HomeMy WebLinkAboutCity of Tamarac Resolution R-2007-060Temp. Reso# 11165
April 25, 2007
Page 1 of 4
CITY OF TAMARAC, FLORIDA
RESOLUTION NO. R-2007-� Q
A RESOLUTION OF THE CITY COMMISSION OF THE CITY
OF TAMARAC, FLORIDA, AUTHORIZING THE
APPROPRIATE CITY OFFICIALS TO EXECUTE TASK
AUTHORIZATION NO. # 07-05E WITH SALTZ MICHELSON
ARCHITECTS TO PROVIDE ARCHITECTURAL SERVICES
FOR THE DESIGN OF THE TAMARAC FIRE STATIONS 41 &
78 FACADE AND INTERIOR RENOVATION IMPROVEMENT
PROJECT, IN ACCORDANCE WITH THE CITY'S
CONTINUING SERVICE AGREEMENT AS AUTHORIZED BY
RESOLUTION #R-2006-131; AUTHORIZING AN
EXPENDITURE FOR SAID PURPOSE IN AN AMOUNT NOT
TO EXCEED $88,750.00; AUTHORIZING BUDGET
AMENDMENTS AS NEEDED FOR PROPER ACCOUNTING
PURPOSES; PROVIDING FOR CONFLICTS; PROVIDING
FOR SEVERABILITY; AND PROVIDING FOR AN EFFECTIVE
DATE.
WHEREAS, the City of Tamarac desires to provide its residents and visitors with
a high level of emergency services by enhancing and improving its fundamental areas
of response and recovery; and
WHEREAS, the proposed fagade improvements and interior renovations are a result
of the age and condition of the existing structures; and
WHEREAS, the renovation to the fire stations will include replacing and upgrading
garage bay doors to meet hurricane standards, renovations to sleeping quarters for
emergency service staff, renovations to exercise rooms, renovations to the restroom
facilities, and a better utilization of space throughout both stations; and
WHEREAS, the City requires the services of an architectural firm knowledgeable in
Temp. Reso# 11165
April 25, 2007
Page 2 of 4
the area of designing and permitting interior renovations on existing structure and exterior
facade improvements; and
WHEREAS, Saltz Michelson Architects possesses the required knowledge and
experience to provide professional design services for the renovations of the Tamarac Fire
Stations 41 & 78 Facade and Interior Renovation Improvement Project and has submitted
a detailed proposal in the form of Task Authorization No. 07-05E in the amount of
$88,750.00 (attached hereto as Exhibit 1); and
WHEREAS, the proposal for this work describes all tasks to be performed in
accordance with the City of Tamarac's Continuing Services Agreement as authorized by
Resolution No. R-2006-131 dated July 12, 2006, a copy of which is on file in the office of
the City Clerk; and
WHEREAS, Saltz Michelson Architects, has been pre -qualified as an approved
consultant for architectural services by the City of Tamarac as authorized by Resolution
No. R-2006-131 and the associated Continuing Services Agreement dated July 12, 2006;
and
WHEREAS, adequate funding exists for this work in the Capital Improvement
Project Budget; and
WHEREAS, it is the recommendation of the Director of Public Works and the
Purchasing Contracts Manager that Task Authorization No. 07-05E from Saltz Michelson
Architects be approved, executed and funded; and
WHEREAS, the City Commission of the City of Tamarac, Florida deems it to be in
the best interest of the citizens and residents of the City of Tamarac to accept and execute
Task Authorization No. 07-05E with Saltz Michelson Architects, to provide professional
Temp. Reso# 11165
April 25, 2007
Page 3 of 4
architectural services for the design and renovation of the Tamarac Fire Stations 41 & 78
Fagade and Interior Renovation Improvement Project for an amount not to exceed
$88,750.00 and to provide funding from the appropriate budgeted Capital Improvement
Project accounts.
NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE
CITY OF TAMARAC, FLORIDA, THAT:
SECTION 1: The foregoing "WHEREAS" clauses are hereby ratified and
confirmed as being true and correct and are hereby made a specific part of this Resolution
upon adoption hereof.
SECTION 2: The appropriate City Officials are hereby authorized to accept
and execute Task Authorization No. 07-05E with Saltz Michelson Architects (Attached
hereto as Exhibit 1) to provide professional architectural services for the design of the
Tamarac Fire Stations 41 & 78 Fagade and Interior Renovation Improvement Project in
accordance with the City's Continuing Services Agreement as authorized by Resolution R-
2006-131 on July 12, 2006.
