Loading...
R-07-04-12-11F4 - 4/12/2007 RESOLUTION NO. R-07-04-12-11174 WHEREAS, the City of Round Rock has previously entered into a Contract for Engineering Services ("Contract") with Camp Dresser & McKee, Inc . for the Water Treatment Plant for the Cedar Park/Round Rock/Leander Regional Water System Improvements Project, and WHEREAS, Camp Dresser & McKee, 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 Camp Dresser & McKee, Inc. , Now Therefore BE IT RESOLVED BY THE COUNCIL OF THE CITY OF ROUND ROCK, TEXAS, That the Mayor is hereby authorized and directed to execute on behalf of the City Supplemental Contract No. 1 to the Contract with Camp Dresser & McKee, Inc. , a copy of same being attached hereto as Exhibit "A" and incorporated herein for all purposes. 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. RESOLVED this 12th day of April, 07. L, Mayor A ST: City of Round Rock, Texas CHRISTINE R. MARTINEZ, City Sec etary 0:\Wdox\RESOLUTI\R70412F4.WPD/rmo/0199-4622 STATE OF TEXAS § COUNTY OF WILLIAMSON § SUPPLEMENTAL CONTRACT NO.1 TO CONTRACT FOR ENGINEERING SERVICES FIRM: CAMP DRESSER&McKEE,INC. ("Engineer') ADDRESS: 12357-A Riata Trace Parkway, Suite 210 Austin,Texas 78727 PROTECT: Water Treatment Plant for the Cedar Park/Round Rock/Leander Water System Improvement This Supplemental Contract No. 1 to Contract for Engineering Services is made by and between the CITY OF ROUND ROCK,(hereinafter referred to as"Round Rock',the CITY OF CEDAR PARK, (hereinafter referred to as "Cedar Park'),the CITY OF LEANDER, (hereinafter referred to as "Leander'), (all collectively referred to hereinafter as "Owners') and Camp Dresser & McKee,Inc.,(hereinafter called the"Engineer'). WHEREAS, the City and Engineer executed a Contract for Engineering Services,hereinafter called the`SContract",on the 21 st day of December,2006 for the Water Treatment Plant for the Cedar Park/Round Rock/Leander Water System Improvement Proj ect; and WHEREAS, it has become necessary to amend the Contract to modify the provisions for the scope of services,to increase the compensation by$2,606,800.00 to a total of$3,309,912.00; and NOW THEREFORE, premises considered,the City and the Engineer agree that said Contract is amended as follows: I. Article 2, Engme_m= Services and Exhibit B, En meMR Services shall be amended as set forth in the attached Addendum To Exhibit B. Exhibit D.Work Schedule shall be amended as set forth in the attached Addendum To Exhibit D II. Article 4. Compensation and Exhibit E. Fee Schedule shall be amended by increasing by $2,606,800.00 the lump sum amount payable under the Contract for a total of$3,309,912.00, as shown by the attached Addendum to Exhibit E. IN WITNESS WHEREOF, the City and the Engineer have executed this Supplemental Contract in duplicate. Supplctnental Contract#1 6/06 7/0 CORR Proj ect#WA05MVRAW Rev.0847/0 111319/0140.4622 EXHIBIT CITY OF ROUND ROCK, TEXAS APPROVED AS TO FORM: By: Nyle Maxwell,Mayor Stephan L. Sheets, City Attorney ATTEST: By: Christine Martinez, City Secretary 2. CITY OF CEDAR PARK, TEXAS APPROVED AS TO FORM: By: Brenda Eivens,City Manager Leonard Smith,Special Counsel ATTEST: By: LeAnn Quinn, City Secretary 3. CITY OF LEANDER, TEXAS APPROVED AS TO FORM: By: John Cowman,Mayor Diana Granger,Attorney ATTEST: By: Debbie Haile,City Secretary 4. CAMP DRESSER&McKEE INC. By; Allen D.Woelke,P.E.,Vice President 5. ADDENDUM TO EXHIBIT B Engineering services The changes to the scope of this project are as follows: PHASE 2 FINAL DESIGN ENGINEERING SERVICES The Final Design Phase shall consist of the design of the following facilities at the Regional Water Treatment Plant. • Raw Water Meter Vault ■ Process Structure Consisting of o Rapid Mix Basins o Flocculation Basins o Sedimentation Basins o Filter o Chemical Storage and Feed Facilities o Operations/Administrative Space ■ Waster Backwash Water Recycle System Consisting of: o Waste Backwash Clarifiers o Waste Backwash Recycle Pump Station ■ Sludge Handling and Dewatering System Consisting of o Sludge Lift Station o Sludge Thickeners o Sludge Dewatering Facility(Belt Press Dewatering) ■ Disinfection System Consisting of o Chlorine and AmmoniaBuilding