Loading...
HomeMy WebLinkAboutPW Renovation of Fire Station 54AGREEMENT FOR PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES FOR THE RENOVATION OF FIRE STATION 54 This Agreement is made and entered into this _JQ_ day of 1) ec ~l'V\ to Cf • 20~, by and between the CITY OF SAN RAFAEL (hereinafter "CITY"), and LOVING CAMPOS ASSOCIATES, ARCHITECTS. INC. (hereinafter "CONTRACTOR"). RECITALS WHEREAS, the CITY requires professional architectural and engineering services in connection with the CITY'S project to prepare a preliminary study for the renovation of Fire Station 54, which shall include the preparation of three schematic design options including cost estimates; and WHEREAS, CONTRACTOR is well qualified to assist the CITY with the required services for the renovation project for Fire Station 54; AGREEMENT NOW, THEREFORE, the parties hereby agree as follows: I. PROJECT COORDINATION. A. CITY'S Project Manager. Bill Guerin, the Director of Public Works, is hereby designated the PROJECT MANAGER for the CITY, and said PROJECT MANAGER shall supervise all aspects of the progress and execution of this Agreement. B. CONTRACTOR'S Project Director. CONTRACTOR shall assign a single PROJECT DIRECTOR to have overall responsibility for the progress and execution of this Agreement for CONTRACTOR. Carl Campos is hereby designated as the PROJECT DIRECTOR for CONTRACTOR. Should circumstances or conditions subsequent to the execution of this Agreement require a substitute PROJECT DIRECTOR, for any reason, the CONTRACTOR shall notify the CITY within ten (10) business days of the substitution. 2. DUTIES OF CONTRACTOR. CONTRACTOR shall perform the duties and/or provide services a'i follows: CONTRACTOR shall perform the duties and/or provide services outlined in the CONTRACTOR'S proposal dated November 12, 2018, marked as Exhibit "A," attached hereto, and incorporated herein. 3. DUTIES OF CITY. CITY shall pay the compensation as provided in Paragraph 4, and perform the duties as ORiGINAL described in Exhibit "A" attached hereto. 4. COMPENSATION. For the full performance of the services described herein by CONTRACTOR, CITY shall pay CONTRACTOR as provided in Exhibit "A" attached, in a total contract amount not to exceed $29,840.00 for services plus $2,000 for reimbursable expenses. Payment will be made monthly upon receipt by PROJECT MANAGER of itemized invoices submitted by CONTRACTOR. 5. TERM OF AGREEMENT. The term of this Agreement shall commence on November 19, 2018 and shall end on November 15, 2019. Upon mutual agreement of the parties, and subject to the approval of the City Manager the term of this Agreement may be extended for an additional period of one(l) year(s). 6. TERMINATION. A. Discretionary. Either party may terminate this Agreement without cause upon thirty (30) days written notice mailed or personally delivered to the other party. B. Cause. Either party may terminate this Agreement for cause upon fifteen (15) days written notice mailed or personally delivered to the other party, and the notified party's failure to cure or correct the cause of the termination, to the reasonable satisfaction of the party giving such notice, within such fifteen (15) day time period. C. Effect of Termination. Upon receipt of notice of termination, neither party shall incur additional obligations under any provision of this Agreement without the prior written consent of the other. D. Return of Documents. Upon termination, any and all CITY documents or materials provided to CONTRACTOR and any and all of CONTRACTOR's documents and materials prepared for or relating to the performance of its duties under this Agreement, shall be delivered to CITY as soon as possible, but not later than thirty (30) days after termination. 7. OWNERSHIP OF DOCUMENTS. The written documents and materials prepared by the CONTRACTOR in connection with the performance of its duties under this Agreement, shall be the sole property of CITY. CITY may use said property for any purpose, including projects not contemplated by this Agreement. 8. INSPECTION AND AUDIT. Upon reasonable notice, CONTRACTOR shall make available to CITY, or its agent, for inspection and audit, all documents and materials maintained by CONTRACTOR in connection 2 with its performance of it<; duties under this Agreement. CONTRACTOR shall fully cooperate with CITY or its agent in any such audit or inspection. 9. ASSIGNABILITY. The parties agree that they shall not assign or transfer any interest in this Agreement nor the performance of any of their respective obligations hereunder, without the prior written consent of the other party, and any attempt to so assign this Agreement or any rights, duties or obligations arising hereunder shall be void and of no effect. I 0. INSURANCE. A Scope of Coverage. During the term of this Agreement, CONTRACTOR shall maintain, at no expense to CITY, the following insurance policies: I. A commercial general liability insurance policy in the minimum amount of one million dollars ($1,000,000) per occurrence/two million dollars ($2,000,000) aggregate, for death, bodily injury, personal injury, or property damage. 