Loading...
Res No 080-24-16185RESOLUTION NO. 080-24-16185 A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MIAMI, FLORIDA, APPROVING A PROPOSAL AND PROJECT AGREEMENT WITH KIMLEY-HORN AND ASSOCIATES, INC. FOR PERMITTING AND CONSTRUCTION ADMINISTRATION SERVICES RELATED TO THE PRIORITY 1 STRUCTURAL AND WATERPROOFING REPAIRS TO THE SOUTH MIAMI MUNICIPAL PARKING GARAGE IN THE AMOUNT OF $37,296; PROVIDING FOR AUTHORIZATION; IMPLEMENTATION, CORRECTIONS, AND AN EFFECTIVE DATE. WHEREAS, pursuant to Section287.055, Florida Statutes (also known as the Consultants' Competitive Negotiation Act) ("CCNA"), on May 3, 2022, the City Commission of the City of South Miami (the "City") adopted Resolution No. 056-22-15809, authorizing the City Manager to enter into a continuing professional services agreement (the "Agreement") with Kimley-Hom and Associates, Inc., ("Consultant") to provide general engineering services on as-needed basis (the "Services"); and WHEREAS, on September 27, 2023, the Consultant provided a Condition Assessment Report that identified structural deficiencies for the South Miami Municipal Parking Garage ("Facility") that were recommended to be addressed within six months; and WHEREAS, on Februal)' 15, 2024, through the Procurement Division, the City's Public Works & Engineering Department issued a solicitation (ITB#PW2024-02) for Priority I structural and waterproofing repairs to the Facility; and WHEREAS, on April 2, 2024, the City Commission adopted Resolution No. 040-24- 16145, awarding a contract for Construction to Western Waterproofing Company of America D/B/ AW estem Specialty for the priority 1 structural and waterproofing repairs to the Facility; and WHEREAS, the City desires the Services of Consultant for permitting and construction administration services related to the Priority 1 Structural and Waterproofing Repairs to the Facility (the 'Project"); and WHEREAS, in accordance with the provisions of the Agreement and the CCNA, Consultant submitted a proposal to provide to the Services for the Project in the amount of$37,296, which proposal is attached hereto as Exhibit "A"; and WHEREAS, in order to implement the Project, the City Commission desires to approve and authorize the City Manager to enter into the Project Agreement with the Consultant, in substantially the form attached hereto as Exhibit "B," to provide the Services for the Project in an Res. No. 080-24-16185 amount not to exceed $37,296 based on the Consultant's Proposal attached hereto as Exhibit "A"; and WHEREAS, the cost of the Services shall be charged to Capital Improvement Program Fund Account No. 301-1790-519-6450, which has a cw-rent balance of $1,146,897.29, or such other funding source as determined by the City Manager to be in the best interest of the City; and WHEREAS, the City Commission finds that this Resolution is in the best interest and welfare of the City. NOW, THEREFORE, BE IT RESOLVED BY THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MIAMI, FLORIDA, AS FOLLOWS: Section 1. Recitals. The above-stated recitals are true and correct and are incorporated herein by this reference. Section 2. Approval of Proposal and Proiect Agreement. The Consultant's Proposal attached hereto as Exhibit "A" and the Project Agreement attached hereto as Exhibit "8" are hereby approved. Section 3. Authorization. The City Manager is hereby authorized to execute the Project Agreement with the Consultant, in substantially the form attached hereto as Exhibit "B," for the provision of the Services for the Project in an amount not to exceed $37 ,2% based on the tenns of the Agreement and the Proposal attached hereto as Exhibit "A," subject to the final approval of the City Manager and City Attomey as to form, content, and legal sufficiency. The City Manager is hereby authorized to charge the costs of the Services to Capital Improvement Program Fund Account No. 301-1790-S 19-6450, which has a current balance of $1,146,897.29, or such other funding source as determined by the City Manager to be in the best interest of the City. Section 4. Implementation. The City Manager is authorized to take any and all actions necessary to implement the Project Agreement and the purposes of this Resolution. Section 5. Corrections. Conforming language or technical scrivener-type corrections may be made by the City Attorney for any conforming amendments to be incorporated into the final resolution for signature. Section 6. adoption. Effective Date. This Resolution shall become effective immediately upon PASSED AND ADOPTED this I 8th day of June, 2024. Page2of3 Res . No . 080-24-16185 ATTEST: READ AND APPROVED AS TO FORM , LANGUAGE, LEGALITY AND EXECUTION THEREOF w & CITY ATTORNEY APPROVED: MA €f}s- COMMISSION VOTE : Mayor Fernandez: Vice Mayor Bonich: Commissioner Calle: Commissioner Liebman : 5-0 Yea Yea Yea Yea Commissioner Corey: Yea Page 3 of3 Agenda Item No:3. City Commission Agenda Item Report Meeting Date: June 18, 2024 Submitted by: Aurelio Carmenates Submitting Department: Public Works & Engineering Item Type: Resolution Agenda Section: Subject: A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MIAMI, FLORIDA, APPROVING A PROPOSAL AND PROJECT AGREEMENT WITH KIMLEY-HORN AND ASSOCIATES, INC. FOR PERMITTING AND CONSTRUCTION ADMINISTRATION SERVICES RELATED TO THE PRIORITY 1 STRUCTURAL AND WATERPROOFING REPAIRS TO THE SOUTH MIAMI MUNICIPAL PARKING GARAGE IN THE AMOUNT OF $37,296; PROVIDING FOR AUTHORIZATION; IMPLEMENTATION, CORRECTIONS, AND AN EFFECTIVE DATE. 3/5 (CITY MANAGER - PUBLIC WORKS ENGINEERING AND CONSTRUCTION) Suggested Action: Attachments: Memo-Pkg_Gar_Prio_1_KHA_CEI_PWD6-11-24.docx 48Z8677-Resolution Approve Proposal & Project Agreement Kimley Horn - Permitting Construction Admin Structural Repairs to SM Garage CAv2.DOCX 48Z8759-Project Agreement Kimley Horn - Permitting & Construction Admin Services SM Garage Structural Repairs CAv2.DOCX Res No 040-24-16145.pdf 2023-09-27 CSM Municipal Parking Garage - Condition Assessment Report. FINAL.pdf 2024-06-11 CSM Municipal Parking Garage - Permit and CA Phase.pdf 1 CITY OF SOUTH MIAMI OFFICE OF THE CITY MANAGER INTER-OFFICE MEMORANDUM TO:The Honorable Mayor, Vice Mayor, and Members of the City Commission FROM: Genaro “Chip” Iglesias, City Manager DATE: Tuesday, June 18, 2024 SUBJECT: Municipal Parking Garage Priority 1 Structural and Waterproofing Repairs construction administration services ($37,296) RECOMMENDATION:Approve the proposal and project agreement with Kimley-Horn and Associates, Inc., for permitting and construction administration services for the Priority 1 structural and waterproofing repairs to the Municipal Parking Garage in an amount not to exceed $37,296. BACKGROUND:On September 27, 2023, Kimley-Horn and Associates, Inc., provided a Condition Assessment Report that identified structural deficiencies that were recommended to be addressed within six months. The structural deficiencies consist of the removal and repair of delaminated concrete, replacement of waterproofing sealants, replacement of damaged deck coating, cleaning and coating corroded steel elements and repair/replace damaged wheel stops. Plans and specifications were completed by Kimley Horn to address the findings. On February 15, 2024, through the Procurement Division, the City’s Public Works & Engineering Department issued a solicitation (ITB#PW2024-02) for Priority 1 structural and waterproofing repairs. On March 21, 2024, the City received a total of eleven (11) proposals in response to the solicitation. Pursuant to review, it was determined that Western Specialty Contractors of America was the most cost effective and responsible bidder for this proposal. On April 2, 2024, the Mayor and Commission adopted Resolution No. 040-24-16145 awarding the contract for Construction to Western Waterproofing Company of America D/B/A Western Specialty. Kimley-Horn and Associates, Inc., the Engineer of Record and one of six firms selected by Resolution No. 056-22-15809, to provide professional service agreements for engineering services on as needed basis in accordance with Florida Statute 287.055, “Consultants Competitive Negotiation Act, was requested to provide a proposal to prepare bid documents as well as permitting and construction administration services to oversee the priority 1 structural and waterproofing repairs to the Municipal Parking Garage. 