Loading...
HomeMy Public PortalAbout22-9996 - Agreement with BEA Architects for relocation of the police dept to the 1st floorSponsored by: City Manager RESOLUTION NO. 22-9996 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF OPA-LOCKA, FLORIDA, AUTHORIZING THE INTERIM CITY MANAGER TO EXECUTE AN AGREEMENT WITH BEA ARCHITECTS, INC. FOR CONTINUING PROFESSIONAL ARCHITECTURAL AND ENGINEERING PROFESSIONAL SERVICES RELATED TO THE RELOCATION OF THE CITY OF OPA-LOCKA'S POLICE DEPARTMENT TO THE FIRST FLOOR OF THE CITY'S MUNICIPAL COMPLEX, LOCATED AT 780 FISHERMAN STREET, IN AN AMOUNT NOT TO EXCEED ONE HUNDRED SEVEN THOUSAND, FIVE HUNDRED TWENTY-TWO DOLLARS AND THIRTY CENTS ($107,522.30); PROVIDING FOR INCORPORATION OF RECITALS; PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, on September 3rd, 2018, the City of Opa-Locka's Police Department (the "Department") was relocated to the Municipal Complex within the City of Opa-Locka ("City") because the facility was uninhabitable due to water infiltration and mold infestation. WHEREAS, the Police Department is not best suited for its current location and the Interim City Manager is recommending that the City's Police Department be relocated to the first floor of the City's Municipal Complex, located at 780 Fisherman Street; and WHEREAS, on June 10, 2020, the City Commission of the City of Opa-Locka ("City Commission") accepted bid proposals from several firms for continuing professional architectural and engineering consulting services pursuant to RFQ No. 20-0324200. The Commission then authorized the City Manager to enter into multiple agreements for architectural and engineering consulting services. More specifically, the City Commission approved BEA Architects, Inc. as qualified for the services sought; and WHEREAS, the proposed Police Station interim relocation and renovation will include office spaces, a reception area, meeting rooms, a holding room, an equipment storage room, an evidence room with an independent climate control system, exterior window tints for security and two independent entrances. The relocated Police Station will control entering and exiting the Municipal Complex in off -hours, reducing the need for outsourced lobby security to regular work hours. The project is anticipated to be completed and operational by December, 2022; and WHEREAS, the services provided by BEA Architects, Inc. for the interim relocation Resolution No. 22-9996 of the Police Station will include: Preparing property conditions assessments; studying existing architectural, floorplans, mechanical, electrical conditions, and supporting infrastructure; identifying requirements for building modifications, and occupancies of proposed building use; identifying code requirements, including utility connections; preparing One -Hundred percent (100%) percent construction documents, including project specifications within the drawings for the bidding and permitting process; and WHEREAS, the City desires to enter into an agreement with BEA Architects, Inc., attached hereto as Exhibit "A", pursuant to the proposal attached hereto as Exhibit "B", to provide Engineering Consulting Design Services for the Architectural & Engineering Services for the interim relocation of the City's Police Department to the first floor of the Municipal Complex, located at 780 Fisherman Street, in an amount not exceed One Hundred Seven Thousand, Five Hundred Twenty -Two Dollars and Thirty Cents ($107,522.30); 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 "A", 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 Interim City Manager to enter into an agreement with BEA Architects, Inc., attached hereto as Exhibit "A", for the provision of Architectural and Engineering Professional Services related to the interim relocation of the City's Police Department to the first floor of the City's Municipal Complex, located at 780 Fisherman Street, in an amount not exceed One Hundred Seven Thousand, Five Hundred Twenty -Two Dollars and Thirty Cents ($107,522.30), pursuant to the proposal attached hereto as Exhibit "B". 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 Interim City Manager and approved by the City Attorney without need of public hearing, by filing a corrected copy of same with the City Clerk. SECTION 4. EFFECTIVE DATE. 2 Resolution No. 22-9996 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 22nd day of June, 2022. Vexonica Williams, Mayor ATTEST: Joa a Flores, City Clerk APPROVED AS TO FORM AND LEGAL SUFFICIENCY: Burnad - tte ' 1 orris- eeks, P.A. City Attorney Moved by: Vice Mayor Taylor Seconded by: Commissioner Bass VOTE: 5-0 Commissioner Dominguez YES Commissioner Bass YES Commissioner Davis YES Commissioner Taylor YES Mayor Williams YES 3 PROJECT AGREEMENT FOR DESIGN SERVICES BETWEEN THE CITY OF OPA-LOCKA AND BEA Architects, Inc THIS PROJECT AGREEMENT (the "Agreement") is made and entered into this day of , 2022 between the CITY OF OPA-LOCKA, FLORIDA, a Florida Municipal Corporation with its principal offices located at 780 Fisherman Street, 4th Floor. Opa- Iocka 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 Architectural & Engineering Services for the Interim Relocation of the Police Department to the First Floor of the Municipal Complex. 