2. An automobile liability (owned, non-owned, and hired vehicles) insurance policy in the minimum amount of one million dollars ($1,000,000) dollars per occurrence. 3. If any licensed professional performs any of the services required to be performed under this Agreement, a professional liability insurance policy in the minimum amount of two million dollars ($2,000,000) per occurrence/four million dollars ($4,000,000) aggregate, to cover any claims arising out of the CONTRACTOR's performance of services under this Agreement. Where CONTRACTOR is a professional not required to have a professional license, CITY reserves the right to require CONTRACTOR to provide professional liability insurance pursuant to this section. 4. If it employs any person, CONTRACTOR shall maintain worker's compensation insurance, as required by the State of California, with statutory limits, and employer's liability insurance with limits of no less than one million dollars ($1,000,000) per accident for bodily injury or disease. CONTRACTOR's worker's compensation insurance shall be specifically endorsed to waive any right of subrogation against CITY. B. Other Insurance Requirements. The insurance coverage required of the CONTRACTOR in subparagraph A of this section above shall also meet the following requirements: 1. Except for professional liability insurance or worker's compensation insurance, the insurance policies shall be specifically endorsed to include the CITY, its officers, agents, employees, and volunteers, as additional insureds (for both ongoing and completed operations) under the policies. 2. The additional insured coverage under CONTRACTOR'S insurance 3 policies shall be "primary and non contributory" with respect to any insurance or coverage maintained by CITY and shall not call upon CITY's insurance or self-insurance coverage for any contribution. The "primary and noncontributory" coverage in CONTRACTOR'S policies shall be at least as broad as ISO form CG20 01 04 13. 3. Except for professional liability insurance or worker's compensation insurance, the insurance policies shall include, in their text or by endorsement, coverage for contractual liability and personal injury. 4. By execution of this Agreement, CONTRACTOR hereby grants to CITY a waiver of any right to subrogation which any insurer of CONTRACTOR may acquire against CITY by virtue of the payment of any loss under such insurance. CONTRACTOR agrees to obtain any endorsement that may be necessary to effect this waiver of subrogation, but this provision applies regardless of whether or not CITY has received a waiver of subrogation endorsement from the insurer. 5. If the insurance is written on a Claims Made Form, then, following termination of this Agreement, said insurance coverage shall survive for a period of not less than five years. 6. The insurance policies shall provide for a retroactive date of placement coinciding with the effective date of this Agreement. 7. The limits of insurance required in this Agreement may be satisfied by a combination of primary and umbrella or excess insurance. Any umbrella or excess insurance shall contain or be endorsed to contain a provision that such coverage shall also apply on a primary and noncontributory basis for the benefit of CITY (if agreed to in a written contract or agreement) before CITY'S own insurance or self-insurance shall be called upon to protect it as a named insured. 8. It shall be a requirement under this Agreement that any available insurance proceeds broader than or in excess of the specified minimum insurance coverage requirements and/or limits shall be available to CITY or any other additional insured party. Furthermore, the requirements for coverage and limits shall be: (I) the minimum coverage and limits specified in this Agreement; or (2) the broader coverage and maximum limits of coverage of any insurance policy or proceeds available to the named insured; whichever is greater. No representation is made that the minimum Insurance requirements of this agreement are sufficient to cover the obligations of the CONTRACTOR under this agreement. C. Deductibles and SIR's. Any deductibles or self-insured retentions in CONTRACTOR's insurance policies must be declared to and approved by the PROJECT MANAGER and City Attorney, and shall not reduce the limit~ of liability. Policies containing any self-insured retention (SIR) provision shall provide or be endorsed to provide that the SIR may be satisfied by either the named insured or