Loading...
R08-118 II I 1 2 3 RESOLUTION NO. R08-llf 4 5 6 A RESOLUTION OF THE CITY OF BOYNTON BEACH, 7 FLORIDA, AUTHORIZING AND DIRECTING THE 8 CITY MANAGER TO EXECUTE TASK ORDER NO. 9 U08-5-01 WITH CH2M HILL FOR PROFESSIONAL 10 ENGINEERING AND CONSTRUCTION 11 MANAGEMENT SERVICES FOR THE CENTRAL 12 SEACREST CORRIDOR STORMWATER 13 ! IMPROVEMENTS AND WATER MAIN i I REPLACEMENT PROJECT THE AMOUNT OF 14 IN 15 $697,092.00 WITH A 10% OWNERS CONTINGENCY OF 16 $69,710.00 FOR A TOTAL BUDGET APPROPRIATION 17 OF $766,802.00; AND PROVIDING AN EFFECTIVE 18 DATE. 19 20 21 22 WHEREAS, under a previous task order CH2M Hill provided professional design and 23 permitting for this project; and 24 WHEREAS, the City has requested CH2M Hill to provide minor design 25 odifications, minor permitting resolution, and bidding services during construction 26 .ncluding construction phase services for this project; and 27 WHEREAS, staff is recommending that the City Commission approve and award 28 Order U08-5-01 with CH2M HILL for professional engineering and construction 29 anagement services for the Central Seacrest Corridor Stormwater Improvements and Water 30 ain Replacement Project in the amount of $697,092.00 with a 10% owner's contingency of 31 69,710.00 for a total budget appropriation of $766,802.00. 32 NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF 33 HE CITY OF BOYNTON BEACH, FLORIDA, THAT: :ICAIRESOlAgreementslTask - Change OrderslCH2M HIli Task Order U08-5-01 doc H I 1 Section 1. The foregoing "Whereas" clauses are hereby ratified and confirmed as 2 being true and correct and are hereby made a specific part of this Resolution upon adoption 3 hereof. 4 Section 2. The City Commission of the City of Boynton Beach, Florida does 5 hereby authorize and direct the approval and execution by the City Manager of Task Order 6 No. U08-5-0 1 with CH2M HILL for professional engineering and construction management 7 services for the Central Seacrest Corridor Stormwater Improvements and Water Main 8 . Replacement Project in the amount of $697,092.00 with a 10% owner's contingency of 9 $69,710.00 for a total budget appropriation of $766,802.00, a copy of which is attached hereto , 10 !as Exhibit "A", 11 Section 3. This Resolution shall become effective immediately upon passage. 12 PASSED AND ADOPTED this ~ day of October, 2008. 13 . EACH, FLORIDA 14 15 16 17 18 19 ~ / / 20 21 22 23 24 25 26 27 .- 28 .P~ 29 30 ane . P.r'!~.~iP .fMC 31 . Cld"" ';;'ff\~~';. 32 .~~t; .'..' " ""';:~ili;~ 33 Co~eSe,!1l') "..~(~{". ~;2~~. / . .:: 'ICA\RE~~"~;ir~~ OrderslCH2M Hill Task Order U08-5-01 doc . -':, ': ."... :~~",;:,;' ,ft;J-- /IY Task Order No. U08-5-01 Central Seacrest Corridor: Design, Permitting, and Services During Construction for Stormwater Improvements and Water Main Replacement A. Background CH2M HILL (CONSULTANT) has performed a topographic route survey, prepared final design contract documents, and performed permitting services for the Central Seacrest Corridor Drainage Improvements and Water Main Replacement project for the City of Boynton Beach (CITY) under Task Order No. 25 which was approved by the CITY July 15, 2003. Final design documents associated with Task Order No. 25 were submitted to the CITY in June 2006. All permits to be secured by the CONSULTANT as part of Task Order No. 25 were obtained and submitted to the CITY in 2006. Due to funding issues, the project was not moved forward to bid and construction phases at that time. In May 2008, the CITY requested the CONSULTANT make certain revisions to the proposed water main, sanitary sewer, and stormwater improvements that were designed and delivered under Task Order No. 25. This Task Order No. U08-5-01 addresses fees for professional services to modify the design contract documents, update permits which have lapsed or expired, provide bid phase services, provide administration services during construction (SDC), and provide resident observation services. B. Scope of Services for Phases I and II Task 1 - Design The CONSULTANT, under CITY guidance, will provide professional engineering services for modifying the contract documents that were prepared under Task Order No. 25 for the Central Seacrest Corridor Drainage Improvements and Water Main Replacement project. The specific scope of design services to be provided by CONSULTANT in this Task Order U08-5-0l include the following: 1. Drawings: Per guidance from CITY staff, CONSULTANT will revise drawings to 100%. The following revisions to the drawings and specifications are anticipated: a. Phase I and Phase II will