HomeMy WebLinkAbout08.f EDB County and CCUA Interlocal Agreement BTP Project 3B EXECUTIVE SUMMARY
AGENDA ITEM:
Interlocal Agreement with Clay County (County) for the Bonded Transportation Program (BTP)
Project 3B Sandridge CR-209B realignment(Roundabout) Plans.
CCUA Job File No.: 2022-127
CCUA Finance No - 23015SL
Date: October 31, 2024
BACKGROUND:
CCUA staff requests approval to enter an Interlocal Agreement with the County to implement
utility improvements within the County's BTP 3B Sandridge CR 209B realignment(Roundabout)
Plans.
As part of the BTP, the County intends to conduct roadway widening and other improvements
along the eastern portion of Sandridge Road and a portion of Russell Road. CCUA has utility
infrastructure within the Sandridge Road right-of-way that conflicts with the roadway
improvements. This Agreement will allow CCUA to utilize the County's roadway design engineer
and contractor to address the utility infrastructure conflicts. CCUA utilized a similar agreement
for the County's BTP #4 for improvements to the western portion of Sandridge Road, which is
nearing completion.
The County used an alternative procurement method, Construction Management at Risk(CMAR),
to perform the 3B project and contracted with the same design engineer,(GAI Engineering(GAI)),
and roadway contractor (Kiewit) to complete the 3B segment of the Sandridge Road project.
CCUA maintains utility infrastructure in the eastern 3B portion of Sandridge Road right-of-way
and within easements. CCUA currently has no utility infrastructure along the Russell Road portion
of the project.
The County's engineer completed the design, and Kiewit prepared their estimate based on the final
design. CCUA didn't provide the County with information on the proposed locations of the CCUA
mains to be constructed on the eastern end of Sandridge Road before the County completed their
design and pricing of the roadway design. The construction of CCUA mains along Sandridge Road
to serve Anabelle Island was completed after the construction price was set. The design of the
stormwater management piping system conflicted with CCUA utilities located within the right-of-
way and utility easements. Based on CCUA comments, the County requested that the engineer
redesign the storm piping system to avoid the CCUA utility infrastructure. The contractor has
revised the cost for installing stormwater piping in areas where there were conflicts with the
original design to avoid affecting CCUA utility infrastructure and is requesting additional fees for
the new installation.
The county requests that CCUA pay a portion of this additional design and construction cost to
avoid CCUA infrastructure within the public right-of-way. To facilitate the payment to the county,
CCUA staff and the County agreed that an Interlocal Agreement ("Agreement")between the two
parties is the appropriate mechanism to allow the contract amendments and conduct the work. The
Agreement provides a framework for designing and constructing the project around CCUA utility
infrastructure using the County's design engineer and general contractor, and it delegates
responsibilities to each respective party.
//JP(Author)
//AA(Review)
//PS(Final)
Both CCUA, the County staff, and attorneys have reviewed the requirements and language
contained within the Agreement. CCUA and County staff consider this joint construction project
to be in the best interests of the County's residents and CCUA ratepayers to collaborate on this
project.As outlined in the Agreement, CCUA will pay its share of project costs for the utility work
up front to the County. The fees include CCUA's portion of the design and shared construction
costs. The County will request CCUA's share of the funds for the project within thirty (30) days
of the Notice to Proceed to the Contractor(estimated at $88,903.76).
BUDGET:
Staff budgeted $2,040,000 for improvements along the entire extent of the Sandridge Road
corridor in the Capital Improvement Plan(CIP). The following table shows the costs for the utility
work on Sandridge Road. The table includes the anticipated costs associated with the 3B project.
Budget Allocation Reque
Total Approved Project Budget $2,040,000.00
Sandridge West BTP-4 Cost(Bid) $1,501,558.30
Sandridge West BTP-4 Cost CO1 (Kiewit) $82,212.20
Sandridge West BTP-4 Cost CO 1 (CCUA) $35,993.19
Remaining Budget $420,236.31
Sandridge East BTP-3B Cost (Redesign &Constr.) $88,903.76
Remaining Budget after BTP-3B and BTP-4 $331,332.55
RECOMMENDATION:
Staff respectfully recommends the Board of Supervisors approve the attached Interlocal
Agreement with Clay County for the Clay County BTP Sandridge Roadway Project Utility Work.