CITY or other additional insured party. At CITY's option, the deductibles or self-insured retentions with respect to CITY shall be reduced or eliminated to CITY's satisfaction, or CONTRACTOR shall procure a bond guaranteeing payment of losses and 4 related investigations, claims administration, attorney's fees and defense expenses. D. Proof of Insurance. CONTRACTOR shall provide to the PROJECT MANAGER or CITY'S City Attorney all of the following: ( 1) Certificates of Insurance evidencing the insurance coverage required in this Agreement; (2) a copy of the policy declaration page and/or endorsement page listing all policy endorsement<; for the commercial general liability policy, and (3) excerpts of policy language or specific endorsements evidencing the other insurance requirements set forth in this Agreement. CITY reserves the right to obtain a full certified copy of any insurance policy and endorsements from CONTRACTOR. Failure to exercise this right shall not constitute a waiver of the right to exercise it later. The insurance shall be approved as to forn1 and sufficiency by PROJECT MANAGER and the City Attorney. 11. INDEMNIFICATION. A. Except as otherwise provided in Paragraph B., CONTRACTOR shall, to the fullest extent permitted by law, indemnify, release, defend with counsel approved by CITY, and hold harmless CITY, its officers, agents, employees and volunteers (collectively, the "City lndemnitees"), from and against any claim, demand, suit, judgment, loss, liability or expense of any kind, including but not limited to attorney's fees, expert fees and all other costs and fees of litigation, (collectively "CLAIMS"), arising out of CONTRACTOR'S performance of its obligations or conduct of its operations under this Agreement. The CONTRACTOR's obligations apply regardless of whether or not a liability is caused or contributed to by the active or passive negligence of the City Indemnitees. However, to the extent that liability is caused by the active negligence or willful misconduct of the City Indemnitees, the CONTRACTOR's indemnification obligation shall be reduced in proportion to the City Indemnitees' share of liability for the active negligence or willful misconduct. In addition, the acceptance or approval of the CONTRACTOR's work or work product by the CITY or any of its directors, officers or employees shall not relieve or reduce the CONTRACTOR's indemnification obligations. In the event the City Indemnitees are made a party to any action, lawsuit, or other adversarial proceeding arising from CONTRACTOR'S performance of or operations under this Agreement, CONTRACTOR shall provide a defense to the City lndemnitees or at CITY'S option reimburse the City Indemnitees their costs of defense, including reasonable attorneys' fees, incurred in defense of such claims. B. Where the services to be provided by CONTRACTOR under this Agreement are design professional services to be performed by a design professional as that term is defined under Civil Code Section 2782.8, then, to the extent permitted by law including without limitation, Civil Code sections 2782, 2782.6 and 2782.8, CONTRACTOR shall indemnify and hold harmless the CITY and its officers, officials, and employees (collectively City Indemnitees) from and against damages, liabilities or costs (including incidental damages. Court costs, reasonable attorney's fees a<; may be determined by the Court, litigation expenses and fees of expert witnesses incurred in connection therewith and costs of investigation) to the extent they are caused by the negligence, recklessness, or willful misconduct of CONTRACTOR, or any subconsultants, or subcontractor or anyone directly or indirectly employed by them, or anyone for whom they are legally liable (collectively Liabilities). Such obligation to hold harmless and indemnify any indemnity shall not apply to the extent that such Liabilities are caused in part by 5 the negligence or willful misconduct of such City Indemnitee. C. The defense and indemnification obligations of this Agreement are undertaken in addition to, and shall not in any way be limited by, the insurance obligations contained in this Agreement, and shall survive the tem1ination or completion of this Agreement for the full period of time allowed by law. 12. NONDISCRIMINATION. CONTRACTOR shall not discriminate, in any way, against any person on the bac;is of age, sex, race, color, religion, ancestry, national origin or disability in connection with or related to the performance of its duties and obligations under this Agreement. 