Loading...
HomeMy Public PortalAbout21-9865 Agreement with BEA Architects for the Restoration of the Historic Fire Station and Former Human Resource BuildingSponsored by: City Manager RESOLUTION NO. 21-9865 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF OPA-LOCKA, FLORIDA, AUTHORIZING THE CITY MANAGER TO ENTER INTO AN AGREEMENT WITH BEA ARCHITECTS, INC. FOR CONTINUING PROFESSIONAL ARCHITECTURAL AND ENGINEERING CONSULTING SERVICES FOR THE RESTORATION DESIGN OF THE HISTORIC FIRE STATION AND FORMER HUMAN RESOURCES BUILDING WITHIN THE CITY; PROVIDING FOR INCORPORATION OF RECITALS; PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, the Historic Fire Station and the former Human Resources Building, adjacent to the Historic City Hall Building on Sharazad Boulevard, have been abandoned for years. The City desires to restore these facilities and give them a constructive use that will serve to benefit the community and improves the image of the City while enhancing the City's historic Moorish architecture; and WHEREAS, on June 10, 2020, the City Commission of the City of Opa-Locka ("Commission") accepted bid proposals from several firms for continuing professional architectural and engineering consulting services pursuant to RFQ No. 20-0324200. The Commission further authorized the City Manager to enter into multiple agreements for architectural and engineering consulting services; and WHEREAS, more specifically, the City Commission approved entering an agreement with BEA Architects, Inc. for architectural services; and WHEREAS, Staff is seeking approval from the City Commission to authorize the City Manager to accept the proposal of BEA Architects, Inc., attached hereto as Exhibit "A", and to enter into an agreement to start the restoration design portion of the project, attached hereto as Exhibit "B"; and WHEREAS, this project will include: the Assessment of the Existing Conditions, Preparation of Construction Documents, Engineering and Architectural Assistance to the Bid Administration, and Construction Administration; and WHEREAS, the project calls for a cost of $104,418 of services plus another $6,000 of reimbursable expenses and allowances, for a total of $110,418. Additionally, it is recommended that an additional $11,042 of contingency (10%) be authorized outside of the award of the contract to cover smaller change orders which may arise, for a total approval of $121,460.00. At the completion of the contract any Contingency not required will be released for use for other projects; and WHEREAS, Staff recommends the City Commission approve the BEA Architects, Inc. proposal ($110,418) to determine the existing condition of these buildings and develop the design and construction plans to restore these buildings with the goal of enhancing the City's image. Additionally staff recommends approval of an additional Contingency ($11,042 (10%)) for possible change orders, for a total approval of $121,460; and WHEREAS, the City desires to enter into an agreement with BEA Architects, Inc., pursuant to the proposal attached hereto as Exhibit "A", for the Restoration Design of the Historic Fire Station and the Human Resource Facilities within the City, in an amount not exceed One -Hundred, Twenty -One Thousand, Four Hundred Sixty Dollars ($121,460.00). The project will be completed in seven phases and this resolution will initiate Phase I; and WHEREAS, the City Commission finds that it is in the best interest of the City and its residents to enter into an agreement with BEA Architects, Inc., attached hereto as Exhibit "B", for Continuing Professional Architectural and Engineering Consulting Services as set forth herein. NOW THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF OPA LOCKA, FLORIDA: Section 1. RECITALS ADOPTED. The recitals to the preamble herein are incorporated by reference. Section 2. AUTHORIZATION The City Commission of the City of Opa-Locka hereby authorizes the City Manager to enter into an agreement with BEA Architects, Inc., attached hereto as Exhibit "B", for the Restoration Design of the Historic Fire Station and the Human Resource Facilities within the City, pursuant to the proposal attached hereto as Exhibit "A", in an amount no to exceed One -Hundred, Twenty -One Thousand, Four Hundred Sixty Dollars ($121,460.00). SECTION 3. SCRIVENER'S ERRORS. Sections of this Resolution may be renumbered or re -lettered and corrections of typographical errors which do not affect the intent may be authorized by the City Manager, or the City Manager's designee, without need of public hearing, by filing a corrected copy of same with the City Clerk. Section 4. EFFECTIVE DATE. This Resolution shall be effective immediately upon adoption hereof and approval by the Governor of the State of Florida or Governor's designee. PASSED and ADOPTED this 26th day of May, 2021. Matthew A. Pigatt, Mayor AT ST: a Flores, City Clerk APPROVED AS TO FORM AND LEGAL SUFFICIE ee , t 9. �c- Burnadette Norris- eeks, P.A. City Attorney Moved by: Commissioner Burke Seconded by: Vice Mayor Williams VOTE: 5-0 Commissioner Burke Yes Commissioner Davis Yes Commissioner Taylor Yes Vice -Mayor Williams Yes Mayor Pigatt Yes City of Opa-locka Agenda Cover Memo Department Director: Airia Austin Department Director Signature: City Manager: John E. Pate CM Signature: Commission Meeting Date: 05/26/2021 item Type: (EnterX in box) Resolution rdi nce Other X Fiscal Impact: (Enterxin box) Yes No Ordinance Reading: (EnterX in box) st Reading 2nd Reading X Public Hearing: (EnterX in box) Yes No Yes No X X Funding Source: Accotnt# : (Enter Fund & Dept.) Ex: Advertising Requirement: (Enter X in box) Yes No X Contract/P.O. Required: (Enter X in box) Yes No RFP/RFQ/Bid#: X Strategic Plan Related (Enter X in box) Yes No Strategic Plan Priority Enhance Organizational Bus. & Economic Dev Public Safety Quality of Education Qual. of Life & City Image Communication Area: NI Strategic Plan Obj./Strategy: (list the specific objective/strategy this item will address) X EN • � Sponsor Name City Manager Department: City Manager Short Title: Restoration Design for the Historic Fire Station and Former Human Resources Building Staff Summary: The Historic Fire Station and the former Human Resources Building, adjacent to the Historic City Hall Building on Sharazad Boulevard, have been abandoned for years. The City wants to restore these facilities and give them a better use that benefits the community and improves the image of City, enhancing its historic Moorish architecture. Therefore, Staff is seeking approval from the City Commission to authorize the City Manager to accept the Proposal of BEA Architects, one of the Consultants selected and approved by the City Commission through Resolution 20-9767 to be part of the City's Library of Licensed Architects and Engineers, and to enter into an agreement to start the restoration design portion of the project. This project will include: the Assessment of the Existing Conditions, Preparation of Construction Documents, Engineering and Architectural Assistance to the Bid Administration, and Construction Administration. Financial Impact This is an unbudgeted project which will be funded by Contingency as part of Budget Amendment # 3. The contract indicates $104,418 of services plus another $6,000 of reimbursable expenses and allowances, for a total of $110,418. Additionally it is recommended that an additional $11,042 of contingency (10%) be authorized outside of the award of the contract to cover smaller change orders which may arise. At the completion of the contract any Contingency not required will be released for use for other projects. Proposed Action: Staff recommends the City Commission approve the BEA Architects, Inc. proposal ($110,418) to determine the existing condition of these buildings and develop the design and construction plans to restore these buildings with the goal of enhancing the City's image. Additionally staff recommends approval of an additional Contingency ($11,042 - 10%) for possible change orders, for a total approval of $121,460. Attachment: 1. Agenda 2. Proposal provided by BEA Architects. 