SECTION 3: An expenditure in an amount not to exceed $88,750.00 for
said purpose is hereby approved.
SECTION 4: The City Manager, or his designee, are hereby authorized to
make changes, issue change orders in accordance with section 6-156 (b) of the City Code,
and close the contract award including, but not limited to making final payment within the
terms and conditions of the contract and within the contract price.
SECTION 5: All budget amendments for proper accounting purposes are
Temp. Reso# 11165
April 25, 2007
Page 4 of 4
hereby approved.
SECTION 6: If any clause, section, other part or application of this
Resolution is held by any court of competent jurisdiction to be unconstitutional or invalid, in
part or application, it shall not affect the validity of the remaining portions or applications of
this Resolution.
SECTION 7: This Resolution shall become effective immediately upon its
passage and adoption.
PASSED, ADOPTED AND APPROVED this Q�h day of , 2007.
ATTEST:
I L--O- 14-M
BETH FLANSBAUM-TALABISCO
MAYOR
RECORD OF COMMISSION vnTF-
MARION SWENSO , CIVIC MAYOR FLANSBAUM-TALA
CITY CLERK DIST 1: COMM. PORTNER
DIST 2: COMM. ATKINS-GR
DIST 3: V/M SULTANOF
DIST 4: COMM. DRESSLER
I HEREBY CERTIFY that
I have approved this
RESOLUTION as to form.
S M9
S' MUEL . G EN
CITY ATTO NEY
1
1
1
Cifyf aarnara prthaiog & cont"af."I Division .....
As...
AGREEMENT
BETWEEN THE CITY OF TAMARAC
AND
SALTZ MICHELSON ARCHITECTS, INC.
THIS AGREEMENT is made and entered into this 3Lhday of tne3L4 ,
20 1, by and between the City of Tamarac, a municipal corporation with prinoipal offices
located at 7525 N.W. 88th Ave., Tamarac, FL 33321 (the "City") and Saltz Michelson
Architects, Inc., a Florida corporation with principal offices located at 3501 'Griffin Road,
Fort Lauderdale, FL 33312 (the "Consultant") to provide project task
architectural/engineering under the City's Continuing Services Agrearnent, 06-06R,
approved by City Commission, July 13, 2006.
Now therefore, in consideration of the mutual covenants hereinafter set forth, the
City and Consultant agree as follows: /
1) The Contract Documents
The contract documents shall consist of this Agreement, Document No. 06-06R,
Attachment "A" Proposal, revised dated April 12, 2007, including all conditions therein,
(including any General Terms and Conditions, Supplementary Conditions, Statement of
Work or any other provisions contained within the document), any and all addenda,
Proposal executed and submitted by the Consultant, specifications, bond(s), (if applicable),
and insurance certificate(s), the City Resolution awarding the project, and all modifications
issued after execution of this Agreement. These documents form the Agreement, and all
are as fully a part of the Agreement as if attached to this Agreement or repeated therein. In
the event of a conflict between this document and any other contract documents, this
Agreement shall prevail.
2) The Work
2.1. The Consultant shall perform all work for the City required by the contract
documents as set forth below:
2.1.1 Consultant shall furnish all labor, materials, and equipment necessary
to provide architectural/engineering services under this Task
Authorization No. 07-05E for renovations to Tamarac Fire Stations 41
and 78 as contained in Attachment "A".
2.1.2 Consultant shall perform architectural/engineering services as detailed
in Attachment "A" as approved by City.
2.1.3 Consultant shall supervise the work force to ensure that all workers
conduct themselves and perform their work in a safe and professional
manner. Consultant shall comply with all OSHA safety rules and
regulations in the operation of equipment and in the performance of
City ofTamarac 7 Puts haling & Contrrads Division
the work. Consultant shall at all times have a competent field
supervisor on the job site to enforce these policies and procedures at
the Consultant's expense.
2.1.4 Consultant shall provide the City with seventy-two (72) hours written
notice prior to the beginning of work under this Agreement and prior to
any schedule change with the exception of changes caused by
inclement weather.
2.1.5 Consultant shall comply with any and all Federal, State, and local laws
and regulations now in effect, or hereinafter enacted during the term
of this Agreement, which are applicable to the Consultant, its
employees, agents or sub -consultants, if any, with respect to the work
and services described herein.