be bid as one package. There will be one set of contract plan drawings that will include both phases. b. Proposed water mains, and appurtenances, including fire hydrants, east of Seacrest Blvd. are to be deleted from the project with the exception of the water main and appurtenances on NE 1st Ave. between Seacrest and NE 3rd Ave. FINAL_ TO U08-5-01_S0W~091008.DOC TASK ORDER NO. U08-5-01 CENTRAL SEACREST CORRIDOR DESIGN, PERMITTING, AND SERVICES DURING CONSTRUCTION FOR STORMWATER IMPROVEMENTS AND WATER MAIN REPLACEMENT c. Proposed water mains, and appurtenances, including fire hydrants, on Boynton Beach Boulevard are to be deleted from the project. d. All but the following proposed exfiltration trenches and appurtenances east of Seacrest Blvd. will be deleted from the project: SE 12th Ave., SE 13th Ave., SE 14th Ave. and SE 1st Street between SE 11th Ave. and Woolbright Road. e. Proposed sanitary sewer main replacement for entire project will be deleted. f. Proposed swale, roadway, and driveway improvements east of Seacrest Blvd. will be deleted from the project with the exception of those areas described in items "b" and "d" above. g. Notes will be added to the drawings to clarify phasing NTP requirements and water main certification procedures. h. Phasing limits, and limits of construction will be revised to reflect modifications described in items a. through g. 2. Specifications: CONSULTANT to modify the CITY's January 2008 edition of their Master Technical Specifications, Division 1 through 3 as appropriate for the project. Contract Documents will use CITY's existing "Front-End" conditions, modified as appropriate for this project. 3. Quantity Take-Off: CONSULTANT will conduct a quantity take-off of the revised design contract documents. 4. Schedule Of Bid Items: CONSULTANT will prepare a Schedule of Bid Items for the revised design contract documents in accordance with the CITY's standard format. 5. Cost Estimate: CONSULTANT will prepare an engineer's opinion of probable cost for the revised design contract documents. The accuracy of the engineer's cost estimate is anticipated to be within 10% + / - of the actual as-bid construction cost of the project. 6. 100% Design Contract Documents: Upon completion of the 100% design contract documents, CONSULTANT will supply the CITY four (4) full-size sets of 100% review documents. The CONSULTANT will attend a 100% design-review workshop with CITY personnel to receive and discuss review comments regarding the documents. The CITY will provide CONSULTANT with one marked set of the documents containing the CITY's consolidated comments for use in preparation of the next stage of design deliverable. For the 100% design deliverable the CONSULTANT will provide the following: drawings, specifications, schedule of bid items, engineer's cost estimate. 7. Bid Documents: CONSULTANT will incorporate changes identified in the 100% design workshop into the final bid documents. Task 2 - Permitting As part of the services provided under the previous Task Order No. 25 the CONSULTANT secured the following permits for this project: . Palm Beach County Utilities - Right Of Way, approved 02/13/06, expired 08/13/06. FINAL_ TO U08-5-01_S0W_091008.DOC TASK ORDER NO. U08-5-01 CENTRAL SEACREST CORRIDOR DESIGN, PERMITTING, AND SERVICES DURING CONSTRUCTION FOR STORMWATER IMPROVEMENTS AND WATER MAIN REPLACEMENT . Palm Beach County Health Department - Water, approved 12/01/05, expires 12/01/10. . Department of Environmental Protection - Surface Water, approved 01/11/06, expires 01/11/1l. . Florida Department of Transportation - Utility, approved 11/07/05, expired 04/07/06. The CONSULTANT will assist the CITY in re-applying for the Palm Beach County Utility KO.W permit which has expired. It is the CONSULTANT's understanding that the proposed water mains along Boynton Blvd. will be eliminated from the project and that it will not be necessary to re-apply for the FOOT permit. The CONSULTANT will complete the permit application form(s) and submit them to the CITY for approval/signature. The CONSULTANT will then submit the CITY executed application form(s) along with any required drawings and/ or specifications to the governing agency for approval. Any permit fees will be paid by the CITY. CONSULTANT will prepare two (2) responses to each "request for additional information" made by regulatory agencies following submittal of the permit applications. Additional responses to agency requests for additional information will be considered an Additional Services item. It is the intent of this