o Chlorine Storage and Feed Facilities o LAS Storage and Feed Facilities o Disinfection Basin ■ Precast Concrete Lowe-Clearwell ■ High Service and Backwash Pump Station ■ Pipeline to Upper Clearwell ■ Upper Clearwell ■ Maintenance Building ■ Finished Water Meter Vaults ■ RawWater Pipeline From Plant Site to New Hope Road ■ Site Paving and Drainage ■ Site Landscape and Irrigation System ■ Site Security System ■ Plant SCADA System 1) ENGINEER shall provide topographic survey of the required area of the regional water treatment plant site, upper clemwell site and interconnecting pipeline route. The topographic survey will locate all physical features on the site including trees larger than 6-inches in diameter. The survey will be performed to allow development of one foot contours to be used during the design of the facilities and appurtenances. Survey will be on City of Cedar Paris coordinate and elevation system(subcontracted service). ENGWEER shall coordinate with surveyor so that design requirements are communicated and that issues encountered during the field surveys are addressed 2) ENGINEER shall provide soil borings at the water treatment plant site and the upper clearwell site and foundation recommendations for the facilities and appurtenances(subcontracted service ENGINEER shall coordinate with geotechnical engineer so that design requirements are communicated and that issues encountered during the geotechnical field work are addressed The ENGINEER shall work with the geotechnical engineer and investigate foundation alternatives that provide the most economical system for the OWNER. 3) ENGINEER shall provide a geophysical assessment of the water treatment plant site to determine if sensitive geologic features (eg. karst features and old quarries) exist in the project area Results from the geophysical assessment will be used in conjunction with the environmental assessments to identify potential endangered species habitat(subcontracted service). ENG24EER shall coordinate with geophysical scientists so that design requirements are communicated and that issues encountered during the geophysical assessment are addressed 4) Prepare for incorporation in the Contract Documents final Drawings showing the scope,extent and character of the work to be performed and furnished by Contractor and Specifications (which will be prepared, where appropriate,in conformance with the sixteen division format ofthe Construction Specifications Institute). S) Provide technical criteria,written descriptions and design data for use in filing applications for permits with or obtaining approvals of such governmental authorities as have jurisdiction to review or approve the final design of the Project,and assist OWNER in consultations with appropriate authorities. 6) Advise OWNER of any adjustments to the opinion of probable Construction Cost and any adjustments to Total Project Costs known to ENGINEER as aresult of change in scope,extent or character or design requirements of the Project. 7) After consulting with the OWNER concerning OVM R's desired format,prepare for review and approval by OWNER,its legal counsel and other advisors,contact agreement farms,general conditions and supplementary conditions, and (where appropriate) bid forms, invitations to bid and instruction to bidders, and assist in the preparation of other related documents. ENGINEER shall modify documents in accordance with the recommendations of OWNER 8) Furnish eight full-size copies of the above documents,Drawings and Specifications to the OWNER for each review. ENGINEER shall conduct a Drawing and Specification review meeting with the OWNER at 601/6 complete,900/6 complete and 100%complete.Furnish an updated project cost estimate at each review meeting. 