13. COMPLIANCE WITH ALL LAWS. CONTRACTOR shall observe and comply with all applicable federal, state and local laws, ordinances, codes and regulations, in the performance of its duties and obligations under this Agreement. CONTRACTOR shall perform all services under this Agreement in accordance with these laws, ordinances, codes and regulations. CONTRACTOR shall release, defend, indemnify and hold harmless CITY, its officers, agents and employees from any and all damages, liabilities, penalties, fines and all other consequences from any noncompliance or violation of any laws, ordinances, codes or regulations. 14. NO THIRD PARTY BENEFICIARIES. CITY and CONTRACTOR do not intend, by any provision of this Agreement, to create in any third party, any benefit or right owed by one party, under the terms and conditions of this Agreement, to the other party. 15. NOTICES. All notices and other communications required or permitted to be given under this Agreement, including any notice of change of address, shall be in writing and given by personal delivery, or deposited with the United States Postal Service, postage prepaid, addressed to the parties intended to be notified. Notice shall be deemed given as of the date of personal delivery, or if mailed, upon the date of deposit with the United States Postal Service. Notice shall be given ac; follows: TO CITY's Project Manager: TO CONTRACTOR's Project Director: 6 Bill Guerin, Director of Public Works City of San Rafael 111 Morphew Street San Rafael, CA 94901 Carl Campos LCA Architects 16. INDEPENDENT CONTRACTOR. 590 Y gnacio Valley Road, Suite 310 Walnut Creek, CA 94596 For the purposes, and for the duration, of this Agreement, CONTRACTOR, its officers, agents and employees shall act in the capacity of an Independent Contractor, and not as employees of the CITY. CONTRACTOR and CITY expressly intend and agree that the status of CONTRACTOR, its officers, agents and employees be that of an Independent Contractor and not that of an employee of CITY. 17. ENTIRE AGREEMENT --AMENDMENTS. A. The terms and conditions of this Agreement, all exhibits attached, and all documents expressly incorporated by reference, represent the entire Agreement of the parties with respect to the subject matter of this Agreement. B. This written Agreement shall supersede any and all prior agreements, oral or written, regarding the subject matter between the CONTRACTOR and the CITY. C. No other agreement, promise or statement, written or oral, relating to the subject matter of this Agreement, shall be valid or binding, except by way of a written amendment to this Agreement. D. The terms and conditions of this Agreement shall not be altered or modified except by a written amendment to this Agreement signed by the CONTRACTOR and the CITY. E. If any conflicts arise between the terms and conditions of this Agreement, and the terms and conditions of the attached exhibits or the documents expressly incorporated by reference, the tem1s and conditions of this Agreement shall control. 18. SET-OFF AGAINST DEBTS. CONTRACTOR agrees that CITY may deduct from any payment due to CONTRACTOR under this Agreement, any monies which CONTRACTOR owes CITY under any ordinance, agreement, contract or resolution for any unpaid taxes, fees, licenses, assessments, unpaid checks or other amounts. 19. WAIVERS. The waiver by either party of any breach or violation of any term, covenant or condition of this Agreement, or of any ordinance, law or regulation, shall not be deemed to be a waiver of any other term, covenant, condition, ordinance, law or regulation, or of any subsequent breach or violation of the same or other term, covenant, condition, ordinance, law or regulation. The subsequent acceptance by either party of any fee, performance, or other consideration which may 7 become due or owing under this Agreement, shall not be deemed to be a waiver of any preceding breach or violation by the other party of any term, condition, covenant of this Agreement or any applicable law, ordinance or regulation. 20. COSTS AND ATTORNEY'S FEES. The prevailing party in any action brought to enforce the terms and conditions of this Agreement, or arising out of the performance of this Agreement, may recover its reasonable costs (including claims administration) and attorney's fees expended in connection with such action. 21. CITY BUSINESS LICENSE/ OTHER TAXES. CONTRACTOR shall obtain and maintain during the duration of this Agreement, a CITY business license as required by the San Rafael Municipal Code CONTRACTOR shall pay any and all state and federal taxes and any other applicable taxes. CITY shall not be required to pay for any work performed under this Agreement, until CONTRACTOR has provided CITY with a completed Internal Revenue Service Form W-9 (Request for Taxpayer Identification Number and Certification). 22. SURVIVAL OF TERMS. Any terms of this Agreement that by their nature extend beyond the term (or termination) of this Agreement shall remain in effect until fulfilled, and shall apply to both Parties' respective successors and assigns. 