3. RFQ Specific Project Contract with BEA Architects. 4. E -Verify Form April 15', 2021 Carlos Gonzalez CIP Project Manager City of Opa-locka 780 Fisherman Street Opa-locka, FL 33054 Re: Opa-locka City Hall, Historic Fire Station and HR Building Restoration MIL architects BEA Architects is pleased to submit the following proposal for Architectural and Engineering Services to prepare Permit & Bid Documents for restoration of the Historic Fire Station and HR buildings, adjacent to Opa-locka City Hall, located at Sharazad Blvd. DESCRIPTION OF SCOPE OF ITEMS: A. Assessment of Existing Conditions: Perform architectural, structural, landscape and MEP analysis of existing building conditions. Acquire as -built set of drawings from building department. Procure boundary survey, asbestos assessment, lead based paint, and other historical maintenance and condition reports. B. Prepare Construction Documents: Prepare permit package including architectural, civil, structural, landscape, and FP, MEP, PA system, low voltage engineering documents for both buildings. Fire Station shall be renovated for use as a Historical Firefighter's Museum, including building envelope repairs and restoration, utility and service installations, and interior layout and design, ready for occupancy upon completion. Extent of restoration for HR building, for use of adjacent park, shall include restoration of interior partitions in good conditions, roof replacement and building system upgrade, for immediate use and occupancy upon completion. Coordination with all agencies having jurisdiction including FPL, and coordination with City of Opa-locka. Prepare Probable Construction Cost Opinion. One Value Engineering Review & Document Revision. C. Assist in Bid Administration: Prepare big package including architectural, civil, structural, and electrical MEP engineering documents, assist with preparing bid requirements, respond to bidders RFI and issue addendums as needed during bid phase. Coordinate with City of Opa-locka to establish minimum criteria from bidders. D. Construction Administration: Perform construction administration services, ensuring contractor will conform to design intents, meet owner expectations, and adhere to city and jurisdictional requirements. PHASES / SCHEDULE: 1. Phase I (Condition Assessment): Prepare property conditions assessments. Procure site surveys showing above ground and below ground conditions. Study existing architectural, structural, and MEP conditions, site utilities, supporting infrastructure. Submit Property Conditions Report (limited to project scope area) identifying immediate vs long-term needs of the project. 2. Phase II (Due Diligence, Programming & Planning Package): Review site and building documentation provided by Owner or Building Department. Site visits to collect project data. Prepare Owner project program and refine for City approval. Identify Historic City Landmark requirements. Identify zoning requirements for building modifications, parking, and occupancies of proposed building use. Identify code and sustainability requirements, including utility connections. Study of original building conditions to establish design intent. Prepare As -Built drawings based on collected data. BEA architects 3075 nw south river drive, miami fl 33142 I www.beai.com te l : 305.461.2053 ext100 1 fax: 305.634.0599 1 AA 26001612 3. Phase III (Schematic Design Package -30%): Prepare schematic drawings for above scope items for Owner and stakeholders approval prior to starting Construction Documents packages. Establish structural and MEP requirements. Meet with Owner for review and approval. so architects 4. Phase IV (Design Development Package — 70%): Develop final option to prepare technical permit and bid packages. Perform Life -Safety Analysis. Create outline for Project Specifications. Meet with Owner for review and approval. Provide Probable Construction Cost Estimate for Owner Review. 5. Phase V (Construction Documents): Upon Notice to Proceed, prepare 90% construction documents for review. Coordination with all agencies having jurisdiction. Develop Project Specifications. Meet with owner for review and approval. 6. Phase VI (Construction Documents): Prepare 100% percent constriction documents for permitting and final bid including Bid assistance and addendum preparations. Collaboration with Owner. Coordination with all agencies having jurisdiction. Respond to building department comments. 7. Phase VII (Construction Administration & Close-out): ■ Attend pre -bid meeting ■ Attend pre -construction meeting ■ Attend Bi-weekly Construction Site Meetings ■ Review and respond to Contractor's RFIs ■ Perform Punch List Review ■ Provide Architect's certification of Substantial Completion ■ Perform Final Completion review; issue Final Completion Certificate ■ Prepare record documentation based on Contractor's mark-ups • Review Pay Requests ■ Review Change Orders ■ Assumed Period of Construction: 24 weeks Estimated Design/Production time period*: ■ PHASEI- • PHASE 11 - ■ PHASE III - ■ PHASE IV - ■ PHASE V - ■ PHASE VI- ■ PHASE VII - 2 weeks 4 weeks 4 weeks 4 weeks 2 weeks 2 weeks from approval of 90% CDs. 24 weeks (Approximately) *Time periods do not include City/Stakeholder review time for each submittal BEA architects 1 3075 nw south river drive, miami fl 33142 1 www.beai.com t e l : 305.461.2053 ext100 1 fax: 305.634.0599 1 AA 26001612 PROFESSIONAL FEES: • PHASE I — Cond. Assess. $ 8,766 • PHASE II - Programming $ 9,024 • PHASE III — 30& SD $ 12,948 • PHASE IV — 70% DD $ 14,604 • PHASE V - 90% CD: $ 14,160 • PHASE VI - 100% CD: $ 7,884 • PHASE VII - Const. Admin. $ 37,032 NOTE: See attached Exhibit A for detailed fees calculation. architects CONSULTANT SCOPE OF WORK: 1. Landscape Architects, Laura Llerena & Associates (7%): Beautification of entrance including vehicular and pedestrian approach. Hardscape design at entrances. 2. Civil & Survey, Biscayne Engineering (7%): Upgrade of water, sewer, and electrical services as needed. Check drainage and flooding conditions of site. 3. MEP, Gartek Engineering Corporation (8%): Establish existing systems. Provide design and calculation for existing systems & upgrade to operational state. 4. Structural, PMM Consulting Engineers (8%): Existing structural assessment and reinforcing, as needed. Provide design and calculation for existing systems. NOTE: All consultants to include code compliance and coordination with local ordinances and agencies having jurisdiction. REIMBURSABLE EXPENSES & ALLOWANCES: 1. Direct expense 2. Topographical Survey 3. One Town Hall Meeting & Presentation 4. One Zoning Hearing 5. Renderings, Models, Mock-ups, Professional Photography, Presentation Materials, etc. $ 500 $ 3000 $ 500 $ 1,500 $ 500 NOTE: Additional reimbursable expenses other than those stated above are subject to prior written notice of approval by the City. EXCLUSIONS: 1. Zoning submittals or interface 2. Permit fees, permit submittal or expediting of permit 3. Geotechnical report 4. Off -site utilities or Off -site utility upgrades 5. Phasing plans or MOT (by Contractor) 6. LEED, FGBC, or other Sustainable Building Certifications 7. FFE Design 8. Special Lighting Design NOTE: Above fees are LUMP SUM fees to be invoiced monthly or at a rate commensurate with completion of scope of work items. BEA architects 1 3075 nw south river drive, miami fl 33142 1 www.beai.com t e l: 305.461.2053 e x t 1 0 0 fax: 305.634.0599 1 AA 2 6 0 0 1 6 1 2 Please indicate your acceptance by signing/dating below and remitting by email. We appreciate the opportunity to continue building our relationship and look forward to collaborating with City of Opa-locka in realizing this next project. Feel free to contact me at your convenience if you have any comments of questions. Sincerely, Adrian Price, RA NCARB Vice -President BEA architects, Inc. City of Opa-locka Accepted by: Print Name: Airia Austin Title: PW / CIP Director architects Date: 4/16/2021 BEA architects 1 3075 nw south river drive, miami