0...
~
()
S
-:
III
Ol
~ 0
C 0
Q)Q)0
~iN
~:::v
III
:l
C
C
<t
~
~
N
<h
~
()
2
...
-:
III
Ol
o
o
o
N
^
~
III
III
:::~
Q) ()
~ 2
al~
... .
C)(ij
... Ol
Co
III 0
:;0
~N
Ul
~v
M
<h
Q)
~
III
...
...
o
C Q)
III III
Q) III
o Q)
o 5
Q)
~
~
...
o
C al
III III
al III
o CD
o 5
al
~
~
...
o
C Q)
III III
al III
o Q)
o 5
CD
~
III
...
o
C Q)
III III
al III
o al
o 5
+(ij+(ij
LO~ID~
N-N-
. 0 . 0
::0;0
0000
~
()
2
~
(ij
Ol
o
o
q
N
^
.i
u
oil
J
~
'"
..
~
0-
m
/l.
"
o
e::
(fl
a
<I:
......
......
......
(V)
+->
C4-
aJO
E
..s:::~
u
rtl aJ
+..lC'l
+->rtl
c:t c...
o
eI)
eI)
uLL
i-c
eel)
~~
as(.)
~eI)
~ij
tncn
o
0....
~O
-
8~
em
~E
oe
~
en
-
::J
o CD 2-~ 8 Q)
~> ~ ~ 0& i_
-- 1iS~ ~c:
- - '0 ~ ..= ~2
~I! as -CU -ae- :;: "'
CD c:.5 -ae~ol -ae~ E-Q
- - oit
C G) of: ~1iS NMjt C"fZ e
CD- . . -0
E.5 ~ Q) m U") .. en .... U") .. lai ~
Q) .. ti "-Q)-CU ..- Q) -ae
;; E 0 LL LL 'l/!.... .. e c:.5 .. E c:= c:
:I ;I U") .z::. j.=oit ~::J co j!o Q)
::1'0 . - )C - &.ri ~
._C ~C5 ~~~1iS ~~ ..- c.:>1i Q)
'0
C
-=~ -=.e
~::: .e~ Q)
en
'0 c:
G) ::2 02 Q)
CD .r= c..
.f '0 .z::. iB g6; g+ )C
U LLJ
::J m 0 <<i
- ~ ...... + U") + U")
" u ~ ...... M. M. 0) .a
CD C ~ ~ ~ ..~ ..~ 2i ~
'0 .~ -
c
CD ~~
E '0 .e.e
E CD
'0 ..- ..- ..- ..- ~
0- ::I ..- ..- 00
ss gg c:
u. - Q)
CD U .z::. ~
a:: C .z::. U + + + +
- U m U") U") U") U") LLJ
.. - m 0 0') C"fC"!. C"fC"f <<i
0 ::J
0 ..- 0 ..- ..- ..- ..- ~ -
Z N N ~ ..~ ..~ ~
404 404 404
l ~~ .e.e
...... ...... ..- ..-
- .z::. 00 00
C m m iB gg gg
! LL LL ~ + + + + 0
~ ~ I o U") o U") i ex:>
::I ~ ..~ ..~ f4
0 z
'I 1 CD
- .5.-
. -:1
. - Ii
- .-
- J~~
- - if
= -
~ .
a: - I-~~
- . -uu
I Uu ellt
. II: =22 2=
- '. -Il~~ Iii
- I.~
L '.SS
III - II 'Ii 1--
. -
- ~ -il
- I
~
- .J~~ - .. a:
.- N . l--
::::I - II:V~ I;
III U .-
- - - - - - -
~ ~ co N ('t) ...... ('t)
I I I I I I I
<( LL m c.o c.o u 0
- - - - - - -
Attachment III
Page 2 of 3
Central Contra Costa Sanitary District
DESCRIPTION OF SELECTED FEES
Buildina Plan Review Fee
This fee will reimburse the District for the expense of reviewing plans required by the
County or cities for building permits. The fee is based on an average of one-half hour of
staff time required to review the plans for encroachments on District easements, sewer
work outside of buildings, and any related fees. Included in the fee is $5 which will be
reimbursed to the County or cities as part of a process being developed, whereby the
County or city will not issue building permits until any work required by the District is
completed and related fees paid.
Class III Permit Fee
The District pretreatment program was recently expanded to include businesses that have
wastewater volume and strength characteristics below the levels of Class I and II. A new
Class III category was created for these businesses. This fee will reimburse the District
for the expense of inspecting the businesses, and preparing and verifying certification for
the permit.
Manhole or Roddina Inlet Insoection Fee
When the Board set the rates in 1989, it directed that this fee be increased from $150
to the actual District expense of $360 and that the fee be phased in over three rate
settings. Applying the 10.4 percent effect of the District salary adjustments brings the
current District expense to $398 and, continuing the phase-in process, staff recommends
a fee of $309 this year with full recovery of expenses at the next rate setting.
Residential Seotic and Portable Toilet Waste
This fee is composed of a fixed amount per truck plus a volume charge. At the last rate
setting, the Board directed that the volume charge be increased from $ .05 per gallon to
the actual District expense of $. 134 per gallon and that the charge be phased-in over
three rate settings. The current District expense for processing the waste is $.146 per
gallon and, continuing the phase-in process, staff recommends a charge of $.112 per
gallon with full recovery of expenses at the next rate setting. Staff has determined that
the current fixed expense per truck is $11 .25 for trucks with volumes under 2,000
gallons and $41.25 for trucks with volumes of 2,000 gallons or more.