2 THE CITY OF PLEASANT LIVING CITY OF SOUTH MIAMI OFFICE OF THE CITY MANAGER INTER-OFFICE MEMORANDUM Staff recommends the proposal from Kimley-Horn and Associates, Inc., dated June 11, 2024, for permitting and construction administration services for the Priority 1 structural and waterproofing repairs to the Municipal Parking Garage. VENDOR &EXPENSE:Kimley-Horn and Associates, Inc. Proposal/contract amount not to exceed $37,296. FUND &ACCOUNT:Amount not to exceed $ 37,296.Please refer to the consultant contract and fee schedule. The expenditure shall be charged $37,296 to the Capital Improvement Program Fund account number 301-1790-519-6450 which has a balance of $1,146,897.29 prior to this request. ATTACHMENTS:Resolution Resolution 056-22-15809 Resolution 040-24-16145 Condition Assessment Report completed on September 27, 2023 Proposal – Kimley-Horn and Associates, Inc., dated June 11, 2024 3 THE CITY OF PLEASANT LIVING 1 of 1 PROJECT AGREEMENT Between CITY OF SOUTH MIAMI, FLORIDA And KIMLEY-HORN AND ASSOCIATES, INC. Municipal Parking Garage Priority 1 Structural and Waterproofing Repairs – Permit Phase and Construction Administration Services 7 1 of 4 PROJECT AGREEMENT Between CITY OF SOUTH MIAMI, FLORIDA and KIMLEY-HORN AND ASSOCIATES, INC. Project Name: Municipal Parking Garage Priority 1 Structural and Waterproofing Repairs – Permit Phase and Construction Administration Services Subject to the provisions contained in the “Professional Services Agreement for Professional General Engineering and Architectural Services” (hereinafter referred to as the “Professional Services Agreement”) between the CITY OF SOUTH MIAMI, FLORIDA (hereinafter referred to as “City”) and KIMLEY-HORN AND ASSOCIATES, INC. (hereinafter referred to as “Consultant”) dated May 3, 2022, which Professional Services Agreement was competitively procured through Request For Qualifications (RFQ) No. PW2022-03 in accordance with Section 287.955, Florida Statutes. This Project Agreement is made effective as of the day of , 2024, and authorizes the Consultant to provide the services as set forth below: SECTION 1. SCOPE OF SERVICES 1.1 Consultant shall provide professional general engineering services (the “Services”) for the Municipal Parking Garage Priority 1 Structural and Waterproofing Repairs – Permit Phase and Construction Administration Services (the “Project”) in accordance with the terms and conditions of the Agreement. As part of the Services for the Project, the Consultant shall complete the tasks that are identified and described in the Project Proposal attached hereto as Exhibit “1” (the “Proposal”) for the City. . 1.2 The City may request changes that would increase, decrease, or otherwise modify the scope of services outlined under the Proposal attached hereto as Exhibit “1.” Such changes must be contained in a written change order executed by the parties in accordance with the provisions of the Agreement, prior to any deviation from the terms of this Project Agreement, including the initiation of any extra work. SECTION 2. DELIVERABLES 2.1 As part of the scope of Services and Project schedule, the Consultant shall provide the City with the Deliverables identified in the Proposal attached hereto as Exhibit “1.” 8 2 of 4 SECTION 3. TERM/TIME OF PERFORMANCE/DAMAGE 3.1 Term. This Project Agreement shall commence on the date this instrument is fully executed by all parties and shall continue in full force and effect until terminated pursuant to Section 6 herein or other applicable provisions of the Agreement. The City Manager, in his sole discretion, may extend the term of this Project Agreement through written notification to the Consultant. Such extension shall not exceed 90 days. No further extensions of this Agreement shall be effective unless authorized by the City Manager. 3.2 Commencement. Services provided by the Consultant under this Project Agreement and the time frames applicable to this Project shall commence upon the date provided in a written Notice to Proceed (“Commencement Date”) provided to the Consultant by the City. The Consultant shall not incur any expenses or obligations for payment to third parties prior to the issuance of the Notice to Proceed. Consultant must receive written notice from the City Manager prior to beginning the performance of services. 3.3 Contract Time. Upon receipt of the Notice to Proceed, the Consultant shall provide the Services for the Project to the City on the Commencement Date and shall continuously perform the Services for the Project to the City, without interruption, in accordance with the time frames set forth in the Proposal attached and incorporated into this Project Agreement as Exhibit “1”. The number of calendar days from the Commencement Date, through the date set forth in the Project Schedule for completion of the Project or the date of actual completion of the Project, whichever shall last occur, shall constitute the Contract Time. 3.4 All limitations of time set forth in this Project Agreement are of the essence. SECTION 4. AMOUNT, BASIS AND METHOD OF COMPENSATION 4.1 Compensation. Consultant shall be compensated for the provision of the Services for the Project in accordance with Exhibit “1” attached hereto. Consultant shall receive a total lump sum fee of $37,296.00 for the provision of the Services for the Project. 4.2 Reimbursable Expenses. All reimbursable expenses are included in the total compensation listed in Section 4.1 above. SECTION 5. BILLING AND PAYMENTS 5.1 Invoices 5.1.1.Compensation and Reimbursable Expenses. Consultant shall submit invoices which are identified by the specific project number on a monthly basis in a timely manner. These invoices shall identify the nature of the work performed, the phase of work, and the estimated percent of work accomplished in accordance with the Payment Schedule attached hereto as Exhibit “1” and made part of this Project Agreement. Invoices for each phase shall not exceed amounts allocated to said phase plus reimbursable expenses accrued during each phase. The statement shall show a summary of fees with accrual of the total and credits for portions paid previously. 5.1.2.Florida Prompt Payment Act. The City shall pay the Contractor in accordance with the Florida Prompt Payment Act after approval and acceptance of the Services by the City Manager. 5.2 Disputed Invoices. In the event that all or a portion of an invoice submitted to the City for payment to the Consultant is disputed, or additional backup documentation is required, the City shall notify 9 3 of 4 the Consultant within fifteen (15) working days of receipt of the invoice of such objection, modification or additional documentation request. The Consultant shall provide the City within five (5) working days of the date of the City’s notice. The City may request additional information, including but not limited to, all invoices, time records, expense records, accounting records, and payment records of the Consultant. The City, at its sole discretion, may pay to the Consultant the undisputed portion of the invoice. The parties shall endeavor to resolve the dispute in a mutually agreeable fashion. 5.3 Suspension of Payment. In the event that the City becomes credibly informed that any representations of the Consultant, provided pursuant to Subparagraph 5.1, are wholly or partially inaccurate, or in the event that the Consultant is not in compliance with any term or condition of the Agreement or this Project Agreement, the City may withhold payment of sums then or in the future otherwise due to the Consultant until the inaccuracy, or other breach of Agreement or Project Agreement, and the cause thereof, is corrected to the City’s reasonable satisfaction. 5.4 [INTENTIONALLY OMITTED] 5.5 Final Payment. Submission to the Consultant’s invoice for final payment and reimbursement shall constitute the Consultant’s representation to the City that, upon receipt from the City of the amount invoiced, all obligations of the Consultant to others, including its consultants, incurred in connection with the Project, shall be paid in full. The Consultant shall deliver to the City all documents requested by the City evidencing payments to any and all subcontractors, and all final specifications, plans, or other documents as dictated in the Proposal, Scope of Services, and Deliverables. Acceptance of final payment shall constitute a waiver of all claims against the City by the Consultant. SECTION 6. TERMINATION/SUSPENSION 6.1 For Cause. This Project Agreement may be terminated by either party upon five (5) calendar days written notice to the other should such other party fail substantially to perform in accordance with its material terms through no fault of the party initiating the termination and fails to cure the failure to perform within such five (5) day period. In the event that Consultant abandons this Project Agreement or causes it to be terminated by the City, the Consultant shall indemnify the City against any 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 by a court of competent jurisdiction that such termination was without cause, such termination shall thereupon be deemed a termination for convenience under Section 6.2 and the provision of Section 6.2 shall apply. 6.2 For Convenience. This Project Agreement may be terminated by the City for convenience upon fourteen (14) calendar days’ written notice to the Consultant. In the event of such termination, the Consultant shall incur no further obligations in connection with the Project and shall, to the extent possible terminate any outstanding subconsultant obligation(s). The Consultant shall be compensated for all Services performed to the satisfaction of the City and reimbursable expenses incurred prior the date of termination. In such event, the Consultant shall promptly submit to the City its invoice for final payment and reimbursement which invoice shall comply with the provisions of Section 5.1. Under no circumstances shall the City make payment of profit to the Consultant for services which have not been performed. 