Res No 174-24-16279RESOLUTION NO.174-24-16279
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.TO PROVIDE DESIGN PLANS AND
OTHER PROFESSIONAL SERVICES IN THE AMOUNT OF
$40,800 FOR IMPROVEMENTS TO THE GIBSON-BETHEL
COMMUNITY CENTER TO ADDRESS AIR QUALITY AND
MOISTURE ISSUES;PROVIDING FOR AUTHORIZATION;
PROVIDING FOR IMPLEMENTATION,CORRECTIONS,
AND AN EFFECTIVE DATE.
WHEREAS,pursuant to Section 287.055,Florida Statutes (also known as the Consultants’
Competitive Negotiation Act)(the “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-nccded basis
(the “Services”);and
WHEREAS,the Consultant performed a professional assessment of the HVAC system at
the Gibson-Bethel Community Center,including building envelope review,and examination of
accessible pipping in the building for leaking pipes,fittings,or fixtures,resulting in several HVAC
upgrade recommendations to mitigate the development of mold in the future;and
WHEREAS,the City desires the Services of Consultant for the development of detailed
design plans for construction documents,including permitting,bidding,and construction phase
support services,for improvements to the HVAC system at the Gibson-Bethel Community Center,
including the replacement of outside air units,resizing and replacement of roof mounted exhaust
fans,the implementation of a dehumidification sequence to improve humidity control,and the
design of an upgraded building management system (the “Project”);and
WHEREAS,in accordance with the provisions of the Agreement and the CCNA,the
Consultant has provided the City with a proposal (the “Proposal”)attached hereto as Exhibit “A,”
to provide the Services for the Project in the amount of $40,800;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 the
amount of $40,800 based on the Consultant’s Proposal attached hereto as Exhibit “A”;and
WHEREAS,the cost of the Project will be funded from Parks Facilities Impact Fund No.
1 17-2000-572-6450,which has a current balance of $1,125,000 prior to this request,or such other
funding sourcc(s)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.
Res.No.174-24-16279
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 arc true and correct and are incorporated
herein by this reference.
Section 2.Approval of Proposal and Project Agreement.The Consultant’s
Proposal attached hereto as Exhibit “A”and the Project Agreement attached hereto as Exhibit “B”
arc 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 the amount of $40,800 based on the terms of the
Agreement and the Proposal attached hereto as Exhibit “A,”subject to the final approval of the
City Manager and City Attorney as to form,content,and legal sufficiency.The City Manager is
hereby authorized to charge the costs of the Services for the Project to Parks Facilities Impact Fund
No.1 17-2000-572-6450,which has a balance of $1,125,000 prior to this request,or such other
funding sourcc(s)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.Effective Date.This Resolution shall become effective immediately upon
adoption.
PASSED AND ADOPTED this 10th day of December,2024.
ATTEST:
CITY CLERK
READ AND APPROVED AS TO FORM,
LANGUAGE,LEGALITY AND
EXECUTIONJHEREOF
WEISS SEROTA HELFMAN COLE
&BIERMAN,P.L.
CITY ATTORNEY
APPROVED^-^.
may6r /
COMMISSION VOTE:5-0
Mayor Fernandez:Yea
Vice Mayor Corey:Yea
Commissioner Calle:Yea
Commissioner Rodriguez:Yea
Commissioner Bonich:Yea
Page 2 of 2
Agenda Item No:1.
City Commission Agenda Item Report
Meeting Date: December 10, 2024
Submitted by: Quentin Pough
Submitting Department: Parks & Recreation
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.
TO PROVIDE DESIGN PLANS AND OTHER PROFESSIONAL SERVICES IN THE AMOUNT OF $40,800 FOR
IMPROVEMENTS TO THE GIBSON-BETHEL COMMUNITY CENTER TO ADDRESS AIR QUALITY AND
MOISTURE ISSUES; PROVIDING FOR AUTHORIZATION; PROVIDING FOR IMPLEMENTATION,
CORRECTIONS, AND AN EFFECTIVE DATE. 3/5 (CITY MANAGER-PARKS, RECREATION & CULTURE
DEPT.)
Suggested Action:
Attachments:
Memo-HVAC_Contract_Plans.docx
4A37453-Resolution HVAC Contract Plans - Kimley Horn Project Agreement CAv2.DOCX
Exhibit A-Proposal.pdf
4A22301-Exhibit B-Kimley-Horn Project Agreement-HVAC Community Center Design Plans.DOCX
HVAC Assessment-GBCC.pdf
PSA - Res No 056-22-15809.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:December 10, 2024
SUBJECT:Contract plans for long-term ventilation solutions at Gibson-Bethel Community
Center ($40,800).