. __.____.__... __._.. _. .._... . __...__....... . m__' .".'__ ... .'. "',." .......... . ..._....__..... .__...... ._..... _'. __._. ....... ... .__ ..__._.._.__......._.... .___._._. -..._. ......... ___
Attachment III
Page 3 of 3
Restaurant Grease Waste
This fee is also composed of a fixed amount per truck plus a volume charge. While staff
recommends the same fixed amount as described above for septic and portable toilet
waste, it recommends that the current volume charge of $.01 per gallon be retained to
encourage restaurant owners to empty their grease interceptors regularly. The actual
expense of processing the grease is $.305 per gallon and the resulting $.295 per gallon
subsidy amounts to approximately $88,000 annually.
Dye Test Fee
This fee is based on an average on one hour of time by a two-member CSO crew plus an
amount for District equipment and supplies. The fee currently calculates to $74.
Fee for Preoaration and Processina of Aareements Relatina to Real Prooerty
Staff recommends that this fee be changed from a fixed amount to actual District
expenses. The amount of staff time required to evaluate individual encroachments
including surveying, locating existing pipelines, and preparing formal agreements can vary
considerably for each circumstance. Accordingly, staff recommends that this fee be
based on actual District expenses rather than a fixed amount based on average expenses.
ADS/PosPaper# 1/Rates&Chg.1I1
---------------------------------------------r----------------------------------- - ---------- ------------------------
PAGE 1 OF 16
NO.
6. BIDS AND AWARDS a.
SUBJECT
AUTHORIZE AWARD OF CONSTRUCTION CONTRACT,
AUTHORIZE CONSULTANT AGREEMENTS, AND
AUTHORIZE $23,063,000 FROM THE SEWER
CONSTRUCTION FUND TO THE TREATMENT PLANT
PROGRAM FOR CONSTRUCTION OF THE HEADWORKS
FACILITIES EXPANSION PROJECT, (DP 20069)
SUBMITTED BY Douglas J. Craig INITIATING DEPT./DIV.
Senior Engineer
DATE
June 1, 1992
TYPE OF ACTION
AUTHORIZE AWARD
AUTHORIZE FUNDS
AUTHORIZE AGREEMENTS
Engineering Departmentl
Plant Engineering Div.
ISSUES: On May 19, 1992, sealed proposals were received and opened for the construction
of the Headworks Facilities Expansion Project, District Project 20069. The Board of Directors
must authorize award of the contract or reject bids within 50 days of the opening of bids.
Authorization by the Board of Directors is required for the General Manager-Chief Engineer to
execute professional services agreements in amounts greater than $50,000. There are four
professional services agreements associated with the construction of the Headworks Facilities
Expansion Project which are greater than $50,000.
Supplemental authorizations from the Sewer Construction Fund to Capital Improvement
Program accounts require authorization by the Board of Directors.
BACKGROUND: The Headwork:; Project consists of a new influent structure that will receive
wastewater flows from the future Pleasant Hill and "An line interceptors, a new influent pump
station with flow metering and screenings handling and a new bypass structure and pipeline
that will convey wastewater to the wet weather holding ponds for short-term storage. Other
components include an electrical substation, odor control system and septage disposal facility.
The new headworks facilities will be located in the area of the existing headworks, as shown
in Attachment 1.
The Headworks Project was originally bid on May 23, 1991. The low bid ($27,869,000)
exceeded the engineer's estimate and the funds designated for the project in the Capital
Improvement Budget. On July 8, 1991, the Board authorized funds to conduct a Value
Engineering (VE) study on the project. The VE study determined that by redesigning portions
of the project and rebidding, a substantial cost savings could be realized. With this in mind,
the Board rejected all bids on August 1, 1991.
On October 2, 1991, the Board authorized an agreement with James M. Montgomery
Consulting Engineers to modify the design of the Headworks Facilities Expansion Project in
accordance with the recommendations of the VE study.
The redesign of the Headworks Project was completed, and the project was advertised for
construction on April 13 and April 24, 1992. Six bids, ranging from $18,368,000 to
'Nir~
1302A-7/91
ltvtr3
~
REVIEWED AND RECpMMENDED FOR BOARD ACTION
DJC
WEB
RAB
---r-------..-----.-----..--------..-- -.------- .
SUBJECT AUTHORIZE AWARD OF CONSTRUCTION CONTRACT,
AUTHORIZE CONSULTANT AGREEMENTS, AND
AUTHORIZE $23,063,000 FROM THE SewER
CONSTRUCTION FUND TO THE TREATMENT PLANT
PROGRAM FOR CONSTRUCTION OF THE HEADWORKS
FACILITIES EXPANSION PROJECT, (DP 20069)
POSITION PAPER
PAGE
DATE
2
OF
16
June 1, 1992
$21,677,000 were received on May 19, 1992. The engineer's estimate was $23,291,000.
A Summary of Bids is shown in Attachment II. The contract completion time for the project
is 811 days (27 months). Although the construction period has been shortened as a result of
the redesign, it remains unusually long due to the construction constraints necessary to keep
the present facilities operating while the new facilities are being constructed.
The Engineering Department conducted a technical and commercial evaluation of the bids and
concluded that the lowest responsible bidder is Humphrey Construction, Inc. of Woodinville,
Washington, with a bid of $18,368,000. The technical evaluation of the bid only revealed one
potential discrepancy which staff concludes does not amount to a material variance and,
therefore, should not prevent the award to Humphrey Construction. This issue concerned the
fact that Humphrey did not specifically list an instrumentation and control systems
subcontractor in its bid. One view of the specifications suggests that certain portions of the
work should be performed by a listed instrumentation and control systems subcontractor.