6.3 Assignment upon Termination. Upon termination of this Project Agreement, a copy of all work product of the Consultant shall become the property of the City and the Consultant shall within ten (10) working days of receipt of written direction from the City, transfer to either the City or its authorized designee, a copy of all work product in its possession, including but not limited to designs, specifications, drawings, studies, reports and all other documents and data in the possession of the Consultant pertaining to this Project Agreement. Upon the City’s request, the Consultant shall additionally assign its rights, title and interest under any subcontractor’s agreements to the City. 10 4 of 4 6.4 Suspension for Convenience. The City shall have the right at any time to direct the Consultant to suspend its performance, or any designated part thereof, for any reason whatsoever, or without reason, for a cumulative period of up to thirty (30) calendar days. If any such suspension is directed by the City, the Consultant shall immediately comply with same. In the event the City directs a suspension of performance as provided herein, through no fault of the Consultant, the City shall pay the Consultant as full compensation for such suspension the Consultant’s reasonable cost, actually incurred and paid, of demobilization and remobilization. Section 7. American Rescue Plan Act Contract Conditions. 7.1 The Consultant acknowledges that the Services authorized under this Project Agreement may be fully or partially funded utilizing Coronavirus State and Local Fiscal Recovery Funds allocated to the City pursuant to the American Rescue Plan Act (“ARPA”). Towards that end, the Consultant shall be required to comply with all laws, rules, regulations, policies, and guidelines (including any subsequent amendments to such laws, regulations, policies, and guidelines) required by ARPA, as further detailed in the ARPA Addendum. If compliance with the ARPA Addendum is required, the City shall select this box: . [REMAINDER OF PAGE LEFT INTENTIONALLY BLANK. SIGNATURE PAGE FOLLOWS.] 11 1 of 1 IN WITNESS WHEREOF, the parties hereto have caused this Project Agreement executed as of the day and year as first stated above. CITY: ATTEST:CITY OF SOUTH MIAMI, FLORIDA, a Florida Municipal Corporation By: CITY CLERK Genaro “Chip” Iglesias, City Manager Date: APPROVED AS TO FORM AND LEGAL SUFFICIENCY: CITY ATTORNEY CONSULTANT: KIMLEY-HORN AND ASSOCIATES, INC. By: Name: Title: Date: WITNESSES: Print Name: Print Name: 12 EXHIBIT “1” PROJECT PROPOSAL 13 14 RESOLUTION NO. 040~24-1614S A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MIAMI, FLORIDA, SELECTING AND AWARDING A CONTRACT FOR CONSTRUCTION TO WESTERN WATERPROOFING COMPANY OF AMERICA D/B/A WESTERN SPECIALTY CONTRACTORS OF AMERICA FOR THE MUNICIPAL PARKING GARAGE PRIORITY l STRUCTURAL AND WATERPROOFING REPAIRS (PROJECT) IN THE AMOUNT OF $203,896.39; AUTHORIZING THE CITY MANAGER TO EXECUTE A CONTRACT FOR CONSTRUCTION FOR THE PROJECT; PROVIDING FOR IMPLEMENTATION, CORRECTIONS, AND AN EFFECTIVE DATE. WHEREAS, on September 27, 2023, Kimley Hom and Associates, Inc. provided the City of South Miami ("City") with a Stmctural Condition Assessment (the "Report") of the 2007 Municipal Parking Garage (the "Garage"), which Report found the Garage had cracks and spalls on the concrete floor, walls and beams, exposed rebar, corroded steel elements, deck coating and damaged wheel stops; and WHEREAS, on February 15, 2024, the City issued Invitation to Bid No. ITB#PW2024- 02 (the .. ITB") for the Municipal Parking Garage Priority I Repairs (the "Project"), which includes repairs to the Garage necessary to address the delaminated concrete, waterproofing sealants and deck coating, corroded steel elements and damaged wheel stops; and WHEREAS, the City had plans and specifications developed by Kimley-Hom for the Project; and WHEREAS, on March 21, 2024, the City received a total of eleven ( 11) bids in response to a solicitation; and WHEREAS, Western Waterproofing Company of America d/b/a Western Specialty Contractors of America (the "Contractor'') submitted the lowest, responsive and responsible bid in the amount of$203,896.39; and WHEREAS, the City Commission desires to select the Contractor for construction of the Project and authorize the City Manager to enter into a contract for construction, in subslantially the form attached hereto as Exhibit "A" (the "Contract"), for the Project in an amount not to exceed $203,896.39; and WHEREAS, Project costs in Ute amount of $203,896.39 shall be charged to the Capital Improvement Program Fund account number 301-1790-519-6450, which has a balance of $1,903,552.58 prior to this request, or such other funding source as determined by the City Manager to be in the best interest of the City; and Page I of2 15 Res. No. 040-24-16145 WHEREAS, the City Commission finds that the Project and this Resolution are in the best interest and welfare of the City. NOW THEREFORE, BE IT RESOLVED BY THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MIAMf, FLORIDA: Section 1. Recitals. The above-stated recitals are true and conect and arc incorporated herein by this reference. Section 2. Selection. The City Commission hereby selects the Contractor and awards the Contractor the Contract for the Project. Section 3. Authorization. The City Commission hereby authorizes the City Manager to enter into the Contract, in substantially the fom1 attached hereto as Exhibit "A," with the Contractor for the Project in an amount not to exceed $203,896 .39, subject to the approval of the City Attorney as to form, content, and legal sufficiency. The Project costs in the amount of $203,896.39 shall be charged to the Capital Improvement Program Fund account number 301- 1790-519-6450, which bas a balance of $1,903,552.58 prior to th.is request, or such other funding source as detem1ined by the City Manager to be in the best interest of the City. Section 4. Implementation. The City Manager is hereby authorized to take any and all action necessary to implement the Project and the purposes of this Resolution. Section 5. Co1Tections. Conforming lan!:,11.iage or technical scrivener-type corrections may be made by the City Attorney for any conforming amendments to be incorporated into the final resolution for signature. Section 6. adoption . Effective Date. This Resolution shall become effective immediately upon PASSED AND ADOPTED this 2nd day of April , 2024. ATTEST: '\ :::Dt APPROVED AS TO FORM, LANGUAGE, LEGALITY, AND EXECUTION Ty WEISS SEROT A HELFMAN COLE & BIERMAN, P.L. CITY ATTORNEY V;s A COMMISSION VOTE: Mayor Fernandez: Vice Mayor Bon.ich: Commissioner Calle: Commissioner Corey: Commissioner Liebman: Page 2 of2 4-0 Yea Yea Yea Yea Absent 116 CITY OF SOUTH MIAMI OFFICE OF THE CITY MANAGER INTER-OFFICE MEMORANDUM TO:The Honorable Mayor, Vice Mayor, and Members of the City Commission FROM: Genaro “Chip” Iglesias, City Manager DATE: Tuesday, April 2, 2024 SUBJECT: Municipal Parking Garage Priority 1 Structural and Waterproofing Repairs ($203,896.39) RECOMMENDATION:Award Western Waterproofing Company of America the contract for construction for Priority 1 structural and waterproofing repairs in the City’s Municipal Parking Garage. BACKGROUND:On September 27, 2023, the City of South Miami received a Structural Condition Assessment of the 2007 Municipal Parking Garage from Kimley Horn and Associates, Inc.The findings revealeddeficient items witha more immediate impact to the functionality of the building systems that were recommended to be addressed within 6 months (Priority 1) such as cracks and spalls on the concrete floor, walls and beams, exposedrebar, corroded steel elements, deck coating and damaged wheel stops. The City developed plans and specifications to address Kimley Horn’s findings. PROCUREMENT PROCESS:On February 15, 2024, through the Procurement Division, the City’s Public Works & Engineering Department issued a solicitation (ITB#PW2024-02) for Priority 1 structural and waterproofing repairs. On March 21, 2024, the City received a total of eleven (11) proposals in response to the solicitation. Pursuant to review, it was determined that Western Specialty Contractors of America is the most cost effective and responsible bidder for this proposal. Below are the top three proposals received: VENDOR &EXPENSE:Western Specialty Contractors of America Proposal/contract amount shall not exceed $203,896.39 Contractor Bid Price Western Specialty Contractors of America $203,896.39 A & D Restoration $205,884.00 Quick Painting Group $238,723.40 217 Southf Miami THF CITY OF Pl FASANT LIV ING CITY OF SOUTH MIAMI OFFICE OF THE CITY MANAGER INTER-OFFICE MEMORANDUM FUND &ACCOUNT:The expenditure shall be charged $203,896.39 to the Capital Improvement Program Fund account number 301-1790-519-6450 which has a balance of $1,903,552.58 prior to this request. ATTACHMENTS:Resolution Municipal Garage Structural Condition Assessment FINAL by Kimley-Horn and Associates, Inc., dated September 27, 2023. Western Specialty Contractors of America Bid Documents Final ITB PW2024-02 Bid Tabulation – ITB#PW2024-02 Proposal Summary ITB#PW2024-02 Demand Star ITB#PW2024-02 AD ITB#PW2024-02 Sun Biz 318 THF CITY OF Pl FASANT LIV ING City of South Miami Municipal Garage Structural Condition Assessment – FINAL September 27, 2023 19 ■ TH ITY F PLEA A T LIVI G 1711111111111111 I SOUTH MIAMI MUNICIPAL GARAGE I • • Kimley >>>Horn 1 City of South Miami Municipal Garage │Parking Garage Condition Assessment September 27, 2023 │FINAL Table of Contents Executive Summary .................................................................................................................... 