RECOMMENDATION:Approve a proposal and project agreement with Kimley-Horn and
Associates, Inc. for $40,800 to prepare design contract documents aimed
at improving air quality and moisture issues through long-term continuous
ventilation solutions at the Gibson-Bethel Community Center.
BACKGROUND:Following the completion of the HVAC assessment report, City staff seeks
to engage Kimley-Horn and Associates, Inc.(“Kimly-Horn”)for professional
consulting services. These services will include the development of
detailed contract plans for the replacement of outside air units, including
the design and routing of associated ductwork and connections.
Additionally, the scope will cover the resizing and replacement of roof
mounted exhaust fans, the implementation of a dehumidification
sequence to improve humidity control, and the design of an upgraded
building management system. These measures aim to enhance the HVAC
system's performance at the Gibson-Bethel Community Center and
effectively mitigate the risk of future mold development, ensuring a
healthier and more sustainable indoor environment.
Additionally, Kimly-Horn will provide a non-binding estimate of probable
construction costs, along with permitting and support services, bidding
assistance, and limited construction support.The project is estimated to
be completed within 10 weeks from the issuance of a purchase order and
notice to proceed.
Assessment Report
Summary:The Gibson-Bethel Community Center has faced ongoing humidity issues
resulting in mold growth. These problems are primarily caused by
2
South'*’Miami
THE CITY OF PLEASANT LIVING
CITY OF SOUTH MIAMI
OFFICE OF THE CITY MANAGER
INTER-OFFICE MEMORANDUM
outdated and malfunctioning HVAC systems that are unable to properly
regulate indoor humidity and ventilation.
Key Findings:
1.System Deficiencies: The original HVAC design with rooftop units
(RTUs) and outside air units (OAUs) is ineffective. Many
components, including toilet exhaust fans and OAUs, are non-
operational.
2.Humidity Issues: High relative humidity, exceeding 90% in some
areas, is a primary concern, causing condensation and potential for
mold reoccurrence.
3.Equipment Condition: While RTUs are relatively new, some have
unresolved operational issues, such as broken dampers and air
leakage, contributing to inefficiencies.
4.Building Over-Pressurization: Significant air leaks at doors and
windows exacerbate humidity problems.
Recommendations:
1.Immediate Actions:
o Repair or replace critical components, including toilet
exhaust fans and RTU dampers.
o Conduct airflow balancing and improve lobby door
seals.
o Install monitoring devices for temperature and
humidity.
2.Long-Term Solutions:
o Replace non-functional OAUs and integrate them with
RTUs for improved dehumidification.
o Implement demand-controlled ventilation and
dehumidification systems to optimize energy use and
humidity control.
By addressing these recommendations in two phases, the facility can
mitigate humidity issues, prevent mold growth, and enhance indoor air
quality, creating a healthier environment for occupants.
VENDOR:Kimley-Horn and Associates, Inc.
EXPENSE:$40,800
3
South'*’Miami
THE CITY OF PLEASANT LIVING
CITY OF SOUTH MIAMI
OFFICE OF THE CITY MANAGER
INTER-OFFICE MEMORANDUM
FUND ACCOUNT:Parks Facilities Impact Fund (Citywide Park Improvements)– account
number 117-2000-572-6450, which has a current balance of $1,125,000.
ATTACHMENT(S):Resolution
Exhibit A - Kimley-Horn and Associates, Inc. Proposal
Exhibit B – Project Agreement
HVAC Assessment Report: Gibson-Bethel Community Center
Professional Service Agreement: Resolution #056-22-15809
4
South'*’Miami
THE CITY OF PLEASANT LIVING
EXHIBIT A
CONTRACT PLANS FOR HVAC UPGRADES
KIMLEY-HORN AND ASSOCIATES, INC
7
kimley-horn.com 201 N. Franklin Street, Suite 1400, Tampa, FL 33602 813 621 1460
November 05, 2024
Mr. Quentin Pough, CPRP
Director of Parks, Recreation & Culture
City of South Miami
6130 Sunset Drive
South Miami, FL 33143
Re: Professional Services Agreement
Gibson-Bethel Community Center
South Miami, Florida
Dear Quentin:
Kimley-Horn and Associates, Inc., (Kimley-Horn”, or “Consultant”) is pleased to submit this Proposal (the
“Agreement”) to City of South Miami (“the Client”) for professional consulting services associated with
the above referenced “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, assumptions, schedule, and fees are provided herein.