project to require the selected contractor to apply for and acquire the necessary work permits. In addition, if any de-watering permits are necessary to conduct the work, their acquisition will also be the responsibility of the contractor. CONSULTANT, through the CITY, will provide the contractor with necessary site figures and data to support the permitting effort. Preparation of other permits for the above agencies (or for other regulatory agencies) beyond that specified above will be considered an Additional Services item. Examples of typical permits not included in this scope of work include wetland dredge and fill permits, asbestos handling/ disposal permits, contaminated soil handling/ disposal permits, archeological/historical preservation permits, endangered species permits, tree removal permits, etc.. Task 3 - Bid Phase Services Bid phase services to be performed by the CONSULTANT will be consistent with the guidelines in the "Standard Procedures and Functions for Consultants, Procurement Services, and the Project Management Team," provided by the CITY and will include the following: l. Prepare Contract Document packages (i.e. drawings and specification) for CITY advertisement and bidding purposes. Drawings to be full size (24 x 36 inch) format. 2. Distribute copies of the Contract Documents to the prospective bidders. The cost for production of the contract documents will be borne by the bidders through purchase of the construction plan from CONSULTANT. The cost of the contract documents shall include all CONSULTANT cost associated with reproduction, processing and mailing the contract documents to prospective bidders. Maintain records of the plan holders list and provide a copy of the list to the CITY on a weekly basis. FINAL_ TO U08-5-01_S0W_091008.DOC TASK ORDER NO. U08-5-01 CENTRAL SEACREST CORRIDOR DESIGN, PERMITTING, AND SERVICES DURING CONSTRUCTION FOR STORMWATER IMPROVEMENTS AND WATER MAIN REPLACEMENT 3. Provide document mailing and pre-bid services, such as assistance with advertisement, maintaining plan holder's list, answering questions from potential bidders, and issuing Contract Document addenda to the plan holders. 4. Respond to questions from prospective bidders and suppliers and issue addenda as appropriate. Issuance of up to three addenda is assumed in the budget for Bid Phase Services. 5. Participate in a pre-bid meeting with interested contractors and CITY staff. Prepare and distribute meeting minutes. Prepare bid addendums as required for issuance by the CITY. 6. Review bid packages received, document the due diligence process, and recommend award. 7. Prepare conformed set of Contract Documents for execution by the CITY selected Contractor. Conformed set will include addenda issued during the bid phase and the Contractor's Schedule of Bid Items. 8. CONSULTANT will provide CITY two (2) full-size (24 x 36 inch), and two (2) half-size (11 x 17 inch) sets of the conformed Contract Documents. Task 4 - Services During Construction The specific SDC phase services to be provided by the CONSULTANT include the following: 1. Using the CITY's formats, CONSULTANT will prepare agenda and conduct pre- construction meeting with selected Contractor and CITY staff. Prepare and issue written minutes of meeting. 2. Review Shop Drawing and Product submittals for general conformance with the design intent and provisions of the Contract Documents. Review of up to 40 submittals is included in the budget for SDC phase services. 3. Attend weekly construction progress meetings, prepare pre-issue agenda, and provide a written summary of the issues discussed within 1 business day of the meeting conclusion. Project meetings will be conducted by the Project Engineer with the Resident Observer also in attendance. Following the meeting, the Project Engineer will prepare and distribute DRAFT Minutes for meeting participant review and comment. FINAL Minutes shall be issued within 3 business days after the conclusion of the meeting. Meetings will be held at the construction site trailer. Ninety-six weekly progress meetings are included in the budget for this task. 4. Review monthly payment applications submitted in a format acceptable to the CITY. Assist the CITY to reconcile the Contractor payment requests, clarifications, and responses to requests for quotations. A twenty-four month construction period is assumed in budgeting these tasks. 