fl 33142 1 www.beai.corn t e l : 305.461.2053 extl00 1 fax: 305.634.0599 1 AA 26001612 EXHIBIT A City of Opa-Locka- Old City Hall Annex Buildings Date: 4(612021 Architectural & Engineering Scope: IMAN. architects Refer to written proposal revised 4/06/2021 Phase 1 Condition Assessment (see written proposal for task description Total Hours Phase 2 Due Diligence & Programming 8 Planning 1 see written proposal for lask description Total Hours Phase 3 Schematic Design Package 1 see written proposal for task description Total Hours Phase 4 Design Development Package 'see written proposal for lack description Total Hours Phase 5 90% Construction Documents 'see written proposal for task description Total Hours Phase 6 100% Construction Documents lsee written proposal for task description Total Hours Phase 7 Construction Administration 1 see written proposal for task description Total Hours Sr. Proj Mgr SrArchitecl Land. Arch Civil Eng MEP Eng Slruct. Eng. CADD ADM $ 240 5 222 $ 186 $ 186 $ 186 $ 186 $ 117 $ 78 2 8 2 4 8 8 18 4 2 8 2 4 8 8 18 4 S 480 $ 1,776 $ 372 $ 744 $ 1,488 $ 1,488 $ 2,106 $ 312 Total Phase 1 $8,7661 Sr. Proj Mgr SrArchitecl Land. Arch Civil Eng MEP Eng Slruct. Eng. CADD ADM $ 240 5 222 $ 186 S 186 $ 186 $ 186 5 117 $ 78 2 10 2 2 2 2 40 2 2 10 2 2 2 2 40 2 $ 480 $ 2.220 $ 372 S 372 $ 372 $ 372 $ 4,680 $ 156 Total Phase 11 69,024 Sr. Proj Mgr Sr.Architect Land. Arch Civil Eng MEP Eng Sirucl. Eng. CADD ADM $ 240 S 222 $ 186 5 186 $ 186 $ 186 S 117 $ 78 6 20 2 2 4 4 40 2 6 20 2 2 4 4 40 2 $ 1,440 S 4,440 $ 372 5 372 $ 744 $ 744 5 4,680 $ 156 Total Phase 111 $12,948 Sr. Proj Mgr SrArchitecl Land. Arch Civil Eng MEP Eng Sirucl. Eng. CADD ADM $ 240 5 222 $ 186 $ 186 $ 186 $ 186 S 117 5 78 6 10 8 8 8 8 40 4 8 10 8 8 8 8 40 4 S 1.440 $ 2,220 5 1,488 S 1,488 $ 1,488 $ 1,488 S 4,680 $ 312 Total Phase IV $14,604 Sr. Proj Mgr SrArchitect Land. Arch Civil Eng MEP Eng Slruct. Eng. CADD ADM S 240 S 222 $ 186 S 186 $ 186 $ 186 $ 117 $ 78 6 8 8 8 8 8 40 4 6 8 8 8 8 8 40 4 5 1,440 $ 1,776 $ 1,488 $ 1,488 $ 1,488 $ 1,488 $ 4,680 $ 312 Total Phase V $14,160 Sr. Proj Mgr SrArchitect Land. Arch Civil Eng MEP Eng Sirucl. Eng. CADD ADM S 240 $ 222 S 186 S 186 $ 186 $ 186 $ 117 5 78 2 8 4 4 4 4 20 4 2 8 4 4 4 4 20 4 $ 480 $ 1,776 5 744 5 744 $ 744 $ 744 S 2,340 $ 312 Total Phase VI $7,884 Sr. Pro Mgr Sr.Architect Land. Arch Civil Eng MEP Eng Scud. Eng. CADD ADM S 240 $ 222 $ 186 $ 186 $ 186 $ 186 $ 117 $ 78 20 60 12 12 12 12 80 8 20 60 12 12 12 12 80 8 6 4.800 $ 13,320 $ 2,232 $ 2,232 $ 2.232 $ 2,232 $ 9,360 $ 624 Total Phase VII 'See reimbursable expenses & allowance in written proposal for additional Non- Basic A&E project cost. 537,0321 'Grand Total $104,4181 Architectural & Engineering Cash Flow $504.418.00 Task Duration (Wks) 1.0 2.0 Condition Assessment 1 $8,766 DD, Programming & Planning 2 59,024 3.0 30% Schematic Design 2 612,948 4.0 60% Design Development 3 514,604 5.0 90% Construction Documents 3 _ _ 614,160 6.0 100% Construction Documents 2 $7,884 7.0 Construction Administration 16 537,032 TOTAL 28 TOTAL 5104,418.00 PROJECT AGREEMENT FOR DESIGN SERVICES BETWEEN THE CITY OF OPA-LOCKA AND EAC Consulting, Inc THIS PROJECT AGREEMENT (the "Agreement") is made and entered into th is day of May, 2021 between the CITY OF OPA-LOCKA, FLORIDA, a Florida Municipal Corporation with its principal offices located at 780 Fisherman Street, 4t" Floor. Opa-tocka FL. 33054 (the "City"), and BEA Architects, Inc (the "Consultant"), a Florida corporation authorized to conduct business in the State of Florida, with principal offices located at 3075 NW South River Drive. Miami, Florida 33142. WITNESSED: WHEREAS, on June 10, 2020, the City approved a pool of Qualified Firms to provide Architectural and Engineering Consulting Services to the City on an as needed basis pursuant to RFQ# 20-0324200 Library of Miscellaneous Professional Consultants; and WHEREAS, the Consultant is a member of the pool under the subcategory of Civil Engineering, Landscape Architectural, Structural Engineering and Traffic Engineering Services and has executed a Continuing Services Agreement; and WHEREAS, the Consultant has been selected by the City to provide Engineering Consulting Design Services (known as the "Project", the "Services" or the "Scope of Services") for the Restoration Design for the Historic Fire Station and the Human Resource Facilities. NOW, THEREFORE, in consideration of the foregoing recitals, which are incorporated herein, and the mutual covenants, terms and conditions provided below, the Consultant and the City agree as follows: 1. CONTRACT DOCUMENTS The Contract Documents referred to in this Agreement shall be comprised of the following: 1.1 This Agreement (the "Specific Projects" or "Project Agreement") between the parties), including any General Terms and Conditions, Supplementary Conditions, Statement of Work or any other provisions contained within this Agreement; Page 1 of 8 Civil Engineering Services 1.2 A Scope of Services request completed by the Consultant and accepted by the City, attached hereto as Exhibit "A"; and 1.3 Any and all applicable addenda, proposals executed and submitted by the Consultant and accepted by the City, specifications and insurance certificates; and 1.4 All amendments mutually agreed to after execution of this Agreement. These Contract Documents comprise the entire agreement for the Services agreed to herein between the parties, and incorporated into and made a part of this Agreement as if attached to this Agreement or repeated herein. In the event of a conflict between this Agreement and any other Contract Document(s), this Agreement shall prevail. 2. THE WORK Consultant shall furnish all labor, materials and equipment necessary to provide professional Services as specified in the Scope of Services and accepted by the City. 3. PERIOD OF SERVICE The Consultant shall begin work promptly after receipt of a fully executed copy of this Agreement and a letter of Notice to Proceed from the City and shall complete the Project within the time mutually agreed upon, as specified in the Scope of Services request accepted by the City. 4. COMPENSATION Compensation (the "Contract Sum") for performing the Services related to the Project shall be the fee of One Hundred Ten Thousand Four Hundred Eighteen Dollars and 00/100 ($110,418.00) specified in the Scope of Services request accepted by the City. 5. PAYMENTS 5.1 The City shall pay the Contract Sum to the Consultant subject to the completion of tasks as specified in the Exhibit "A". The City shall pay the Consultant for work performed subject to the specifications of the job and any additions and deductions by subsequent change order provided in the Contract Documents -All VII, Florida Statutcs. The City is under a declared State of Financial Emergency pursuant to Section 218.503, Florida Statutes. As a result, the parties to this Agreement acknowledge that all invoices presented for payment shall be reviewed and approved by the State of Florida prior to payment and that the City is therefore unable to comply with the Florida Local Government Prompt Payment Act. Page 2 of 8 Civil Engineering Services 5.2 The Consultant shall provide periodic invoices to the City upon completion of a substantial amount of Services relating to the Scope of Services contained within this Agreement. Payment shall be made to the Consultant upon approval of submitted invoices to the City. 6. TERMINATION This Agreement may be terminated by the City for convenience upon ninety (90) calendar days' written notice to the Consultant. In the event of such termination, any Services performed by the Consultant under the this Agreement shall, at the option of the City, become the City's property, and the Consultant shall be entitled to receive compensation for any work completed pursuant to this Agreement to the satisfaction of the City up through the date of termination. Under no circumstances shall City make payment for Services that have not been performed. This Agreement may be terminated by either party for cause upon five calendar days' written notice to the other should such other party fail to perform in accordance with its material terms through no fault of the party initiating the termination. In the event the Consultant abandons this Agreement or causes it to be terminated by the City, the Consultant shall indemnify and save the City harmless against loss pertaining to this termination. In the event that the Consultant is terminated by the City for cause and it is subsequently determined by a court of competent jurisdiction that such termination was without cause, such termination shall thereupon be deemed a termination for convenience and the provisions in the paragraph above shall apply. 