R-12-06-14-G6 - 6/14/2012 s
i
C
{
RESOLUTION NO. R-12-06-14-G6
WHEREAS, the City of Round Rock has previously entered into a Contract for Engineering y
Services ("Contract") with Bury + Partners, Inc. for the Lake Creek 2 Wastewater Line Upgrade
Y
Project; and
WHEREAS, Bury + Partners, Inc. has submitted Supplemental Contract No. 1 to the Contract
to modify the provisions for the scope of services; and
WHEREAS, the City Council desires to enter into said Supplemental Contract No. 1 with Bury
tkt
S.
+ Partners, Inc.,Now Therefore
BE IT RESOLVED BY THE COUNCIL OF THE CITY OF ROUND ROCK,TEXAS,
I
That the Mayor is hereby authorized and directed to execute on behalf of the City Supplemental 5
F
Contract No. 1 to the Contract with Bury + Partners, Inc., a copy of same being attached hereto as
Exhibit"A" and incorporated herein for all purposes. y
The City Council hereby finds and declares that written notice of the date, hour, place and
subject of the meeting at which this Resolution was adopted was posted and that such meeting was
open to the public as required by law at all times during which this Resolution and the subject matter
hereof were discussed, considered and formally acted upon, all as required by the Open Meetings Act,
Chapter 551, Texas Government Code, as amended.
t
RESOLVED this 14th day of June, 2012.
y1 3
ALAN MCGRAW, Mayor
City of Round Rock, Texas
ATTEST:
t
f
SARA L. WHITE, City Clerk
i
:
I
{
0'\wdox\SCC1nts\0112\1204\MUNICIPAL\00251646.DOC/rmc
t
S
t
i
EXHIBIT
A„
STATE OF TEXAS §
§
COUNTY OF WILLIAMSON §
t
t
SUPPLEMENTAL CONTRACT NO. 1
TO CONTRACT FOR ENGINEERING SERVICES
4:-
FIRM: BURY+PARTNERS INC. ("Engineer")
ADDRESS: 221 W. 6"'Street Suite 600Austin TX 78741
PROJECT: Lalce Creek 2 Wastewater Line Upgrade
This Supplemental Contract No. I to Contract for Engineering Services is made by and between
the City of Round Rock, Texas, hereinafter called the "City" and Bury + Partners, Inc.,
hereinafter called the"Engineer".
WHEREAS, the City and Engineer executed a Contract for Engineering Services, hereinafter
called the `.`Contract", on the 23rd day of June, 2011 for the Lake Creek 2 Wastewater Line #
Upgrade Project in the amount of$190,888.00;and t
WHEREAS, it has become necessary to amend the Contract to modify the provisions for the
scope of services and to increase the compensation by$75,943.00 to a total of$266,831.00;
NOW THEREFORE, premises considered, the City and the Engineer agree that said Contract
is amended as follows:
:
L
Article 2 Engineering Services and Exhibit B Engineering Services shall be amended as set
forth in the attached Addendum To Exhibit B. Exhibit C. Work Schedule shall be amended as
set forth in the attached Addendum To Exhibit C. 3
II.
Article 4 Compensation and Exhibit D. Fee Schedule shall be amended by increasing by
$75,943.00 the lump sum amount payable under the Contract for a total of $266,831.00, as
shown by the attached Addendum to Exhibit D.
IN WITNESS WHEREOF, the City and the Engineer have executed this Supplemental
Contract in duplicate.
Rev.12/01/08
supplemental Contract 84275
0199.7174;00250541
1
i
I �
BURY+ TNERS INC.
By:
Date
a
CITY OF ROUND ROCK APPROVED AS TO FORM:
y
By:
Alan McGraw,Mayor Stephan L. Sheets, City Attorney
Date
:
:
E
F'
sI
t
3
t
S
t
i
's
i
i
f
i
1
i
Supplemental Contract Rcv.12/01/08
0199.7174;00250541 84275
2
Y
F
k
[[L
7
i
ADDENDUM TO EXHIBIT B
Engineering Services '
yty
k
This amendment to Exhibit `B' modifies our original contract. Our proposed changes in scope of '
services includes the following specific items of work:
Item 1,Change in Services—Lake Creek Circle Alignment Revision
After a reviewing the data collected in the preliminary engineering phase of the project, the
City of Round Rock (City) has requested that the alignment of the proposed wastewater line be
revised. The revised alignment will follow an existing 12-inch wastewater line alignrlent north on
Burnet Street and east on Lake Creek Circle. This change requires additional engineering effort to
evaluate alternative connections,approximately 700 linear feet of additional survey,and additional
evaluation of obstructions within existing easements.