Project Understanding
The Gibson-Bethel community center located at 5800 SW 66th street was built in 2002 and has recently
developed mold and moisture issues in several location within the building. An assessment of the HVAC
systems was performed resulting in several HVAC upgrade recommendations to mitigate the
development of mold in the future. Those recommendations include the following;
• 100% outside air unit (OAU) replacement (up to Three Units Total)
• Toilet Exhaust fan resize and replacement (up to Three Fans Total)
• Implementation of a dehumidification sequence
• Design for a Building Management System (BMS) upgrade and sequence of operations revisions
Base Scope of Services
Kimley-Horn will provide the services specifically set forth below.
The HVAC design shall be based on the following:
• The mechanical system will be designed based on the program requirements provided by the
Client at the initial project kickoff meeting.
• HVAC systems are intended to be designed to meet current building code requirements. Systems
are anticipated as follows:
o The systems will be packaged roof top mounted direct expansion (DX) type system.
• Exhaust systems will be provided.
• Ventilation systems will be provided.
The plumbing design shall be based on the following:
8
Kimley»>Horn
Page 6
kimley-horn.com 201 N. Franklin Street, Suite 1400, Tampa, FL 33602 813 621 1460
• There is no plumbing scope as part of this work
The electrical design shall be based on the following:
• The Electrical system will be designed based on the latest program requirements.
• Power design is included (Connect and re-connect of replaced existing with new equipment).
• Emergency generator design is not included.
• Limited fire alarm work is included which is limited to the disconnecting and reconnect of
associated smoke detectors and interlocking relays as existing.
The Fire Protection design will be based on the following:
• There is no fire protection scope at part of this work
Task 110 – Facilities Walkthrough
• Schedule and conduct the site visit with Facility Personnel.
• Observe and obtain field pictures of the HVAC and electrical systems.
• Take measurements in order to draw the existing building conditions for both electrical and
mechanical systems.
The facility walkthrough will be conducted during a single site day visit and consist of one (1) Kimley-Horn
mechanical engineering representative and one (1) Kimley-Horn electrical engineering representative.
Facility personnel will be required to escort the representative throughout the building and provide access
and information related to the existing mechanical and electrical systems.
Task 120 – Construction Documents
Kimley-Horn will prepare a detailed mechanical and electrical design that can be provided to building
department for required permits. The design will include the following;
Replacement of up to three (3) existing 100% outside air units (OAU) mounted on roof
Replacement of up to three (3) roof mounted exhaust fans
Implementation of a dehumidification sequence
Central control system
Prepare final Construction Document drawings and specifications for Bidding.
Specifications will be prepared as standard sheet specs, or book specs.
Submit stamped and signed PDF drawings and specifications for building permit application
and final building permit coordination. Contractor shall be responsible for completing permit
application and submitting all necessary documentation to building department for permits.
Task 130 – Opinion of Probable Cost (OPC)
Kimley-Horn will prepare a non-binding OPC based on the completed construction documents. Kimley-
Horn’s OPC will consist of high-level allocation numbers for the anticipated upgrades. Kimley Horn will
utilize recent project pricing experience, equipment vendor budget costs and national pricing information
for sources such as RS Means to determine. Kimley-Horn recommends that the Client also reach out to
local contractors to evaluate and proof the budgets. All equipment and engineering fees will be based on
previous project experience for similar design elements and may vary once an executed contract is
delivered.
9
Kimley»>Horn
Page 6
kimley-horn.com 201 N. Franklin Street, Suite 1400, Tampa, FL 33602 813 621 1460
The Consultant has no control over the cost of labor, materials, or equipment, or over the Contractor's
methods of determining prices or other competitive bidding or market conditions. Opinions of probable
costs provided herein are based on the information known to the Consultant at this time and represent
only the Consultant's judgment as a design professional familiar with the construction industry. The
Consultant cannot and does not guarantee that proposals, bids, or actual construction costs will not vary
from its opinions of probable costs.
Kimley-Horn will address one (1) round of consolidated comments from the Client and resubmit the OPC
for final acceptance. Additional rounds of comments will be considered an add service. The final OPC to
be delivered in PDF format via email to the Client.
Task 140 – Permitting Support Services
This task is to capture the effort expended by Kimley-Horn to support the Client for project submittals and
responses to two (2) rounds of reasonable jurisdictional review comments. Because the extent of the
review comments required by the jurisdictional entities for plan approval is unknown, we have provided a
projected budget of Twelve (12) labor hours, and any additional effort will be provided as an hourly
service. Upon reaching the initial budget estimate, Kimley-Horn cannot proceed without Client’s approval
for additional service. It is the contractor’s responsibility to prepare the permit application and submit any
required documentation to the building department.
Task 150 –Bidding Support
Bid Document Preparation and Contractor Notification. Consultant will issue a bid package and conduct
a pre-bid meeting with potential bidders. Consultant will tabulate the bids received and evaluate general
compliance of bids with the bidding documents. Consultant will provide a summary of this tabulation and
evaluation to the Client.