9) Engineer's services under the Design Phase will be considered complete at the date when the submittals have been accepted by OWNER plus such additional time as may be considered reasonable for obtaining approval of governmental authorities having jurisdiction to approve the potions ofthe Project designed or specified by ENGINEER,if such approval is to be obtained during the Design Phase. BIDDING PHASE SERVICES After acceptance by OWNER of the ENGINEER's Drawings,Specifications and other Design Phase documentation (including the most recent opinion of probable Construction Cost)and upon written authorization from OWNER to proceed,ENGINEER.shall: 1) Assist OWNER in advertising for and obtaining bids for the contract for construction,materials,equipment and services; and,where applicable, maintain a record of prospective bidders to whom Bidding Documents have been issued, attend pre-bid conference, if any, and receive and process deposits for Bidding Documents. ENGINEER shall distribute Drawings and Specifications from their office and keep a plan holders list. 2) Provide the OWNER eight full-size copies of the bidding Drawings and Specifications.ENGINEER will collect non-refundable deposits for Drawings and Specifications provided to Bidders and will use the deposits to defray the reproduction cost to the OWNER ENGINEER will provide copies of the Drawings and Specifications at no cost to plan rooms and other entities that increase the interest in the Project. 3) Issue addenda as appropriate to clarify,corrector change the Bidding Documents. 4) Consult with OWNER as to acceptability of subcontractors, suppliers and other persons and entities proposed by Contractor for those portions of the work as to which such acceptability is required by the Bidding Documents. 5) Attend and preside over a prebid meeting to present project to prospective bidders and respond to questions raised by prospective bidders. 6) Attend the bid opening,prepare bid tabulation sheets and assist OWNER in evaluating bids or proposals and in assembling and awarding contracts for construction,materials,equipment and services. 7) The Bidding Phase will terminate and the services to be performed or fumished thereunder will be considered complete upon commencement of the Construction Phase or upon cessation of negotiations with prospective Contractors. ADDENDUM TO EXHIBIT D Work Schedule The changes to the Work Schedule for this project are as follows: Notice to Proceed Janumy 2,2007 Phase 1 Prelbuinm7 EnRineering Services Preliminary Engineering Services March 28,2007 Phase 2 Final Dedgm Enidneednix Services Design Phase Services Jmnary 10 2008 Bidding Phase Services A rII 24 2008 ADDENDUM TO EXHIBIT E Fee Schedule The changes to the Fee Schedule for this project are as follows: Basic Services Special Services Phase 1 PreliminaryEngineeringServices Task 1—Kick-off Meeting/Project Management $139183 Task 2—Water Treatment Process Economic and $327,665 Operational Analysis Task 3—Finalize Plant Site $61,722 Task 4—Facility Plan $144,272 Task 5—SCADA Standards $30,270 Development/Integration Phase 1 Total $703,112 Supplemental Agreement No. 1 Phase 2 Final Design Engineering Services Design Phase Services(Water Treatment $2,285,500 Platt Desixa Phase Services(Raw Water Segment 4 $35,000 Bidding Phase Services $121,800 Surveying $50,000 Geotechnical $56,500 Geophysical Investigation $58,000 Environmental/Ar-chneologdcal By Owner B Owner Subtotal $2,442,300 $164,500 Phase 2 Total(Supplemental Agreement $2,606,800 No. 1 I I i S � FtM 0 GF D Oge �38 0 r /�►Q�N �o�-4�aMG FI-20(FLOATING INTAKE) R� DWI-154(DEEP WATER INTAKE) �0a RW-1(38'RAW WATER LINE) RW-2(78'RAW WATER LINE) �a RW-3(64'RAW WATER LINE) 105.8 MGD eH W 15N`GO RW-4(78'RAW WATER LINE) Regional WTP pe �QatK RW-5(96'RAW WATER LINE) ® WTP-PH 1(WATER TREATMENT PLANT(PHASE 1)(3)(4) TW-1(78'TREATED WATER LINE) TW-2A 8r 28(78972'TREATED WATERLINE) 9 TW-2C(72'TREATED WATER LINE) TW-3(48'TREATED WATER LINE) Sanp Q- dyCeCreek WTP Lime ■ a � �MtiGng Ce P rk I WTPI I I I I ROUND ROCK,CEDAR PARK, &LEANDER REGIONAL WATER SUPPLY PROJECT 153 7 MGD PROJECT SCHEDULED FOR COMPLETION-SPRING 2010 f p Water r ke ryIAFSAWATEM1MEW HOPE RU hA iFIRUNE DATE: April 5, 2007 SUBJECT: City Council Meeting - April 12, 2007 ITEM: 11.F.4. Consider a resolution authorizing the Mayor to execute Supplemental Contract No. 1 with Camp Dresser & McKee, Inc. regarding the Water Treatment Plant for the Cedar Park/Round Rock/Leander Regional Water System Improvements Project. Department: Water and Wastewater Utilities Staff Person: Michael D. Thane, Utility