2 Introduction ................................................................................................................................. 3 Scope of Work .................................................................................................................................. 3 General Description ......................................................................................................................... 3 Previous Modifications and Repairs Observed ................................................................................ 4 Ratings ....................................................................................................................................... 5 Key Findings ............................................................................................................................... 7 Concrete and Waterproofing ............................................................................................................ 7 Miscellaneous Items ....................................................................................................................... 11 Recommendations .................................................................................................................... 13 Prioirity 1 Recommendations ......................................................................................................... 14 Priority 2 Recommendations .......................................................................................................... 14 Priority 3 Recommendations .......................................................................................................... 15 Appendices ................................................................................................................................... Appendix A - Field Photographs .................................................................................................... 16 Appendix B – Limitations................................................................................................................ 19 Appendix C – Guidelines and Definitions ....................................................................................... 20 Appendix D – Opinion of Probable Cost ........................................................................................ 24 20 2 City of South Miami Municipal Garage │Parking Garage Condition Assessment September 27, 2023 │FINAL EXECUTIVE SUMMARY At the request of City of South Miami (“Owner”), Kimley-Horn and Associates, Inc. completed a limited condition assessment of the Municipal Parking Garage, as part of the agreement dated May 23, 2023. The limited condition assessment site visits were performed on August 29, September 5, and September 13, 2023. The purpose of the condition assessment was to observe the general condition of the parking structure, identify deficient items, provide repair recommendations and order of magnitude cost for repairs. The parking garage is constructed of various structural framing systems, including precast concrete and cast-in-place concrete elements. The property is located at 5829 SW 73rd St, South Miami, Florida with a single entrance to parking at the ground level on the west side of the garage. In this report, the elements observed during the condition assessment are categorized into three types of systems: the primary structural framing system, operational systems, and aesthetic systems. The observed structural framing system consis ted of the slabs, beams, columns, walls, bearing pads, curbs, joints, waterproofing, architectural sealants, and parapets. The observed operational systems generally consisted of the piping, lighting, striping, signage, and safety items. Observed aesthetics systems consisted of the exterior façade, painting, and general overall appearance. No destructive or intrusive testing was performed as part of our evaluation. Deficient items observed during the non-destructive, visual walkthrough survey have been categorized according to the recommended urgency with which the deficiencies are recommended to be addressed. Critical Priority items have been determined to compromise the structural integrity of precast double-tee members and shall be addressed immediately. Priority 1 items have been determined to impose a more immediate impact on the building and parking deck and are those items that are recommended to be addressed within the next 6 months. Priority 2 and 3 items include those deficiencies that have less immediate impact on structural and operations of the building and are therefore recommended to be addressed after Priority 1, but in the next 24 months. Refer to the Opinion of Probable Cost (“OPC”) provided in Appendix D for the total cost of all Priorities. No immediate, life-threatening structural issues were observed in the condition assessment. However, double tee (DT) flange connections in the ramp form Level 2 to level 3 shall be monitored periodically. The extent of recommended repairs remained generally consistent throughout the parking garage. Based on limited, non-destructive, visual observations, the overall performance rating for the City of South Miami Municipal parking garage is fair. The details of these findings are discussed further in the main body of this report. 21 3 City of South Miami Municipal Garage │Parking Garage Condition Assessment September 27, 2023 │FINAL INTRODUCTION S COPE OF W ORK At the request of City of South Miami (“Owner”), Kimley-Horn and Associates, Inc. (Kimley-Horn) has performed a condition assessment for the City of South Miami Municipal Parking Garage. The objective of this report is to provide the Owner with a condition assessment report to document the general condition of the parking and service facilities, identify deficient items, and recommend repairs to maintain and extend the service life of the structures. Based on our recommendations, opinion of probable repair costs is provided in Appendix D. As part of the scope of services, a visual, non-destructive limited condition assessment of the parking deck’s structural components, waterproofing components, and drainage deficiencies was conducted. In addition, Kimley-Horn completed the following tasks as part of the on-site assessment: 1. Met with the Client to prepare the condition assessment and restoration scope, who were familiar with the structures to solicit input related to known maintenance issues. 2. Reviewed limited structural and architectural plans provided by the Client. Kimley-Horn observed structural framing elements including, precast concrete components and cast-in- place concrete components. The precast concrete structural framing components included double-tees, inverted T-beams, columns, and shear walls. The cast-in-place concrete components included slab-on- grade, topping slabs, and concrete washes . Kimley-Horn observed waterproofing systems including waterproofing membrane, and joint sealants. Kimley-Horn observed miscellaneous items including vehicular barrier systems, pipes, and railings. Observations of the exterior façade were conducted from grade level. Limited hammer soundings were performed on representative areas of concrete floor systems to identify delamination. Destructive and/or intrusive testing was not performed as a part of our visit. Defining structural characteristics and items indicative of overall current conditions along with specific items requiring attention were documented with photographs and can be found in Appendix C. A limited review was completed of documents previously provided by the Client. The documents consisted of original and as-built plans for the parking garage. Kimley-Horn only reviewed the documents to become familiarized with the parking garage layout. Kimley-Horn did not perform structural calculations, structural analyses (gravity or lateral) or code reviews of the structures, including accessibility. G ENERAL D ESCRIPTION Provided below is a general description of the Municipal Garage, based on the walk-through performed and information provided in the existing plans provided by the Client. • Property: The property is located at 5829 SW 73rd St, South Miami, Florida. The structure consists of restaurants, commercial retail spaces and parking decks. The parking structure on the property is confined by SW 58th Ct, SW 58th Ave and SW 73rd St. 22 4 City of South Miami Municipal Garage │Parking Garage Condition Assessment September 27, 2023 │FINAL Aerial Image Courtesy of Google Earth • Contractor: Unknown. • Year Constructed: Construction of the parking garage and commercial spaces was circa 2006. • Construction Type: The structural framing system consists of precast double-tees, inverted T- beams, columns, and walls; and cast-in-place slabs and washes. • Parking and Vehicular Access: There is a single entrance to parking at the ground level on the west side of the garage. • Expansion Joints: There are no expansion joints in the parking structure. • Description: The parking garage consists of four elevated parking decks over a commercial space on the ground level containing restaurants and retail stores . PREVIOUS MODIFICATIONS AND REPAIRS OBSERVED The following repairs were observed to be previously completed under a separate project (not by Kimley- Horn). • Waterproofing sealant application. • Concrete repairs and patches. • Routed and sealed concrete. 