In accordance with our original scope of work,Bury retained an easement/right-of-way acquisition
subconsultant to provide support in acquiring up to nine(9)temporary easements for construction.
Our subconsultant has obtained right-of-entry for survey and has obtained ownership, i
encumbrances and lien reports for each property. However, the City has elected to secure any i
necessary easements using City personnel. Therefore, the scope of work and budget for our
subconsultant will be reduced. The following specific services are added to this Contract:
1.1 Compile available record drawings, topographic maps, utility information, right-of-way
(ROW) information, and property boundaries. Utility mapping will be based upon E
information and records obtained from utility owners.
f
1.2 Analyze existing wastewater connections to the existing 12-inch wastewater line. Evaluate
the constructability of installing the new 30-inch wastewater Pune in the same location as
the existing 12-inch wastewater line. Determine the most cost-effective method to provide f
wastewater service during construction of the new line.
1.3 Conduct and coordinate additional field surveys and topographic mapping for design #
purposes of approximately 700 linear feet which was not included in the original scope of
work. The extent of the topographic survey is assumed to be the existing ROW of Burnet
Street and Lake Creek Circle. Subsurface utility mapping will be based upon information
obtained fionn utility owners.
1.4 Walk the alignments to generally assess the quality of the record information and acquired
topographic information, and to identify obvious conflicts and discrepancies with record
information.
The following changes to the Contract shall be made:
H. Easements. Change the second sentence of this Section from "A total of nine (9) I
easements....."to"A total of six (6)easements....."
—Delete Items 4 and 5 of this Section from the
J. Easement/ROW Acquisition Servicesi
Contract. `
I
1
f
I
i
r'
Item 2,Change in Services—Lake Creel.Circle Hall Tract Additional Services
After a reviewing the data collected in the preluninary engineering phase of the project, the
City has requested that Bury investigate an alternative aligmuent on the Hall properly and evaluate
High Density Polyethylene(HDPE)as an alternative pipe material. The revision of the alignment
is at the request of the property owner to move the aligmnent of the proposed wastewater line to
the northern boundary of the existing utility easement. The relocation of the wastewater line and
subsequent abandonment of the two (2) existing wastewater lines will increase the land available
for fixture development. These changes require additional engineering effort to evaluate the
alternative aligmnent and provide a recommendation for the use of HDPEpipe for the project.
The following services are added to our Contract:
2.1 Establish an alternative alignment along the northern boundary of the existing utility
easement on the Hall property. Utilize the topographic and boundary survey obtained
during the Preliminary Engineering phase of the project to develop a plan and profile of
the alternative alignment. Reference the existing 12 and 24-inch wastewater lines in the 4
profile to aid in developing a by-pass pumping plan. No additional topographic work is
required or included in this Additional Service.
2.2 Analyze by-pass pumping requirements of the alternative alignment and the crossing of
South Mays Street. Compare the cost, reliability, and risks associated with the alternative
by-pass pumping plan with the original design. Recommend the most cost-effective I.
method to provide wastewater service during construction of the new line.
f
2.3 Investigate the use of HDPE as an alternative pipe material for the project. Evaluate the
soil conditions,bedding requirements,material and installation costs,construction methods
and long-term reliability of the pipe material for this project. Provide a cost comparison to
PVC pipe. Contact contractors qualified to install HDPE pipe to ensure an adequate
number of contractors in the Central Texas area would be available to provide competitive
bids.
s
2.4 Sunnnnarize the alternative alignment on the Hall property, by-pass pumping requirements
associated with the alternative alignment, and the HDPE vs. PVC comparison in a design
memorandum. A recommendation for the alignment and pipe material for final design
will be included in the memorandum.
Item 3,Change in Services -Extend Proposed 36-inch diameter interceptor
After completion of the 90 percent review,the City decided to extend the project from the current
proposed ending of the Lake Creek 3 project (designed by others)to connect with the existing 36-inch
diameter interceptor(existing manholes LC0915 to RW0170),a distance of approximately 2,380 linear
feet.The alignment for this portion of the interceptor will generally follow the existing interceptor.