ATTACHMENTS:
Proposed Interlocal Agreement
//JP(Author)
//AA(Review)
//PS(Final)
Clay County Agreement/Contract No. 2024/2025-
INTERLOCAL AGREEMENT
Between Clay County and The Clay County Utility Authority
Re: Road Work and Utility Work for BTP Project 3B
THIS INTERLOCAL AGREEMENT is entered into between Clay County, a political
subdivision of the State of Florida (the County), and the Clay County Utility Authority(CCUA).
WHEREAS, the County is currently engaged in the design and construction of road work
improvements for a portion of County Road 739B and interconnecting County Road 209 and
County Road 209B with a roundabout intersection in Clay County, Florida (the Road Work); and
WHEREAS, a portion of the Road Work conflicts with existing CCUA utility work
improvements, necessitating relocation of the utilities within the County right of way and CCUA
utility easements adjacent to the Road Work improvements (the Utility Work); and
WHEREAS, CCUA desires to coordinate with the County in order that one design firm
and one construction contractor may be retained to facilitate the design and construction of both
the Road Work and the Utility Work, collectively referred to as the Project; and
WHEREAS, CCUA desires to cooperate with the County so that the services of one
Construction Engineering Inspection(CEI) firm may be utilized for the Project; and
WHEREAS, the County agrees to accommodate CCUA in this regard so that CCUA may
take advantage of the cost savings available when the Utility Work may be done at the same time
as the Road Work; and
WHEREAS,the County will benefit by having CCUA perform its Utility Work at the same
time as the Road Work in that the integrity of the road surface may be maintained and not cut by
a later utility installation; and
WHEREAS, CCUA and the County agree to share the costs associated with the
incorporation of the Utility Work into the County's contracts for the design and construction of the
Road Work so that all the Project work may be completed as an integrated whole; and
WHEREAS, the Parties acknowledge that while the joint installation of the Road Work
and the Utility Work benefits both parties,the Utility Work is not a County project and the County
accommodation to CCUA in adding the Utility Work to the Road Work is done in the interest of
efficiency and the preservation of public resources of both governmental entities; and
WHEREAS, the Parties acknowledge that it is the intention of this Agreement to set forth
the provision for the costs associated with and attributable to the Utility Work including shared
costs as provided for in Articles 3.C. and 4.A. below; and
1
WHEREAS, the County and CCUA desire to establish their respective rights and
responsibilities with respect to the Project.
NOW THEREFORE, in consideration of the foregoing recitals, the mutual covenants and
conditions contained herein, and for other good and valuable consideration, the legal sufficiency
of which is admitted by the Parties, the Parties agree as follows:
ARTICLE 1. Authority, General Responsibilities, and Condition Precedent.
This Agreement is entered into pursuant to the provisions of Section 163.01, Florida
Statutes, commonly known as the "Florida Interlocal Cooperation Act of 1969", hereinafter
referred to as the Act,and all applicable portions of the Act are made a part hereof and incorporated
herein as if set forth at length herein,including,but not limited to the following specific provisions:
A. All of the privileges and immunities and limitations from liability,exemptions from
laws, ordinances and rules,and all pensions and relief,disability,workers'compensation and other
benefits which apply to the activity of officers, agents, or employees of the Parties hereto when
performing their respective functions within their respective territorial limits for their respective
agencies, shall apply to the same degree and extent to the performance of such functions and duties
of such officers, agents or employees extra-territorially under the provisions of this Agreement.
B. This Agreement does not and shall not be deemed to relieve any of the Parties
hereto of any of their respective obligations or responsibilities imposed upon them by law except
to the extent of the actual and timely performance of those obligations or responsibilities by one
or more of the Parties to this Agreement, in which case performance provided hereunder may be
offered in satisfaction of the obligation or responsibility.
C. As a condition precedent to its effectiveness, and pursuant to Section 163.01(11),
Florida Statutes, this Agreement and any subsequent amendments hereto shall be filed with the
Clerk of the Circuit Court of Clay County.
D. This Agreement shall be construed under the laws of the state of Florida, and venue
for any actions arising out of this Agreement shall lie in Clay County. If any provision hereof is
in conflict with any applicable statute or rule or is otherwise unenforceable, then such provision
shall be deemed null and void to the extent of such conflict and shall be deemed severable, but
shall not invalidate any other provision of this Agreement.