7. DEFAULT: In the event of a default by Consultant, the default provisions contained in the Continuing Services Agreement between the parties shall govern. 8. ANTI-LOBBYING/NO CONTINGENT FEE: The provisions of Section 11 of the Continuing Services Agreement shall apply to this Agreement. 9. WARRANTIES AND GUARANTEES: 9.1 The Consultant warrants that its Services are to be performed within the limits prescribed by the City and with the usual thoroughness and competence of the Consultant's architectural and/or engineering profession. 9.2 The Consultant shall be responsible for technically deficient designs, reports or studies due to negligent acts, errors or omissions. The Consultant shall, upon the request of the City, promptly correct or replace all deficient work due to negligent acts, errors or omissions without cost to the City. Page 3 of 8 Civil Engineering Services 10. BINDING EFFECT: This Agreement shall bind and the benefits thereof shall inure to the respective parties hereto, their legal representatives, executors, administrators, successors and assigns. 11. AMENDMENTS AND MODIFICATION: No amendments and/or modifications of this Agreement shall be valid unless in writing and signed by each of the parties to the Agreement. 12. MERGER: AMENDMENT: This Agreement, including the referenced Contract Documents, and any attachments, constitute the entire agreement between Consultant and City, and all negotiations and oral understandings between the parties are merged herein. This Agreement may be supplemented and/or amended only by a written document executed by both Consultant and City. 13. NONASSIGNABILITY: Consultant shall not assign, subcontract or transfer any rights or delegate any duties arising under this Agreement without prior written consent of the City, which consent may be withheld by the City in its sole discretion. 14. NOTICES: Whenever either party desires to give notice to the other, it shall be given by written notice, sent by certified United States mail, with return receipt requested, addressed to the party for whom it is intended, at the place last specified, and the place for giving of notice in compliance with the provisions of this paragraph. For the present, the parties designate the following as the respective places for giving of notice, to -wit: FOR CONSULTANT: FOR CITY: WITH COPY TO: Civil Engineering Services BEA Architects, Inc 3075 NW South River Dr. Miami, FL 33142 City of Opa-Locka John Pate, City Manager 780 Fisherman Street Opa-Locka, FL 33054 Burnadette Norris -Weeks, P.A. City Attorney 401 North Avenue of the Arts (NW 7th Avenue) Fort Lauderdale, FL 33311 Telephone: 954-768-9770 Facsimile: 954-768-9790 Page 4 of 8 15. SEVERABILITY; WAIVER: Any provision in this Agreement that is prohibited or unenforceable under Florida or federal law shall be ineffective to the extent of such prohibitions or unenforceability without invalidating the remaining provisions hereof. Also, the non -enforcement of any provision by either party to this Agreement shall not constitute a waiver of that provision nor shall it affect the future enforceability of that provision or the remainder of this Agreement. 16. Scrutinized Companies 16.1 Contractor certifies that it and its subcontractors are not on the Scrutinized Companies that Boycott Israel List. Pursuant to Section 287.135, F.S., the City may immediately terminate this Agreement at its sole option if the Contractor or its subcontractors are found to have submitted a false certification; or if the Contractor, or its subcontractors are placed on the Scrutinized Companies that Boycott Israel List or is engaged in the boycott of Israel during the term of the Agreement. 16.2 If this Agreement is for more than one million dollars, the Contractor certifies that it and its subcontractors are also not on the Scrutinized Companies with Activities in Sudan, Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or engaged with business operations in Cuba or Syria as identified in Section 287.135, F.S. Pursuant to Section 287.135, F.S., the City may immediately terminate this Agreement at its sole option if the Contractor , its affiliates, or its subcontractors are found to have submitted a false certification; or if the Contractor, its affiliates, or its subcontractors are placed on the Scrutinized Companies with Activities in Sudan List, or Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or engaged with business operations in Cuba or Syria during the term of the Agreement. 16.3 The Contractor agrees to observe the above requirements for applicable subcontracts entered into for the performance of work under this Agreement. 16.4 As provided in Subsection 287.135(8), F.S., if federal law ceases to authorize the above -stated contracting prohibitions then they shall become inoperative. 17. OTHER PROVISIONS: 17.1 Titles and paragraph headings are for convenient reference and are not a part of this Agreement. 17.2 In the event of conflict between the terms of this Agreement and any terms or conditions contained in any attached or referenced Contract Documents, the terms in this Agreement shall prevail. 17.3 No waiver or breach of any provision of this Agreement shall constitute a waiver of any subsequent breach of the same or any other provision, and no waiver shall be effective unless made in writing. Page 5 of 8 Civil Engineering Services 17.4 Consultant acknowledges that the public shall have access, at all reasonable times, to certain documents and information pertaining to City contracts, pursuant to the provisions of Chapter 119, Florida Statutes. Consultant agrees to maintain public records in Consultant's possession or control in connection with Consultant's performance under this Agreement and to provide the public with access to public records in accordance with the record maintenance, production and cost requirements set forth in Chapter 119, Florida Statutes, or as otherwise required by Law. Consultant shall ensure that public records that are exempt or confidential from public records disclosure requirements are not disclosed except as authorized by Law, for the duration of this Agreement and following completion of this Agreement until the records are transferred to the City. 17.5 Unless otherwise provided by Law, any and all reports, surveys, and other data and documents provided or created in connection with this Agreement are and shall remain the property of City. Upon completion of this Agreement or in the event of termination by either party, any reports, photographs, surveys and other data and documents and all public records prepared by, or in the possession or control of Consultant, whether finished or unfinished, shall become the property of City and shall be delivered by Consultant to the City Manager, at no cost to the City, within seven days of termination of this Agreement. All such records stored electronically by Consultant shall be delivered to the City in a format that is compatible with the City's information technology systems. Upon completion or termination of this Agreement, Consultant shall destroy any and all duplicate public records that are exempt or confidential and exempt from public records disclosure. Any compensation due to Consultant shall be withheld until all documents are received as provided herein. Consultant's failure or refusal to comply with the provisions of this Section shall