5. Respond in writing to Contractor's Request For Information (RFI) regarding the design documents. For the purpose of this task order, it is assumed that up to 50 RFI's will be responded to during the 24 month construction period. FINAL_ TO U08-5-01~SOW~091008.DOC TASK ORDER NO. U08-5-01 CENTRAL SEACREST CORRIDOR DESIGN, PERMITTING, AND SERVICES DURING CONSTRUCTION FOR STORMWATER IMPROVEMENTS AND WATER MAIN REPLACEMENT 6. Prepare and negotiate Change Orders (CO) and Field Change Directives (FCD) during the 24 month construction period. For the purpose of this task order, it is assumed that up to 12 CO and 24 FCD will be prepared during the 24 month construction period. 7. Review work progress at key steps to allow certifications to the SFWMD and PBCPHD that work was completed in substantial conformance with the Contract Documents. Review to include verification that water services were properly pressure tested and bacteriologically sampled to allow a "request for release of facilities to be placed into service" to be filed with the PBCPHD. Assist the CITY in obtaining the appropriate PBCPHD release for completed facilities. For budgeting purposes it is assumed that the CONSULTANT will be required to process not more than ten (10) individual request for releases. Provisions will be added to the contract documents requiring the contractor to reimburse the CONSULTANT for cost associated with processing additional release request. 8. In conjunction with CITY staff, make preliminary and final inspections and assist in the preparation of a Contractor "punch list." Review completion of identified punch list items to assist in the determination that Substantial and Final Completion has been reached by the Contractor. Advise the CITY that Substantial and Final Completion of the project has been reached in accordance with the Contract Documents. 9. CONSULTANT will provide Contractor two (2) full-size (24 x 36 inch), and two (2) half- size (11 x 17 inch) sets of the conformed Contract Documents. CONSULTANT will provide Contractor conformed Contract Documents in electronic format to facilitate Contractor's preparation of as-built drawings. Task 5 - Resident Observation The resident observation phase services to be provided by the CONSULTANT include the following: 1. Provide an onsite construction observer. The resident observer will be onsite, for a twenty-two (22) month period. Construction observation hours are based on the resident observer working Monday through Friday, 8 hours per day (40 hours/week). It is understood that the construction contractor will be allowed to work Monday through Friday, 10 hours per day (50 hours/week). It is assumed that the resident observer's services will not be needed for one month after construction N otice- T 0- Proceed is issued. It is assumed the resident observer will be working half-time for the period between Substantial and Final completion. C. Assumptions In addition to the work items discussed above, the following assumptions were made in establishing the scope and associated fee. Changes and/ or modifications in the above work items or these assumptions are considered an Additional Services Item under the terms of the contract. Assumptions include: FINAL TO U08-5-01_S0W~091008.DOC TASK ORDER NO. U08-5-01 CENTRAL SEACREST CORRIDOR DESIGN, PERMITTING, AND SERVICES DURING CONSTRUCTION FOR STORMWATER IMPROVEMENTS AND WATER MAIN REPLACEMENT 1. The scope and budget are based on a closed system with exfiltration basins and/ or a swale type system (i.e. no positive outfall). 2. The CITY will provide CH2M HILL an electronic version of "front end" contract documents in MICROSOFT "WORD 2003" version format. 3. Surveying and legal work necessary to prepare documents for and to secure easements (temporary and permanent) required for installation of the piping and improvements are the responsibility of the CITY. 4. Survey and acquisition of any easements (construction or permanent) for the new piping and improvements will be the responsibility of the CITY. 5. Deviations from the Final Design Drawings will be compiled by the Contractor and electronically incorporated onto the drawing files. Two sets of signed and sealed RECORD drawings will then be submitted by the Contractor to the CITY. One set of RECORD drawings will be provided to CONSULTANT for submittal to PBCPHD. 6. Construction observation hours are based on 96 weeks of actual construction, Monday through Friday, at 8 hours per day, for a total of 3,840 man-hours. It is understood that the contractor's allowable work hours as set forth in the CITY technical specification section 01300, Part 1.2.E, are Monday through Friday, 7:00AM to 5:00PM (10 hours per day), with no work requiring inspection occurring between 12:00PM and 1:00PM. Resident observation required above 40 hours per week will be considered an Additional Services item. 7. The CITY is responsible for all permitting and advertising fees, including costs of public notification in local newspapers. 