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 9 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 Seven Thousand Five Hundred Twenty - Two Dollars and 30/100 ($107,522.30) 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 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 9 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 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 9 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 Darvin Williams, Interim City Manager 780 Fisherman Street Opa-Locka, FL 33054 Burnadette Norris -Weeks, P.A. CityAttorney 401 North Avenue of the Arts (NW 7th Avenue) Fort Lauderdale, FL 33311 Telephone: 954-768-9770 Facsimile: 954-768-9790 Page 4 of 9 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 9 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 9 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. Page 7 of 9 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: CITY OF OPA-LOCKA By: Joanna Flores, City Clerk Darvin Williams Interim City Manager Dated: 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 FOR CONSULTANT: WITNESS: BEA Architects, Inc By: Authorized Representative Print Name Print Name Date Corporate Seal: Page 8 of 9 Civil Engineering Services EXHIBIT "A" BEA Architects, Inc Opa-locka Police Station Interior Renovation dated June 1, 2022, to provide engineering services for the Interim Relocation of the Police Department to the First Floor of the Municipal Complex located at 780 Fisherman Street. Opa-locka Fl 33054. for the total amount of One Hundred Seven Thousand Five Hundred Twenty -Two Dollars and 30/100 ($107,522.30) Page 9 of 9 Civil Engineering Services City of Opa-locka Agenda Cover Memo Department Director: Adelina Gross Department Director Signature: City A Mna er: Darvin Williams CM Signature: �9 ''g Commission Meeting Date: 06/22/2022 Item Type: (EnterXin box) Resolution Ordinance Other X Fiscal Impact: (EnterXin box) Yes No Ordinance Reading: (EnterXin box) 1st Reading 2nd Reading X Public Hearing: (Enter X in box) Yes No Yes No X Funding Source: Account#: (Enter Fund & Dept) Ex: See Financial Impact Section Advertising Requirement: (EnterXin box) Yes No X Contract/P.O. Required: (EnterXin 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 Communication Area: I• Strategic Plan Obj./Strategy: (list the specific objective/strategy this item will address) X III I• Image • • Sponsor Name City Manager Department: City Manager Short Title: ARCHITECTURAL AND ENGINEERING SERVICES FOR THE INTERIM RELOCATION OF THE POLICE DEPARTMENT TO THE MUNICIPAL COMPLEX FIRST FLOOR PROJECT No. 2022-01-019 Staff Summary: A resolution of the City Commission of the City of Opa-Iocka authorizing the City Manager to enter into an agreement with BEA Architects, Inc for Architectural and Engineering professional services to provide architectural and engineering services for the interim relocation of the Police Department to the first floor of the Municipal Complex located at 780 Fisherman Street Opa-Iocka 33054. The Police Department was relocated to the third floor of the Municipal Complex on September 3rd, 2018, because their facility was uninhabitable due to water infiltration and mold infestation. Since then, the department has adapted its standard operations to fit into the Municipal Complex environment; however, it is understandable that the regular affairs handled by the Police Department are not the best atmosphere for this location and it might be a detriment for current and future tenants of the upper floors. Therefore, Staff has identified the project to relocate the Police Station to the first floor of the Municipal Complex as crucial. This is an interim relocation anticipated to last three to four years until a location for a new police station can be determined, funding sources can be identified and a new building constructed. BEA Architects, Inc, is an architectural firm experienced in the development of such facilities and one of the engineering consulting firms selected in response to the RFQ 20-0324200. The firm was approved by the City Commission to be part of the City's inventory of licensed Architects and Engineers to provide professional architectural and engineering services. The proposed Police Station renovation will include office spaces, a reception area, meeting rooms, a holding room, an equipment storage room, an evidence room with an independent climate control system, exterior window tints for security and two independent entrances. The relocated Police Station will control entering and exiting the Municipal Complex in off -hours, reducing the need for outsourced lobby security to regular work hours. The project is anticipated to be completed and operational by December, 2022. The services provided by BEA Architects, Inc. for the interim relocation of the Police Station will include the following: Prepare property conditions assessments. • Study existing architectural, floorplans, mechanical, electrical conditions, and supporting infrastructure. • Identify requirements for building modifications, and occupancies of proposed building use. • Identify code requirements, including utility connections • Prepare 100% percent construction documents, including project specifications within the drawings for the bidding and permitting process. This request is to accept the proposal for the architectural and engineering services for the interim relocation of the Opa-locka Police Department to 780 Fisherman St. 1' Floor (Municipal Complex) and authorize the use of