result in the immediate termination of this Agreement by the City. 17.6 Upon request by City's records custodian, provide City with a copy of requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in Chapter 119, Florida Statutes, or as otherwise provided by law. IF CONSULTANT HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO CONSULTANT'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS AGREEMENT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT (305) 953-2821, OR BY MAIL: CITY OF OPA-LOCKA - CITY CLERK'S OFFICE, 780 FISHERMAN STREET, 4T" FLOOR. OPA-LOCKA FL 33054. Civil Engineering Services Page 6 of 8 IN WITNESS WHEREOF, the parties hereto have caused this instrument to be executed by their respective duly authorized representatives the day and year written below. FOR CITY: ATTEST: CITY OF OPA-LOCKA Joanna Flores, City Clerk Approved as to form and legal sufficiency for the use of and reliance by the City of OpaALocka only: f City Attorney Burnadette Norris -Weeks, PA CS9 FeVc" WITNESS: By: John Pate City Manager Dated: FOR CONSULTANT: BEA Architects, Inc By: Authorized Representative Print Name Print Name Page 7 of 8 Civil Engineering Services Date Corporate Seal: EXHIBIT "A" BEA Architects, Inc Scope and Fee Proposal dated April 16, 2021 to provide engineering services for the Restoration Design for the Historic Fire Station and the Former Human Resource Facility. for the total amount of One Hundred Ten Thousand Four Hundred Eighteen Dollars and 00/100 ($110,418.00). Civil Engineering Services Page 8 of 8 E -VERIFY FORM Definitions: "Contractor" means a person or entity that has entered or is attempting to enter into a contract with a public employer to provide labor, supplies, or services to such employer in exchange for salary, wages, or other remuneration. "Subcontractor" means a person or entity that provides labor, supplies, or services to or for a contractor or another subcontractor in exchange for salary, wages, or other remuneration. Effective January 1, 2021, public and private employers, contractors and subcontractors will begin required registration with, and use of the E -verify system in order to verify the work authorization status of all newly hired employees. Vendor/Consultant/Contractor acknowledges and agrees to utilize the U.S. Department of Homeland Security's E -Verify System to verify the employment eligibility of: a) All persons employed by Vendor/Consultant/Contractor to perform employment duties within Florida during the term of the contract; and b) All persons (including sub-vendors/subconsultants/subcontractors) assigned by Vendor/Consultant/Contractor to perform work pursuant to the contract with the Department. The Vendor/Consultant/Contractor acknowledges and agrees that use of the U.S. Department of Homeland Security's E -Verify System during the term of the contract is a condition of the contract with the City of Opa-locka; and Should vendor become successful Contractor awarded for the above -named project, by entering into this Contract, the Contractor becomes obligated to comply with the provisions of Section 448.095, Fla. Stat., "Employment Eligibility," as amended from time to time. This includes but is not limited to utilization of the E -Verify System to verify the work authorization status of all newly hired employees, and requiring all subcontractors to provide an affidavit attesting that the subcontractor does not employ, contract with, or subcontract with, an unauthorized alien. The contractor shall maintain a copy of such affidavit for the duration of the contract. Failure to comply will lead to termination of this Contract, or if a subcontractor knowingly violates the statute, the subcontract must be terminated immediately. If this contract is terminated for a violation of the statute by the Contractor, the Contractor may not be awarded a public contract for a period of I year after the date of termination. Company Name: Authorized Signature: Print Name: Title: Date; April 15`h, 2021 Carlos Gonzalez CIP Project Manager City of Opa-locka 780 Fisherman Street Opa-locka, FL 33054 Re: Opa-locka City Hall, Historic Fire Station and HR Building Restoration architects BEA Architects is pleased to submit the following proposal for Architectural and Engineering Services to prepare Permit & Bid Documents for restoration of the Historic Fire Station and HR buildings, adjacent to Opa-locka City Hall, located at Sharazad Blvd. DESCRIPTION OF SCOPE OF ITEMS: A. Assessment of Existing Conditions: Perform architectural, structural, landscape and MEP analysis of existing building conditions. Acquire as -built set of drawings from building department. Procure boundary survey, asbestos assessment, lead based paint, and other historical maintenance and condition reports. B. Prepare Construction Documents: Prepare permit package including architectural, civil, structural, landscape, and FP, MEP, PA system, low voltage engineering documents for both buildings. Fire Station shall be renovated for use as a Historical Firefighter's Museum, including building envelope repairs and restoration, utility and service installations, and interior layout and design, ready for occupancy upon completion. Extent of restoration for HR building, for use of adjacent park, shall include restoration of interior partitions in good conditions, roof replacement and building system upgrade, for immediate use and occupancy upon completion. Coordination with all agencies having jurisdiction including FPL, and coordination with City of Opa-locka. Prepare Probable Construction Cost Opinion. One Value Engineering Review & Document Revision. C. Assist in Bid Administration: Prepare big package including architectural, civil, structural, and electrical MEP engineering documents, assist with preparing bid requirements, respond to bidders RFI and issue addendums as needed during bid phase. Coordinate with City of Opa-locka to establish minimum criteria from bidders. D. Construction Administration: Perform construction administration services, ensuring contractor will conform to design intents, meet owner expectations, and adhere to city and jurisdictional requirements. PHASES / SCHEDULE: 1. Phase I (Condition Assessment): Prepare property conditions assessments. Procure site surveys showing above ground and below ground conditions. Study existing architectural, structural, and MEP conditions, site utilities, supporting infrastructure. Submit Property Conditions Report (limited to project scope area) identifying immediate vs long-term needs of the project. 2. Phase II (Due Diligence, Programming & Planning Package): Review site and building documentation provided by Owner or Building Department. Site visits to collect project data. Prepare Owner project program and refine for City approval. Identify Historic City Landmark requirements. Identify zoning requirements for building modifications, parking, and occupancies of proposed building use. Identify code and sustainability requirements, including utility connections. Study of original building conditions to establish design intent. Prepare As -Built drawings based on collected data. BEA architects I 3075 nw south river drive, miami fl 33142 I wvvw.beai.com t e l: 305.461. 2 0 5 3 e x t 1 0 0 1 fax: 305.634.0599 1 AA 2 6 0 0 1 6 1 2 3. Phase III (Schematic Design Package -30%): Prepare schematic drawings for above scope items for Owner and stakeholders approval prior to starting Construction Documents packages. Establish structural and MEP requirements. Meet with Owner for review and approval. —AIL architects 4. Phase IV (Design Development Package — 70%): Develop final option to prepare technical permit and bid packages. Perform Life -Safety Analysis. Create outline for Project Specifications. Meet with Owner for review and approval. Provide Probable Construction Cost Estimate for Owner Review. 5. Phase V (Construction Documents): Upon Notice to Proceed, prepare 90% construction documents for review. Coordination with all agencies having jurisdiction. Develop Project Specifications. Meet with owner for review and approval. 