8. A single permit application covering the proposed construction work will be prepared for submittal to each regulatory agency requiring are-submittal. 9. The Contract Documents will be prepared as a single contract (i.e. the water main replacement and stormwater piping work will not be prepared as separate packages within the same set of Contract Documents). 10. A single bidding effort is assumed. Re-bidding of the project is considered an Additional Services item. 11. Costs for SDC phase geotechnical testing to verify Contractor's compliance with Contract Documents are not included in the design fee estimate. 12. The design is to be based on the federal, state and local codes and standards in effect at the beginning of the project. Revisions required for compliance with any subsequent changes to those regulations is considered an Additional Services item. 13. Public outreach activities are the responsibility of the CITY. 14. Water service connections between the meter and each residence are not included in this project. The CITY will contract directly with a specialty contractor for this work. FINAL_ TO U08-5-01_S0W_091008.DOC TASK ORDER NO. U08-5-01 CENTRAL SEACREST CORRIDOR DESIGN, PERMITTING, AND SERVICES DURING CONSTRUCTION FOR STORMWATER IMPROVEMENTS AND WATER MAIN REPLACEMENT D. Contract Reference This Task Order shall be performed under the terms and conditions described within the Agreement for General Engineering Consulting Services dated October 4, 2000 (renewed by City Commission February 19, 2008) between the City of Boynton Beach and CH2M HILL. E. Additional Services The following are examples of some specific Additional Services Items that may be required, but are not included within this Amendment. Generally, a condition contrary to the work description in Section B or assumptions of Section C (upon which the fee is based) is considered an Additional Services Item. Examples include: 1. Additional design services or construction observation in excess of that specified in this Amendment. 2. Additional permitting assistance in excess of that identified in this Amendment. 3. Construction phase services (SDC) are based on an estimated twenty-four month construction period from the time of the contractor mobilization to final inspection. If the period of construction is extended, additional time and expenses will be necessary. 4. Assisting the CITY in the settlement of construction contract claims. 5. Replacement of small diameter water mains and stormwater improvements at locations other than those identified in this Task Order No. U08-5-01 and the Central Seacrest Corridor (Boynton Beach Boulevard to Woolbright Road) Final Design, Permitting, and Services During Construction for Stormwater Improvements and Water Main Replacement (Task Order No. 25). Additional fees will be developed as requested by the CITY for future work to include additional drawings, revised "front ends" and the preparation of additional bid documents. Bid services and SDC will be extended as appropriate. 6. Field verification (horizontal or vertical) of existing utilities identified as being within the immediate area of the proposed pipeline. 7. Additional regulatory agency responses beyond the first response to an agency incompleteness and/ or additional information request. 8. Development of property descriptions of easements, road right-of-ways, etc. Preparation of right-of-way or easement boundary surveys. 9. Threatened or endangered species and species of special concern permitting or relocation work. 10. Archeological/Historical preservation permits, studies, or reports. 11. Surveying, flagging, or other work necessary to secure tree removal permits from the City, County, or other jurisdictions. 12. Design modifications to the Construction Contract Documents (i.e., change orders) required during construction. FINAL~ TO U08-5-01~SOW_091008.DOC TASK ORDER NO. U08-5-01 CENTRALSEACREST CORRIDOR DESIGN, PERMITTING, AND SERVICES DURING CONSTRUCTION FOR STORMWATER IMPROVEMENTS AND WATER MAIN REPLACEMENT These and other services can be provided, if desired by the CITY, under separate Task Order(s) or by an amendment to this Task Order. Services performed will be on an as- directed basis in accordance with a written Notice to Proceed from the CITY. F. Obligations of the CITY 1. The CITY shall designate a Project Manager and Owner's Representative as the single point of contact for this project. 