However, on close review of the relevant specification sections, staff has concluded that the
intent of those sections was to serve three purposes: (1) obtain controls from one of the pre-
qualified instrumentation and control suppliers; (2) provide for either installation, or
supervision of the installation, by onebf the pre-qualified instrument suppliers; and (3) to
consolidate responsibility for that unit of work.
Humphrey Construction indicates that they intend to comply with the intent of the
specifications by using a pre-qualified instrument supplier for the entire package and having
that instrument supplier supervise the actual landing of the wiring to the instruments, thereby
providing overall unit responsibility by the pre-qualified instrument supplier. This procedure
appears to be technically acceptable and is consistent with a number of references in the
specification which suggests that the pre-qualified instrument supplier shall either perform the
installation itself or supervise the installation.
It should be noted that five of the six bidders did not list an instrumentation and control
systems subcontractor. Monterey Mechanical, the second low bidder, has added an
instrumentation and control subcontractor by following the statutory procedures for altering
their subcontractor listing as a result of a clerical error.
The estimated total project cost in the 1 991-92 Capital Improvement Budget (CIB) is
$34,354,000. The current estimate of the total project cost is $31,358,000 as noted in
Attachment III. This includes the cost of the Standby Power Project (DP 20121) which is
scheduled to bid later this year.
Authorization of funds for construction of the He~.dworks Project was not requested from the
Board of Directors when the 1991-92 CIB was adopted due to the magnitude of the project,
13028-7/91
-'-------,_._-'-----"-------------_._---_...,-------'---._----,._"'-----_.."'..,----------------
SUBJECT
AUTHORIZE AWARD OF CONSTRUCTION CONTRACT,
AUTHORIZE CONSULTANT AGREEMENTS, AND
AUTHORIZE $23,063,000 FROM THE SEWER
CONSTRUCTION FUND TO THE TREATMENT PLANT
PROGRAM FOR CONSTRUCTION OF THE HEADWORKS
FACILITIES EXPANSION PROJECT, (DP 20069)
POSITION PAPER
PAGE 3 OF 16
DATE
June 1, 1992
the preliminary nature of the cost estimate, and its schedule, which called for bidding late in
the fiscal year. It is necessary that the funds needed to complete the project ($23,063,000)
be authorized from the Sewer Construction Fund by the Board at the time the project award
is authorized.
An agreement has been negotiated with CH2M Hill California Inc. for construction management
services with a cost ceiling of $1,175,000. These services include administration of the
construction contract, coordination with the contractor, and general construction management
and administration duties, including inspection of the contractor's work. Electrical and
instrumentation inspection, however, will be provided by James M. Montgomery Engineers
(JMM).
An agreement has been negotiated with JMM for engineering services during construction with
a cost ceiling of $683,000. These services include evaluation of contractor submittals and
preparation of design clarifications; electrical/instrumentation inspection as noted above;
preparation of record drawings; and testing and training for the electrical/instrumentation
portion of the work. JMM will also produce the software for the headworks computer control
system at a cost of $197,000. This software development includes preparing display screens
for the headworks control system and programming the programmable logic controllers. The
job of programming control systems has traditionally been done by the contractor; however,
the recent trend of the industry for complex control systems is to engage specialty consultants
for this task. Additionally, JMM provided bid period assistance which included design
clarifications and the preparation of an addendum at a cost of $14,000.
An agreement has been negotiated with Mr. Dan Cortinovis, operation and maintenance
consultant, to prepare the operations and maintenance (O&M) manual and provide operator
training for the new headworks facilities with a cost ceiling of $154,000. This work includes
production of video training tapes that will be used to train existing as well as future
operations staff.
An agreement has also been negotiated with Construction Materials Testing, Inc. to provide
testing services during construction with a cost ceiling of $65,000. These services consist
of soils compaction, concrete testing, and miscellaneous structural testing.
In compliance with the District's CEOA guidelines, a Negative Declaration was prepared for
this project and approved by the Board on December 21, 1989. A Notice of Determination has
been filed with the County Clerk. The Headworks Facilities Expansion Project is included in
the 1991-92 Capital Improvement Budget starting on page TP-8.
13028-7/91
SUBJECT AUTHORIZE AWARD OF CONSTRUCTION CONTRACT,
AUTHORIZE CONSULTANT AGREEMENTS, AND
AUTHORIZE $23,063,000 FROM THE SEWER
CONSTRUCTION FUND TO THE TREATMENT PLANT
PROGRAM FOR CONSTRUCTION OF THE HEADWORKS
FACILITIES EXPANSION PROJECT, (DP 20069)
RECOMMENDATIONS:
POSITION PAPER
PAGE
DATE
4
OF
16
June 1, 1992
Construction Contract: Authorize award of construction contract to Humphrey Construction,
Inc., as the lowest responsible bidder, in the amount of $18,368,000 for the construction of
the Headworks Facilities Expansion Project (DP 20069).
Consultant Contracts: Authorize the General Manager-Chief Engineer to execute the following
Cost Reimbursement Agreements for consultant services during the construction of the
Headworks Facilities Expansion Project:
1 . Agreement with CH2M Hill for construction management services with a cost ceiling
of $1,175,000.