Bury will conduct a preliminary alignment evaluation to evaluate replacement of the existing
interceptor or a parallel interceptor. This change requires additional preliminary design,detailed
design,surveying,and environmental services. Bury survey personnel will obtain any right of entry or
property reports necessary for any easements needed for the line extension.
Therefore,the following specific services are added to this contract: I
2
I
g
3.1. A. Preliminary Engineering Phase—Bury will complete an aligmnent evaluation
for a 36-inch diameter interceptor from the portion of the existing interceptor from the
manholes LC0915 to RWOI 70 including approximately 2,380 linear feet.Bury will
prepare a letter report illustrating alternatives considered and cost differences among
alternatives.
I
3.2 Final Design Phase, Bidding & Award Phase, Construction Phase, Record Drawings
and Design Survey—Bury will provide all services listed in Sections B, D, E, F and G
of Exhibit B for the additional portion of the interceptor from the manholes LC0915 to
6
RW0170, including approximately 2,380 linear feet of proposed 36-inch wastewater
interceptor,manholes,required connections and other appurtenances.
3.3 H. Easements - Bury will generate the required sketch of each required temporary
constriction easement along the proposed interceptor from the existing manholes
LC0915 to RW0170 including approximately 2,380 linear feet. A total of three (3)
easement sketches are assumed. No permanent easements are included in this portion
of the interceptor. Bury will be responsible for coordinating the acquisition of rights-of- s
entry for surveying purposes, and will obtain an Ownership, Encumbrances, and Lien
Report for each property for which temporary easements will be required.
3.4 I. Geotechnical — Bury retain a geotechnical consultant and drill three (3)
additional geotechnical borings to a depth of 15 feet.
3.5 K. Environmental Services — Bury will retain an environmental subconsultant to
perform the scope of work provided in the Environmental Services Scope of Work for
the additional portion of the interceptor from the manholes LC0915 to RW0170,
including approximately 2,380 linear feet of proposed 36-inch wastewater interceptor.
t
E
F
i
i
d
E
f
i
3
F
f
I
E
3 f r
f
1
5
t
yy5
}
i
i
F
ADDENDUM TO EXHIBIT CI
Work Schedule
F
F'
Attached Behind This Page
'z
s
E
Y
i
3
s
F
3
S
I
I
I
i
s
E
•
•� i C
y+ l I g
t
7 � ;
,li i J
f
i
i
i
s
Y�
k.
is
� ...;; •` dtr5�'i!t � 1, tttttttit t. ,_ �. � p�. ! tt i t�.... x
/�� :pt...� ��j y-ti•15+, t.i1ttll ,i �.1-i J:....«... ftt 7 •S t5tt.1
f��ii1l�<�� �!}�i�'7 �►iJi9}�}�}{� �3 <ij}�}!: �i� �iFt� �t%�{} ts��'
i
0
. .5t j:v,.,
j
q
e
ADDENDUM TO EXHIBIT D
Fee Schedule
3
Project Name: Lake Creek 2 Wastewater Line Upgrade
Project Limits: Replace a 24-inch WWL near McNeil Road
to a point north of the NE end of Springdale Street
Consultant: Bury+Partners, Inc.
R0100795-80001
r
Total Total
Project Billable Rates Labor '
Labor Costs Hours Fully-Loaded) Costs
Senior Project Manager 28 $177.50 $4,970
Project Manager 145 $157.50 $22,838
Engineer Assoc II 164 $114.50 $18,778
Senior Eng. Tech III 75 $127.50 $9,563
Clerical 34 $77.50 $2,635
Total 446 $58,783
Direct Costs
Reimbursable Expenses $2,700
Total $61,483
Additional Fee Summaries
Survey $24,000 F
Easements -$1,500
Geotechnical $2,915
Easement/ROW Acquisition Services -$17,896
Environmental Services $6,941
Total $14,460
TOTAL PROJECT FEES CSF#1 $75,943
x
i
PREVIOUS CONTRACT AMOUNT $190,888
C
4
j,
CURRENT CONTRACT AMOUNT $266,831 t'
i
j:
f
k'
ggt
R
I,
F
0axdOX%SCCinl510199171741CONTRACT=250720.XLS 5/18/2012
i
II
f
ROUN7K,TEXAS City Council Agenda Summary Sheet
PURPOSE.PASSION.PROSPERITY.