ARTICLE 2. The Project.
The design and construction of the Road Work and the Utility Work for a portion of County
Road 739B and interconnecting County Road 209 and County Road 209B with a roundabout
intersection in Clay County, Florida, and known as Bonded Transportation Program Project No.
3B.
2
ARTICLE 3. Obligations of the County.
A. The County has contracted with GAI Consultants, Inc. (Consultant) for design
services necessary to develop the plan and specifications necessary to construct the Road Work.
The County agrees at CCUA's request to seek an amendment to the County's contract with
Consultant to include design services necessary to develop the plan and specifications necessary
to construct the Utility Work. The design cost provided by the Consultant is in the amount of
$23,367.46 and the parties have mutually determined the allocation of the costs between the
parties,with the County responsible for 7.719996%of the cost($1,803.97)and CCUA responsible
for 92.280004 % of the cost ($21,563.49). A copy of the proposal is attached hereto as Exhibit A.
B. The County has contracted with Kiewit Infrastructure South Co. (Contractor) for
the construction of the Road Work. The County agrees at CCUA's request to seek an amendment
to the County's construction contract to include the construction of the Utility Work. The
amendment to the construction contract shall require the Contractor to provide a single insurance
policy and bond to protect the Project and to secure the payment and performance of both the Road
Work and the Utility Work and to provide that the payment and performance bonds submitted by
the Contractor be assignable to CCUA in the event it is necessary to pursue the bonds for defective
Utility Work. The amendment to the construction contract shall contain the requirement that the
Contractor shall look to the County, and not to CCUA, for payment of the Utility Work and shall
provide CCUA a two-year warranty, consistent with CCUA's standards and specifications for the
Utility Work performed under this Agreement.
C. The County and CCUA have worked with the Contractor for a cost proposal for the
construction of the Utility Work in the amount of$72,973.85 and have mutually determined the
allocation of the costs between the parties,with the County responsible for 7.719996% of the cost
($5,633.58) and CCUA responsible for 92.280004 % of the cost ($67,340.27). A copy of the
proposal is attached hereto as Exhibit B. For purposes of allocating the costs of items in the
construction contract which are attributable to both the Road Work and the Utility Work including
but not limited to site preparation, maintenance of traffic, bid bond, insurance, payment and
performance bonds, and any other shared work for the Road Work and the Utility Work as well as
costs for CEI services, the County and CCUA shall each pay a pro-rata share of the cost of these
items based on the percentage that the cost of the Road Work and the Utility Work, respectively,
bears to the total contract sum.
D. The County shall be responsible for securing and paying for any required permits
for the work necessary for completion of the Road Work.
E. The County will facilitate the retention of Construction Engineering Inspection
(CEI) services for the Project. The CEI firm may not be associated with the Consultant or the
Contractor retained for the Project.
F. The County shall ensure that the amendment to the construction contract to include
the Utility Work contains the requirement that the Project is properly insured with builders' risk,
against casualty and liability loss, with CCUA listed as an additional insured, and that worker's
3
compensation coverage is also in place both during construction and upon completion.
G. The County will solely be responsible for the administration of the contract with
the Consultant, the Contractor, and the CEI services for the Project. The County will provide all
direction to the Consultant and the Contractor in the performance of the Road Work or the Utility
Work as well as to the CEI firm.
H. If the CEI discovers non-compliant Utility Work, the CEI will notify CCUA and
the County immediately. CCUA will then request a meeting with the County's Project Manager to
address the non-compliant work. The County agrees to meet with CCUA's representative to
address non-compliant work. The County will thereafter give any direction to the Consultant, to
the Contractor and/or to the CEI firm to address any agreed upon non-compliant work.
I. In the event of an unforeseen or a change condition arising during the construction
which affects the Utility Work, first, the County agrees to notify CCUA of these conditions, and
second, the County and CCUA representatives agree to meet to verify the cause, determine any
resolution to these conditions, and approve any issuance of a change order to the design and/or
construction contract. In the event of an unforeseen utility conflict with the Road Work is found
and documented during the construction of the Project, the County will notify CCUA of the
estimated conflict. The County and CCUA representatives agree to meet to verify the conflict,
determine any resolution to the conflict, and approve any issuance of a change order to the design
and/or construction contract to solve the unforeseen utility conflict. The County shall not be
responsible for material, equipment, or structures directly tied to CCUA's utility system. CCUA
shall not be responsible for material, equipment, or structures directly tied to the County's road or
drainage systems. The County and CCUA shall negotiate and mutually determine the proper
allocation of cost and schedule impacts of resolutions associated with unforeseen or changes in
existing conditions in the Project.