2. Agreement with JMM for engineering services during construction with a cost ceiling
of $894,000.
3. Agreement with Dan Cortinovis for preparation of an O&M manual and operator training
with a cost ceiling of $154,000.
4. Agreement with Construction Materials Testing, Inc. for testing services during
construction with a cost ceiling of $65,000.
Funding: Authorize $23,063,000 from the Sewer Construction Fund to the Treatment Plant
Program Unallocated Authorization Account.
13026-7/91
---.----.-------,--.. .-...-.--......------.--....----...... .....-. .-.--- ......----.......-.. .-...----.------
~'.
/
~
NEW
HEADWORKS
)
ATTACHMENT II
Central Contra Costa Sanitary District
SUMMARY OF BIDS
. .
PROJECT NO. 20069 - HEADWORKS FACILITIES IMPROVEMENT PROJECT
LOCATION Martinez, California
DATE Mav 19,1992
ENGR.EST. $ 23,291.000
# BIDDER BID PRICE
(Name, telephone & address)
1 HUMPHREY CONSTRUCTION INC. (206) 488-2400 $ 18,368,000
P. O. Box 907, Woodinville, WA 98072
2 MONTEREY MECHANICAL (510) 632-3173 $ 18,939,000
8275 San Leandro Street, Oakland, CA 94621
3 KAWEAH CONSTRUCTION (916) 739-6830 $ 19,253,000
4141A Power Inn Road, Sacramento, CA 95828
4 C. W. ROEN CONSTRUCTION (510) 837-5501 $ 19,812,000
40 Oak Court, Danville, CA 94526
5 HOMER J. OLSEN INC. (510) 489-1661 $ 21,500,000
Box 993, Union City, CA 94587
6 DAN CAPUTO co. (408) 227-7000 $ 21,677,000
202 Lewis Road, San Jose, CA 95111 , ,
BIDS OPENED BY
/s/ Joyce E. Murphy
DATE
5-19-92
SHEET NO. -L OF --L
--------------,---
ATTACHMENT III
HEADWORKS FACIUTIES IMPROVEMENT PROJECT
DISTRICT PROJECT NO. 20069
POST BID, PRECONSTRUCTION ESTIMATE
PERCENTAGE OF
ITEM DESCRIPTION TOTAL CONSTRUCTION COST
. DIRECT CONSTRUCTION COSTS
1. Construction Contract $18,368,000
2. Software Programming by JMM 197,000
(Operator Control Console and PLCs)
3. Electrical Equipment Prepurchase 97,000
4. Plant Operations 96,000
(Construction, tie-ins, etc.)
5. Parking & Traffic Modifications 20,000
6. Asbestos Removal Contract 2,000
7. Construction Security Guard 50,000
8. Construction Contingency 1,800,000
SUBTOTAL $20,630,000 100.0%
CONSTRUCTION SERVIC~S
. CH2M Hill California
- Construction Management & Inspection $1,175,000
. James M. Montgomery Engineers
- Engineering during Construction 495,000
- Electrical & Instrumentation Inspection 92,000
. District Forces
- Engineering 47,000
- Plant Operations 98,000
- Construction 224,000
- Survey 20,000
. Construction Materials Testing, Inc.
- Testing Services 65,000
SUBTOTAL $2,216,000 10.7%
Pace 1
---,--_.________..__....__..._...__........__.0.....___..0....._____.
.I
ATTACHMENT III !
HEADWORKS FACILITIES IMPROVEMENT PROJECT
DISTRICT PROJECT NO. 20069
POST BID, PRECONSTRUCTION ESTIMATE
PERCENTAGE OF
CONSTRUCTION COST
ITEM DESCRIPTION
SPECIALTY SERVICES
TOTAL
. Villalobos and Associates
- Corrosion Control
$7.800
. James M;' Montgomery Engineers
- As-Built Drawings
. Woodward-Clyde Consultants
- Geotechnical Services
62.000
SUBTOTAL
24.200
$94.000
0.5%
START-UP AND TRAINING
. Dan Cortinovis
- 0 & M Manual and Operator Training
. James M. Montgomery Engineers
- Training and Start-up
$154.000
34,000
. District Forces
- Start-up & Performance Testing
1 . Engineering
2. Plant Operations
SUBTOTAL
15.000
17.000
$220.000
1.1%
Deduct Electrical Equipment Prepurchase
$23.160.000
(97.000)
CONSTRUCTION TOTAL
AUTHORIZED FUNDS REQUESTED
$23.063.000
P=.~~ ?
---r--
ATTACHMENT III
HEADWORKS FACILITIES IMPROVEMENT PROJECT
DISTRICT PROJECT NO. 20069
POST BID, PRECONSTRUCTION ESTIMATE
ITEM DESCRIPTION
PRESID EXPENDITURES
TOTAL
PERCENTAGE OF
CONSTRUCTION COST
.
Facility Plan
$144,000
571,000
2,450,000
105,000
.
Predesign
.
Final Design
Value Engineering
Redesign (JMM plus District expense)
Sid Period (JMM plus District expense)
SUBTOTAL
994,000
29.000
$4,293,000
20.8%
.
.
.
TOTAL HEADWORKS PROJECT COST
(DP 20069 AS BID)
$27,453,000
133.1 %
FUTURE EXPENDITURES UNDER THIS PROJECT
.
Standby Power Facilites
$3,900.000
OVERALL PROJECT COST
$31,353,000
P~9'3 3
..-..------.------.-.--.....-.....-...--......---..-.,............-.......--..-....-.............-.-..............