Agenda Item No. G6.
Consider a resolution authorizing the Mayor to execute Supplemental Contract No. 1 with
Agenda Caption: Bury+ Partners, Inc. for the Lake Creek Wastewater Line Upgrade Project.
Meeting Date: June 14, 2012
Department: Utilities and Environmental Services
Staff Person making presentation: Michael Thane, P.E. I
Utilities Director
3
r
Item Summary:
The City Council awarded Bury & Partners, Inc. a contract for design and construction phase services for the Lake
Creek 2 Wastewater Line Project (LC2) on June 23, 2011. The LC2 was originally to be a stand-alone project. After
design of the line commenced, the City decided to combine the construction of LC2 with the Lake Creek 3
Wastewater Line Upgrade Project (LC3) and the result would be a cost savings to the City. Since that time, it was
decided to change the original line routing of the LC2 line to reduce the redundancy of the LC2 and LC3 projects. i
The engineers for the two projects have coordinated the design of the projects and completed 75% plans. '
The City now wishes to add additional wastewater line upgrades onto the end of the LC3 line by adding the
engineering work onto the LC2 contract. This Supplemental Agreement No. 1 expands the scope of the original
contract to include the design and construction phase services of an additional 2,330 linear feet of 36-inch
wastewater line. This line will extend from the end of the LC3 line and intersect with the existing south wastewater
interceptor line where it is an existing 36-inch diameter line. Supplemental Agreement No. 1 increases the total
contact price with Bury& Partners, Inc.to$266,831, or an increase of$75,943.
Cost: $75,943
Source of Funds: Self-Financed Wastewater Construction
k
Date of Public Hearing(if required): N/A
Recommended Action: Approval
i
t
3:
4
t
i
i
i
i
fi
s
i
t
r
k
r;
S'.
t
V
1
i
i
i
i
I
i
STATE OF TEXAS §
COUNTY OF WILLIAMSON §
l
SUPPLEMENTAL CONTRACT NO. 1
TO CONTRACT FOR ENGINEERING SERVICES
f
FIRM: BURY+PARTNERS INC. ("Engineer")
ADDRESS: 221 W. 61i Street,Suite 600,Austin,TX 787011
PROJECT: Lake Creek 2 Wastewater Line Upgrade
1
This Supplemental Contract No. 1 to Contract for Engineering Services is made by and between
the City of Round Rock, Texas, hereinafter called the "City" and Bury + Partners, Inc.,
hereinafter called the"Engineer". a
F
WHEREAS, the City and Engineer executed a Contract for Engineering Services, hereinafter F
called the "Contract", on the 23rd day of June, 2011 for the Lake Creek 2 Wastewater Line 1
Upgrade Project in the amount of$190,888.00; and
1'
WHEREAS, it has become necessary to amend the Contract to modify the provisions for the
scope of services and to increase the compensation by$75,943.00 to a total of$266,831.00; c
F
NOW THEREFORE, premises considered, the City and the Engineer agree that said Contract
is amended as follows:
I. x
{
Article 2, Engineering Services and Exhibit B, Engineering Services shall be amended as set
forth in the attached Addendum To Exhibit B. Exhibit C, Work Schedule shall be amended as I i
set forth in the attached Addendum To Exhibit C.
IL
Article 4, Compensation and Exhibit D, Fee Schedule shall be amended by increasing by
$75,943.00 the lump sum amount payable under the Contract for a total of $266,831.00, as
shown by the attached Addendum to Exhibit D.
IN WITNESS WHEREOF, the City and the Engineer have executed this Supplemental
Contract in duplicate.
t
g
1:
Supplemental Contract Rev.12/01/08
0199.7174;00250541 84275
1 j
i
i
I
i
I j
3
I
3
BURY+ TNERS INC.
I
B3,;
i
4
Zl ��--
Date
CITY OFR UND ROC C 4APPVED A TO F RM:By:
Alan McGraw,Mayor Sheets, City Attorney
DateG
f
f
ti
4
A.
{
S
E
i
F
S.
K
C
i:.
