HomeMy WebLinkAboutReso 1987-12919 Revised 2/27/87
RESOLUTION NO. 12919
RESOLUTION OF THE CITY COUNCIL OF THE CITY OF CHULA
VISTA APPROVING AGREEMENT BETWEEN THE CITY OF CHULA
VISTA AND SHORN + KAMINSKI ARCHITECTS TO DEVELOP PLANS
FOR NEW PUBLIC SAFETY COMMUNICATIONS CENTER AND OFFICE
REMODELING IN THE POLICE BUILDING
AND AUTHORIZING THE MAYOR TO EXECUTE SAID AGREEMENT
The City Council of the City of Chula Vista does hereby
resolve as follows:
NOW, THEREFORE, BE IT RESOLVED by the City Council of
the City of Chula Vista that that certain agreement between THE
CITY OF CHULA VISTA, a municipal corporation, and SHORN + KAMINSKI
ARCHITECTS to develop plans for new public safety communications
center and office remodeling in the Police building
dated the 3rd day of March , 1987, a copy of which is
attached hereto and incorporated herein, the same as though fully
set forth herein be, and the same is hereby approved.
BE IT FURTHER RESOLVED that the Mayor of the City of
Chula Vista be, and he is hereby authorized and directed to
execute said agreement for and on behalf of the City of Chula
Vista.
Presented by Approved as to form by
J. wkht%rs, Di tor of Thomas J. Harron, City
Will~am
Publzc Safety[Ti Attorney
0374a
ADOPTED AND APPROVED BY THE CITY COUNCIL OF THE CITY OF
CHULA VISTA, CALIFORNIA, this 3rd day of. March
19 87 , by the following vote, to-wit:
AYES: Councilmen: Moore, Nader, Malcolm, McCandliss
NAYES: Councilmen: None
ABSTAIN: C.,o~ilmen: None
ABSENT: Councilmen: c o x
MAYOR PRO TEMPORE
STATE OF CALIFORNIA )
COUNTY OF SAN DIEGO ) ss.
CITY OF CHULA VISTA )
I, JENNIE M. FULASZ, CMC, CITY CLERK of the City of Chula Vista, California,
DO HEREBY CERTIFY that the above and foregoing is a full, true and correct copy of
RESOLUTION NO. 12919
,and that the same has not been amendedor repealed.
DATED
City Clerk
CITY OF
CHULA vISrA
CC-6GO MpT
ARCHITECT'S AGREEMENT
This agreement, effective March 3, 1987 by and
between the CITY OF CHULA VISTA, Chula Vista, California,
hereinafter called OWNER, and SHORN + KAMINSKI ARCHITECTS, 7723
Fay Avenue, Suite 5, La Jolla, Ca. 92037, hereinafter called
ARCHITECT.
W I T N E S S E T H :
WHEREAS, OWNER is desirous of employing an architect licensed
in the State of California in order to benefit from his
professional knowledge and skill in the completion of the project
described below, and
WHEREAS, ARCHITECT is licensed in the State of California and
is otherwise qualified to render professional architectural
services to OWNER in the completion of the project described
below.
NOW, THEREFORE, OWNER AND ARCHITECT do hereby mutually
covenant and agree as follows:
1. DUTIES OF ARCHITECT
A. ARCHITECT shall perform the necessary and appropriate
professional services in connection with the
construction of a new communications center and specific
remodeling on the main floor of the Chula Vista Police
Department located at 276 Fourth Avenue, Chula Vista,
California. The specific areas to be included in this
project are detailed in Appendix B. In performing such
professional services in connection with this project,
the ARCHITECT shall be bound by the General Conditions
(Appendix A) of this contract and which are incorporated
herein and made a part hereof.
B. Upon notice to proceed from OWNER, ARCHITECT shall
prepare and complete Schematic Documents within 45
working days consisting of plans, elevations,
appropriate sections and cost estimates indicating the
general features of the project and the relationship of
the various portions thereof.
C. Upon acceptance and approval of the Schematic Documents
by OWNER, ARCHITECT shall prepare Design Development
Documents consisting of site, structural, architectural,
electrical and machanical plans, outline specifications,
and construction cost estimates. Design Development
shall be completed within 60 working days of receipt of
notice to proceed.