. ... ..__.._'__ _.'"._..,_~i...._____"...,____.____
JUN 01 '92 17:15 THIERMAN COOK BROWN
P.2/8
1W'll( R. THIEAMAH
OI!NNIS .. COOK
~W.Il?\OWN
JOHN W. PRAGeR, JR. .
wtNOV A. CHI!IT
AOIi'RT I.. "'I!OIGER ..
!
THfERMAN, COOK. BROWN & PRAGER
ROIIIIT M!D
COl'IOTHy IIoC8I<AlIGI!L
~ETWIUlON
alMA ~..soN-IMITH
IRIAN 0. i&RI066A
CAAOl.I E. 8WGeA
lS~" GIGA
GIORGIi Po I'AAl8OTTO
OHAlS'TOftHIiI'l iL 1OU\lIER
UNOA T. iokKIHNlY
. A P~ CorporlllDll
.. A*>> Adll'liUlld in Hfi lbnI
RTOI'INiV$ AT LMi
&&$ CAP'tlOL MALL
SUITE 425
SAcRAMENiO, CALIFOFlNIA 958'"
(918) 442-3100
FAX (Gle) 44204227
June 1, 1992
Of CQ.l_1
JOHN F. PiNA061i .
AlsQ AGml/1e4lfl ,..,..~.
MICHA!!L JJ. JltICCmiU.O
80'\ CAI,JFOI'lN.... STAe~
17TH I'1.OOI't
SAN I'RANCJsco. CAUFOAHIAI4108
(41S) 3111-1200
PAX (41S) 434-aIG'I'
101 CIVIC CiNTIA Oftlve
sum 450
~TA ANA, CAUI"OAN.... N7V1
(714) 54''''
F~ (714) 542.1001I
ResPOND TO:
VIA FACSDlILE AND FEDERA~ EXPRESS
Sacramento
Central Contra Costa Sanitary Distriot
5019 Imhoff Place
Martinez, California 94553
Attention: Soard of Directors, c/o Park L. Boneysteele
RE: Heaqworks Facilt~ies Improvements Pro;ect
Dear Mr. Boneysteele:
This firm represents Humphrey Construction, Inc. ("HCI")
in various construction and labor relations matters. HCI
submitted the apparent low bid as a prime contractor on the above-
referenced project. It is our understanding that the staff of the
Central Contra Costa Sanitary District has contacted Hcr regarding
the responsiveness of HeI's bid, specifically regarding the fact
that HCI did not name an instrumentation and control company, as
allegedly required by the specifications. This letter will state
HCI's position regarding the instrumentation and control portion
of its bid on the above-referenced project.
As stated in the May 22, 1992 letter from Gordon Bawden
of HCI to Douglas Craig of the Central Contra Costa Sanitary
Distriot, Hcr utilized the cost of purchasing an instrumentation
and control package from JWP Controls, Inc. in caloulating the
instrumentation and control portion of its bid. However, HCI,
along with its eleotrical subcontractor, Amelco, intended to
install the instrumentation and control package itself. JWP
Controls, Inc. was not listed as a subcontractor because, other
than calibration and other routine teohnical work performed by any
major equipment supplier, it would not be performing any
construction work on the project.1
1 JWP Controls, Inc. was not included as a manufacturer or
supplier because there was no request under the "equipment and/or
material description" for instrumentation and control. However,
on May 20, 1992, ,less than 24 hours following bid day, HeI
informed the District that JWP Controls, Inc. would be supplying
its instrumentation and control system.
---1-"'--'--'---
JUN 01 '92 17:16 THIERMAN COOK BROWN
P.3/8
Central Contra
June 1, 1992
Page 2
sta Sanitary District
/
Purchasin~ the instrumentation and control paokage as a
supply item is the prevailinq practice in the industry. In this
case five out of six Didders did not list an instrumentation
"subcontractor. II Clearly, the other bidders also interpreted the
specification to permit the purchase of the instrumentation and
control packa~e as a supply item with installation to be performed
by the prime contractor. This interpretation is reinforced by the
definition of "Contractor" in the specification to mean
"Contractor/Instrumentation Subcontractor," thereby inferrin~ that
the two entities are interchan~eable.
HCl's instrumentation and control bid did not create any
bidding advantage for HeI as compared to other prime contractors.
HCI would pay a competitive price for the instrumentation and
control package and both HeI and Amelco would pay the required
prevailing wage to all employees performing the installation of
the system. Her bid the instrumentation and control package as it
did for a variety of reasons - industry practioe, its experienoe
in installation, the fact electrical subcontractor bids included
installation. It was not necessarily the lowest bid for the work.
HeI's purchase of the instrumentation and control system
as a supply item and the subsequent installation of this system by
HCI and its electrical subcontractor does not violate either
Section 13300 of the Contract Specifications or applibable
California law.
Section 13300(1.1) (B) of the Contract Specifications
purports to require the contractor to use an instrumentation
subcontractor and qualified electrical installers or subcontractor
to furnish, install and place into servioe the instrumentation and
control system. Paragraph 3.1(A) states that the Contractor shall
utilize personnel provided by the Instrumentation Subcontractor to
acoomplish, or sucervis@, the physical installation of all
elements. Thus, Section 13300 clearly acknowledges the use of an
electrical subcontractor such as Amelco to participate in the
installation or the system.