23 5 City of South Miami Municipal Garage │Parking Garage Condition Assessment September 27, 2023 │FINAL RATINGS A visual, non-destructive condition assessment of the readily accessible structural and waterproo fing elements was conducted on the parking deck and vehicle service facilities. The tables in this section contain categories of structural and waterproofing components that were observed during the on-site limited condition assessment with each element receiving a rating of ‘Good’, ‘Fair’, ‘Poor’, or ‘N/A’ which represents the median condition of all individual similar elements within that category. Rating descriptions are defined in Appendix C. Tables are also provided summarizing assessment ratings for several readily accessible operational and aesthetic elements. The parking garage was generally found in fair condition, with damaged precast connections, minor cracks and spalling in concrete members and typical water proofing deficiencies. More detailed information is provided within the next section elaborating on key observations and findings, noted with an asterisk (*). Table 1. Structural Elements Ratings Item Rating Description Concrete (General) Good Concrete was found in generally good condition, with minor deterioration observed around the structure, such as spalls with or without exposed reinforcement, delaminated concrete, and cracking. Slab-on-Grade Fair Typical cracks were observed on grade level. Additional cracks not observed may be present upon removal of dirt and debris from powerwashing the floor surface. Precast Double Tees Fair/Poor Precast Double Tees were observed to have few spalling on the stems and floor cracks. Multiple flange connections are damaged at the ramp from Level 2 to Level 3. Multiple spalling was observed adjacent to flange connections. Additional cracks not observed may be present upon removal of dirt and debris from powerwashing the floor surface. Inverted T-Beams Good Inverted T-beams were found in generally good condition, with few cracks and spalls throughout the garage. Columns/Walls Good Walls and columns were observed to be in generally good condition, with few cracks and spalls throughout the garage. Sealants Fair Sealants were observed to be in generally fair condition, with areas deteriorated around column and panel joints throughout the garage, primarily on covered floor. Sealants on the top deck were in good condition. Waterproofing Traffic Coating Fair Traffic coating was observed to be in generally fair condition, with signs of typical wear and debonding. Miscellaneous Metals Poor Mechanical equipment supports, pipe supports, bollard base plates, and electrical conduit pipe supports were observed to be in generally poor condition with significant corrosion. Precast Steel Connections Fair/Poor Damaged Double-Tee Flange connections were observed in multiple locations along the ramp from Level 2 to level 3. Typical precast steel connections were observed with signs of corrosion. Plastic covers were missing in few locations, allowing exposure to the elements. 24 6 City of South Miami Municipal Garage │Parking Garage Condition Assessment September 27, 2023 │FINAL Table 2. Operational Elements Ratings Item Rating Description General Maintenance Fair Parking deck was observed to contain dirt and debris build up. Water stains and signs of water intrusion observed in multiple locations. Floor Drains Good Floor drains throughout the garage were observed to be in generally good condition and free of debris. Water Ponding Good Only few small areas of water ponding were observed, which indicates overall adequate drainage slope and functioning floor drains. Pipes Good/Poor Pipes were observed to be in generally good condition without significant corrosion. However, pipe supports were observed to be corroded. Table 3. Aesthetic Elements Ratings Item Rating Description Façade Good Façade was observed to be in generally good condition with typical concrete and stucco wall cracks at few locations. Paint Fair Areas in need of new paint were observed on the top deck. 25 7 City of South Miami Municipal Garage │Parking Garage Condition Assessment September 27, 2023 │FINAL KEY FINDINGS Outlined below are the key findings of our limited condition assessment of the parking garage. The intent of this summary is not to list every deficiency observed or recommended for repair, but rather to provide a more detailed description of key items included in the list of elements in the ratings tables above. Representative photographs were taken to provide examples of observed deficiencies and can be found in Appendix A. Select photographs are provided within this section. CONCRETE AND WATERPROOFING • Precast Double Tees Areas of cracking and spalling of concrete were observed on the double tee beams, primarily at the base of the stem or at the flange connections. Overhead floor spall Overhead floor crack Overhead floor spall Overhead spall 26 8 City of South Miami Municipal Garage │Parking Garage Condition Assessment September 27, 2023 │FINAL • Slab-on-Grade Slab-on-grade floor cracks Slab-on-grade floor cracks Typical instances of cracking and spalling of concrete were observed on the slab-on-grade. Previous crack repairs consisting of routing and sealing were observed. Additional cracks not observed may be present upon removal of deck coating and dirt and debris from powerwashing the floor surface. • Spandrels and Inverted T-Beams Few cracks and spalls were observed on the spandrels and inverted T-beams, which generally occurred at the column supports. Parking Level 3 Level 2 Exterior 27 9 City of South Miami Municipal Garage │Parking Garage Condition Assessment September 27, 2023 │FINAL • Double-Tee Connections Broken and missing flange connection were identified in the ramp from Level 2 to Level 2. Significant cracking was also observed in some instances on the top side of the double-tee cantilevered flange. This may be attributed to failed flange connections between the double-tees, which results in high bounce at the joint and further damage to the structural members around the connection. Missing Flange Connection Broken Flange Connection Floor crack Floor crack 28 10 City of South Miami Municipal Garage │Parking Garage Condition Assessment September 27, 2023 │FINAL • Sealants Multiple areas of deteriorated sealant were observed. Deteriorated sealants were noted between column/wall to floor slabs and wall joints. Water intrusion stains were observed at various areas. Horizontal sealant Horizontal sealant Horizontal double-tee sealant Vertical sealant 29 11 City of South Miami Municipal Garage │Parking Garage Condition Assessment September 27, 2023 │FINAL • Water Proofing Traffic Coating Signs of water intrusion were observed throughout the garage due to inadequate water proofing. The deck coating on the lower levels is showing signs of deterioration and overtime will lead to water intrusion into the slab and concrete members if not replaced. Deck coating Water intrusion – parking level 4 MISCELLANEOUS ITEMS Other miscellaneous items such as steel corrosion, wheel stop replacement/repair and powerwashing were observed to be needed. Steel anchors embedded into the concrete deck remain exposed and will lead to corrosion and concrete delamination over time. Additionally, powerwashing of the parking deck is recommended as part of the general maintenance of the garage. Debris buildup Electrical Conduit Pipes 30 12 City of South Miami Municipal Garage │Parking Garage Condition Assessment September 27, 2023 │FINAL Pipe supports Pipe supports Metal deck rust Missing plastic cover 31 uo 13 City of South Miami Municipal Garage │Parking Garage Condition Assessment September 27, 2023 │FINAL RECOMMENDATIONS Parking decks are exposed to the environment and require diligent upkeep of waterproofing and sealing systems to maintain structural components in good condition. Anywhere water is intruding or steel is exposed to the environment should be addressed, as ignoring these items can limit the useful life of the garage. While operational and aesthetic issues may not directly affect the deck’s life span in the same way that structural issues can, they should not be ignored solely on that basis. The Owner has a vested interest in maintaining a user friendly, appealing structure in the same way it has an interest in protecting its parking investment from the effects of disregard of structural repairs. The recommendations in this report are primarily structural and waterproofing issues; however, some operational issues are also addressed. The following repair recommendations have been prioritized according to their impact on the overall structural and waterproofing systems, operational and aesthetic systems of the parking garage. Priority 1 recommendations are typically more structural in nature and intended to repair / restore items that are now deficient. Priority 2 and 3 recommendations are intended to assist in protecting the deck from further deficiencies. A table