Director Justification: This supplemental agreement is for Final Design Services. The Parties of the Regional Water Supply System have agreed to jointly pursue the Final Design Services. These services will provide the final design and bidding phase services required for the construction of the Water Treatment Plant. The Parties according to their ultimate capacity allocation percentage in the Regional Water System shall share all Final Design Costs. These percentages are Round Rock, 38.56%; Cedar Park, 14.18%; and Leander, 47.26%. Funding: Cost: $1,005,182.08 Source of funds: Capital Project Funds (Self-Financed Utility) Outside Resources: Camp Dresser & McKee, Inc. Background Information: This Supplemental Agreement No. 1 for Final Design Services for the Water Treatment Plant, include high service pump station, upper and lower clear wells, facility plan, regional SCADA system, phasing of the ultimate plant layout, and bidding. The engineering fees will be paid on a percentage of the ultimate capacity needed by each Party. The total cost of this contract will be $2,606,800.00 with Round Rock's share being $1,005,182.08. The City of Round Rock's percentage is 38.56%, based on an ultimate capacity in the system of 40.8 mgd. Public Comment: N/A EXECUTED DOCUMENT FOLLOWS STATE OF TEXAS § COUNTY OF WILLIAMSON § SUPPLEMENTAL CONTRACT NO.1 TO CONTRACT FOR ENGINEERING SERVICES FIRM: CAMP DRESSER&McKEE,INC. ("Engineer') ADDRESS: 12357-A Riata Trace Parkway, Suite 210 Austin,Texas 78727 PROTECT: Water Treatment Plant for the Cedar Park/Round Rock/Leander Water System Improvement This Supplemental Contract No. 1 to Contract for Engineering Services is made by and between the CITY OF ROUND ROCK, (hereinafter referred to as"Round Rock',the CITY OF CEDAR PARK, (hereinafter referred to as `SCedar Park',the CITY OF LEANDER, (hereinafter referred to as "Leander'), (all collectively referred to hereinafter as "Owners') and Camp Dresser & McKee,Inc.,(hereinafter called the"Engineer'). WHEREAS, the City and Engineer executed a Contract for Engineering Services,hereinafter called the`SContract", on the 21st day of December,2006 for the Water Treatment Plant for the Cedar Park/Round Rock/Leander Water System Improvement Project; and WHEREAS, it has become necessary to amend the Contract to modify the provisions for the scope of services,to increase the compensation by$2,606,800.00 to a total of$3,309,912.00; and NOW THEREFORE, premises considered,the City and the Engineer agree that said Contract is amended as follows: I. Article 2, Engineerin% Services and Exhibit B, Engineering Services shall be amended as set forth in the attached Addendum To Exhibit B. Exhibit D,Work Schedule shall be amended as set forth in the attached Addendum To Exhibit D II. Article 4, Compensation and Exhibit E, Fee Schedule shall be amended by increasing by $2,606,800.00 the lump sum amount payable under the Contract for a total of$3,309,912.00, as shown by the attached Addendum to Exhibit E. IN WITNESS WHEREOF, the City and the Engineer have executed this Supplemental Contract in duplicate. Supplemental Contract#1 Rev.07/06/06 CORR Proj est#WA05TRVRAW 84275 111319/0140.4622 9-07-04-/a1-/1F'/ CITY OF ROUND ROCK, TEXAS APPROVED AS TO FORM: By: , axw , Mayor 4Steph . Sheets, City Attorney ATTEST: By: 'Vllt l� Chnstine Martinez, City S ecretary 2. ( { � [ CITY OF CEDAR PARK, TEXAS APPROVED AS TO FORM: [ ( , ( By: lip, B end Eivens, C1ty Manager teSardSmith, & Counsel ( ( { ATTEST: { ( By: Le6&Q&rn4 City Secretary ( { { � ( � { � { � | | � | � | } � ) � } & x - a CITY OF LEANDER, TEXAS APPROVED AS TO FORM: By: J Cowman, Mayor Diana Grang ,A rney K` ATTEST: t By: 0 t Debbie Haile, City Secretary i 3 i 4. CAMP DRESSER&McKEE INC. i By: Allen D.Woelke,P.E.,Vice President 5. ADDENDUM TO EXHIBIT B Engineering services The changes to the scope of this project are as follows: PHASE 2 FINAL DESIGN ENGINEERING SERVICES The Final Design Phase shall consist of the design of the following facilities at the Regional Water Treatment Plant. ■ Raw Water Meter Vault ■ Process Structure Consisting of o Rapid Mix Basins o Flocculation Basins o Sedimentation Basins o Filters