D. Upon acceptance and approval of the Design Development
by OWNER, the ARCHITECT shall prepare Construction
Documents consisting of structural, architectural,
mechanical, and electrical working drawings and
specifications necessary or convenient for the proper
construction of the Project. Construction documents
shall be completed by ARCHITECT for review by
appropriate Governmental authorities within 60
working days after receiving notice to proceed.
E. The ARCHITECT shall consult with OWNER and assist in the
preparation and taking of bids.
F. Construction administration will consist of mechanical
and electrical review and approval.
G. If ARCHITECT is unable to complete any of the above work
for the Project by the specified time periods, and the
delay is deemed by the City Manager of OWNER not due to
the fault or negligence of ARCHITECT, a reasonable
extension of time shall be added by the City Manager
upon written request of ARCHITECT. Any delay due to
fault or negligence of ARCHITECT may be the basis for
termination of this contract.
II. CONSIDERATION
A. In consideration of professional services of ARCHITECT
for the Project, OWNER shall pay, and ARCHITECT SHALL
ACCEPT AS FULL PAYMENT THEREFOR, A Fee plus such other
payments and reimbursements as specified in the General
Conditions to this Agreement.
B. The compensation for this project shall not exceed
$49,600.
C. Complete architectural services, including electrical
and mechanical design for the Project shall be performed
on an hourly basis. Hourly rates are to be as follows:
Principal's time at the fixed rate of seventy dollars
($70.00) per hour. For the purposes of this Agreement,
the Principals are:
Jeffrey Shorn, AIA
Charles Kaminski
Project Architect Fifty dollars (~50.00)
per hour
Technician/Drafts Person/ Thirty-six dollars (~36.00)
Designer: per hour
Support Staff: Twenty-four dollars ($24.00)
per hour
--2--
D. Any "Extra Services" by the ARCHITECT, as defined in the
General Conditions, shall be authorized in writing in
advance of performance of said services, and the
ARCHITECT shall be compensated for such extra
professional services at the hourly rate listed in
Paragraph C.
E. Any "Reimbursable Expenses" incurred by the ARCHITECT,
as are defined in the General Conditions, may be
authorized by the City Manager or his designee, provided
the reimbursable expenses do not exceed ~1,500. Any
amount in excess of $1,500 shall require City Council
approval.
III. PAYMENT
A. Payment of ARCHITECT'S Fee shall be made monthly in
direct proportion to the progress of the work as
certified by ARCHITECT.
1. Upon the completion of the Schematic documents, and
the approval thereof by the OWNER, a sum equal to
25% of the Fee defined in Article II shall be due
and payable.
2. Upon the completion of the Design Development
documents, and the approval thereof by the OWNER,
a sum equal to 25% of the Fee defined in Article II
shall be due and payable.
3. Upon completion of 50% of the Construction document
phase, a sum sufficient to increase the Fee
payments to 25% of the Fee defined in Article II
shall be due and payable.
4. Upon completion of the Construction document and
the acceptance thereof by OWNER a sum sufficient to
increase the Fee payments to 100% of the Fee
defined in Article II shall be due and payable.
5. Payment for authorized "Extra Services" and
"Reimbursable" expenses shall be made monthly as
they are incurred.
IV. TERMINATION
A. OWNER hereby reserves the right to terminate at any
time by written notice to ARCHITECT all or any part of
this contract.
B. In the event of such termination, ARCHITECT shall be
paid in accordance with Article III of this Agreement
for professional services and expenses rendered up to
the date of such termination.
--3--
V. AMENDMENT
This Agreement may be amended at any time by mutual consent
of the parties hereto. Any amendment hereto shall be in
writing and shall set forth the date of the public City
Council meeting at which the City Council approved such
amendment.
VI. SUCCESSORS AND ASSIGNS
All terms, conditions, and provisions hereof shall inure to
and shall bind the parties hereto, their respective heirs,
administrators, executors, successors and assigns.
ARCHITECT shall not sublet, assign or transfer to any way
his interest in this contract without the prior written
consent of DISTRICT.
VII. The ARCHITECT shall hold harmless the City of Chula Vista
and all officers and employees, from all costs and claims
for damages to real or personal property and personal
injury to any third party resulting from the negligent
performance of services, if any, pursuant to this Agreement.