J. The County shall cause the CEI for the Project to ensure the Contractor coordinates
with CCUA on opening and closing CCUA valves, pressure testing, flushing, chlorination, de-
chlorination, regulatory testing and main clearing, and public noticing procedures as required for
the Utility Work. The CEI shall notify CCUA's Project Manager in advance of commencement
of any procedures involved with CCUA's Utility Work that could affect public health and safety.
K. Following completion of construction, the County shall ensure the Contractor
prepares and provides to CCUA As-Built Survey and CAD Drawings prepared in accordance
with CCUA "As-Built Specifications Standards Manual", latest edition, and minimum technical
standards for surveying as set forth by the Florida Board of Professional Surveyors and Mappers
in Chapter 61G17-6 Florida Administrative Code, pursuant to Section 472.027, Florida Statutes.
Final As-Built Drawings shall represent the Utility Work that was constructed.
ARTICLE 4. Obligations of CCUA.
In addition to CCUA obligations set forth elsewhere in this Agreement, CCUA has the
following obligations:
A. CCUA agrees to pay to the County the cost for amendments to the Consultant and
4
Contractor contracts necessitated to include the Utility Work and as set forth in Exhibits A and B,
along with CCUA's pro-rata share of shared expenses and CEI costs, within thirty (30) calendar
days of written request by the County. The pro-rata shared expenses include but are not limited to
site preparation,maintenance of traffic,bid bond, insurance,payment and performance bonds, and
any other shared work for the Road Work and the Utility Work.
B. CCUA agrees to coordinate with the County and review and approve the plans and
specifications for the Utility Work at the 60%, 90%, and final design milestones.
C. CCUA shall be responsible for securing and paying for any required permits for its
respective work necessary for completion of the Utility Work and shall coordinate the permit cycle
times with the County.
D. CCUA agrees to designate a design representative for the Project who will receive,
review, and respond within ten(10)working days to all questions and requests from the Consultant
and the County.
E. CCUA agrees to designate a Project Manager and pay a pro-rata share of the cost
of the County's on-site CEI inspector (Article 3.E.) for the Project who will inspect the
construction of the Utility Work portion. If the CEI representative discovers non-compliant work,
such representative will notify CCUA and the County immediately. CCUA will then request a
meeting with the County's Project Manager to address these conditions. Under no circumstances
may CCUA or any of its officers, contractors or agents give direction to the County's Consultant
or Contractor in the performance of the Road Work or the Utility Work or to the CEI firm in the
performance of CEI services related to the Road Work or Utility Work.
F. In the event of an unforeseen or a change condition arising during the construction
phase which affects the Utility Work or in the event of an unforeseen utility conflict with the Road
Work is found, upon notification by the County of such conditions, CCUA agrees to meet with
County representatives to verify the cause or conflict,determine any resolution to these conditions,
and approve any issuance of a contract change order to the Consultant and/or construction contracts
in accordance with Article 3.I. Upon approval of issuance of a contract change order to either of
the contracts for the Utility Work portion of the Project by CCUA's Project Manager, if such
change order is in an amount less than five (5) percent of the cost for the Utility Work in the
respective contract, work may immediately proceed and no further approval is required. For any
change order for Utility Work that exceeds such five (5) percent of the respective contract,
approval by CCUA's Board of Supervisors must be obtained prior to beginning of work. CCUA
shall reimburse the County for any expenses incurred by the County which are associated with an
approved change order to the Utility Work. CCUA agrees to pay these expenses within thirty(30)
calendar days,upon submittal of a statement therefor to CCUA by the County.
ARTICLE 5. Default or Disputes.
In the event either Party to this Agreement fails to meet any of its obligations hereunder,
the other Party may terminate the Agreement.
5
ARTICLE 6. Transfer or Assignment.
Neither the County nor CCUA shall transfer or assign this Agreement, or any rights
acquired hereunder, or grant any interest, privilege, or license whatsoever in connection with this
Agreement unless first obtaining the written consent of the other Party,which consent shall not be
unreasonably withheld.