3) Insurance
3.1. Consultant shall obtain at Consultant's expense all necessary insurance in
such form and amount as specified in the original bid or proposal document
or as required by the City's Risk and Safety Manager before beginning work
under this Agreement including, but not limited to, Workers' Compensation,
Commercial General Liability, and all other insurance as required by the City,
including Professional Liability when appropriate. Consultant shall maintain
such insurance in full force and effect during the life of this Agreement.
Consultant shall provide to the City's Risk and Safety Manager certificates of
all insurances required under this section prior to beginning any work under
this Agreement. The Consultant will ensure that all subcontractors comply
with the above guidelines and will retain all necessary insurance in force
throughout the term of this agreement.
3.2. Consultant shall indemnify and hold the City harmless for any damages
resulting from failure of the Consultant to take out and maintain such
insurance. Consultant's Liability Insurance policies shall be endorsed to add
the City as an additional insured. Consultant shall be responsible for
payment of all deductibles and self-insurance retentions on Consultant's
Liability Insurance policies.
4) Schedule
No work shall be performed prior to Commission approval and a Notice to Proceed is
issued by the City. The schedule for services shall be as outlined in Consultant Proposal
herein included as Attachment "A" and made part of this Agreement.
5) Contract Sum
The Contract Sum for all work awarded shall be as detailed in the fee schedule of
Attachment "A" for a total "not to exceed" amount of $88,750.00.
G) Payments
The City shall pay in full the Contract Sum to the Consultant upon completion of all
C iiyf fat Tam arm, Putchasing & Conha(.Is Division
work as detailed in Attachment "A" of this Agreement unless the parties agree otherwise.
The City shall pay the Consultant for work performed subject to the specifications of the job
and subject to any additions and deductions by subsequent change order provided in the
contract documents. All payments shall be governed by the Local Government Prompt
Payment Act, F.S., Part VII, Chapter 218.
7) Indemnification
7.1. GENERAL INDEMNIFICATION: Consultant shall, in addition to any other
obligation to indemnify the City and to the fullest extent permitted by law,
protect, defend, indemnify and hold harmless the City, their agents, elected
officials and employees from and against all claims, actions, liabilities, losses
(including economic losses), costs arising out of any actual or alleged: a).
Bodily injury, sickness, disease or death, or injury to or destruction of tangible
property including the loss of use resulting therefrom, or any other damage or
loss arising out of or resulting, or claimed to have resulted in whole or in part
from any actual or alleged act or omission of the Consultant, any sub -
Consultant, anyone directly or indirectly employed by any of them, or anyone
for whose acts any of them may be liable in the performance of the Work; or
b). violation of law, statute, ordinance, governmental administration order,
rule, regulation, or infringement of patent rights by Consultant in the
performance of the Work; or c). liens, claims or actions made by the
Consultant or any sub -consultant under workers compensation acts; disability
benefit acts, other employee benefit acts or any statutory bar. Any cost of
expenses, including attorney's fees, incurred by the City to enforce this
agreement shall be borne by the Consultant.
7.2. Upon completion of all Services, obligations and duties provided for in this
Agreement, or in the event of termination of this Agreement for any reason,
the terms and conditions of this Article shall survive indefinitely.
7.3. The Consultant shall pay all claims, losses, liens, settlements or judgments of
any nature whatsoever in connection with the foregoing indemnifications
including, but not limited to, reasonable attorney's fees (including appellate
attorney's fees) and costs.
7.4. City reserves the right to select its own legal counsel to conduct any defense in
any such proceeding and all costs and fees associated therewith shall be the
responsibility of Consultant under the indemnification agreement. Nothing
contained herein is intended nor shall it be construed to waive City's rights and
immunities under the common law or Florida Statute 768.28 as amended from
time to time.