o Chemical Storage and Feed Facilities o Operations/Administmtive Space ■ Waster Backwash Water Recycle System Consisting of: o Waste Backwash Clarifiers o Waste Backwash Recycle Pump Station ■ Sludge Handling and Dewatering System Consisting of o Sludge Lift Station o Sludge Thickeners o Sludge Dewatering Facility(Belt Press Dewatering) ■ Disinfection System Consisting of o Chlorine and Ammonia Building o Chlorine Storage and Feed Facilities o LAS Storage and Feed Facilities o Disinfection Basin ■ Precast Concrete Lower Clearwell ■ High Service and Backwash Pump Station ■ Pipeline to Upper Clearwell ■ Upper Clearwell ■ Maintenance Building • Finished Water Meter Vaults ■ Raw Water Pipeline From Plant Site to NewHope Road ■ Site Paving and Drainage ■ Site Landscape and Irrigation System ■ Site Security System ■ Plant SCADA System 1) ENGINEER shall provide topographic survey of the required area of the regional water treatment plant site, upper clearwell site and interconnecting pipeline route. The topographic survey will locate all physical features on the site including trees larger than 6-inches in diameter. The survey will be performed to allow development of one foot contours to be used during the design of the facilities and appurtenances. Survey will be on City of Cedar Park coordinate and elevation system(subcontracted service). ENGINEER shall coordinate with surveyor so that design requirements are communicated and that issues encountered during the field surveys are addressed 2) ENGINEER shall provide soil borings at the water treatment plant site and the upper clearwell site and foundation recommendations for the facilities and appurtenances(subcontracted service). ENGINEER shall coordinate with geotechnical engineer so that design requirements are communicated and that issues encountered during the geotechnical field worst are addressed The ENGINEER shall work with the geotechnical engineer and investigate foundation alternatives that provide the most economical system for the OWNER. 3) ENGINEER shall provide a geophysical assessment of the water treatment plant site to determine if sensitive geologic features (eg. karst features and old quarries) exist in the project area Results from the geophysical assessment will be used in conjunction with the environmental assessments to identify potential endangered species habitat(subcontracted service}. ENGINEER shall coordinate with geophysical scientists so that design requirements are communicated and that issues encountered during the geophysical assessment are addressed. 4) Prepare for incorporation in the Contract Documents final Drawings showing the scope,extent and character of the work to be performed and furnished by Contractor and Specifications (which will be prepared, where appropriate,in conformance with the sixteen division format of the Construction Specifications Institute). 5) Provide technical criteria,written descriptions and design data for use in filing applications for permits with or obtaining approvals of such governmental authorities as have jurisdiction to review or approve the final design of the Project,and assist OWNER in consultations with appropriate authorities. 6) Advise OWNER of any adjustments to the opinion of probable Construction Cost and any adjustments to Total Project Costs known to ENGINEER as aresult of change in scope,extent or character or design requirements of the Project. 7) After consulting with the OWNER concerning OWNER's desired format,prepare for review and approval by OWNER, its legal counsel and other advisors,contract agreement forms,general conditions and supplementary conditions, and (where appropriate) bid forms, invitations to bid and instruction to bidders, and assist in the preparation of other related documents. ENGINEER shall modify documents in accordance with the recommendations of OWNER. 8) Furnish eight full-size copies of the above documents,Drawings and Specifications to the OWNER for each review. ENGINEER shall conduct a Drawing and Specification review meeting with the OWNER at 60% complete,901/6 complete and 100%complete.Furnish an updated project cost estimate at each review meeting. 