ARTICLE 7. Amendments.
Any changes in the provisions of this Agreement which are agreed to by the Parties shall
be made by formal written amendment signed by both Parties.
ARTICLE 8. Project Management.
The Project Managers for the County and for CCUA are listed below and shall be the
representative responsible for overall coordination of the Project. Either Party may change its
Project Manager upon three (3)business day's prior written notice to the other Party.
County CCUA
Richard Smith, P.E. Joe Paterniti, P.E.
Clay County Dept. of Engineering Clay County Utility Authority
P.O. Box 1366 3176 Old Jennings Road
Green Cove Springs, Florida 32043 Middleburg, Florida 32068
Telephone: 904-529-3816 Telephone: 904-213-2412
Email: richard.smith@claycountygov.com Email: jpaterniti@clayutility.org
ARTICLE 9. Term.
The term of this Agreement shall commence on the effective date and continue through the
completion of the Project Road Work and the completion of the associated Utility Work.
ARTICLE 10. Effective Date.
This Agreement shall commence and be effective on the date it is fully executed by the
Parties hereto.
ARTICLE 11. Audit, Access to Records, and Repayment of Funds.
Both CCUA and the County shall maintain its books and records such that receipt and
expenditure of the funds provided hereunder are shown separately from other expenditures in a
format that can be easily reviewed. CCUA and the County shall keep the records of receipts and
expenditures and copies of all invoices and supporting documentation for at least three (3) years
after expiration of this Agreement and in any event shall meet all applicable requirements for
retaining public records as required by Art. 1, Section 24, Florida Constitution, and Chapter 119,
Florida Statutes,as from time to time amended(together,the Public Records Laws). In accordance
with generally accepted governmental auditing standards, both CCUA and the County shall have
6
access to and the right to examine any directly pertinent books and other records involving
transactions related to this Agreement. In the event of an audit, CCUA and the County shall
maintain all required records until the audit is completed and all questions are resolved. CCUA
and the County will provide proper facilities for access to and inspection of all required records.
ARTICLE 12. Remedies.
The Parties will attempt to settle any dispute arising from this Agreement through
negotiation and a spirit of mutual cooperation. The dispute will be escalated to appropriate higher-
level managers of the Parties, if necessary.
ARTICLE 13. Independent Contractor.
Each Party will perform its duties under this Agreement as an independent contractor. The
Parties and their personnel will not be considered to be employees or agents of the other Party.
This Agreement will not constitute, create, or be interpreted as a joint venture, partnership or
formal business organization of any kind.
ARTICLE 14. Further Assurances.
Each of the Parties shall cooperate with one another, shall do and perform such actions and
things, and shall execute and deliver such agreements, documents and instruments, as may be
reasonable and necessary to effectuate the purposes and intents of this Agreement.
ARTICLE 15. Waiver.
Failure or delay by either Party to exercise a right or power under this Agreement will not
be a waiver of the right or power. For a waiver of a right or power to be effective, it must be in a
writing signed by the waiving Party. An effective waiver of a right or power will not be construed
as either a future or continuing waiver of that same right or power, or the waiver of any other right
or power.
ARTICLE 16. Severability.
Any provisions of this Agreement which are prohibited or unenforceable in any jurisdiction
shall, as to such jurisdiction, be ineffective to the extent of such prohibition or unenforceability
without invalidating the remaining provisions hereof, and any such prohibition or unenforceability
in any jurisdiction shall not invalidate or render unenforceable such provision in any other
jurisdiction.
ARTICLE 17. Electronic Signature.
The Parties agree to utilize electronic signatures and that the digital signatures of the Parties
set forth below are intended to authenticate this Agreement and have the same force and effect as
manual written signatures. Each person signing on behalf of the Parties represents and warrants
7
that he/she has full authority to execute this Agreement on behalf of such party and that the
Agreement will constitute a legal and binding obligation of such party.
IN WITNESS WHEREOF,the parties hereto have executed this Agreement as of the date
set forth below.