8) Non -Discrimination & Equal Opportunity Employment
During the performance of the Contract, the Consultant shall not discriminate
against any employee or applicant for employment because of race, religion, color,
gender, national origin, sex, age, marital status, political affiliation, familial status, sexual
orientation, or disability if qualified. The Consultant will take affirmative action to ensure
City cxf T<zrrd:rr<: c purchasing & C:c>r�t ads,, Division
that employees are treated during employment, without regard to their race, religion,
color, gender, national origin, sex, age, marital status, political affiliation, familial status,
sexual orientation, or disability if qualified. Such actions must include, but not be limited
to, the following: employment, promotion; demotion or transfer; recruitment or
recruitment advertising, layoff or termination; rates of pay or other forms of
compensation; and selection for training, including apprenticeship. The Consultant shall
agree to post in conspicuous places, available to employees and applicants for
employment, notices to be provided by the contracting officer setting forth the provisions
of this nondiscrimination clause. The Consultant further agrees that he/she will ensure
that Sub -consultants, if any, will be made aware of and will comply with this
nondiscrimination clause.
9) Independent Contractor
This Agreement does not create an employee/employer relationship between the
Parties. It is the intent of the Parties that the Consultant is an independent contractor under
this Agreement and not the City's employee for any purposes, including but not limited to,
the application of the Fair Labor Standards Act minimum wage and overtime payments,
Federal Insurance Contribution Act, the Social Security Act, the Federal Unemployment
Tax Act, the provisions of the Internal Revenue Code, the State Worker's Compensation
Act, and the State Unemployment Insurance law. Consultant shall retain sole and absolute
discretion in the judgment of the manner and means of carrying out Consultant's activities
and responsibilities hereunder provided, further that administrative procedures applicable to
services rendered under this Agreement shall be those of Consultant, which policies of
Consultant shall not conflict with City, State, or United States policies, rules or regulations
relating to the use of Consultant's funds provided for herein. Consultant agrees that it is a
separate and independent enterprise from the City, that it had full opportunity to find other
business, that it has made its own investment in its business, and that it will utilize a high
level of skill necessary to perform the work. This Agreement shall not be construed as
creating any joint employment relationship between the Consultant and the City and the
City will not be liable for any obligation incurred by Consultant, including but not limited to
unpaid minimum wages and/or overtime premiums.
10) Assignment and Subcontracting
Consultant shall not transfer or assign the performance required by this Agreement
without the prior consent of the City. This Agreement, or any portion thereof, shall not be
subcontracted without the prior written consent of the city.
11) Notice
Whenever either party desires or is required under this Agreement to give notice to
any other party, it must be given by written notice either delivered in person, sent by U.S.
Certified Mail, U.S. Express Mail, air or ground courier services, or by messenger service, as
follows:
CITY
City Manager
City of Tamarac
of Y amad ac
7525 N.W. 88th Avenue
Tamarac, FL 33321
With a copy to City Attorney at the following address:
Goren, Cherof, Doody & Ezrol, P.A.
3099 East Commercial Blvd., Suite 200
Fort Lauderdale, FL 33308
CONSULTANT
Saltz Michelson Architects, Inc.
3501 Griffin Road
Fort Lauderdale, FL 33312
(954) 266-2700
12) Termination
& Contracts Divi.sjon
12.1 Termination for Convenience: This Agreement may be terminated by the
City for convenience, upon seven (7) days of written notice by the by the City
to the Consultant for such termination in which event the Consultant shall be
paid its compensation for services performed to termination date, including
services reasonably related to termination. In the event that the Consultant
abandons this Agreement or causes it to be terminated, Consultant shall
indemnify the city against loss pertaining to this termination.
12.2 Default by Consultant: In addition to all other remedies available to the City,
this Agreement shall be subject to cancellation by the City for cause, should
the Consultant neglect or fail to perform or observe any of the terms,
provisions, conditions, or requirements herein contained, if such neglect or
failure shall continue for a period of thirty (30) days after receipt by
Consultant of written notice of such neglect or failure.
13) Uncontrollable Forces
13.1 Neither the City nor Consultant shall be considered to be in default of this
Agreement if delays in or failure of performance shall be due to Uncontrollable
Forces, the effect of which, by the exercise of reasonable diligence, the non-
performing party could not avoid. The term "Uncontrollable Forces" shall mean
any event which results in the prevention or delay of performance by a party of
its obligations under this Agreement and which is beyond the reasonable
control of the nonperforming party. It includes, but is not limited to fire, flood,
earthquakes, storms, lightning, epidemic, war, riot, civil disturbance, sabotage,
and governmental actions.
