Loading...
Contract 2018-20A RDocuSign Envelope ID: 97443857-7C67-41DA-82F4-D243D5EE3534 TASK AUTHORIZATION NUMBER 4 FOR ARCHITECTURAL SERVICES AGREEMENT FOR NEW PUBLIC WORKS FACILITY BETWEEN THE CITY OF CLERMONT FLORIDA AND BENTLEY ARCHITECTS + ENGINEERS, INC. THIS TASK AUTHORIZATION is by and between BENTLEY ARCHITECTS + ENGINEERS, INC., hereinafter referred to as "ARCHITECT" and the CITY OF CLERMONT, hereinafter referred to as "CITY" and is to that certain agreement between the parties dated March 27, 2018, No. 2018-20, and any amendments thereto, hereinafter collectively referred to as "the Agreement". The Parties, in exchange for the mutual covenants contained herein and in the Agreement, agree as follows: 1. This agreement expressly modifies the Agreement and in the event of a conflict, the terms and conditions of this Task Authorization shall prevail. 2. In addition to all other terms and conditions contained in the Agreement, ARCHITECT shall provide services as more particularly described in the Scope of Services attached hereto and incorporated herein as Task Authorization Attachment "A". In consideration for, and upon, the satisfactory completion of said services, the CITY shall pay to ARCHITECT the amount set forth in Task Authorization Attachment "A" attached hereto and incorporated herein. 3. CONTRACTOR shall complete the services to be provided herein as set forth in Attachment "A" hereto. IN WITNESS WHEREOF, the parties hereto have made and executed this Agreement for the purposes herein expressed on the dates set forth below. City of Clermont EDocuSigned by: -4,VA� S 431F67D413.rr4D6 Freddy Suarez, Procurement Services Director Date: 11 /22/2023 Bentley Architects + Engineers, Inc. DocuSigned by: 1 4'AIA.Sf6vu By. 639496DUAD24A7_ Gary Kranston, Vice President Date: 11 /27/2023 Attest: E DocuSigned by: -cy pdo4gd Howe Ds 3AMF349Q 344AR A Tracy Ac%royd Howe, City Clerk DocuSign Envelope ID: 97443857-7C67-41 DA-82F4-D243D5EE3534 PROPOSAL LETTER November 22, 2023 Freddy L Suarez, MPA, CPPB Purchasing Director 685 W. Montrose St. Clermont, Florida 34711 Re: Clermont Public Works Facility BAE Project No.: 2017.072.1 SA for Door Hardware Dear Mr. Suarez: We appreciate the opportunity to submit this proposal for professional services for the above -referenced project. The scope of work for this authorization will include installation of Low Voltage Cabling. A. Scope of Work 1. Contract administration. 2. See attached proposal from D's Keys for door hardware scope. B. Fees Please see attached summary fee sheet. C. Reimbursable Expenses Billed in accordance with Basic Services contract. D. The City of Clermont has selected D's Keys to implement the attached scope of work. The City will coordinate and supervise D's Keys work and agrees to indemnify Bentley from any liability for D's Keys work under this agreement. If this proposal meets with your approval, please sign and return a copy of this proposal letter. We will await a specific task authorization to begin work. If you have any questions, please do not hesitate to contact our office. Sincerely, Bentley Architects + Engineers, Inc. ,i'?, F1. -0-9 - =0 Gary L. Kranston, RA, AIA Vice President City of Clermont Freddy L Suarez, MPA, CPPB