funding for the project described as follows: Architectural Design and Engineering Services $ 107,522.30 Financial Impact This project, which includes demolition of the former Police Station and the current phase to relocate the Police Station from the third floor to the first floor of the Municipal Complex, is being financed by a $1.125 million State grant. Demolition and remediation of the former Police Station will cost $303,884, with $821,116 remaining available Account Description Available Project Remaining Balance 44-541838 Police Station $821,116.00 $107,522.30 $713,593.70 Proposed Action: Staff recommends the City Commission authorize the City Manager to enter into an agreement with BEA Architects, Inc for architectural and engineering services for $107,522.30 for the assessment through development of completed construction documents in connection with the relocation of the Opa-locka Police Station to the first floor of the Municipal Complex, 780 Fisherman Street. Attachment: 1. Agenda 2. Proposal provided by BEA Architects, Inc 3. Resolution 20-9767 Accepting BID proposals in response to RFQ 20-0324200 4. Contract Agreement between the City and BEA Architects, Inc June 01, 2022 Carlos Gonzalez CIP Project Manager City of Opa-Iocka 780 Fisherman Street Opa-Iocka, FL 33054 Re: Opa-Iocka Police Station Interior Renovation MIL architects BEA Architects is pleased to submit the following proposal for Architectural and Engineering Services to prepare Permit & Bid Documents for interior renovation for future location of the Opa-Iocka Police Station, located on the first floor at the City of Opa-Iocka Municipal Complex on 780 Fisherman Street, Opa-Iocka, FL 33054. DESCRIPTION OF SCOPE OF ITEMS: A. Assessment of Existing Conditions: Perform architectural, FP, and Mechanical, analysis of existing building conditions. Acquire as -built set of drawings from building department. Area of work is 5,204 sqft B. Prepare Construction Documents: Prepare permit package including architectural, FP, low voltage, and MEP engineering documents. Future Police Station renovation shall include office spaces including reception, meeting rooms, holding room, equipment storage room, evidence room with independent climate control system, and exterior window tints. Coordination with all agencies having jurisdiction and coordination with City of Opa-Iocka and Police Department. C. Assist in Bid Administration: Prepare big package including architectural, FP, low voltage, and 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-Iocka and stakeholders 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 as-builts showing existing conditions. Study existing architectural, FP, and mechanical, electrical conditions, and supporting infrastructure. 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 requirements for building modifications, and occupancies of proposed building use. Identify code requirements, including utility connections. 3. Phase III (Construction Documents 50%): Prepare schematic drawings for above scope items for Owner and stakeholders approval prior to starting Construction Documents packages. Establish mechanical, electrical, FP, and low voltage requirements. Meet with Owner for review and approval. 4. Phase IV (Construction Documents 100%): Upon written Notice to Proceed, prepare 100% percent construction documents, including project specifications within the drawings for bidding and permitting. Meet with owner for review and approval. BEA architects 1 3075 nw south river drive, miami fl 33142 1 www.beai.com te l : 305.461.2053 ext100 fax: 305.634.0599 1 AA 26001612 5. Phase V (Permitting & Bidding): Submitting drawings for permitting with building department. Coordination with all Agencies Having Jurisdiction. Respond to building department comments. Provide drawings for final bid. Collaboration with Owner and stakeholders, and create final bids tabulation. /1111 architects 6. Phase VI (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: 14 weeks Estimated Design/Production time period*: • PHASE I (Cond. Assess.) — 1 weeks ■ PHASE 11 (Due Diligence) — 1 weeks ■ PHASE III (CD 50%) — 3 weeks ■ PHASE IV (CD 100%) — 3 weeks • PHASE V (Permit & Bid) — 4 weeks • PHASE VI (Const Admin) — 14 weeks (Approximately) *Time periods do not include City/Stakeholder review time for each submittal DESIGN & CONSTRUCTION FEES: • A/E SERVICES • 10% DESIGN CONTIGENCY $ 97,293 $ 9,729.3 REIMBURSABLE EXPENSES & ALLOWANCES: 1. Direct expense $ 500 NOTE: Additional reimbursable expenses other than those stated above are subject to prior written notice of approval by the City. TOTAL COST OF PROJECT $107,522.30 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 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: 305.634.0599 1 AA 2 6 0 0 1 6 1 2 7. FFE Design 8. Special Lighting Design 9. Replacement of storefront glazing 10. Plumbing, sewage, drains 11. Structural analysis and calculations 12. Construction Management or role as Owner Representative for General Contractor purposes. architects NOTE: Above fees are LUMP SUM fees to be invoiced monthly or at a rate commensurate with completion of scope of work items. 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: Title: Date: / / BEA architects I 3075 nw south river drive, miami fl 33142 I www.beai.com t e I: 3 0 5. 4 6 1. 2 0 5 3 e x t 1 0 0 1 fax: 305.634.0599 1 A A 2 6 0 0 1 6 1 2