has been prepared with action items for each priority. • CRITICAL PRIORITY 1 deficient items may present a life-safety concern if not periodically monitored and are recommended to be addressed immediately. • PRIORITY 1 deficient items have a more immediate impact to the functionality of the building systems and are recommended to be addressed within 6 months. Included are also items observed that may present a life-safety concern if not periodically monitored. • PRIORITY 2 and 3 deficient items are intended to assist in protecting the building from further deficiencies and are recommended to be addressed within 24 months. Implementation of these recommended repairs can be phased and scheduled around the Owner’s parking and service program to accommodate patron usage during the repair process. Many of the recommendations listed below will require specialized design and construction. Specific repair procedures are not part of this condition assessment report. These recommendations outline items in need of repair and present limited conceptual procedures. Construction documents should be developed to address material selection and detailed methods of repairs. A firm with expertise in parking deck repairs should be retained to design and detail the specialty recommendations provided below. Once restoration construction documents are prepared, a specialty contractor should be selected to perform the work . CRITICAL PRIOIRITY RECO MMENDATIONS Table 4. Critical Priority Recommendations Number Description Notes STRUCTURAL DT Flange Connections Reinforce damaged connections by installing supplementary rebar on each side of the connection. Repair concrete spalling at the edge of DT flanges and install new joint sealant. Divert traffic away from the driving lanes (i.e. center/mid-span of the DT) on the ramp from Level 2 to Level 3 where deficiencies were observed and only permit cars to travel up and down the ramps along the parking spaces/lanes. 32 14 City of South Miami Municipal Garage │Parking Garage Condition Assessment September 27, 2023 │FINAL PRIOIRITY 1 RECO MMENDATIONS Table 5. Priority 1 Recommendations Number Description Notes STRUCTURAL Concrete floor cracks Rout and fill with epoxy floor cracks. Overhead concrete floor cracks, walls cracks, beam cracks, overhead beam cracks, column crack Epoxy inject concrete cracks to fill gap and minimize water intrusion. Concrete floor spalls Remove loose concrete at floor spalls, clean and coat all exposed reinforcement and welded connections. Replace reinforcement with significant section loss, and place concrete repair mortar. Overhead concrete floor spall, overhead beam spall, overhead exposed rebar Remove loose concrete at overhead beam spalls, overhead floor spall, and overhead exposed rebar, clean and coat all exposed reinforcement and welded connections. Replace reinforcement with significant section loss, and place concrete repair mortar. Wall spall, column spall Remove loose concrete at wall spall and column spall, clean and coat all exposed reinforcement and welded connections. Replace reinforcement with significant section loss, and place concrete repair mortar. Further investigation of concrete spalling at the stair connection is recommended to properly repair or strengthen the damaged area. Exposed rebar Remove loose concrete around exposed rebar, clean and coat all exposed reinforcement. Replace reinforcement with significant section loss, and place concrete repair mortar. Precast steel connections Clean and coat steel connections and replace steel with significant section loss. Replace missing or damaged plastic covers at columns. Metal deck Clean and coat metal deck. Double-tee connections Additional testing and observation should be performed to determine if connections are failing on Level 1 and Level 4 where cracks were identified on top side of flange at the edge of the stem. Repair/replace damaged connections, and place concrete repair mortar. PRIORITY 2 R ECOMMENDATIONS Table 6. Priority 2 Recommendations Number Description Notes STRUCTURAL & WATERPROOFING Slab on grade cracks Rout and seal floor cracks. Remove existing sealant from previous floor crack repairs, and rout and seal floor cracks. 33 15 City of South Miami Municipal Garage │Parking Garage Condition Assessment September 27, 2023 │FINAL Overhead concrete floor cracks, stucco cracks, wall cracks Epoxy inject concrete cracks to fill gap and minimize water intrusion. Replace cracked and loose stucco. Sealants Remove existing joint, cove, and vertical sealants. Install backer rod where necessary and apply new sealants. Wheel Stops Replace missing or damaged wheel stops and move displaced wheel stops to the correct locations. Steel Anchors Fully remove steel anchors from the deck and patch concrete. PRIORITY 3 RECOMMENDATIONS Table 7. Priority 3 Recommendations Number Description Notes WATERPROOFING Sealants Remove existing joint, cove, and vertical sealants. Install backer rod where necessary and apply new sealants. Waterproofing Membrane Replace deck coating on lower levels and apply new traffic coating over exposed parking decks after concrete repairs are completed. 34 16 City of South Miami Municipal Garage │Parking Garage Condition Assessment September 27, 2023 │FINAL APPENDIX A – FIELD PHOTOGRAPHS Photo 1 – General maintenance Photo 2 – General maintenance Photo 3 – Floor crack Photo 4 – Floor spall Photo 5 – Overhead floor spall Photo 6 – Overhead exposed rebar 35 17 City of South Miami Municipal Garage │Parking Garage Condition Assessment September 27, 2023 │FINAL Photo 7 – Column spall Photo 8 – Horizontal/Vertical sealant Photo 9 – Horizontal sealant Photo 10 – Precast steel connection Photo 11 – Precast steel connection Photo 12 – Precast steel connection 36 18 City of South Miami Municipal Garage │Parking Garage Condition Assessment September 27, 2023 │FINAL Photo 13 – Old pipe penetrations Photo 14 – Missing plastic cover Photo 15 – Bollards Photo 16 – Bollards Photo 17 – Water intrusion Photo 18 – Debris build-up Photo 19 – Damaged wheel stop Photo 20 – Damaged wheel stop 37 19 City of South Miami Municipal Garage │Parking Garage Condition Assessment September 27, 2023 │FINAL APPENDIX B - LIMITATIONS Kimley-Horn and Associates, Inc. endeavors with this report to assist the Owner in the understanding of the existing conditions of the parking facilit ies in an effort to plan for the repair and maintenance of the structures. This report is based on the specific observations made and the professional opinion and experience of Kimley-Horn. Our recommendations do not provide specific repair details or specifications. The report is not a warranty or guarantee of the items noted. The extent of our evaluation was limited, and we cannot guarantee that the assessment discovered every possible condition that has or will occur. Throughout the parking structure’s service life it will be exposed to environmental conditions detrimental to the structural integrity and the aesthetic and operation system conditions. Kimley -Horn cannot guarantee further deterioration will not occur over time. However, preventative maintenance performed by the Owner can help to minimize the long-term repair needs. This report has been prepared in accordance with the professional standard of care. No other warranties or guarantees, express or implied, are made or intended. This report has been prepared solely for City of South Miami for the purpose stated herein and should not be relied upon by any other party for any other purpose. Specifically, this report may not be used in connection with actual renovation or construction of any kind. The conclusions in this report are based on the limited investigation described above. Any reliance on this report by any party other than City of South Miami shall be without liability to Kimley-Horn and Associates, Inc. or its employees. 38 20 City of South Miami Municipal Garage │Parking Garage Condition Assessment September 27, 2023 │FINAL APPENDIX C – GUIDELINES AND DEFINITIONS Rating Guidelines: The following narrative provides a summary of the rating guidelines and brief definitions of some items that were observed in the garage and noted in this report. Good – rating denotes no life-safety issues, no immediate losses of strength or performance, including aesthetics, and no short term changes in performance with regular maintenance and observation. A structural system is said to be in good condition if there is minor concrete damage, minimal rust, and no leaks or leaching. An operational system is said to be in good condition if the system is in good working order with minor cleaning or routine maintenance required. Fair – rating denotes no life-safety issues and functional performance but repairs are needed to maintain the current level of service. There are some aesthetic issues and inconveniences to patrons. Without repairs, the deterioration will continue to accelerate. Fair condition is assigned to the structural system if moderate damage, rust, leaks, or leaching is found in several locations or if severe damage is found in a few locations. Poor – rating denotes obvious problems, even to the casual observer, that without immediate remediation will result in further loss of structural member capacity. This condition can produce noticeable deflections in members, cause loose concrete to spall away, and presents the possibility of an unsafe condition to vehicles and/or pedestrians in the near future. The system may still be functioning at this state but repair costs will increase rapidly with the amount of time that passes before the item is corrected. The structural system is considered poor if severe damage is found in several locations. A poor assessment is assigned to any operational system that requires replacement. N/A – Not Applicable to this garage. While typically included as a part of our normal condition assessment, this particular category of items was not originally installed in this garage or was not part of the scope of this evaluation. 