Purchasing Director 1 of 1 651 West Warren Avenue, Suite 200, Longwood, Florida 32750 T 4073316116 www.bentleygroupinc.com AC002023 / 5898 DocuSign Envelope ID: 97443857-7C67-41 DA-82F4-D243D5EE3534 ESTIMATE OF WORK EFFORT AND COST - PRIME CONSULTANT Name of Project: County: FPN: FAP No.: Clermont Public Works Facility Lake 2017.072.1 Total Staff Staff Classification Hours From Chief "SH Engineer Summary - Firm" $218.71 Project General Tasks 12 0 Civil CDs 0 0 31. Architecture Development 0 0 Total Staff Hours I 12 0 Total Staff Cost $0.00 Senior Project Architect Intern Senior Project Project Engineer Civil Engineering Architect Architect Engineer Engineer Civil Intern - Civil $150.84 $115.60 $84.58 $165.92 $128.59 $100.78 $83.00 12 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 12 0 0 0 0 0 0 $1,810.08 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 Consultant Name: Bentley Architects + Engineers, Inc. Consultant No.: 2017.072.1 Date: 11 /22/2023 Estimator: Gary Kranston Project Engineering Secretary / Staff Classi- SH Salary Average Engineer Intern Clerical fication 12 Structural Structural By Cost By Rate Per $110.53 $83.17 $76.89 $0.00 Activity Activity Task 0 0 0 0 12 $1,810 $150.84 0 0 0 0 0 $0 #DIV/0! 0 0 0 0 0 $0 #DIV/0! 0 0 0 0 12 $0.00 $0.00 $0.00 $0.00 $1,810.08 $150.84 Check = $1,810.08 SALARY RELATED COSTS: $1,810.08 OVERHEAD: 0% $0.00 OPERATING MARGIN: 0% $0.00 FCCM (Facilities Capital Cost Money): 0.00% $0.00 EXPENSES: 0.00% $0.00 4-man crew Survey (Field - if by Prime) 0 days @ $ / day $0.00 SUBTOTAL FEE: $1,810.08 Subconsultant: D's Keys $12,895.00 Subconsultant: $0.00 SUBTOTAL FEE: $14,705.08 Geotechnical Field and Lab Testing $0.00 SUBTOTAL FEE: $14,705.08 Optional Services $0.00 GRAND TOTAL LUMP SUM FEE: $14,705.08 2023.11.22 SA -Door Hardware fee.xlsx Fee Sheet - Bentley Page 1 of 1 11/22/2023 7:36 AM DocuSign Envelope ID: 97443857-7C67-41 DA-82F4-D243D5EE3534 D's Keys 653 Tumblebrook Dr Port Orange, FL 32127 US (386) 846-0844 dustin@ds-keys.com http://ds-keys.com ADDRESS SHIP TO Joe McMahon Todd Lewis Dave Joe McMahon Todd Lewis Dave Felski Felski City Of Clermont City Of Clermont Clermont, FL 34711 Clermont, FL 34711 TRACKING NO. Facility Maintenance Office Mortise Lock MORT SNG CYL ELEC NFS 24V RX SINGLE CYLINDER ELECTRIFIED CO ROSE, MD LEVER (CENTRO) SFIC PREP SATIN CHROME Rim Exit Device 125570-8876F-24V ETMD LHR 32D MD -Lever, LHR, Reversible 33 - 36 Inch, Fire Rated x RX SFIC W/PLASTIC DISP. CORE Mortise Lock MORT STOREROOM/CLOSET SINGLE CYLINDER NO DEADBOLT CO ROSE, MD LEVER (CENTRO) SFIC PREP SATIN CHROME Material GLASS BEAD KIT 8600/8800/8900 8600/12-8600/NB8700 8800/12-8800/8900/12-8900 1/4 INCH THICK SPRAYED ALUMINUM Cover 8200 Cover Plate Conceals Unused 130KB Prep Labor Install locking hardware, listed here, on existing doors with factory prep. Verify proper operation of the locking hardware and work with access control installer to make connections to the system. Estimated 8 hrs. I S K e y s 3 1,954.00 5,862.00T 1 4,535.00 4,535.00 1 1,369.00 1,369.00T 1 189.00 189.00T 4 75.00 300.00T 8 80.00 640.00T DocuSign Envelope ID: 97443857-7C67-41 DA-82F4-D243D5EE3534 Final approval will require 50% deposit paid. SUBTOTAL 12,895.00 TAX 0.00 Accepted By Accepted Date