A. Kimley-Horn will prepare the bid package to include plans and specifications for the City.
B. Kimley-Horn will conduct a pre-bid meeting at the project site with prospective bidders.
C. Kimley-Horn will respond to requests for information (RFIs) and prepare bid addenda as
necessary during the bid process.
D. Kimley-Horn will review the bid responses and tabulate the results. Kimley-Horn will provide the
City with a written bid tabulation record along with a selection recommendation.
Task 160 – Limited Construction Phase Services
Site Visits and Construction Observation. Consultant will make visits up to two (2) site visits to observe
the progress of the work. Additional site visits beyond what was noted above would be performed as an
add service. Observations will not be exhaustive or extend to every aspect of Contractor's work, but will
be limited to spot checking, and similar methods of general observation. Based on the site visits,
Consultant will evaluate whether Contractor's work is generally proceeding in accordance with the
Contract Document and keep Client informed of the general progress of the work. (Scope limited to
thirty (30) hours).
Shop Drawings and Samples. Kimley-Horn will review Shop Drawings and Samples and other data
which Contractor is required to submit, but only for general conformance with the Contract Documents.
Such review and any action taken in response will not extend to means, methods, techniques,
equipment choice and usage, schedules, or procedures of construction or to related safety programs.
Any action in response to a shop drawing will not constitute a change in the Contract Documents, which
can be changed only through the Change Orders. (Scope limited to twelve (12) hours).
10
Kimley»>Horn
Page 6
kimley-horn.com 201 N. Franklin Street, Suite 1400, Tampa, FL 33602 813 621 1460
Substitutes and "or-equal/equivalent." Consultant will evaluate the acceptability of substitute or "or-
equal/equivalent" materials and equipment proposed by Contractor in accordance with the Contract
Documents. (Scope limited to two (2) hours).
Upon reaching the estimated budget fee, Kimley-Horn cannot proceed without Client’s approval for
additional services.
Task 170 – Additional Construction Site Visits – Hourly as Requested
Kimley-Horn will make construction site visits as requested by the Client. These visits are intended to be
construction updates to the project team during construction duration but at this time, Kimley-Horn does
not have enough detail or information related to the Contractor’s schedule to define this scope further.
Task 180 – Construction Progress Meetings – Hourly as Requested
Kimley-Horn will attend construction progress meetings as requested by the Client. These meetings are
intended to be construction updates to the project team during construction duration but at this time,
Kimley-Horn does not have enough detail or information related to the Contractor’s schedule to define
this scope further.
Task 210– Code Required Commissioning (Optional Service)
1. Kimley-Horn will provide Sustainable/CODE REQUIRED commissioning services in accordance
with Florida Building Code 8th Edition (2023), Energy Conservation Section C408.
2. Kimley-Horn will provide the following commissioning (Cx) process activities in accordance with
ASHRAE Guideline 0-2005 and ASHRAE Guideline 1.1–2007 for HVAC&R Systems, as they
relate to energy, water, indoor environmental quality, and durability.
3. Kimley-Horn will designate an individual as the Commissioning Authority (CxA) to lead, review
and oversee the completion of the commissioning process activities.
a. Kimley-Horn’s CxA has documented commissioning authority experience in at least two
similar building projects.
b. The individual serving as the CxA is independent of the project’s design and construction
management team.
4. Owner will be responsible for preparing the Owner’s Project Requirements (OPR) and the design
team will develop the Basis of Design (BOD). Kimley-Horn will review both documents for
consistency between the OPR and the BOD. Kimley-Horn is not responsible for updates,
modifications and/or revisions to either the OPR or BOD. If the Owner and/or design team need
assistance in preparing these documents, Kimley-Horn can provide that assistance as an
additional service.
5. Kimley-Horn will provide commissioning requirements to the Owner and the design team for
incorporation by the design team into the construction documents.
6. Kimley-Horn will develop and implement the commissioning plan. An initial preliminary
commissioning plan will be developed during the design development phase and reviewed with
the design team and Owner for acceptance. The commissioning plan will be updated throughout
the commissioning scope of work.