DATE: , 2024 CLAY COUNTY
By:
Jim Renninger
Its Chairman
ATTEST:
Tara S. Green
Clay County Clerk of Court and Comptroller
Ex Officio Clerk to the Board
DATE: , 2024 CLAY COUNTY UTILITY AUTHORITY
By:
Jeremy D. Johnston, PE, MBA
Its Executive Director
F:\Contract\ccua\County and CCUA Interlocal Agreement BTP Project 3B Draft 10.22.24 Rev.docx
8
EXHIBIT A
CONTRACT FEE SUMMARY FOR
Sandridge Road (Project 3B) Water& Sewer Design
PART I - GENERAL
1. Project - Clay County Bonded Transporation Program 2. Project Number
Project 3B-Sandridge Road
3. Name of Consultant 4. Date of Proposal
GAI Consultants, Inc. ;0,'12024
PART II - DESIGN &MANAGEMENT COSTS
Hourly Estimated Estimated
5. DIRECT LABOR TOTAL
Rate Hours Cost
Chief Engineer 2 $ 330.73 0 S 0.00
Project Manager 2 $ 247.75 20 $ 4,955.00
Senior Engineer 1 $ 190.46 40 $ 7,618.40
Engineer 2 $ 193.19 0 $ 0.00
Engineer 1 $ 143.07 0 $ 0.00
Senior Designer $ 137.29 0 $ 0.00
Designer $ 95.55 10 $ 955.50
Engineer Intern $ 111.35 40 $ 4.454.00
Contract Coordinator $ 152.37 i 0 $ 0.00
DESIGN & MANAGEMENT COSTS S 17.982.90
PART III - POST DESIGN SERVICES COSTS
Hourly ' Estimated Estimated
5. DIRECT LABOR TOTAL
Rate Hours Cost
Chief Engineer $ 312.48 0 S 0.00
Project Manager 2 $ 247.75 16 $ 3,964.00
Senior Engineer 1 $ 204.47 0 $ 0.00
Engineer 2 $ 177.57 8 $ 1.420.56
Senior Designer $ 130.83 0 $ 0.00
Contract Coordinator $ 146.62 0 $ 0.00
POST DESIGN SERVICES COSTS $ 5.384.56
PART IV - SUBCONTRACTS
7. SUBCONTRACTS
SUBCONTRACT SUB-TOTAL
PART VI - SUMMARY
TOTAL AMOUNT S 23.367.46
9
EXHIBIT B
jkiewit
0'.4 NER: Clay County
_ONTRACTOR NAME: Kiewit Infrastructure South Co.
_OST PROPOSAL: CO-1-CCUA Drainage Revisions'Revision 3E
CONTRACTOR PROPOSAL INITIAL PROPOSAL-June 2024,REVISED PROPOSAL 7/24.9/24,10/3.10/9
NET INCREASE $ 72,973.8S
CALENDAR DAY INCREASE 00
7 a17:: COS
COST ELEMENT BRIEF DESCRIPTION TI_ i_r.l's UNIT PRICE INCREASE
1 Structure 5-710Charge - L S 10,699.13 $ 10,6'39.13
2 Structure 5-711 Charge _ L. $ 13,669.13 $ 13,6.69.13
3 Structure 5-713 Change _ L $ 11,084.13 $ 11,084.13
4 Structure S-714 Charge _ LS $ 5,671.63 $ 5,671-63
S Structure S-715 Charge 1 LS $ 11,469.13 $ 11,469.13
6 Structure 5-716 Change LS $ 11,249.13 $ 11,249.13
7 Structure 5-717 Change LS $ )3,889.46) $ (3,889.461
9 Structure S-718A to S-718B Change . LS $ 9,564.13 $ 9,544.13
10 Structure S-720 to S-720A Charge . LS $ 19,260.61) $ (9,260.611
•
Total Direct Cost $ 60,236.32
Labor Markup 117.5%) $ 2.548.00
Material117.5%1 $ 3.649.63
Eauiprnent 117.5%1 $ 5,554.14
Subcontract Cost 115%1 $ 935.01
Subtotal $ 12,686.78
Bond @.4%
S 50.75
TOTAL NET INCREASE $ 72,173,85
Summary Description of Work
'.ISC is basing the pricing for this work due to the increase in structare depth in an existing high water level area.The structure and pipe installation has to be trenched
:oxrd for Kiewit crews to safely install these items.These deeper installation cuts caused RISC to bring in dry material and dispose of existing wet material in order to
-ahieve a passing compaction and density test.These additional days at each location represent the cost assoaated with these changes.
rC=r..%%IC TI-._ il'rtradorl
(rich Durham,oruject Manager
10