9) Engineer's services under the Design Phase will be considered complete at the date when the submittals have been accepted by OWNER plus such additional time as may be considered reasonable for obtaining approval of governmental authorities having jurisdiction to approve the portions of the Project designed or specified by ENGINEER,if such approval is to be obtained during the Design Phase. BIDDING PHASE SERVICES After acceptance by OWNER of the ENGINEER's Drawings,Specifications and other Design Phase documentation (including the most recent opinion of probable Construction Cost)and upon written authorization from OWNER to proceed,ENGINEER shall: 1) Assist OWNER in advertising for and obtaining bids for the contract for construction,materials,equipment and services; and, where applicable,maintain a record of prospective bidders to whom Bidding Documents have been issued, attend pre-bid conference, if any, and receive and process deposits for Bidding Documents. ENGINEER shall distribute Drawings and Specifications from their office and keep a plan holders list. 2) Provide the OWNER eight full-size copies of the bidding Drawings and Specifications.ENGINEER will collect non-refundable deposits for Drawings and Specifications provided to Bidders and will use the deposits to defray the reproduction cost to the OWNER ENGINEER will provide copies of the Drawings and Specifications at no cost to plan rooms and other entities that increase the interest in the Project. 3) Issue addenda as appropriate to clarify,corrector change the Bidding Documents. 4) Consult with OWNER as to acceptability of subcontractors, suppliers and other persons and entities proposed by Contractor for those portions of the work as to which such acceptability is required by the Bidding Documents. 5) Attend and preside over a prebid meeting to present project to prospective bidders and respond to questions raised by prospective bidders. 6) Attend the bid opening,prepare bid tabulation sheets and assist OWNER in evaluating bids or proposals and in assembling and awarding contracts for construction,materials,equipment and services. 7) The Bidding Phase will terminate and the services to be performed or furnished thereunder will be considered complete upon commencement of the Construction Phase or upon cessation of negotiations with prospective Contractors. ADDENDUM TO EXHIBIT D Work Schedule The changes to the Work Schedule for this project are as follows: Notice to Proceed January 2,2007 Phase 1 Prellmlnm7 Engineering Services Prelimimy En&eering Services March 28,2007 Phase 2 Final Dedip Enoneeiing Services Design Phase Services Junuary 10 2008 Bidding Phase Services Aril 24 2008 ADDENDUM TO EXHIBIT E Fee Schedule The changes to the Fee Schedule for this project are as follows: Basic Services Special Services Phase 1 Preliminary Engineering Services Task 1—Kick-off Meeting/Project Management $139183 Task 2—Water Treatment Process Economic and $327,665 Operational Analysis Task 3—Finalize Plant Site $61,722 Task 4—Facility Plan $144,272 Task 5—SCADA Standards $30,270 Develo m t/Integration Phase 1 Total $703,112 Supplemental Agreement No. 1 Phase 2 Final Design Engineering Services Design Phase Services(Water Treatment $2,285,500 Plant Desion Phase Services(Raw Water Segment 4 $35,000 Bidding Phase Services $121,800 Surveying $50,000 Geotechnical $56,500 Geophysical Investigation $58,000 EnvironmentaVArchneelogical By Owner By Owner Subtotal $2,442,300 $164,500 Phase 2 Total(Supplemental Agreement $2,606,800 No. 1 � I \ RM 1431 LES FI-20(FLOATING INTAKE) . DWI-154(DEEP WATER INTAKE) mat RW-1(36"RAW WATER LINE) RW-2(78'RAW WATER LINE) Q RW-3(64'RAW WATER LINE) Regional GD �tY -150 RW-4(78"RAW WATER LINE) e9 Oipa RW-5(96"RAW WATER LINE) . WTP-PH 1(WATER TREATMENT PLANT(PHASE 1)(3)(4) TW-1(78'TREATED WATER LINE) hh' TW-2A&2B(78"172'TREATED WATER LINE) 9� TW-2C(72'TREATED WATER LINE) TW-3(48'TREATED WATER LINE) SanCRA dy Creek yyTp Lime ■ Gt Road a Fbafi Ce rk IIIke WTPI ' I I ROUND ROCK,CEDAR PARK, &LEANDER REGIONAL WATER SUPPLY PROJECT 153 7 MGD PROJECT SCHEDULED FOR COMPLETION-SPRING 2010 p Water � ke ;T f _�il .I.fi},F%JIF[Ei�'NE`f'1^CPE RD VJn,-�ER�INE