6. Phase VI (Construction Documents): Prepare 100% percent constriction documents for permitting and final bid including Bid assistance and addendum preparations. Collaboration with Owner. Coordination with all agencies having jurisdiction. Respond to building department comments. 7. Phase VII (Construction Administration & Close-out): ■ Attend pre -bid meeting ■ Attend pre -construction meeting ■ Attend Bi-weekly Construction Site Meetings ■ Review and respond to Contractor's RFIs ■ Perform Punch List Review ■ Provide Architect's certification of Substantial Completion ■ Perform Final Completion review; issue Final Completion Certificate ■ Prepare record documentation based on Contractor's mark-ups ■ Review Pay Requests ■ Review Change Orders ■ Assumed Period of Construction: 24 weeks Estimated Design/Production time period*: ■ PHASE I - ■ PHASE II - ■ PHASE III - ■ PHASE IV - ■ PHASE V - ■ PHASE VI- ■ PHASE VII - 2 weeks 4 weeks 4 weeks 4 weeks 2 weeks 2 weeks from approval of 90% CDs. 24 weeks (Approximately) *Time periods do not include City/Stakeholder review time for each submittal BEA architects 1 3075 nw south river drive, miarni fl 33142 1 www.beai.com t e l: 305 461.2053 e x t 1 0 0 1 fax : 3 0 5. 6 3 4. 0 5 9 9 AA 2 6 0 0 1 6 1 2 PROFESSIONAL FEES: • PHASE I — Cond. Assess. $ 8,766 • PHASE II - Programming $ 9,024 • PHASE III — 30& SD $ 12,948 • PHASE IV — 70% DD $ 14,604 • PHASE V - 90% CD: $ 14,160 • PHASE VI - 100% CD: $ 7,884 • PHASE VII - Const. Admin. $ 37,032 NOTE: See attached Exhibit A for detailed fees calculation. architects CONSULTANT SCOPE OF WORK: 1. Landscape Architects, Laura Llerena & Associates (7%): Beautification of entrance including vehicular and pedestrian approach. Hardscape design at entrances. 2. Civil & Survey, Biscayne Engineering (7%): Upgrade of water, sewer, and electrical services as needed. Check drainage and flooding conditions of site. 3. MEP, Gartek Engineering Corporation (8%): Establish existing systems. Provide design and calculation for existing systems & upgrade to operational state. 4. Structural, PMM Consulting Engineers (8%): Existing structural assessment and reinforcing, as needed. Provide design and calculation for existing systems. NOTE: All consultants to include code compliance and coordination with local ordinances and agencies having jurisdiction. REIMBURSABLE EXPENSES & ALLOWANCES: 1. Direct expense 2. Topographical Survey 3. One Town Hall Meeting & Presentation 4. One Zoning Hearing 5. Renderings, Models, Mock-ups, Professional Photography, Presentation Materials, etc. $ 500 $ 3000 $ 500 $ 1,500 $ 500 NOTE: Additional reimbursable expenses other than those stated above are subject to prior written notice of approval by the City. EXCLUSIONS: 1. Zoning submittals or interface 2. Permit fees, permit submittal or expediting of permit 3. Geotechnical report 4. Off -site utilities or Off -site utility upgrades 5. Phasing plans or MOT (by Contractor) 6. LEED, FGBC, or other Sustainable Building Certifications 7. FFE Design 8. Special Lighting Design NOTE: Above fees are LUMP SUM fees to be invoiced monthly or at a rate commensurate with completion of scope of work items. BEA architects I 3075 nw south river drive, rniami fl 33142 1 www.beai.com t e l: 305 461.2053 e x t 1 0 0 fax : 3 0 5. 6 3 4. 0 5 9 9 AA 2 6 0 0 1 6 1 2 Please indicate your acceptance by signing/dating below and remitting by email. We appreciate the opportunity to continue building our relationship and look forward to collaborating with City of Opa-locka in realizing this next project. Feel free to contact me at your convenience if you have any comments of questions. Sincerely, Adrian Price, RA NCARB Vice -President BEA architects, Inc. City of Opa-Iocka Accepted by: Print Name: Airia Austin PW / CIP Director Title: 111111. architects 4/16/2021 Date: BEA architects 1 3075 nw south river drive, miarni fl 33142 1 wvvw.beai.com t e l: 3 0 5. 4 6 1. 2 0 5 3 e x t 1 0 0 1 fax: 305.634.0599 AA 2 6 0 0 1 6 1 2 EXHIBIT A architects City of Opa-Locka- Old City Hall Annex Buildings Date: 41612021 Architectural & Engineering Scope: Phase 1 Condition Assessment Refer to written proposal revised 4/06/2021 see written proposal for task description Total Hours Phase 2 Due Diligence 8 Programming 8 Planning see written proposal for task description Total Hours Sr. Proj Mgr Sr.Architect Land. Arch Civil Eng MEP Eng Struct. Eng. CADD ADM $ 240 $ 222 $ 186 $ 186 $ 186 $ 186 $ 117 $ 78 2 8 2 4 8 8 18 4 2 8 2 4 8 8 18 4 $ 480 $ 1,776 $ 372 $ 744 $ 1,488 $ 1,488 $ 2,106 $ 312 Phase 3 Schematic Design Package see written proposal for task description Total Hours Phase 4 Design Development Package Total Phase I 58,766 Sr. Proj Mgr Sr.Architect Land. Arch Civil Eng MEP Eng Struct. Eng. CADD ADM $ 240 $ 222 $ 186 $ 186 $ 186 $ 186 $ 117 $ 78 2 10 2 2 2 2 40 2 2 10 2 2 2 2 40 2 $ 480 $ 2,220 $ 372 $ 372 $ 372 $ 372 $ 4,680 $ 156 Total Phase II $9,024 Sr. Proj Mgr Sr.Architect Land. Arch Civil Enq MEP Eng Struct. Eng. CADD ADM $ 240 $ 222 $ 186 $ 186 $ 186 $ 186 $ 117 $ 78 6 20 2 2 4 4 40 2 6 20 2 2 4 4 40 2 $ 1,440 $ 4,440 $ 372 $ 372 $ 744 $ 744 $ 4,680 $ 156 see written proposal for task description Total Hours Phase 5 90% Construction Documents Total Phase III $12,948 Sr. Proj Mgr Sr.Architect Land. Arch Civil Eng MEP Eng Struct. Eng. CADD ADM $ 240 $ 222 $ 186 $ 186 $ 186 $ 186 $ 117 $ 78 6 10 8 8 8 8 40 4 6 10 8 8 8 8 40 4 $ 1,440 $ 2,220 $ 1,488 $ 1,488 $ 1,488 $ 1,488 $ 4,680 $ 312 see written proposal for task description Total Hours Phase 6 100% Construction Documents see written proposal for task descnption Total Hours Phase 7 Construction Administration Total Phase IV $14,604 Sr. Proj Mgr Sr.Architect Land. Arch Civil Eng MEP Eng Struct. Eng. CADD ADM $ 240 $ 222 $ 186 $ 186 $ 186 $ 186 $ 117 $ 78 6 8 8 8 8 8 40 4 6 8 8 8 8 8 40 4 $ 1,440 $ 1,776 $ 1,488 $ 1,488 $ 1,488 $ 1,488 $ 4,680 $ 312 Total Phase V $14,160 Sr. Proj Mgr Sr.Architect Land. Arch Civil Eng MEP Eng Struct. Eng. CADD ADM $ 240 $ 222 $ 186 $ 186 $ 186 $ 186 $ 117 $ 78 2 8 4 4 4 4 20 4 2 8 4 4 4 4 20 4 $ 480 $ 1,776 $ 744 $ 744 $ 744 $ 744 $ 2,340 $ 312 see written proposal for task description Total Hours Total Phase VI 67,884 Sr. Proj Mgr Sr.Architect Land. Arch Civil Eng MEP Eng Struct. Eng. CADD ADM $ 240 $ 222 $ 186 $ 186 $ 186 $ 186 $ 117 $ 78 20 60 12 12 12 12 80 8 20 60 12 12 12 12 80 8 $ 4,800 $ 13,320 $ 2,232 $ 2,232 $ 2,232 $ 2,232 $ 9.360 $ 624 Total Phase VII 1 See reimbursable expenses & allowance in written proposal for additional Non- Basic A&E project cost. 937,032 Grand Total $104,418 Architectural & Engineering Cash Flow $104,418.00 Task Duration (Wks) 1.0 2.0 Condition Assessment ? 88,766 DD, Programming & Planning 2 69,024 3.0 30% Schematic Design 2 912,948 4.0 60% Design Development 3 $14,604 5.0 90% Construction Documents 3 $14,160 6.0 100% Construction Documents 2 $7,884 7.0 Construction Administration 16 637,032 TOTAL 28 TOTAL $104,418.00 PROJECT AGREEMENT FOR DESIGN SERVICES BETWEEN THE CITY OF OPA-LOCKA AND EAC Consulting, Inc THIS PROJECT AGREEMENT (the "Agreement") is made and entered into this day of May, 2021 between the CITY OF OPA-LOCKA, FLORIDA, a Florida Municipal Corporation with its principal offices located at 780 Fisherman Street, 4th Floor. Opa-locka FL. 33054 (the "City"), and BEA Architects, Inc (the "Consultant"), a Florida corporation authorized to conduct business in the State of Florida, with principal offices located at 3075 NW South River Drive. Miami, Florida 33142. WITNESSED: WHEREAS, on June 10, 2020, the City approved a pool of Qualified Firms to provide Architectural and Engineering Consulting Services to the City on an as needed basis pursuant to RFQ# 20-0324200 Library of Miscellaneous Professional Consultants; and WHEREAS, the Consultant is a member of the pool under the subcategory of Civil Engineering, Landscape Architectural, Structural Engineering and Traffic Engineering Services and has executed a Continuing Services Agreement; and WHEREAS, the Consultant has been selected by