13.2 Neither party shall, however, be excused from performance if nonperformance
is due to forces, which are preventable, removable, or remediable, and which
the nonperforming party could have, with the exercise of reasonable diligence,
prevented, removed, or remedied with reasonable dispatch. The
nonperforming party shall, within a reasonable time of being prevented or
City of Tamarac, � Purchasirig & ��t>nh acts Division
delayed from performance by an uncontrollable force, give written notice to the
other party describing the circumstances and uncontrollable forces preventing
continued performance of the obligations of this Agreement.
14) Agreement Subject to Funding
This agreement shall remain in full force and effect only as long as the expenditures
provided for in the Agreement have been appropriated by the City Commission of the City
of Tamarac in the annual budget for each fiscal year of this Agreement, and is subject to
termination based on lack of funding.
15) Venue
This Agreement shall be governed by the laws of the State of Florida as now and
hereafter in force. The venue for actions arising out of this agreement is fixed in Broward
County, Florida.
16) Signatory Authority
The Consultant shall provide the City with copies of requisite documentation
evidencing that the signatory for Consultant has the authority to enter into this Agreement.
17) Severability; Waiver of Provisions
Any provision in this Agreement that is 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 or affecting the validity
or enforceability of such provisions in any other jurisdiction. The non -enforcement of any
provision by either party shall not constitute a waiver of that provision nor shall it affect the
enforceability of that provision or of the remainder of this Agreement.
18) Merger; Amendment
This Agreement constitutes the entire Agreement between the Consultant and the
City, and negotiations and oral understandings between the parties are merged herein.
This Agreement can be supplemented and/or amended only by a written document
executed by both the Consultant and the City.
19) No Construction Against Drafting Party
Each party to this Agreement expressly recognizes that this Agreement results from
the negotiation process in which each party was represented by counsel and contributed to
the drafting of this Agreement. Given this fact, no legal or other presumptions against the
party drafting this Agreement concerning its construction, interpretation or otherwise accrue
to the benefit of any party to the Agreement, and each party expressly waives the right to
assert such a presumption in any proceedings or disputes connected with, arising out of, or
involving this Agreement.
C riy of I'arn<ara Purchasing g & C"��nbaci:, Division
IN WITNESS WHEREOF, the parties have made and executed this Agreement on
the respective dates under each signature. CITY OF TAMARAC, signing by and through its
Mayor and City Manager, and CONSULTANT, signing by and through its President, duly
authorized to execute same.
CITY OF TAMARAC
Z9j r4m�-' x&c'-o
Beth Flansbaum-Talabisco, Mayo
Date
y`_ATTEST: Jeffr . Mi er, City Manager
-,.-Marion Swenson, CIVIC
City Clerk
M 04, H ,
Datej
5'-t16 - 0`7
Date:
Approved as to form and legal sufficiency:
A
City 'Attorney
AT T: Saltz Michelson Architects, Inc.
Company ame
(Corporate Secretary) Signature of President/Owner
Charles Michelson
Type/Print Name of Corporate Secy
(CORPORATE SEAL)
Mark Saltz, President
Type/Print Name of President/Owner
41 z"! 01 ----
Date
7
City of irtnaarar, Purci)as,,mg & t;orrtnarts Divisuon
CORPORATE ACKNOWLEDGEMENT
STATE OF�flltrt`
:SS
COUNTY OF W
I HEREBY CERTIFY that on this day, before me, an Officer duly authorized in the State
aforesaid and in the County aforesaid to take acknowledgments, personally appeared
Mark Saltz, President, of Saltz Michelson Architects, Inc., a Florida Corporation, to me
known to be the persons described in and who executed the foregoing instrument and
acknowledged before me that he/s4&executed the same.
WITNESS my hand and official seal this
day of J 200
Signat a of Notary Public
State %J Florida at Large
NICHOLLE CHEESMAN
My COMMISSION #00338418
i EXPIRES: JUL
Bonded through 1 st State Insurance Print, Type or Stamp
Name of Notary Public
Personally known to me or
❑ Produced Identification
Type of I.D. Produced
❑ DID take an oath, or
[DID NOT take an oath.
ATTACHMENT A
Revised April 12, 2007
Revised April 4, 2007
Revised February 15, 2007
Revised January 31, 2007
August 24, 2006
City of Tamarac
6011 Nob Hill Road, 2n4 Floor
Tamarac, FL 33321-6200
Attn: Mr. John E. Doherty, P.E.