23. APPLICABLE LAW. The laws of the State of California shall govern this Agreement. 24. COUNTERPARTS AND ELECTRONIC SIGNATURE. This Agreement may be executed in any number of counterparts, each of which shall be deemed an original, but all of which together shall constitute one document. Counterpart signature pages may be delivered by telecopier, email or other means of electronic transmission. IN WITNESS WHEREOF, the parties have executed this Agreement as of the day, month and year first above written. CITY OF SAN RAFAEL CONTRACTOR 8 ATTEST: LINDSAY LARA, City Clerk APPROVED AS TO FORM: 9 Title:_C~f.~.O_. ___ _ [If Contractor is a corporation, add signature of second corporate officer] November 12, 2018 Kevin McGowan, Assistant Public Works Director/City Engineer City of San Rafael, Department of Public Works 111 Morphew Street San Rafael, CA 94901 Via email: Kevin.mcgowan@cityofsanrafael.org Regarding: Renovation of Fire Station 54 46 Castro Avenue, San Rafael, CA, LCA #18058 Dear Kevin: I am pleased to submit our proposal for professional design and engineering services to prepare a preliminary study for the renovation of Fire Station 54 located at 46 Castro Avenue, in San Rafael, California. 1. Scope of Work: A. Prepare three schematic design options for City review. Includes a cost estimate that examines the following: 1. Minimal demolition of the existing station. Improvements should include addressing living quarter modifications, restroom modifications to address gender issues, and minimal facility improvements such as roof repairs to keep this facility functioning. 2. Removal of existing living quarters and replace with a new up to date facility (Essentially the project proposed in recent RFP) 3. Removal of existing living quarters and replace with a prefabricated buildings for the living quarters for the facility. B. All options should address improvements to the apparatus bay. C. All options should address the cost for Design as well as the approximate Construction Cost. D. Includes Meeting with the City and Fire District to present options. Architectural Fixed Fee: $13,160.00 Electrical Fixed Fee: $2,000.00 Mechanical Fixed Fee: $1,800.00 Structural Fixed Fee: $7,500.00 Civil Fixed Fee: $3,280.00 Cost Estimator: $2,100.00 Total: $29,840.00 590 Ygnacio Valley Road, Suite 310 • Walnut Creek, CA 94596 • 9?'; 9.\4 1626 1970 Broadway, Suite BOO • Oakland, CA 94612 • 510.272.1060 lea-architects.com San Rafael Fire Station 54 November 12 , 2018 Page 2 of 4 2. Reimbursable Expenses: Copies, prints, CADD plots, photography, preparing and compiling .pdf sets, scanning, colored print mounting, long distance phone calls, postage, express mail, and travel outside the Walnut Creek area will be billed on a reimbursable basis: Billed at cost plus 15% Reimbursable Allowance: $2,000 3 . Additional services would be those services and meetings not specifically listed and described above. Extra drawings, renderings, and changes required by the Owner, Contractor, or Local Government Agencies to drawings or designs previously approved will be considered additional services. Additional services will only be provided with authorization in writing from the Owner For additional services of the Architect's consultants, compensation shall be computed as a multiple of 1.15 times the amount billed to the Architect for such services. Hourly Fee Basis, As Requested, per attached LCA Fee Schedule 4 . The following services are not included in the Proposal. We can assist you in obtaining consultants and proposals in these areas as required, but we will not take responsibility for the timing or content of their work. We require that any consultants hired by you be "software compatible" with LCA Architects Inc. or we will add fees for delay and interface. Additional consultants retained by us at your request will be billed as additional services. a. Conformed Documents & Record Drawings b. Geotechnical or corrosion engineering c. Utility coordination d. HAZMAT coordination e. C3 storm water quality control design f. Security systems g. Special acoustical design h. Fire protection engineering i. Fire sprinkler construction documents j. Building Information Modeling (BIM) k. Traffic studies I. Retaining wall engineering m. Interior space planning n. Lighting or decorating o. Graphic designs or sign systems p. Unusual or unforseen conditions (Dryrot, Termites, etc.) q. Local ,State and Federal Historical Preservation laws, ordinances, and regulation coordination San Rafael Fire Station 54 November 12, 2018 Page 3 of 4 5 . Verification of existing conditions -Inasmuch as the remodeling and/or rehabilitation of an existing building requires that certain assumptions be made regarding existing conditions and because some of these assumptions may not be verifiable without expending additional sums of money or destroying otherwise adequate or serviceable portions of the building, the Owner agrees, to the fullest extent permitted by law, to indemnify and hold the Architect, his agents and subconsultants harmless from any claim, liability or cost (including reasonable attorney's fees and costs of defense) for injury or economic loss arising or allegedly arising out of the professional services provided under this Agreement, excepting only those damages, liabilities or costs attributable to the sole negligence or willful misconduct of the Architect. 