IN WITNESS WHEREOF, the parties hereto have caused this
contract to be signed in their behalf by their duly
authorized representatives on March 5, 1987
ARCHITECT CITY OF CHULA VISTA
License No. ( Date D
Approved as to form
/~/ATTEST Jennie
Clerk
Date / /
City Attorney
-4-
CITY OF CHULA VISTA
GENERAL CONDITIONS
APPENDIX A
Table of Contents
General Information
II Responsibilities of the Owner
III Responsibilities of the Architect
IV Extra Architectural Services
V Reimbursable Expenses
VI Procedures
A. Schematic Documents
B. Design/Development Documents
C. Construction Documents
D. Bidding
-5-
CITY OF CHULA VISTA
GENERAL CONDITIONS
APPENDIX A
TO
ARCHITECT'S CONTRACT
I. GENERAL INFORMATION:
A. The ARCHITECT shall read this appendix carefully. It
will answer many questions regarding procedures and
general requirements.
B. The ARCHITECT shall always bear in mind that it is the
desire of the OWNER to obtain facilities that shall
require a minimum amount of maintenance and operational
cost.
C. The official representative of the OWNER in dealings
with the ARCHITECT under this agreement shall be the
City Manager or his designee. At his option, and with
written notice to the ARCHITECT, he may delegate his
responsibilities to other individuals.
II. RESPONSIBILITIES OF THE OWNER:
A. The OWNER will furnish a Building Program outlining the
scope and requirements for the Project. If only a
portion of the ultimate project is being considered
now, the ARCHITECT will be advised of proposed future
elements in order to develop a master plan, if
necessary.
B. Costs of material testing and other tests authorized by
the OWNER shall be borne by the OWNER.
III RESPONSIBILITIES OF THE ARCHITECT:
A. The overall responsibility of the ARCHITECT is to
produce for OWNER a complete set of construction
documents which satisfy the OWNER design criteria and
specifications, to the extent they are made known to
him, OWNER bidding procedures, and which will yield a
finished product complete and ready for use.
-6-
B. The ARCHITECT shall participate in all conferences with
representatives of the OWNER or other agencies as
necessary for the development of all documents.
C. It is the responsibility of the ARCHITECT to visit and
inspect the location of the project and to acquaint
himself with all visible conditions. The initial visit
shall be made with OWNER representatives.
D. The ARCHITECT shall associate with him, and at his
expense, structural, mechanical and electrical
engineers, unless waived by the OWNER in writing. The
ARCHITECT may associate with him, or shall if so
requested by the OWNER, other qualified specialists,
mutually acceptable to the ARCHITECT and the OWNER, to
render services in connection with the Project, and may
delegate to them such duties as he may designate
without relieving himself from administrative or other
responsibility under this contract.
E. The ARCHITECT shall cause all documents to conform to
applicable requirements of the City of Chula Vista, and
shall cause the necessary copies of such documents to
be filed with the appropriate City departments for
approval.
IV. EXTRA ARCHITECTURAL SERVICES
A. Extra architectural services are those not basic to
every project and are to be performed only when
specially authorized in writing by the OWNER. Extra
services are usually required because of unforeseen
circumstances or by special request of the O~ER, and
are extra work and expense not contemplated or
compensated for under the fee schedule for ARCHITECT'S
basic services. Extra services include but are not
limited to:
1. Preparing feasibility studies, energy conservation
studies, life cycle cost analysis, growth impact
studies, special analyses of Owner needs, related
Cost Estimates, and assistance in the preparation
of application for governmental funding of Projects.
2. Providing planning surveys, site evaluations, or
comparative studies of prospective sites.
-7-
3. Providing master planning or design services
relative to future facilities, systems and
equipment which are not intended to be constructed
as part of the project covered by this contract.
4. Preparing documents for segregated contracts or out
of sequence services requested by the OWNER.
5. Services in connection with revising previously
approved drawings and with Change Orders initiated
by the OWNER to change the scope of the project or
to significantly revise approved contract documents.
6. Providing consultation concerning replacement of
any work damaged by fire or other cause during
construction and furnishing professional services
which may be required in connection with the
replacement of such work.
7. Providing professional services made necessary by
default of the contractor or by major defects in
the work of the contractor in the performance of
the construction contract.
8. Providing Contract Administration and observation
of construction.
9. Providing services of professional consultants for
other than the normal structural, mechanical, and
electrical, for the project. The OWNER reserves
the right of approval of each such individual
consultant.