Dear Mr. Doherty:
Saltz Michelson Architects is pleased to provide this proposal for Architectural Services for
renovations to Tamarac Fire Stations 41 and 78 —Task Authorization #07-05E, located in Tamarac,
Florida as follows:
1(. Scone of Services
A. Fire -Mon
Provide design and construction documents for:
1. Renovate the bunk room into separate sleeping quarters including new finishes
2. Replace garage doors to hurricane rated doors
3. The existing medical supply room will be relocated to the existing hose room on
the west side of the building
B. Fire Station 41
Provide design and construction documents for:
1. Renovate the bunk room into separate sleeping quarters including new finishes
2. Renovate exercise room
3. Bring day room up to code including HVAC, electrical and new stairs
4. Renovate workshop room into a locker room
5. Renovate dispatch and restrooms
6. Provide new fire sprinklers and fire alarm system
7. Replace garage doors with Dade County NQA accepted hurricane garage doors
S. Remodeling of generator room
9. Relocation of medical supply
10. Move generator to exterior of the building
11. Upgrade fagade to approved schematic design concept
3501 G UFFiN ROAD, FOU LAUDERDAU, FL 33312.3444
(954) 266.2700 FAX (934) 266.2701
PrOpOW ?rumba P06242R3 wwwsakn4 Acri.eam . e.maG: a no@alhmkhdwn.wm
AM.0MOP
City of T== —W fd m E_ Dohcey. P.E.
April 12, 2007/April 4. 2007 • Pzge 2 of 3
Sodees for both fire StaJi2nJ will include:
• Construction documents will include architecture, structural, mechanical, plumbing
and electrical engineering required for building permit.
• One pre -design field meeting with the Fire Department and Public Works Staff.
• Presentation of proposed design to City Commission at a public workshop.
• Construction administration — Monthly site visits to review and provide written
comments on progress of work, which includes one substantial completion field
inspection.
• Design drawings and detailed notes (two copies) shall be submitted for review and
comment at 60%, 90% and 100% completion stages.
- Will need two weeks commencement notice for scheduling purposes.
- Four (4) weeks for 30% drawings on both projects (review and approval)
- Six (6) weeks to complete construction drawings
• Preparation of construction cost opinion at 60%, 90% and 100% design stages.
• Meeting with City staff to discuss 60% & 90% review comments.
• Provide ten complete sets of construction documents to be used for bidding purposes
and four sets of construction drawings to be used by the contractor for Building
permits.
• One meeting with the Building Department to address potential Building Department
comments with regard to permitting.
• Confirm to the best of our ability the completion of the project through City Building
Department following completion of construction. Project closeout shall include as -
built drawings prepared by the Architect. Contractor shall be responsible for
providing accurate as -built drawings/infortnation to the architect.
• Review and respond to RFC's and shop drawing submittals. Reviews must be
responded to within 14 calendar days of delivery.
II. l+ee Schedule
A. Fire Station 78
B. Fire Station 41
Reimbursable Expense/Budget
S 32,500
S $1,500
S 4,750
The following assumptions have been made in preparing this proposal:
1. All utilities are available to the building.
2. Adequate power is available to the building. No new electric service will be required or
replacement of existing fire station electric panel upgrades are included.
3. Permitting is by contractor.
4. All equipment specifications shall be provided by the client.
5. No major structural modifications are required (except connections for the new hurricane garage
doors). Minor structural changes such as new openings, generator relation and new stairwell are
included.
6. Any CARD drawings or other existing plans available for reference.
hopoW Numbe MAW
Ati00DY09I
city of Iwo= — Mr 3oha 6 Dot&% P 1r
Aptil 12,10071A;%i14, 2007 - Page 3 of 3
The following shall be deemed reimbursable expenses to the architect:
1. The expense of filing fees to municipal agencies, if required.
This lump sum shall be adjusted upward pro rataifthe scope increases from the above. We will bill
you monthly for work completed. The above fee assumes that Salta Michelson Architects is
provided all the owner information, which may affect the design.
The terms of this proposal will be based upon the open-ended contract agreement currently in effect
with the City of Tamarac. If you have any questions, please do not hesitate to contact me, I look
forward to worldng with you on this project.
Very truly yours,
Saltz -t' hel on tests
Charles A. Michelson, ALA, LEED AP
Principal
CAM=
PRiC1`City of ia=zc 2007.01-17R4 doc
Propel Number PM471t3 A06 =evr