the City to provide Engineering Consulting Design Services (known as the "Project", the "Services" or the "Scope of Services") for the Restoration Design for the Historic Fire Station and the Human Resource Facilities. NOW, THEREFORE, in consideration of the foregoing recitals, which are incorporated herein, and the mutual covenants, terms and conditions provided below, the Consultant and the City agree as follows: 1. CONTRACT DOCUMENTS The Contract Documents referred to in this Agreement shall be comprised of the following: 1.1 This Agreement (the "Specific Projects" or "Project Agreement") between the parties), including any General Terms and Conditions, Supplementary Conditions, Statement of Work or any other provisions contained within this Agreement; Page 1 of 8 Civil Engineering Services 1.2 A Scope of Services request completed by the Consultant and accepted by the City, attached hereto as Exhibit "A"; and 1.3 Any and all applicable addenda, proposals executed and submitted by the Consultant and accepted by the City, specifications and insurance certificates; and 1.4 All amendments mutually agreed to after execution of this Agreement. These Contract Documents comprise the entire agreement for the Services agreed to herein between the parties, and incorporated into and made a part of this Agreement as if attached to this Agreement or repeated herein. In the event of a conflict between this Agreement and any other Contract Document(s), this Agreement shall prevail. 2. THE WORK Consultant shall furnish all labor, materials and equipment necessary to provide professional Services as specified in the Scope of Services and accepted by the City. 3. PERIOD OF SERVICE The Consultant shall begin work promptly after receipt of a fully executed copy of this Agreement and a letter of Notice to Proceed from the City and shall complete the Project within the time mutually agreed upon, as specified in the Scope of Services request accepted by the City. 4. COMPENSATION Compensation (the "Contract Sum") for performing the Services related to the Project shall be the fee of One Hundred Ten Thousand Four Hundred Eighteen Dollars and 00/100 1$110,418.00) specified in the Scope of Services request accepted by the City. 5. PAYMENTS 5.1 The City shall pay the Contract Sum to the Consultant subject to the completion of tasks as specified in the Exhibit "A". The City shall pay the Consultant for work performed subject to the specifications of the job and any additions and deductions by subsequent change order provided in the Contract Documents —A14 Payments shall he governed by the Florida Prompt Payment Ant Chanter `)1 Q Part r.....�.......w .... ....... ....... yv. v.r.v.. v�. ury r rvrruu r rvrrrra-r-uy-uric. r -r r r VII, Florida Statutes. The City is under a declared State of Financial Emergency pursuant to Section 218.503, Florida Statutes. As a result, the parties to this Agreement acknowledge that all invoices presented for payment shall be reviewed and approved by the State of Florida prior to payment and that the City is therefore unable to comply with the Florida Local Government Prompt Payment Act. Page 2 of 8 Civil Engineering Services 5.2 The Consultant shall provide periodic invoices to the City upon completion of a substantial amount of Services relating to the Scope of Services contained within this Agreement. Payment shall be made to the Consultant upon approval of submitted invoices to the City. 6. TERMINATION This Agreement may be terminated by the City for convenience upon ninety (90) calendar days' written notice to the Consultant. In the event of such termination, any Services performed by the Consultant under the this Agreement shall, at the option of the City, become the City's property, and the Consultant shall be entitled to receive compensation for any work completed pursuant to this Agreement to the satisfaction of the City up through the date of termination. Under no circumstances shall City make payment for Services that have not been performed. This Agreement may be terminated by either party for cause upon five calendar days' written notice to the other should such other party fail to perform in accordance with its material terms through no fault of the party initiating the termination. In the event the Consultant abandons this Agreement or causes it to be terminated by the City, the Consultant shall indemnify and save the City harmless against loss pertaining to this termination. In the event that the Consultant is terminated by the City for cause and it is subsequently determined by a court of competent jurisdiction that such termination was without cause, such termination shall thereupon be deemed a termination for convenience and the provisions in the paragraph above shall apply. 7. DEFAULT: In the event of a default by Consultant, the default provisions contained in the Continuing Services Agreement between the parties shall govern. 8. ANTI-LOBBYING/NO CONTINGENT FEE: The provisions of Section 11 of the Continuing Services Agreement shall apply to this Agreement. 9. WARRANTIES AND GUARANTEES: 9.1 The Consultant warrants that its Services are to be performed within the limits prescribed by the City and with the usual thoroughness and competence of the Consultant's architectural and/or engineering profession. 9.2 The Consultant shall be responsible for technically deficient designs, reports or studies due to negligent acts, errors or omissions. The Consultant shall, upon the request of the City, promptly correct or replace all deficient work due to negligent acts, errors or omissions without cost to the City. Page 3 of 8 Civil Engineering Services 10. BINDING EFFECT: This Agreement shall bind and the benefits thereof shall inure to the respective parties hereto, their legal representatives, executors, administrators, successors and assigns. 11. AMENDMENTS AND MODIFICATION: No amendments and/or modifications of this Agreement shall be valid unless in writing and signed by each of the parties to the Agreement. 12. MERGER: AMENDMENT: This Agreement, including the referenced Contract Documents, and any attachments, constitute the entire agreement between Consultant and City, and all negotiations and oral understandings between the parties are merged herein. This Agreement may be supplemented and/or amended only by a written document executed by both Consultant and City. 13. NONASSIGNABILITY: Consultant shall not assign, subcontract or transfer any rights or delegate any duties arising under this Agreement without prior written consent of the City, which consent may be withheld by the City in its sole discretion. 14. NOTICES: Whenever either party desires to give notice to the other, it shall be given by written notice, sent by certified United States mail, with return receipt requested, addressed to the party for whom it is intended, at the place last specified, and the place for giving of notice in compliance with the provisions of this paragraph. For the present, the parties designate the following as the respective places for giving of notice, to -wit: FOR CONSULTANT: FOR CITY: WITH COPY TO: BEA Architects, Inc 3075 NW South River Dr. Miami, FL 33142 City of Opa-Locka John Pate, City Manager 780 Fisherman Street Opa-Locka, FL 33054 Burnadette Norris -Weeks, P.A. City Attorney 401 North Avenue of the Arts (NW 7th Avenue) Fort Lauderdale, FL 33311 Telephone: 954-768-9770 Facsimile: 954-768-9790 Page 4 of 8 Civil Engineering Services 15. SEVERABILITY; WAIVER: Any provision in this Agreement that is prohibited or unenforceable under Florida or federal law shall be ineffective to the extent of such prohibitions or unenforceability without invalidating the remaining provisions hereof. Also, the non -enforcement of any provision by either party to this Agreement shall not constitute a waiver of that provision nor shall it affect the future enforceability of that provision or the remainder of this Agreement. 