Section 13300(1.1) (B) further states that the
subcontractor shall "assume full responsibility for the functional
operation of all new and modified instrumentation systems.1t
However, Section 13300 goes on to provide: "The foregoing shall
enable the CONTRACTOR and the OWNER to be assured that the full
responsibility for the critical and complex technical requirements
of the applicable SectiQn(s) ot Division 13, will reside in an
organization which is qualified and experienced in the wastewater
treatment field and its process technology on a functional systems
basis. If
Thus, the subcontractor requirements exist for two ,.
reasons: 1) to ensure the installation is handled by qualified
personnel; and 2) to ensure there is a single organization
JUN 01 '92 17:16 THIERMAN COOK BROWN
Central Contra r lta sanitary District
June 1, 1992
Page 3
P.4/8
responsible for the functional operation of the system. These
requirements are more than satisfied in the instant case.
HeI will obtain the instrumentation and control package
from JWP Controls, Inc., one of the pre-qualified instrument
companies enumerated under Section 13300(1.1) (B). Thus, materials
which make up the instrumentation and control package are from a
source pre-approved by the awarding body.
Second, while based in the State of WaShington, HCI has
been in business for over 22 years and has an exceptional
reputation as a prime contractor on the construction of waste
treatment and wastewater treatment plants both in and out ot
California. Both HeI and Amelco are properly licensed to perform
and in fact experienced in the installation of instrumentation and
control packages. In tact, JWP Controls has specifically
authorized HeI and Amelco to install its equipment.2 In addition,
all of HeI's major subcontractors are local California
contractors. Therefore, the installation of the system and indeed
all of the work to be performed pursuant to HeI's bid would be
performed by highly competent contractors with extensive
experience in California.
Finally, Amelco, like a majority of the subcontractors
in HeI's bid, is a union suboontractor, supporting the point that
purchase of the instrumentation and control packaqe as a supply
item is an industry-wide practice for both union and non-union
contractors.
In sum, there can be no better assurance to the Owner
that the full responsibility for the instrumentation and control
package resides in a qualified and experienced organization than
for HCI to participate in the installation itself.
While Her and Amelco will be installinq the system, JWP
Controls remains entirely responsible for its operation, and all
of its warranties remain in place regardless of whether they or
HCI install the system. The Owner need only look to JWP Controls
if there is ever any problem with the system. Thus, the
requirements of Section 13300 are satisfied by HeI's bid.
.
HeI's bid similarly satisfies the requirements of
California law contained in the Public Contract Code. As stated
above, HCI's bid contemplates the purchase of the instrumentation
and control package as a supply item, with the installation to be
performed by HeI and its electrical subcontractor. Therefore,
there is no instrumentation subcontractor necessary. For that
2 This is confirmed in the enclosed letter of James
sadle:J Operations Manager of JWP Controls.
----------------------------------,----------------------- -----------------------------------
JUN 01 '92 17:17 THIERMAN COOK BROWN
P.5/8
Central Contra ( lta Sanitary Oistrict
June 1, 1992
Page 4
I
reason, HeI has complied with state law requirements regarding the
listing of subcontractors.
In addition, even assuming, arquendo, it is alleqea that
HCl improperly tailed to specify a subcontractor, such alleged
failure has been cured by HeI's compliance with Section 4106 of
the Public Contract Code, which proviaes: "It a prime contractor
fails to specify a subcontractor or a prime contractor specifies
more than one subcontractor for the same portion of work to be
performed under the contract in excess ot one-half of 1 percent ot
the prime contractor's total bid, the prime contractor agrees that
he or she is fully qualified to perform that portion himself or
herself, and that the prime contractor shall perform that portion
himself or herself."
As stated above,
of the instrumentation and
electrical subcontraotor.
sUbcontracting of the work
HeI will be performing the installation
control package itself along with its
There will be no post-award
to an instrumentation subcontractor.
Finally, again assuming tor the sake of argument that
HCI's bid is alleged to be nonresponsive, enclosed are affidavits
from HeI and JWP ContrOls, Ino., hereby filed with the District
pursuant to Section 4107.5(a) of the Public contract Code,
substituting JWP Controls, Inc. as the instrumentation and control
i
subcontractor.
Please call the undersigned at (916)442-3100 to discuss
this matter further.
Very truly yours,
THIERMAN, COOK, BROWN & PRAGER
('" - .'1\ ---. r;:> ij /
-<J -,0 ~ L:'061'----._
~J:: B. COOK
BRIAN O. BERTOSSA
BDB:aat
Enclosures
co: Humphrey Construction, Inc.
aatj3256jltrj6.1.92
.------...--------..-----.-----,-.-.......-....-------
JUN 01 '92 17:19 THIERMAN COOK BROWN
P.8/8
.
<~" nv:.~:tr~;:,
~VI~ OF BRIAN LUIZ
do hereby declare as follows:
1. I am . Vie. P~e.id8nt ot JWp ContrOls, Inc., a
pre-qualified instrument 8ubcontractor on the Headwork.
Facilities Improvements project of the central Contra Costa
Sanitary District.
2. Aa part of its bid on this project, Humphrey
construction, Inc. used the oo.t ot purchasinq the
instrumentation and cont~ol package trom JWp Controls, Inc., with
the installation to be performed by Humphrey Construction, Inc.
and its electrical subcontractor. This is a standard industry
practice. Both Humphrey Construction, Inc. and Amelco, its
electrical subcontractor, are fully licensed ~nd authorized to
install the instrumentation ana control package. Both my company
ana H~mphr$Y Construction, Inc. ber!eve that this procedure tully
satisfies the intent and requirements of the specifications on
this project.