6 . Carl Campos (CA License No. C10482), David Bogstad (CA License No. C21379), and Peter Stackpole (CA lie No. C16939) are licensed architects in the State of California and are employees of Loving Campos Associates Architects, Inc., dba LCA Architects Inc., a California Corporation. Please sign below to acknowledge receipt of this proposal and initiate this agreement. We thank you for this opportunity to be of service for your project. Carl Campos, CEO LCA Architects Inc. CA License C10482 CEC:ed :prpslso Enclosure: Hourly Fee Schedule AGREED AND ACCEPTED: Received --------By Date Authorized Signature San Rafael Fire Station 54 November 12, 2018 Page 4 of 4 DESCRIPTION Principal Associate Project Manager Construction Manager Project Architect Quality Control Manager Specifications Writer Job Captain Designer CAD Tech Project Coordinator LCA ARCHITECTS, INC. 2018 HOURLY FEE SCHEDULE* Administration/Research/Presentations Clerical Architectural Animation -Preparation of computer generated views, renderings and simulations of architectural interiors and exteriors. Preparation of video "fly-by's," walkthrough's, and other simulations. Expert Witness -Review of documents, meetings, site visits, telephone conferences, administration of the documents and materials, research, deposition, testimony, court appearances, and travel time. Perspective Sketches and Renderings, Visual Simulations Mileage (outside of the Walnut Creek area) **as adjusted by IRS guidelines HOURLY RATE $215.00 $190.00 to $215.00 $195.00 $150.00 to $185.00 $135.00 to $185.00 $195.00 $195.00 $115.00 to $130.00 $95.00 to $175.00 $95.00 to $140.00 $95.00 to $135.00 $90.00 to $125.00 $105.00 $170.00/hr. $500.00/hr. On a Per Drawing Basis 0.54.5/mile** Reimbursables: Copies, prints, CADD plots, photography, preparing and compiling .pd/ sets, scanning, colored print mounting, long distance phone calls, postage, express mail, and travel outside the Walnut Creek area will be billed on a reimbursable basis: at cost plus 15%. Overtime -If overtime is required by staff, to meet a customer's timing request, additional hourly fee charges may apply. California employment law will apply. * Effective 01/01/2018. Subject to change quarterly. Step 2 3 4 5 6 7 8 9 IO II CONTRACT ROUTING FORM INSTRUCTIONS: Use this cover sheet to circulate all contracts for review and approval in the order shown below. TO BE COMPLETED BY INITIATING DEPARTMENT PROJECT MANAGER Contracting Department: Public Works Project Manager: Kevin McGowan Extension: 3389 Project Name: Station 54 Renovation Contractor's Contact: _,,C=a=r=I C=a=m=p=os=-------------- Contact's Email: ccampos@lca-architects.com RESPONSIBLE DEPARTMENT DESCRIPTION a . Email PINS lntroductol}' Notice to Contractor b . Email Contract (in Word) & attachments to City Attorney c/o Prolect Mana~er Laraine.Gittens@cityofsanrafael.org a . Review, revise and comment on draft agreement and return to Project Manager b. Confirm insurance requirements, create Job on PINS, send PINS City Attorney insurance notice to contractor. Department Approval of final agreement form to send to contractor. (Prol'ide Dept. Director Director Financial S111111110ry1 wl Agreement) Forward three (3) originals of final agreement to contractor for their Project Mana~er signature. Project Mana~er PRINT When necessary, contractor-signed agreement agendized for Council approval City Council apprm·al required for Professional Sen1ices Agreements and purchases of good,· and services that exceed S75,000 am/for Puh/ic Works Contracts that exceed SI 75,000 (Enter date ofCormcil Meeting) CONTINUE ROUTING PROCESS WITH HARD COPY Forward signed original agreement to City Attorney with printed copy of Project Mana~er this routin~ form Ci!J Attorney Review and approve hard copy of signed agreement Review and approve insurance in PINS, and bonds (for public works City Attorney contracts) City Manager/Mayor Agreement executed by Council authorized official Attest signatures, retains original agreement and forwards copies to project City Clerk manager Project Manager Forward Final Copy to Contractor COMPLETED DA TE 11/14/2018 11/14/2018 11/16/2018 11/16/2018 11/27/2018 11/20/2018 12/4/2018 REVIEWER (Initials) KM KM LG LG BG KM KM «--