REIMBURSABLE EXPENSES
A. Reimbursable expenses are in addition to the
compensation for basic services, and include actual
expenditures made by the ARCHITECT, his employees, or
his professional consultants in the interest of the
Project for expenses listed as follows:
1. Expenses of transportation and living when
traveling outside San Diego County in connection
with the project, including long distance telephone
and telegram costs, occasioned by such travel.
-8-
2. Expenses of reproduction, postage and handling or
drawings and specifications, excluding such copies
at each phase of document preparation reasonably
necessary for the ARCHITECT to obtain OWNER
approval of such documents. Two copies shall be
provided at the schematic and preliminary phases.
See VI.C.4 for additional provision.
3. If authorized in advance by the OWNER, the expenses
of overtime work requiring higher than regular
rates and expense of models for the use of the
OWNER.
VI. PROCEDURES
A. SCHEMATIC DOCUMENTS
1. The owner shall approve the Schematic Document
prior to the preparation of Design Development
Documents.
B. DESIGN DEVELOPMENT DOCUMENTS
I. When authorized by the OWNER, the ARCHITECT shall
begin the preparation of Design Development
Documents.
2. Documents for additions to existing facilities
shall be engineered to include provisions for
maintaining continuous, uninterrupted operation of
the existing facilities and the utilities thereto,
to the extent feasible.
C. CONSTRUCTION DOCUMENTS
1. Upon approval of the Design Development Documents,
and upon notification by the OWNER, the ARCHITECT
shall proceed with the Construction Documents based
upon the Design Development Documents.
2. In general, all construction work will be under one
contract, but the ARCHITECT shall prepare the
construction documents in such a manner that
alternates, preferably additive, may be bid if the
OWNER so decides.
3. Ail references in the Construction Documents shall
be directed to the General Contractor only. Under
no circumstances shall the duties of any
subcontractor be defined.
-9-
4. The ARCHITECT shall submit two sets of blue line
prints of his Architectural Construction Documents,
not including engineering calculations, to the
OWNER for review and comments when they are
completed. Any additional consultant documents
would be reimbursable.
D. BIDDING
1. The ARCHITECT shall distribute all Construction
Documents to prospective bidders, issue necessary
addenda, and prepare all bid tabulation forms. All
interpretations of Construction Documents during
the bidding period shall be by addendum only.
2512a
-10-
APPENDIX B
NEW CONSTRUCTION & REMODELING AREAS IN CHULA VISTA POLCIE BUILDING
Existing/Present Use Existing Square Feet
A. Court 2 784
B. Briefing/Field Sergeant/
Secretary Uniform Division
Commander 896
C. Dispatch/Teletype 526
D. Traffic Sergeant/Traffic
Educ. Office 403
E. Court 1 640
F. Men's & Women's Restrooms 184
G. Fingerprints/Press Area 190
H. Recording/Conference 448
I. Evidence Lab/Crime & Photo Office 792
J. Janitor's Closet (portion) 100
K. Women's Lounge/Matron 425
L. Conversion of Garage Area 1,600
NEW CONSTRUCTION 1,424
REMODEL 5,564
TOTAL AREA 6,988
February 27, 1987
TO: The Honorable Mayor & City Council
VIA: John Goss, City Mana~er~
FROM: William J. Winters,~)irector of Public Safety
SUBJECT: Agreement to Develop Plans for New Public Safety
Communications Center & Office Remodeling in the
Police Building
~~I~k_~Q~!
At the February 24, 1987 Council Meeting, staff had recommended
the retention of the architectural firm of Shorn & Kaminski to
develop the plans for the new Public Safety Communications Center
and office remodeling the the Police Building.
On February 20, 1987, Architect Raymond k. Bernier delivered a
letter to the City Clerk that contained a series of counterpoints
to the staff recommendation to hire Shorn & Kaminski (see
Attachment A). Mr. Benier was one of the architects who had
submitted a proposal for this project. His proposal included a
fee of $43,000 compared to the fee of $49,600 by Shorn &
Kaminski. In selecting an architect for this project, staff was
following Council Policy 102-03 which provides uniform procedures
for seeking and retaining the services of professional
consultants in conformance with Government Code S4525. The fee
proposed by each architect was a consideration, but a more
important consideration was staff's appraisal of the architect
and his consultants, especially the engineering consultants. In
this respect, staff felt the Shorn & Kaminski team was the most
qualified and would provide the City with the best product.