7. Kimley-Horn is anticipating the following site observations and on-site commissioning activities:
11
Kimley»>Horn
Page 6
kimley-horn.com 201 N. Franklin Street, Suite 1400, Tampa, FL 33602 813 621 1460
a. For pre-function testing and general site visits, Kimley-horn anticipates up to one (1) site
visit.
b. For the functional performance testing phase, Kimley-Horn anticipates up to two (2) site
visits of onsite functional performance testing activities once the following items have
been completed:
i. Notification from the Client that the Contractor has completed their initial
installation and that the functional testing can begin, Kimley-Horn will be onsite
to perform the functional testing for each of the systems identified to be
commissioned.
ii. MEP Engineer of Record has reviewed and accepted the Test and Balance
report and confirms that the building automation system is fully operational.
c. Site observation visits or attendance at onsite meetings, as requested by the Client, in
excess of the three (3) total site visit can be provided as an Additional Service.
d. Additional site visits required due to improper set-up of the systems by the Contractors
or failed commissioning tests will be considered an additional service.
e. The contractor and subcontractor will perform all tests and Kimley-Horn observe the tests
being performed as indicated above. The contractor shall be responsible for any
damages resulting from equipment start-up or testing.
f. Review of TAB activities will be done with spot-checking of measured values in the TAB
Report. Spot checking is to be performed by the TAB contractor, using the measurement
devices used in the initial report, and observed by Kimley-Horn.
8. Following the pre-functional and general site visits, Kimley-Horn will prepare field reports and an
accompanying ongoing issues log that will be issued to the design and construction team.
9. Following the functional testing site visits, Kimley-Horn will prepare a Preliminary Commissioning
Report and updated commissioning Issues Log.
10. This Preliminary Commissioning Report and Commissioning Agent Issues Log will be provided
to the Client and Contractor for review and implementation.
11. Upon notification from the Client that the Contractor has completed any necessary repairs or
corrective measures identified in the Preliminary Commissioning Report, Kimley-Horn will
complete a Final Commissioning Report and updated Commissioning Agent Issues Log, if
required.
12. Kimley-Horn will prepare a final commissioning report to be presented to the Client after the
functional testing scope of services above is completed. The report will consist of the following:
a. Each commissioned system and assembly
b. Functional test results for each system and /or assembly tested during function testing
i. Note – Deferred tests that cannot be performed at the time of the final
commissioning report preparation due to climatic conditions are not included in
this scope of work and can be handled as an additional service when climatic
conditions are acceptable to perform those identified deferred tests. It is not
anticipated at this time that this would be necessary.
c. Executive Summary
d. Commissioning Agent Site Observations
e. Commissioning Agent Issues Log
f. Kimley-Horn’s commissioning agent deliverables, recommendations, and
commissioning reports are based on the specific scope requested by the Client, based
on commissioning agent site observations at that specific time in the project. These
commissioning services will not disclose all defects in design or construction, and Kimley-
12
Kimley»>Horn
Page 6
kimley-horn.com 201 N. Franklin Street, Suite 1400, Tampa, FL 33602 813 621 1460
Horn makes no representation about future performance of the system being
commissioned. The Client is responsible for all future maintenance of said system.
Kimley-Horn’s commissioning agent deliverables, recommendations, and commissioning reports are
based on the specific scope requested by the Client, based on commissioning agent site observations at
that specific time in the project. These commissioning services will not disclose all defects in design or
construction, and Kimley-Horn makes no representation about future performance of the system being
commissioned. The Client is responsible for all future maintenance of said system.
Systems to be Commissioned
The Commissioning process activities shall be completed for the following energy-related systems:
1. All Heating, Ventilating, Air Conditioning (HVAC) systems (mechanical and passive) and
associated control system(s).
2. Lighting controls and daylighting controls. will NOT be commissioned.
3. Domestic hot water systems, including pumps and controls will NOT be commissioned.
4. On-site renewable energy systems will NOT be commissioned.
5. Building Thermal Envelope will NOT be commissioned.
6. Process equipment will NOT be commissioned.
Systems and Major Equipment
Included in Cx
Scope of Work?
Quantity to be
Commissioned
Mechanical Equipment
Major Equipment Systems that may consist of
Air Handling Units, Rooftop Units, Chillers,
Cooling Towers, and Boilers
Yes 100%
Minor Equipment Systems that may consist of
Exhaust Fans, Fan Coil Units, Heat Pumps, and
Unit Heaters
Yes 100%
Terminal Units (VAV) No n/a
HVAC Controls Yes = equipment tested
TAB Services Yes Up to 10%
13
Kimley»>Horn
Page 6
kimley-horn.com 201 N. Franklin Street, Suite 1400, Tampa, FL 33602 813 621 1460
Electrical Equipment
Lighting Controls / Daylighting Controls (3) No n/a
Electrical Service & Distribution Equipment No n/a
Emergency Power Systems No n/a
Grounding No n/a
Plumbing Systems
Electric Water Heaters No n/a
Hot Water Pumps No n/a
Domestic Water Booster Pump No n/a
Notes:
1. Electrical testing services for grounding or power quality are not currently included in the initial scope
of work.
2. Mechanical systems not included in commissioning activities include ductwork, fire and smoke
dampers (except to the extent the FPTs check safety interfaces between these and the HVAC control
system), and equipment sound and vibration measurements. Ductwork leakage testing is to be
performed by the contractor.