E
y
't
i
f
S
h
Supplemental Contract Rev.12/01/08
0199.7174;00250541 84275
2
I
i
i
i
i
i
i
ADDENDUM TO EXHIBIT B
E
Engineering Services `.
iP
i
This amendment to Exhibit `B' modifies our original contract. Our proposed changes in scope of
services includes the following specific items of work: i
Item 1,Change in Services—Lake Creek Circle Alignment Revision
Atter a reviewing the data collected in the preliminary engineering phase of the project, the
City of Round Rock (City) has requested that the alignment of the proposed wastewater line be
revised. The revised alignment will follow an existing 12-inch wastewater line aligmnent north on }
Burnet Street and east on Lake Creek Circle. This change requires additional engineering effort to
evaluate alternative connections,approximately 700 linear feet of additional survey,and additional
evaluation of obstructions within existing easements.
1
In accordance with our original scope of work,Bury retained an easement/right-of-way acquisition
subconsultant to provide support in acquiring up to nine(9)temporary easements for construction.
Our subconsultant has obtained right-of-entry for survey and has obtained ownership,
encumbrances and lien reports for each property. However, the City has elected to secure any I
necessary easements using City personnel. Therefore, the scope of work and budget for our
t
subconsultant will be reduced. The following specific services are added to this Contract:
1.1 Compile available record drawings, topographic maps, utility information, right-of-way s
(ROW) information, and property boundaries. Utility mapping will be based upon
information and records obtained from utility owners. g
1.2 Analyze existing wastewater connections to the existing 12-inch wastewater line. Evaluate
the constructability of installing the new 30-inch wastewater line in the same location as
the existing 12-inch wastewater line. Determine the most cost-effective method to provide
wastewater service during construction of the new line.
1.3 Conduct and coordinate additional field surveys and topographic mapping for design
purposes of approximately 700 linear feet which was not included in the original scope of
work. The extent of the topographic survey is assumed to be the existing ROW of Burnet
Street and Lake Creek Circle. Subsurface utility mapping will be based upon information 1
obtained fiorn utility owners.
1.4 Walk the alignments to generally assess the quality of the record information and acquired
topographic information, and to identify obvious conflicts and discrepancies with record
information.
The following changes to the Contract shall be made: f
H. Easements. Change the second sentence of this Section from "A total of nine (9)
easements....."to"A total of six (6)easements....."
t.
J. Easement/ROW Acquisition Services—Delete Items 4 and 5 of this Section from the i
! t
Contract.
i
1
1
4'
F
i
i
i '
; 3
f �
Item 2,Change in Set-vices—Lake Creek Circle Hall Tract Additional Services i
After a reviewing the data collected in the preliminary engineering phase of the project, the
City has requested that Bury investigate an alternative alignment on the Hall property and evaluate
High Density Polyethylene(HDPE)as an alternative pipe material. The revision of the alignment
is at the request of the property owner to move the alignrttent of the proposed wastewater line to
the northern boundary of the existing utility easement. The relocation of the wastewater line and
subsequent abandonment of the two (2) existing wastewater lines will increase the land available
for fixture development. These changes require additional engineering effort to evaluate the
alternative aligmnent and provide a recommendation for the use of HDPE pipe for the project.
The following services are added to our Contract:
2.1 Establish an alternative alignment along the northern boundary of the existing utility
4
easement on the Hall property. Utilize the topographic and boundary survey obtained C
during the Preliminary Engineering phase of the project to develop a plan and profile of
the alternative alignment. Reference the existing 12 and 24-inch wastewater lines in the g
profile to aid in developing a by-pass pumping plan. No additional topographic work is
required or included in this Additional Service.
2.2 Analyze by-pass pumping requirements of the alternative alignment and the crossing of
South Mays Street. Compare the cost, reliability, and risks associated with the alternative
by-pass pumping plan with the original design. Recommend the most cost-effective
method top rovide wastewater service during construction of the new line.
2.3 Investigate the use of HDPE as an alternative pipe material for the project. Evaluate the
soil Conditions,bedding requirements,material and installation costs,construction methods
and long-terns reliability of the pipe material for this project. Provide a cost comparison to
PVC pipe. Contact contractors qualified to install HDPE pipe to ensure an adequate
number of contractors in the Central Texas area would be available to provide competitive
bids. y
2.4 Sunvnarize the alternative alignment on the Hall property, by-pass pumping requirements
associated with the alternative aligmnent, and the HDPE vs. PVC comparison in a design 1
memorandum. A recommendation for the alignment and pipe material for final design
will be included in the memorandum.
l
Item 3,Change in Services - Extend Proposed 36-inch diameter interceptor
:
After completion of the 90 percent review,the City decided to extend the project from the current
proposed ending of the Lake Creek 3 project (designed by others)to connect with the existing 36-inch
diameter interceptor(existing manholes LC0915 to RW0170),a distance of approximately 2,380 linear
feet.The alignment for this portion of the interceptor will generally follow the existing interceptor.