Specific comments to Mr. Bernier~s points are as follows:
1. This addresses Mr. Bernier~s Point ~1 which appears to have
been written in response to #1 on Page 4 of the agenda statement.
While it's true that each job will have its own separate design
criteria, it's also true that because the two jobs are in the
same building, they have interrelated parts such as the HVAC and
electrical. Although it would be possible to have individual
architects design each room in a house, it wouldn't work very
well in practice. Staff believes that especially in a remodeling
job where actual conditions are sometimes not discovered until
construction, it is important to have one architect. In
addition, staff has worked with Shorn & Kaminski in developing
plans for the Crime/Photo Lab since December 1985. During this
period, a very positive, effective dialogue has been developed
between staff and Mr. Jeff Shorn. Staff is confident that this
r~ationship will carry over to the new project and ensure
quality, functionally sound plans.
2. Mr. Bernier~s Point ~2 indicates that the cost for the
coordination of the mechanical interface is included in his bid.
While that is undoubtedly true, staff believes it is important to
have one mechanical engineer for the following reasons. The most
complex portion of this building project is the upgrading of the
heating and air conditioning system. Hiring Shorn & Kaminski for
this portion of the project means that one mechanical engineer
will be responsible for the entire
is hired, his mechanical engineer will be Donald Ducommun. Shorn
& Kaminski has hired the firm of Dunn-Lee-Smith-Klein &
Associates to provide the mechanical engineering services. Staff
believes that two different mechanical engineers on this complex
project will result in different points of view, and the result
could be unproductive conflict which would delay the project and
In addition, the firm of Dunn-Lee-Smith-Klein & Associates is the
same firm that evaluated the- HVAL System in the Police Building
and presented the City with several alternatives to correct the
deficiencies in the system. This evaluation provided them with a
good working knowledge of our system which will be to our benefit
as we proceed to the second phase of the project.
3. The following addresses Mr. Bernier~s Point ~3. During the
pre-bid period for any major construction project, bidders will
have questions for the architect and/or mechanical engineer. The
fewer people the bidders have to go to for answers, the less
chance there is for confusion and a greater chance of a
reasonable bid for the City.
4. The following addresses Mr. Bernier~s Point ~4. Staff does
not agree with Mr. Bernier~s contention that two architects on
the job will guarantee a better job. Staff contends that just
the opposite will be true. Two architects will strain
coordination of construction sequences as contractors will be
dealing with two architects. In addition, the general
contractors bidding on the project would be reviewing
specifications written by different individuals. It would be
possible to have these specifications combined, but this would be
an additional cost for the City.
5. Mr. Bernier~s Point ~5 appears to address ~4 on Page 4 of the
agenda statement. As mentioned in ~i above, remodeling jobs
typically require more change orders than other construction
jobs. Staff believes we will recieve a better project at a lower
cost if the bidders know they will only be dealing with one
architect.
2
In summary, it is sta~s contention that the hiring o~ Shorn &
Kaminski is justified in that it will result in improved
coordination, less con~iict and a more cost e~ective~ quality
project.
WJW/m
Attachment
0209-2 (Rev. 5)
3
Attachment A
RECEIVED
RAYMOND L. BERNIER - ARCHITECT
~7 FEB 20 P-2:42 Men~ber C.S.:. - S.A.M.E.
677 "G" Street #171
CITY OF CHU[~. ~¢~, Chula Vista, CA 92010
CITY CLEF~'S OFFICE
(619) 420-6770
Structural - Derek Ilott S.E.
Mechanical - Donald Ducommun P.E.
Electrician - Van Buuren Associates
Specifier - Ronald j. Curry
TO: City Council
DATE: February 13, 1987
REFERENCE: Commission of Architect for Plans
of New Public Safety Communications
Center & Office Remodeling in the
Police Building
Sirs:
We would like the council to review the following counterpoints
to staff's recommendation:
1. The plans necessary to remodel, alter and add to the first
story of the police department will have its own design
criteria, regardless of who is doing the design, it will
take the same efforts getting familiar with the building and
existing plans. This will be minimal in time and not affect
the final completion of plans.
2. The Coordination of architectural services, for the mechan-
ical interface of both projects ~as been anticipated by our
firm and the cost for this work ~s already in our proposal.