3. For Lighting control function testing, Kimley-Horn commissioning intent is to be onsite and witness the
programming and testing done by the lighting controls contractor for inclusion in the final
commissioning report. Kimley-Horn will coordinate this with the electrical and lighting controls
contractor during construction.
14
Kimley»>Horn
Page 6
kimley-horn.com 201 N. Franklin Street, Suite 1400, Tampa, FL 33602 813 621 1460
Information Provided by 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, including but not limited to the following:
• Building architectural and engineering plans in paper or electronic format.
• Any existing as built plans, drawing or electronic files of these.
• Building maintenance logs and expenditures.
• Building Access
Schedule
Kimley-Horn will provide our services in an expeditious and orderly manner to meet the schedule of the
above tasks as mutually agreed to with the Client.
Fee and Expenses
Kimley-Horn will perform the services in the following task for the total lump sum fee below. All permitting,
application, and similar project fees will be paid directly by the Client. Lump sum fees will be invoiced
monthly based upon the overall percentage of services performed. Reimbursable expenses will be
invoiced based upon expenses incurred.
Task 110 – Facility walkthrough $4,650
Task 120 – Construction Documents $22,800
Task 130 – Opinion of Probably Cost (OPC) $1,500
Task 140 – Permitting Support Services $1,800
Task 150 – Bidding Support $3,600
Task 160 – Limited Construction Phase Services $6,450
Task 170 – Additional Construction Site Visits – Hourly as Requested $HRLY
Task 180 – Construction Progress Meetings – Hourly as Requested $HRLY
Task One Total Lump Sum Fee $40,800
Task 210 – Code Required Commissioning (Optional Service) $13,900
In addition to the total lump sum fee and hourly fees, direct reimbursable expenses such as express
delivery services, fees, air travel, and other direct expenses will be billed at 1.05 times cost. A percentage
of labor fee will be added to each invoice to cover certain other expenses such as telecommunications,
in-house reproduction, postage, supplies, project related computer time, and local mileage. All permitting,
application, and similar project fees will be paid directly by the Client.
Payment will be due within 25 days of your receipt of the invoice and should include the invoice number
and Kimley-Horn project number.
15
Kimley»>Horn
Page 6
kimley-horn.com 201 N. Franklin Street, Suite 1400, Tampa, FL 33602 813 621 1460
Closure
In addition to the matters set forth herein, our Agreement shall include and be subject to, and only to, the
terms and conditions in the attached Standard Provisions, which are incorporated by reference. As used
in the Standard Provisions, the term "the Consultant" shall refer to Kimley-Horn and Associates, Inc., and
the term "the Client" shall refer to City of South Miami.
Kimley-Horn, in an effort to expedite invoices and reduce paper waste, offers its clients the option to
receive electronic invoices. These invoices come via email in an Adobe PDF format. We can also provide
a paper copy via regular mail if requested. Please include the invoice number and Kimley-Horn project
number with all payments. Please provide the following information:
____ Please email all invoices to ___________________________
____ Please copy _______________________________________
If you concur in all the foregoing and wish to direct us to proceed with the services, please have authorized
persons execute two copies of this Agreement in the spaces provided below, retain one copy, and return
the other to us. Consultant will commence services only after Consultant has received a fully executed
agreement. Fees and times stated in this Agreement are valid for sixty (60) days after the date of this
letter.
To ensure proper set up of your projects so that we can get started, please complete and return with the
signed copy of this Agreement the attached Request for Information. Failure to supply this information
could result in delay in starting work on your project.
We appreciate the opportunity to provide these services to you. Please contact me if you have any
questions.
Very truly yours,
KIMLEY-HORN AND ASSOCIATES, INC.