3. However, should it be determined that an
instrumentation and control subcontractor was required to be
named, it was merely through inadvertent clerical error that JWP
Controls, Inc. Was not named as the subcontractor, and we would
reqQest ana accept our substitution 4S the instrumentation and
control subcontractor in the above-referenced projeot.
I hereby declare under penalty of perjury that the
tore9oin~ is tr~e and correct and that, ir askea, I could and
would ta.tily competently thereto in a court of law. Executed
this 1st day of June, 1992 at
~.__.....
P.7/8
JUN 01 '92 17:18 TH MAN COOK BROWN
JYJ''IMVIT OP CORPOl! ~WD!H
I, GORDON BAWDEN, do he~.oy QeQl~r. as tollows;
~. I a: An ottioer in Humphrey Con.~rue~ion, Inc., ,
bidd.r on the Ke.d~orka iacit1t1.. Imp~ov.m.nts P~Qj.ct ot the
central ccn~ra Co.~& Sanitary oiatr1e~.
~. It il our ~.lief that our bid, which called for
~h. purcnas. ot the 1n8trum.~tation an4 control paQ~aqe as a
supplY and 1ts sUbsequant 1nst.lla~10n bY our torce. and thoee ot
AAeleo, our .1.e~~1oal subcontrao~or, satistied ~h. r.qul~.m.nt5
~n4 ~h. in~.n~ ot the eontraet .p.ci!1ca~ion8 reqara1nq the
instrumen~ae1on and control packa9~'
3. It is not our bel1et tha~ tn. specifications
r.~ir$ the naminq ot an 1nlt~m.nta~ion and cont~ol
aubeontractor. However, .hould it ba datarmined that an
inat~entation and conerol aubcontraotor was requi~.d ~o b'
nalOed, t."en it '.&5 aerely through 1nad....rtant clerlcU error tha~
such a subcontractor wa. not named and Humpnrey construction I
Inc. therefore noW names JWP controls I In~. as it. in~.n4.Q
ina~rumant&tion an~ control .u~eQn~rAc~or on the ~.adworXs
Faciliti.. I~prove~.nts project.
I heraby ~.elara under penalty ot p.~j~~y tha~ the
forsqoinq is true and corr.ct ana thst, 1t aeked, I could end
would testifY COllp.t.n~lY therato 1n a court of law. s~ecu~..d
this lst. c1ay Q: J~ne, 1992 at _1..u()~/l'J.tlLL.I.~ _, Washington.
~ ~~cl-
G DON a....wue;rI
~
aa~/3256/~ld/6.1.92
---,-- - --- --------- --
JUN 01 '92 17:18 THIERMAN COOK BROWN
+JWP
P.6/8
..---...-....... ........................ ...-...... ...-,....., .., .-... -.. --......
..., . . .......... .
Control. Inc.
San FtttlCltce
Kay 211 1,t2
Huaph:.y con.~ruot1on, %nc.
P. O. Bc_ 107
Woc4invill., M..h1n~Qn 11012-0907
At~.n'1onl Mr. ~o~ert ~. Laraon
Purcha.~n; Mana;.:
a.feranca: Central Cont~& coat. 'anitary Oi.~riot
H.a4vorx. 'ac11it1.. Improvement
%n.~rua.nt.~1on aft~ Qont%ol.
Gantl....n:
JW' eon~rol., Xno. ia in r*ceipt of your l.~t.r ot intent 4a~.4
!5/28/''2 tor .awar4in4 3WP Control., Inc. t.he .uppl'y at <
in.trUm.nta~ion and ..rvic.. for the r.t.~.nc.4 proj.c~~
. '
, .
JWP Conttol. .xp.o~, to ..Ium. fUll r..pon.1Dility forth.
tunctional opcraeicn ot all new and mc~ifi.4 in.trum.ntation
.yat... a. required by paragraph 13300-1.1 8 at the r.~.ren=e4
p~oj.ot .p.ditioatlon..'
~ control_ ago.pt. Hu~phr.1 eon.~~ot1cn a. .~thcr13.4
in.t.~l.r ~O~ tbe mechanical in.tal1at1ona 0' .~ipm.n~ auppl1ed
by ~ control. and Am_lee Ileotric .. author1.e4 inataller tor
.J..o~ric:.l 1nat.allation of equlpment. aupplied by JWP'Cantrola.
JWP .Contrcla will p.rform the t..tinil oa11brat1on, otrainin;, and
.~art-~p with it.. own technical repr...n~at1v.. and taohnic:al
r.pr...ntative. ot it. .ub-.upp11.~. .. n-c...aryl
JWP ccn~rola .Qknowl.~q.. the 9ua~ant.. .erviQA prov1aiona of
pArtir.ph 13300-1.4.a.3 an~ i. prepared to ~..pond a. required to
m..t tne t1v. Q&landar day ..rvic. commitm.nt~ ,
=wP cont~ol. loo~' ~orward to wQrk1nq with ycu, Am.leo Zl.c~ric
And CeQSD in i=plemantinq a .~co...~ul project tor all oenG&rna4.