3. It is Our intention to go'to bid as one package. The pack-
age would be divided as Parts "A" & "B" under one COver and
one set of specifications and contract documents, coordi-
nated by our specification r~ter. w
This would eliminate any confusion to the contractors.
The contractor is bound by contract documents plans and
specifications. The architect's duties are to enforce the
documents, to ensure a quality job.
City Council
Page 2
4. The architect is there to ensure quality and performance of
work to be done. With two architects on the job, each being
responsible for his own phase of work will guarantee a bet-
ter job and one can use the other as back up on border line
decisions.
Again the combination of the specifications has also been
anticipated by this office and the cost thereof.
5. Unless changes are made by the department after work begins,
any change orders that would occur' would be unseen circum-
stances, such as unanticipated reruns of electric wires or
pipe relocations found. In a wall, in any event, would
require a change order, whether there would be one or two
architects.
In summary, we are stating that the knowledge of the building and
working relationship can be accomplished with no loss of time to
the final completion of the documents and plans. The cost of
COordinating the mechanical plans has been considered and is in
our proposal. The bidding documents and specifications will go
out as one package with one total bid reply. The coordination of
work to be performed is more efficient with each architect being
responsible for his part. If both floors are being worked simul-
taneously, better control of the work can be accomplished by two
architects.
We can initiate an actual dollar savings to the city of $6,600.00
while providing the city with plans and specifications that are
tantamount to any other firm, and guarantee the final plan com-
pletion of 160 to 180 days or Sooner after contract has been
signed.
We would appreciate consideration of the Council for the commis-
sion of this project.
Thank you,
Raymond L. Bernier
RECEIVED ~¥MO~ ~. BE~lER - ARCNZTEC~
Member O.$.I. - S.A.M.E.
~7 FEB 20 P2'~2 677 "G" Street #171
Chula Vista, CA 92010
CITY OF CHULA VISTA
CiTY CLERK'S OFFICE (619) 420-6770
Structural - Derek Ilott S.E.
Mechanical - Donald Ducommun P.E.
Electrician - Van Buuren Associates
Specifier - Ronald J. Curry
TO: City Council
DATE: February 13, 1987
REFERENCE: Commission of Architect for Plans
of New Public Safety Communications
Center & Office Remodeling in the
Police Building
Sirs:
We would like the council to review the following counterpoints
to staff's recommendation:
1. The plans necessary to remodel, alter and add to the first
story of the police department will have its own design
criteria, regardless of who is doing the design, it will
take the same efforts getting familiar with the building and
existing plans. This will be minimal in time and not affect
the final completion of plans.
2. The coordination of architectural services, for the mechan-
ical interface of both projects has been anticipated by our
firm and the cost for this work is already in our proposal.
3. It is our intention to go to bid as one package. The pack-
age would be divided as Parts "A" & "B" under one cover and
one set of specifications and contract documents, coordi-
nated by our specification writer.
This would eliminate any confusion to the contractors.
The contractor is bound by contract documents plans and
specifications. The architect's duties are to enforce the
documents, to ensure a quality job.
City Council
Page 2
4. The architect is there to ensure quality and performance of
work to be done. With two architects on the job, each being
responsible for his own phase of work will guarantee a bet-
ter job and one can use the other as back up on border line
decisions.
Again the combination of the specifications has also been
anticipated by this office and the cost thereof.
5. Unless changes are made by the department after work begins,
any change orders that would occur would be unseen circum-
stances, such as nantlc~pated reruns of electric wires or
pipe relocations found In a wall, in any event, would
require a change order, whether there would be one or two
architects.
In summary, we are stating that the knowledge of the building and
working relationship can be accomplished with no loss of time to
the final completion of the documents and plans. The cost of
coordinating the mechanical plans has been considered and is in
our proposal. The bidding documents and specifications will go
out as one package with one total bid reply. The coordination of
work to be performed is more efficient with each architect being
responsible for his part. If both floors are being worked simul-
taneously, better control of the work can be accomplished by two
architects.
We can initiate an actual dollar savings to the city of $6,600.00
while providing the city with plans and specifications that are
tantamount to any other firm, and guarantee the final plan com-
pletion of 160 to 180 days or sooner after contract has been
signed.
We would appreciate consideration of the council for the commis-
sion of this project.
Thank you,
Raymond L. Bernier