Signed: Signed:
Printed Name: Julio A. Collier, PE Printed Name: Albert W. LaPera
Title: Senior Vice President Title: Project Manager
16
Kimley»>Horn
Page 6
kimley-horn.com 201 N. Franklin Street, Suite 1400, Tampa, FL 33602 813 621 1460
City Of South Miami
SIGNED:
PRINTED NAME:
TITLE:
DATE:
Client’s Federal Tax ID:
Client’s Business License No.:
Client’s Street Address:
17
Kimley»>Horn
Page 6
kimley-horn.com 201 N. Franklin Street, Suite 1400, Tampa, FL 33602 813 621 1460
WORK BREAK DOWN FEE SCHEDULE
PROJECT: Gibson-Bethel Community Center
DATE: 11/04/24 CLIENT: City of South Miami
Description: OAU Replacement
Tasks Principal Sr Project
Manager
Project
Manager
Electrical
Engineer
Sr Admin
Assistant
Line
Total
Task 110 - Facility Walkthrough 16 16 1 $4,635
Task 120 - Construction Documents 4 80 70 2 $22,667
Task 130 – OPC 6 3 1 $1,423
Task 140 – Permitting Support Services 10 1 $1,807
Task 150 - Bidding Support 2 18 1 3 $3,579
Task 160 – Limited Construction Phase
Services 30
10
1 $6,416
Task 170 - Additional Construction Site
visits - Hourly
Hrly
Task 180 – Construction Progress
Meetings - Hourly
Hrly
Total Hours 0 6 160 101 8
Labor rate ($/hour) $210 $190 $169 $117 $85
Subtotal 0 $1,140 $27,040 11,817 $680
Page Total $40,527
PROJECT: Gibson-Bethel Community Center
DATE: 11/04/24 CLIENT: City of South Miami
Description: Code Required Commissioning
Tasks Principal Sr Project
Manager
Project
Manager
Electrical
Engineer
Sr Admin
Assistant
Line
Total
Task 210 – Code CX 70 4
1 $13,976
Total Hours 0 70 4
1
Labor rate ($/hour) $210 $190 $169 $117 $85
Subtotal 0 $13,300 $676 $0 $85
Page Total $13,976
18
Kimley»>Horn
1 of 1
PROJECT AGREEMENT
Between
CITY OF SOUTH MIAMI, FLORIDA
And
KIMLEY-HORN AND ASSOCIATES, INC.
Design Plans for HVAC Upgrades at Gibson-Bethel Community Center
19
1 of 4
PROJECT AGREEMENT
Between
CITY OF SOUTH MIAMI, FLORIDA
and
KIMLEY-HORN AND ASSOCIATES, INC.
Project Name:
Design Plans for HVAC Upgrades at Gibson-Bethel Community Center
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 and consulting services (the
“Services”) for the Gibson-Bethel Community Center – Contract Plans for HVAC Upgrades (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.”
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.
20
2 of 4
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
$40,800 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
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
21
3 of 4
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.
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.
22
4 of 4
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.]
23
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:
24
EXHIBIT “1”
PROJECT PROPOSAL
25
GIBSON BETHAL HVAC
ASSESSMENT
5800 SW 66TH ST,
SOUTH MIAMI, FL
10/14/2024
By:
Kimley-Horn and
Associates, Inc.
Jeremy Demboski, PE
201 N Franklin St.
Suite 1400
Tampa, FL 33602
For:
City of South Miami
Quentin Pough
Director of Parks,
Recreation & Culture
6130 Sunset Drive
South Miami, FL 33143
26
Kimley»>Horn
Expect More.Experience Better.
2
Table of Contents
Executive Summary........................................................................................................................... 3
Building Conditions ........................................................................................................................... 6
Original HVAC Design ....................................................................................................................... 7
Current HVAC Conditions ................................................................................................................. 8
Recommendations........................................................................................................................... 10
Phase 1 – Immediate Action: ......................................................................................................... 10
Phase 2 – Long-term solutions: ...................................................................................................... 10
Appendix A: Mechanical Equipment Submittals ........................................................................... 12
27
Kimley»>Horn
3
Executive Summary
The Gibson Bethel Community Center, a 22,000 square -foot facility constructed in 2002, serves a
variety of functions, including a gymnasium, fitness areas, multipurpose rooms, and office spaces.
Recently, the building experienced mold growth, which has since been addressed and remediated.
However, the root causes of the mold problem have not been addressed, raising concerns about future
reoccurrence. The constant high relative humidity levels within the building are believed to be a
significant contributing factor. This report outlines the findings from Kimley Horn’s site visit aimed at
evaluating the mechanical systems and providing recommendations to prevent further contributions to
mold growth. The overall objective is to enhance indoor air quality and maintain a healthy indoor
environment for all occupants.
The building was originally designed with three packaged “DX” rooftop units (RTUs) to manage the
buildings cooling loads, along with three packaged rooftop 100% outside air units (OAUs) to
precondition outside air during high -occupancy periods. When the buildings CO2 concentrations
exceeded a specified threshold, the OAUs were intended to activate, delivering conditioned air to the
ceiling plenum. Additionally, when these OAU’s are energized, to address over-pressurization, a
motorized damper in the exhaust ductwork would open, and the toilet exhaust fans would increase in
speed. However, this current design solution is inadequate and ineffective, as it allows preconditioned
outside air to be exhausted directly from the plenum without effectively providing ventilation to the
building. Additionally, humidity becomes problematic when cooling loads are met but ventilation is still
required by code, leading to unconditioned outside air entering the building. It is believed that high CO2
concentrations were seldom, if ever, reached, which prevented the OAUs from energizing.