V.ry ~~ly your.,
I~
S I) . SAD%..%Jt
.r.~icn. xana,.r
JOS:ch
~w, C."t",l. In'. . .C4\) Pi-. l.". . COIlCCld. e;. e44.0 A (stO) 127.2'3&0 · FAX (&101 afN2f1
"'-'~--~'--~---,--------------'-~-"~-~-'_._.' ~_._., - .,. ,
PAGE 1 OF 2
AUTHORIZE THE GENERAL MANAGER-CHIEF ENGINEER TO
EXECUTE AN AGREEMENT WITH JOHN CAROLLO ENGINEERS
FOR THE DESIGN OF THE COGENERATION PROJECT (DP 10069)
NO.
7. TREATMENT PLANT a.
DATE
June 1, 1992
TYPE OF ACTION
AUTHORIZE AGREEMENT
SUBMITTED BY
Charles W. Batts
Plant 0 erations De artment Mana er
INITIATING DEPTJOIV.
Plant Operations Department
ISSUE: Authorization by the Board of Directors is required before the General Manager-Chief
Engineer can execute a Professional Services Agreement in an amount greater than $50,000.
BACKGROUND: At the December 19, 1991, meeting, the Board approved a Negative Declaration
and the Cogeneration Project. The project consists of the installation of a 3.3 megawatt gas
turbine generator with a waste heat recovery boiler located within the Solids Conditioning Building
to provide the treatment plant with baseline electrical power and steam for the aeration turbines.
The Board also passed a resolution approving the project as presented by the staff at that time.
The 30-day legal statute of limitations period for the Negative Declaration has passed without any
legal challenges. The Bay Area Air Quality Management District (BAAQMD) issued the Authority
to Construct (A TC) for the project to the District on January 21, 1992.
District staff conducted a formal competitive consultant selection process for the design of the
project, which included a Request for Proposal, Evaluation of Proposals, and a formal interview of
the three consulting firms. The team of John Carollo Engineers (JCE) and MSD Engineers was
selected for the project based on their project team qualifications, design experience with similar
installations, and a proven track record with other District projects. JCE also performed the
preliminary design for the project.
A proposed cost plus fixed fee agreement has been negotiated with JCE/MSD for the final design
of the Cogeneration Project with a cost ceiling of $539,182. The scope of the agreement provides
for final design, shop drawing review of pre-purchased equipment, start-up assistance, and
operator training. The total estimated cost for the project is $5.3 million. The design funds for
this project will be allocated from the treatment plant program of the Capital Improvement Budget.
The capital funds for this project may be reimbursed from the proceeds of future bond or certificate
of participation issues. To obtain this reimbursement, a Board resolution of Official Intent will be
needed. Staff will prepare a draft resolution for consideration in July.
INITIATING DEPTJOIV.
fCOMMENDED FOR BOARD ACTION
GEN. MGR1CHIEF ENG.
DJ
1302A-7/91
DJR
JLB
CWB
SUBJECT
AUTHORIZE THE GENERAL MANAGER-CHIEF ENGINEER TO
EXECUTE AN AGREEMENT WITH JOHN CAROLLO ENGINEERS
FOR THE DESIGN OF THE COGENERATION PROJECT (DP
10069)
::iillliJllilliiiiiillilI 11!1
PAGE 2 OF 2
DATE
June 1, 1992
The Cogeneration Project is described in the 1991-92 Capital Improvement Budget beginning on
page TP37.
RECOMMENDATION: Authorize the General Manager-Chief Engineer to execute a cost plus fixed
fee agreement not to exceed $539,182 with John Carollo Engineers/MSD, Inc. for final design of
the Cogeneration Project.
13028-7/91
~._------------------_._-_._--_._------------_._-------
Central Contra Costa Sanitary District
BOARD OF DIRECTORS
PAGE 1
OF 1
BOARD MEETING OF
NO.
June 4, 1 992
10. BUDGET AND FINANCE a.
DATEfv1ay 27, 1992
SUBJECT
CONSIDER REQUEST TO INCREASE THE CAPITALIZATION
LIMIT FOR FURNITURE AND EQUIPMENT ACQUISITION
FROM $250 TO $500 EFFECTIVE JULY 1, 1992
TYPE OF ACTION
INCREASE
ESTABLISHED LIMIT
SUBMITTED BY
INITIATING DEPT./DIV.
Walter Funasaki, Finance Officer
Administrative/Finance & Accounting
ISSUE: Authorization to increase the minimum amount established for capitalizing furniture
and equipment acquisition from $250 to $500 is requested.
BACKGROUND: The establishment of a minimum amount for capitalizing furniture and
equipment acquisition is a common feature in accounting for fixed assets. The current
minimum amount of $250 was established in 1984. Any furniture and equipment purchases,
such as office furnishing and small tools, which cost less than $250, are recorded in
Operations and Maintenance expense accounts and are not capitalized in the fixed assets
records. Capitalized furniture and equipment are inventoried annually; however, certain
furniture and equipment items, which cost less than the capitalization limit, are, nonetheless,
controlled through the inventory system because of susceptibility to disappearance.
The current capitalization limit is considered to be too low in view of inflationary price
increases, and additional record-keeping requirements which are entailed in fixed asset
accounting. Therefore, it is considered appropriate to increase the capitalization limit to $500
effective July 1, 1992.
RECOMMENDATION: Authorize the increase in the capitalization limit for furniture and
equipment acquisition from $250 to $500 effective July 1, 1992.
REVIEWED AND RECOMMENDED FOR BOARD ACTION
INITIATI,NG DEPT./DIV.
~-
1302A-7/91
WNF
PM
ROGER J. DOLAN
ADS/PosPaper # 1 /Caplimit.pp
---------,----------------.-----.-..----------.-