39 21 City of South Miami Municipal Garage │Parking Garage Condition Assessment September 27, 2023 │FINAL Definitions: Figure 1: Failing Concrete Patch Figure 2: Concrete Delamination Figure 3: Concrete Spall The photographs provided in Appendix C are sample representative photographs of each definition. 1. Patches – Repairs to concrete that require a filler material, usually grout or repair mortar. Patches may be required due to the following causes: reinforcing steel corrosion, concrete spalling, concrete delaminations, failing grout pockets, or external forces, such as automobile collisions. See Figure 1. 2. Delamination – A delamination of concrete occurs when bleed (excess) water rises in concrete to just below the concrete surface as the concrete is curing. This process leaves a thin layer of concrete that separates from the concrete body. Delaminations are detectable by sounding the suspected concrete with a metal object, such as a chain or hammer, and listening for the distinctive dead/hollow sound produced. The sounding instrument will produce a crisp metal ring when sounding over solid concrete. See Figure 2. 3. Spall – A spall is generally a piece of concrete that separates from the main body of the concrete member. Examples include a grout patch that has shrunken away from its pocket or a corner of a member that has broken off and is in the process of falling away or has fallen away already. See Figure 3. 40 22 City of South Miami Municipal Garage │Parking Garage Condition Assessment September 27, 2023 │FINAL Figure 4: Fine Crack Figure 5: Medium Crack Figure 6: Wide Crack Figure 7: Leaking and Leaching Concrete 4. Cracking – Cracks are qualitatively assigned values of Fine (F), Medium (M) or Wide (W). A fine crack is a hairline crack less than 0.01” thick and can sometimes be very hard to see. A medium crack is in between 0.01” and 1/32” wide and a wide crack is anything greater than 1/32” wide. Cracks are qualitatively rated according to their dominant characteristics. See Figure 4, Figure 5, and Figure 6. 5. Leaking – Leaking is determined by any observable sign of fluid flow through a crack or joint. See Figure 7. 6. Leaching – Leaching occurs when water flows through a crack, thereby dissolving away the components of the concrete, mainly calcium, and depositing it in the form of a whitish film or stalactite on the surface. The whitish film is also called efflorescence. See Figure 7. 41 23 City of South Miami Municipal Garage │Parking Garage Condition Assessment September 27, 2023 │FINAL Figure 8: Ponding Water Figure 9: Structural Steel Rust and Scaling 7. Ponding – Ponding water is the settling of water in low areas where it has no way to drain. This standing water not only presents a pedestrian safety hazard, but as water penetrates the concrete the deterioration mechanism is accelerated. See Figure 8. 8. Rust and Scaling – Rust occurs when steel is oxidized. Air, water, and chlorides are some agents that typically cause steel to rust. Scaling is a more advanced condition of rust and occurs when rust is deeper than the surface and flakes off in pieces or ‘scales’. See Figure 9. 42 24 City of South Miami Municipal Garage │Parking Garage Condition Assessment September 27, 2023 │FINAL APPENDIX D – OPIN ION OF PROBABLE COSTS This page intentionally left blank 43 Structural Elements 1 Concrete Repair 1.1 FC Floor Crack - Rout and Seal (SOG)$6 LF 1700 $10,200 1.2 FC Floor Crack - Epoxy Feeding $35 LF 800 $28,000 1.3 FS Floor Spall $100 SF 7 $700 110 $11,000 1.4 OFS Overhead Floor Spall $150 SF 90 $13,500 1.5 OBS Overhead Beam Spall $150 SF 25 $3,750 1.6 DT-S Double-Tee Stem Spall $180 SF 5 $900 1.7 WC Wall Crack $60 LF 90 $5,400 1.8 WS Wall Spalls $120 SF 15 $1,800 1.9 CS Column Spall $120 SF 1 $120 1.10 ER Exposed Rebar $100 LF 150 $15,000 1.11 OER Overhead Exposed Rebar $150 LF 120 $18,000 1.12 PSC Precast Steel Connection $65 EACH 50 $3,250 1.13 DTC Double Tee Connection $1,500 EACH 66 $99,000 22 $33,000 2 Waterproofing 2.1 HS Horizontal Sealant $7 LF 200 $1,400 5000 $35,000 2.2 VS Vertical Sealant $7 LF 1200 $8,400 2500 $17,500 2.3 CSL Cove Sealant $7 LF 3500 $24,500 1500 $10,500 2.4 DT-S Double-Tee Horizontal Sealant $7 LF 376 $2,632 5600 $39,200 6500 $45,500 2.5 DC Deck Coating $6 SF 40000 $240,000 3 General 3.1 DCR Drain Cap Replacement $300 EACH 1 $300 3.2 RPS Replace Pipe Support $80 EACH 50 $4,000 3.3 BR Bollard Repair $90 EACH 25 $2,250 3.4 SR Steel Deck Rust $65 SF 40 $2,600 3.5 RA Remove Anchor $50 EACH 350 $17,500 3.6 WSR Wheel Stop Repair/Replacement $75 EACH 170 $12,750 Sub-Total: $102,332 $130,920 $125,900 $348,500 General Conditions (Overhead, Profit & Insurance)20%$20,466 $26,184 $25,180 $69,700 Total Estimated Hard Cost $122,798 $157,104 $151,080 $418,200 Contingency 15%$15,350 $19,638 $18,885 $52,275 Engineering Fee/Testing & Inspections 18%$18,420 $23,566 $22,662 $62,730 Total Estimated Cost: $156,568 $200,308 $192,627 $533,205 REPAIR LIST PRIORITY 1 PRIORITY 2 PRIORITY 3 Number CRITICAL PRIORITY Quantity Est. Cost City of South Miami Municipal Parking Garage Opinion of Probable Cost - Structural & Waterproofing Restoration Quantity Est. Cost Miscelaneous Item Unit Price Quantity Est. Cost Quantity Est. Cost 44 Page 1 kimley-horn.com 2 Alhambra Plaza, Suite 500, Coral Gables, FL 33134 305 673 2025 June 11, 2024 Mr. Aurelio J. Carmenates Capital Improvement Program Project Manager - City of South Miami Public Works Engineering & Construction Division 6130 Sunset Drive Miami, Fl 33143 Re: City of South Miami – Municipal Parking Garage Priority 1 Structural and Waterproofing Repairs – Permit Phase and Construction Administration Services Dear Mr. Carmenates, Kimley-Horn and Associates, Inc. (“KH” “Kimley-Horn” or the “Consultant”) is pleased to submit this proposal to the City of South Miami (the “Client”) to provide professional engineering services associated with structural and waterproofing deficiencies observed in the existing Municipal Parking Garage located at 5829 SW 73rd St., South Miami (the “Project”). All work under this scope will be in accordance with the terms and conditions of Professional General Engineering and Architectural Services RFQ # PW2022-03. Our project understanding, scope of services, and fee are as outlined below. PROJECT UNDERSTANDING Upon completion of the Restoration Construction Documents for Priority 1 repairs, the Client requested KH to provide a professional services proposal to assist during the permit phase and construction phase. SCOPE OF SERVICES TASK 1 – ASSISTANCE DURING PERMIT PHASE Kimley-Horn will provide signed and sealed construction document plans pertaining for inclusion in building permit submission. The client or the client’s permit expeditor will lead the permitting process. If permits are issued for this project, the conditions and expiration dates are the sole responsibility of the Client. Kimley-Horn is not responsible for extending time limited entitlements or permits. Kimley-Horn will review agency permit comments related to our scope of services and provide plan revisions and response to comments for up to two (2) rounds of agency disapproval comments. TASK 2 – LIMITED CONSTRUCTION PHASE SERVICES Kimley-Horn will attend a Pre-Construction Conference prior to commencement of construction activity. Kimley-Horn will make visits as directed by Client in order to observe the progress of the work. Such observations will not be exhaustive or extend to every aspect of Contractor's work. Observations will be limited to spot checking, selective measurement, and similar methods of general observation. Based 45 Kimley >>> Horn Page 2 kimley-horn.com 2 Alhambra Plaza, Suite 500, Coral Gables, FL 33134 305 673 2025 on information obtained during site visits, Consultant will evaluate whether Contractor's work is generally proceeding in accordance with the Contract Documents, and Consultant will keep Client informed of the general progress of the work. Consultant assumes up to eight (8) site visits, including a final site visit, for the anticipated construction phase duration of three (3) months. Any additional site visits will be billed for as Additional Services. Kimley-Horn will respond to up to ten (10) reasonable and appropriate Contractor requests for information and issue necessary clarifications and interpretations of the Contract Documents. Any orders authorizing variations from the Contract Documents will be made by Client. Kimley-Horn will review and approve or take other appropriate action in respect to Shop Drawings and Samples and other data which Contractor is required