2. The CITY shall review all drawings and other documents presented by CONSULTANT; obtain advice of an attorney, insurance counselor, and others as CITY deems appropriate for such review and render decisions pertaining thereto within 30 days so as not to delay the services of CONSULTANT. 3. With assistance by CONSULTANT, as described herein, the CITY, as applicant shall obtain approvals and permits from all governmental authorities having jurisdiction over the project. The CITY is responsible for the payment of all permit application fees. G. Compensation Compensation by the CITY to the CONSULTANT for services described in Task Order U08- 5-01 shall be on a Time and Material (T &M) basis. T &M services will be invoiced for the amount of work actually required by the project. The budgeted fee for each of the tasks described in Task Order No. U08-5-0l is shown in Table 1 below. Each task shall be billed by the CONSULTANT to completion. The CONSULTANT shall not perform work beyond the total cost for each task shown in Table 1 without written authorization from the CITY. TABLE 1: LABOR AND EXPENSE SUMMARY Phases I and II - Central Seacrest Corridor City of Boynton Beach Labor Total Labor Hours Cost Expenses Cost Task 1 - Design Phase 100 $12,682 $1,101 $13,783 Task 2 - Permitting Phase 16 $2,404 $301 $2,705 Task 3 - Bid Phase Services 96 $13,368 $951 $14,319 Task 4 - Services During 1,864 $310,019 $5,742 $315,761 Construction Task 5- Resident Observation 3,920 $341,040 $9,484 $350,524 Totals 5,996 $679,513 $17,579 $697,092 FINAL_ TO U08-5-01_S0W_091008DOC TASK ORDER NO. U08-5-01 CEf'ITRAL SEACREST CORRIDOR DESIGN, PERMITTING, AND SERVICES DURING CONSTRUCTION FOR STORMWATER IMPROVEMEf'ITS AND WATER MAIN REPLACEMEf'IT H. Schedule The CONSULTANT will commence design and permitting services upon receipt of written authorization. A detailed schedule will be developed in cooperation with the CITY's Project Manager and Owner's Representative during the initial Task of this project. APPROVED BY: CITY OF BOYNT~H' FLORIDA By: ~ Kurt Bressner City Manager Dated this ~ ~ day of ~~ , 2008. SUBMITIED BY: CH2M HILL, INC. By: ~.vkJ K:n\~7 , Rick Morales, P.E. Vice President Dated this ~ day of ~W , 2008. FINAL_ TO U08-5-01_S0W_09100B.DOC -.-.---- ~.~" -.- --, ._~ - .- "~--- -- -I I I I CITY OF BOYNTON BEACH TASK ORDER U08-S-Q1 Central Seacrest Corridor - Water Main Replacement and Stormwater System Improvements Proposed labor Estimate Staff Project Project Sr. Designe Sr. Field Inspector Designer Engineering Sr. Admin. Total Hrs. Total $ Director Coordinator Re . Technician Su ort Scope Rates 227.00 193.00 128.00 144.00 87.00 93.00 87.00 86.00 Task 1 - Design Modify Utility Design Per City Direction 2 2 30 25 59 6,787.00 Revise Specifications 8 0 8 1,544.00 I Revise Quantity Take-Off 10 10 870.00 I Revise Schedule Of Bid Items 5 5 435.00 Revise Cost Estimate 4 4 772.00 QNQC 5 5 965.00 Contract Documents Signed & Sealed By EaR 4 4 772.00 Pro'ect Coordination And Administration 5 537.00 Task 4 - Services During Construction , PM/CM full-time for 1st 2 Months of project to assist with start-up 187 133 53,115.00 I l PM/CM half-time for last month of project to assist with closeout 80 15,440.00 , PM/CM 16 hours/week for 4 months during project 256 49,408.00 PM/CM 10 hours/week for 17 months during project 680 131,240.00 Engineer Of Record QA, 6 hours/month for 24 months 0 144 27,792.00 Pro'ect Coordination Administration 0 33,024.00 Task 5 - Resident Observation Sr. Inspector for 96 weeks @ 40 hours/week Sr. Ins ector half-time last month of ro'ect to assist with closeout Total labor Hours 0 1253 160 0 207 0 3920 0 52 404 5996 Total labor Cost $0 $241,829 $30,880 $0 $26,496 $0 $341,040 $0 $4,524 $34,744 Total $ 679,513 9/11/2008 ~ CITY CLERK'S OFFICE MEMORANDUM TO: Barb Conboy Utilities Manager FROM: Janet M. Prainito City Clerk DATE: October 24, 2008 RE: R08-ll8 - Task Order #U08-0S-0l Central Seacrest Corridor: Design, Permitting and Services During Construction for Stormwater Improvements and Water Main Replacement Attached for your information and use are two originals of the above mentioned Task Order. Since the documents have been fully executed, I have retained one original for Central File. Please contact me if there are any questions. Thank you. ~ Yl1. p~ Attachments cc: Central File S:\CC\WPIAFTER COMMISSION\Departmental Transmittals\2008\Barb Conboy - R08-118.doc