16. Scrutinized Companies 16.1 Contractor certifies that it and its subcontractors are not on the Scrutinized Companies that Boycott Israel List. Pursuant to Section 287.135, F.S., the City may immediately terminate this Agreement at its sole option if the Contractor or its subcontractors are found to have submitted a false certification; or if the Contractor, or its subcontractors are placed on the Scrutinized Companies that Boycott Israel List or is engaged in the boycott of Israel during the term of the Agreement. 16.2 If this Agreement is for more than one million dollars, the Contractor certifies that it and its subcontractors are also not on the Scrutinized Companies with Activities in Sudan, Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or engaged with business operations in Cuba or Syria as identified in Section 287.135, F.S. Pursuant to Section 287.135, F.S., the City may immediately terminate this Agreement at its sole option if the Contractor , its affiliates, or its subcontractors are found to have submitted a false certification; or if the Contractor, its affiliates, or its subcontractors are placed on the Scrutinized Companies with Activities in Sudan List, or Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or engaged with business operations in Cuba or Syria during the term of the Agreement. 16.3 The Contractor agrees to observe the above requirements for applicable subcontracts entered into for the performance of work under this Agreement. 16.4 As provided in Subsection 287.135(8), F.S., if federal law ceases to authorize the above -stated contracting prohibitions then they shall become inoperative. 17. OTHER PROVISIONS: 17.1 Titles and paragraph headings are for convenient reference and are not a part of this Agreement. 17.2 In the event of conflict between the terms of this Agreement and any terms or conditions contained in any attached or referenced Contract Documents, the terms in this Agreement shall prevail. 17.3 No waiver or breach of any provision of this Agreement shall constitute a waiver of any subsequent breach of the same or any other provision, and no waiver shall be effective unless made in writing. Page 5 of 8 Civil Engineering Services 17.4 Consultant acknowledges that the public shall have access, at all reasonable times, to certain documents and information pertaining to City contracts, pursuant to the provisions of Chapter 119, Florida Statutes. Consultant agrees to maintain public records in Consultant's possession or control in connection with Consultant's performance under this Agreement and to provide the public with access to public records in accordance with the record maintenance, production and cost requirements set forth in Chapter 119, Florida Statutes, or as otherwise required by Law. Consultant shall ensure that public records that are exempt or confidential from public records disclosure requirements are not disclosed except as authorized by Law, for the duration of this Agreement and following completion of this Agreement until the records are transferred to the City. 17.5 Unless otherwise provided by Law, any and all reports, surveys, and other data and documents provided or created in connection with this Agreement are and shall remain the property of City. Upon completion of this Agreement or in the event of termination by either party, any reports, photographs, surveys and other data and documents and all public records prepared by, or in the possession or control of Consultant, whether finished or unfinished, shall become the property of City and shall be delivered by Consultant to the City Manager, at no cost to the City, within seven days of termination of this Agreement. All such records stored electronically by Consultant shall be delivered to the City in a format that is compatible with the City's information technology systems. Upon completion or termination of this Agreement, Consultant shall destroy any and all duplicate public records that are exempt or confidential and exempt from public records disclosure. Any compensation due to Consultant shall be withheld until all documents are received as provided herein. Consultant's failure or refusal to comply with the provisions of this Section shall result in the immediate termination of this Agreement by the City. 17.6 Upon request by City's records custodian, provide City with a copy of requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in Chapter 119, Florida Statutes, or as otherwise provided by law. IF CONSULTANT HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO CONSULTANT'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS AGREEMENT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT (305) 953-2821, OR BY MAIL: CITY OF OPA-LOCKA - CITY CLERK'S OFFICE, 780 FISHERMAN STREET, 4TH FLOOR. OPA-LOCKA FL 33054. Page 6 of 8 Civil Engineering Services IN WITNESS WHEREOF, the parties hereto have caused this instrument to be executed by their respective duly authorized representatives the day and year written below. FOR CITY: ATTEST: Joanna Flores, City Clerk Approved as to form and legal sufficiency for the use of and reliance by the City of Opa Locka only: City Attorney Burnadette Norris -Weeks, PA WITNESS: CITY OF OPA-LOCKA By: John Pate City Manager Dated: FOR CONSULTANT: BEA Architects, Inc By: Authorized Representative Print Name Print Name Page 7 of 8 Date Corporate Seal: Civil Engineering Services EXHIBIT "A" BEA Architects, Inc Scope and Fee Proposal dated April 16, 2021 to provide engineering services for the Restoration Design for the Historic Fire Station and the Former Human Resource Facility. for the total amount of One Hundred Ten Thousand Four Hundred Eighteen Dollars and 00/100 ($110,418.00). Page 8 of 8 Civil Engineering Services E -VERIFY FORM Definitions: "Contractor" means a person or entity that has entered or is attempting to enter into a contract with a public employer to provide labor, supplies, or services to such employer in exchange for salary, wages, or other remuneration. "Subcontractor" means a person or entity that provides labor, supplies, or services to or for a contractor or another subcontractor in exchange for salary, wages, or other remuneration. Effective January 1, 2021, public and private employers, contractors and subcontractors will begin required registration with, and use of the E -verify system in order to verify the work authorization status of all newly hired employees. Vendor/Consultant/Contractor acknowledges and agrees to utilize the U.S. Department of Homeland Security's E -Verify System to verify the employment eligibility of: a) All persons employed by Vendor/Consultant/Contractor to perform employment duties within Florida during the term of the contract; and b) All persons (including sub-vendors/subconsultants/subcontractors) assigned by Vendor/Consultant/Contractor to perform work pursuant to the contract with the Department. The Vendor/Consultant/Contractor acknowledges and agrees that use of the U.S. Department of Homeland Security's E -Verify System during the term of the contract is a condition of the contract with the City of Opa-locka; and Should vendor become successful Contractor awarded for the above -named project, by entering into this Contract, the Contractor becomes obligated to comply with the provisions of Section 448.095, Fla. Stat., "Employment Eligibility," as amended from time to time. This includes but is not limited to utilization of the E -Verify System to verify the work authorization status of all newly hired employees, and requiring all subcontractors to provide an affidavit attesting that the subcontractor does not employ, contract with, or subcontract with, an unauthorized alien. The contractor shall maintain a copy of such affidavit for the duration of the contract. Failure to comply will lead to termination of this Contract, or if a subcontractor knowingly violates the statute, the subcontract must be terminated immediately. If this contract is terminated for a violation of the statute by the Contractor, the Contractor may not be awarded a public contract for a period of 1 year after the date of termination. Company Name: Authorized Signature: Print Name: Title: Date;