to submit, but only for conformance with the information given in the Contract Documents. Such review and approvals or other action will not extend to means, methods, techniques, equipment choice and usage, schedules, or procedures of construction or to related safety programs. Maximum of two (2) rounds of reviews per submittal. We will r eview a maximum of ten (10) submittals. Kimley-Horn may require special inspections or tests of Contractor's work as Kimley -Horn deems appropriate and may receive and review certificates of inspections within Kimley -Horn’s area of responsibility or of tests and approvals required by laws or the Contract Documents. Kimley -Horn’s review of certificates will be for the purpose of determining that the results certified indicate compliance with the Contract Documents and will not be an independent evaluation t hat the content or procedures of such inspections, tests, or approvals comply with the requirements of the Contract Documents. Kimley-Horn shall be entitled to rely on the results of such tests. Kimley-Horn will conduct a final site visit to determine if the completed Work of Contractor is generally in accordance with the Contract Documents and the final punch list so that Consultant may recommend final payment to Contractor. Accompanying the recommendation for final payment, Kimley -Horn shall also provide a notice that the Work is generally in accordance with the Contract Documents to the best of Kimley-Horn’s knowledge, information, and belief based on the extent of its services and based upon information provided to Kimley-Horn. Review and make recommendations related to structural Change Orders submitted or proposed by the Contractor. Based on its observations and on review of applications for payment and supporting documentation, Consultant will determine amounts that Consultant recommends Contractor be paid. Such recommendations will be based on Consultant’s knowledge, information and belief, and will state whether in Consultant’s opinion Contractor’s work has progressed to the point indic ated, subject to any qualifications stated in the recommendation. For unit price work, Consultant’s recommendations of payment will include determinations of quantities and classifications of Contractor's work, based on observations and measurements of quantities provided with pay requests. Consultant’s recommendations will not be a representation that its observations to check Contractor's work have been exhaustive, extended to every aspect of Contractor's work, or involved detailed inspections. Review Contractor’s record drawings for compliance to the approved Construction Drawings and provide comments for the Contractor to incorporate. The Consultant shall have no responsibility for any contractor's means, methods, techniques, equipment choice and usage, sequence, schedule, safety programs, or safety practices, nor shall 46 Kimley >>> Horn Page 3 kimley-horn.com 2 Alhambra Plaza, Suite 500, Coral Gables, FL 33134 305 673 2025 Consultant have any authority or responsibility to stop or direct the work of any contractor. The Consultant's visits will be for the purpose of endeavoring to provide the Client a greater degree of confidence that the completed work of its contractors will generally conform to the construction documents prepared by the Consultant. Consultant neither guarantees the performance of contractors, nor assumes responsibility for any contractor’s failure to perform its work in accordance with the contract documents. SERVICES NOT INCLUDED Any other services, including but not limited to the following, are not included in this Agreement: ⚫ Independent Testing Lab Services ⚫ Destructive Testing ⚫ Boundary or Topographic Survey ⚫ Geotechnical Services ⚫ Exterior Evaluation using any type of Suspended Platforms ADDITIONAL SERVICES If authorized in writing by the Client, as an amendment to this Task Order, the Consultant will perform, or obtain, Additional Services of the types listed in the MASTER AGREEMENT. The Client, as indicated in the MASTER AGREEMENT, will pay for these services. Additional services we can provide include, but are not limited to, the following: ⚫ Additional Meetings and/or Site Visits ⚫ Structural analysis or design related services for future phases ⚫ Shoring analysis or design ⚫ MOT plans ⚫ Drawings update during construction phase ⚫ Other design services including Architectural, Civil, Mechanical, Electrical, Plumbing, Fire Protection, Elevators, etc ⚫ Professional services not specifically included in the above scope of services INFORMATION PROVIDED BY THE CLIENT We shall be entitled to rely on the completeness and accuracy of all information provided by the Client or the Client’s consultants or representatives. The Client shall provide all information requested by Kimley-Horn during the project. SCHEDULE We will provide our services in an expeditious and o rderly manner to meet a mutually agreed upon schedule for the various elements of the Project. 47 Kimley >>> Horn Page 4 kimley-horn.com 2 Alhambra Plaza, Suite 500, Coral Gables, FL 33134 305 673 2025 METHOD O F COMPENSATION Kimley-Horn will perform the services in Tasks 1 and 2 for the total lump sum labor fee below. Individual task amounts are informational only. All permitting, application, and similar project fees will be paid directly by the Client. Refer to Exhibit A for an estimated Work Breakdown Fee Schedule. Task 1 Assistance During Permit Phase $3,980.00 Task 2 Limited Construction Phase Services $33,316.00 Lump Sum Total $37,296.00 Lump sum fees will be invoiced monthly based upon the overall percentage of services performed. Payment will be due within 25 days of your receipt of the invoice and should include the invoice number and Kimley-Horn project number. Direct expenses such as mileage, express delivery services and in - house computer use are included in the lump sum fees. It is assumed that air travel and vehicular trips beyond the Miami-Dade County will not be required. If you concur in all the foregoing and wish to direct us to proceed with the services, please have authorized persons execute the service order for this project. Fees and times stated in this Agreement are valid for sixty (60) days after the date of this letter. KIMLEY-HORN AND ASSOCIATES, INC. By: Noel Ramirez, P.E. Project Manager / Associate Attachment – Exhibit A: Work Breakdown Fee Schedule Attachment – Wage Rates Summary By: Leonte I. Almonte, P.E. Associate 48 Kimley >>> Horn EXHIBIT A: WORK BREAK DOWN FEE SCHEDULE PROJECT: Municipal Parking Garage SHEET:1 of 1 CLIENT: City of South Miami PROJECT NO. ESTIMATOR: Noel Ramirez, P.E.DATE: 06/11/24 DESCRIPTION: Assistance during Permit and Construction Phase Sr. Project Project Sr. CADD CADD Sr. Admin Line Principal Manager Manager Engineer Technician Technician Assistant Total Task 2 - Assistance During Permit Phase Signed and Sealed Construction Documents 2 4 $1,056.00 Review Permit Comments 4 6 10 $2,924.00 Task 2 - Limited Construction Phase Services Pre-construction Meeting 2 2 1 2 $1,002.00 Site Visits 10 45 60 $16,405.00 Respond to RFIs 5 10 20 $4,940.00 Review Shop Drawings 5 10 30 $6,090.00 Review Pay Apps 3 8 $1,922.00 Review Change Orders 3 8 $1,922.00 Review Record Drawings 1 5 $1,035.00 TOTAL HOURS 0 35 98 121 0 0 2 LABOR RATE ($/HOUR) 210.00 190.00 169.00 115.00 97.50 84.50 84.50 SUBTOTAL $0.00 $6,650.00 $16,562.00 $13,915.00 $0.00 $0.00 $169.00 PAGE TOTAL $37,296.00 $37,296.00 49 Kimley >>> Horn 50 Kimley >>> Horn Professional General Engineering & Architectural Services RFQ #PW2022-03 Wage Rates Summary City of South Miami Job Classification Benchmark Hourly Rate Principal $180.00 Sr. Proj ect Manager $150.00 Project Manager $130.00 Senior Engineer $125.00 Senior Planner $125.00 Planner $85.00 Senior Traffic Engineer $125.00 Traffic Engineer $85 .00 Senior Designer/ Engine er $90 -00 Designer $80.00 Engineering Intern $75.00 Senior CADD Technician $75 .00 CADD Technician $65 -00 GIS Technician $80.00 Senior Construction Inspector $90.00 Construction Inspector $75.00 Senior Landscape Architect $125 .00 Landscape Architect $115.00 Landscape Architect Intern $70.00 Arborist $75 .00 Utility Coordinator $90 .00 Surveyor/ Mapper $85.00 Survey Technician $60.00 2-Man Survey Crew $115.00 3-Man Survey Crew $125.00 4-Man Survey Crew $135.00 Senior Certified Bridge Inspector/ Diver $125 .00 Certified Bridge Inspector/ Diver $90.00 Fire Protection Engineer $90.00 Plumbing Engineer $90.00 Mechanical Engineer $90.00 Electrical Engineer $90.00 Geotechnical Engineer $120.00 Geologist $90 .00 Environm ental Scientist $85 .00 Senior Administrative Assistant $65.00 Clerical $45.00 AK Kimley-Horn CSM Counter Proposed Rates Offer $2 88.00 $210.00 $240.00 $190.00 $208 .00 $169 .00 $200.00 $160.00 $200.00 $145 .00 $136 .00 $105.00 $200.00 $150.00 $136.00 $110.00 $144.00 $115 .00 $128.00 $104.00 $120.00 $97.50 $120.00 $97.50 $104 .00 $84.50 $128 .00 $100.00 $144.00 $110.00 $120.00 $97.50 $200.00 $155.00 $184 .00 $135.00 $112.00 $91.00 $120.00 $97.50 $1 44 .00 $115.00 $136.00 $110.50 $96.00 $78.00 5184.00 $130.00 $200 .00 $140.00 $216 .00 $165 .00 $200.00 $150.00 $144.00 $115.00 $1 44.00 $117.00 $144.00 $117.00 $144.00 $117.00 $144.00 $117 .00 $192 .00 $150.00 $144.00 $117.00 $13 6.00 $105.00 $104.00 $84 .50 $72.00 $58.50