Bury will conduct a preliminary alignment evaluation to evaluate replacement of the existing
interceptor or a parallel interceptor. This change requires additional preliminary design,detailed
design, surveying,and environmental services. Bury survey personnel will obtain any right of entry or
property reports necessary for any easements needed for the line extension.
Therefore, the following specific services are added to this contract: ` I
2
s
s
3.1. A. Preliminary Engineering Phase—Bury will complete an alignment evaluation
for a 36-inch diameter interceptor from the portion of the existing interceptor from the 3
manholes LC0915 to RW0170 including approximately 2,380 linear feet. Bury will
prepare a letter report illustrating alternatives considered and cost differences among
g:
alternatives. 4
B
3.2 Final Design Phase, Bidding & Award Phase, Construction Phase, Record Drawings
and Design Survey—Bury will provide all services listed in Sections B, D, E, F and G
of Exhibit B for the additional portion of the interceptor from the manholes LC0915 to
RW0170, including approximately 2,380 linear feet of proposed 36-inch wastewater
interceptor,manholes,required connections and other appurtenances.
3.3 H. Easements - Bury will generate the required sketch of each required temporary
construction easement along the proposed interceptor from the existing manholes
LC0915 to RW0170 including approximately 2,380 linear feet. A total of three (3) r
easement sketches are assumed. No permanent easements are included in this portion
of the interceptor. Bury will be responsible for coordinating the acquisition of rights-of-
entry for surveying purposes, and will obtain an Ownership, Encumbrances, and Lien
Report for each property for which temporary easements will be required.
3.4 I. Geotechnical — Bury retain a geotechnical consultant and drill three (3)
additional geotechnical borings to a depth of 15 feet.
3.5 K. Environmental Services — Bury will retain an environmental subconsultant to
perform the scope of work provided in the Environmental Services Scope of Work for
the additional portion of the interceptor from the manholes LC0915 to RW0170,
including approximately 2,380 linear feet of proposed 36-inch wastewater interceptor.
f
3
r
1
k
8
f
S
A.
ADDENDUM TO EXHIBIT C =ikt
Work Schedule
i
Attached Behind This Page
r
k
F
s
x
f
f
}
x
t
ff
f
a
i
}
6
f
4
f'
k
tl
k
i;
4
i'
is
i
s44
i
1
S
4
q
y�
.f �d
AL 6
i
t � 1
r i
j � o
s p r
is
i
f
4` ¢
99 I {gL
y 5
gyk
�� x
4
r
s
ADDENDUM TO EXHIBIT D
Fee Schedule
Project Name: Lake Creek 2 Wastewater Line Upgrade
Project Limits: Replace a 24-inch WWL near McNeil Road
to a point north of the NE end of Springdale Street
Consultant: Bury+Partners, Inc.
R0100795-80001
Total Total
Project Billable Rates Labor
Labor Costs Hours (Fully-Loaded) Costs
:
Senior Project Manager 28 $177.50 $4,970
Project Manager 145 $157.50 $22,838
Engineer Assoc II 164 $114.50 $18,778
Senior Eng. Tech III 75 $127.50 $9,563 t
Clerical 34 $77.50 $2,635
Total 446 $58,783
Direct Costs
Reimbursable Expenses $2,700
Total $61,483
Additional Fee Summaries
Survey $24,000
Easements -$1,500
Geotechnical $2,915 j
Easement/ROW Acquisition Services -$17,896
Environmental Services $6,941
Total $14,460
TOTAL PROJECT FEES CSF#1 $75,943
i
e
PREVIOUS CONTRACT AMOUNT $190,888
CURRENT CONTRACT AMOUNT $266,831
r
j
t
I
' k
z
`s
i
O:IKdOXISCCInISl0199V174%CONTRACT1W250720 AS 5/18/2012
a
F
If