Consequently, the units were eventually shut down and salvaged for parts and are currently non
operational.
Currently, the toilet exhaust fans are also non-operational. The building exhibits significant Over
pressurization, evidenced by air leaking from various openings and condensation forming. Infiltration is
particularly concerning in the lobby, where a large crack at the entrance doors was observed. It is
suspected that the RTUs are supplying more outside air than intended due to malfunctioning or broken
outside air dampers—RTU-1’s damper appears nearly fully open, while RTU-2’s damper is broken.
Both RTU-1 and RTU-2 were replaced approximately six years ago but were likely never properly
balanced, as limited documentation exists on the original design and equipment. During the site visit, it
was noted that the compressor and condensing fan of RTU -1 shut down, resulting in unconditioned
outside air entering the building and causing relative humidity levels to exceed 90%, leading to
condensation on all surfaces. This issue has been observed consistently at the same time each day,
and disconnecting the unit temporarily resolves the problem.
The building was also analyzed for leaking pipes or plumbing fixtures that may have also contributed to
the mold growth. No leaking plumbing pipes or fixtures were witnessed while on site.
28
Kimley»>Horn
4
To improve humidity levels in the building, Kimley Horn recommends corrective actions in the following
two phases:
Phase 1 – Immediate Action:
1. Repair Toilet Exhaust Fans: A contractor should evaluate the toilet exhaust fans to determine if
they can be made operational. Unless the exhaust fans cannot be made operational, it is not
recommended to replace the fans until phase 2 where the fans can be resized.
2. RTU-1 Repair: Have a Trane technician assess RTU-1, including the thermostat and control
system, to identify and resolve the issue causing the compressor to shut down. Also, the seals
on the unit shall be replaced to minimize air leakage.
3. Repair RTU-2: Trane should repair or replace the broken damper on RTU-2.
4. Ventilation Calculations: Conduct ASHRAE 62.1 ventilation calculations to determine
appropriate ventilation rates for the building.
5. Airflow Balancing: Engage a test and balance (TAB) team to calibrate the outside air dampers
according to the calculated airflow.
6. Lobby Door Improvements: Replace the door closer and install door sweeps or seals on the
lobby entrance doors.
7. Test and record temps and humidity: Once all actions are completed, Kimley-Horn recommends
to purchase temp and humidity devices to monitor the air quality of the building.
8. OAU Restoration: Have Trane evaluate and provide written report whether OAU -1 or OAU-3
can be restored to operational condition by replacing salvaged components, as they appear to
be in good condition but lack some parts.
While these actions are expected to improve building humidity levels, they may not completely resolve
the issue since the design still has limited humidity control. Continuous ventilation is required during
occupancy, and when the building temperature is satisfied, the compressor will turn off, allowing
unconditioned outside air to enter. To address this in Phase 2, Kimley Horn recommends the following:
Phase 2 – Long-term solutions:
1. Design Drawings: Prepare biddable design drawings for replacing OAU-2 and modifying the
ductwork to integrate the OAUs with the RTUs. OAU-1 and OAU-3 shall also be replaced if they
cannot be made operational or if not cost effective to renovate back to use. The intent is to close
the outside air dampers on the RTUs and rely on the OAUs for the conditioning of the outside
air. This will allow the outside air to be dehumidified even when the space temperatures are
satisfied.
2. Replace Toilet Exhaust Fans: Include plans for the replacement of the toilet exhaust fans in the
design. They shall not be replaced in kind. The intent is permanently close the motorized
dampers to the ceiling plenum, resize the fans to only handle the toilet exhaust fans and
rebalance the ductwork.
3. Dehumidification sequence: Implement a dehumidification sequence by installing humidity
sensors and activating the existing duct mounted electric heaters. When the humidity in the
building is elevated, the OAU shall energize and leave the cooling coil as loas 50 degrees in
attempt to dehumidify. To minimize the potential of overcooling, the duct heaters will be
energized.
29
Kimley»>Horn
5
4. Demand Control Ventilation: Implement a demand control ventilation system to reduce outside
airflow rates during periods of minimal occupancy. This will be implemented not to improve
humidity but to save significant energy and costs.
By following these phased recommendations, the building can effectively manage the building humidity
levels, reduce the risk of mold growth, and create a healthier environment for all occupants.
30
Kimley»>Horn
6
Building Conditions
The building is experiencing significant Over pressurization, with cold air seeping out from every door
and window frame, leading to noticeable condensation around each opening in the early morning.
Despite this pressurization, infiltration remains a major issue, particularly due to large gaps between the
front entrance doors to the lobby and the emergency exits in the gymnasium.
Upon entering the building, the high relative humidity is immediately evident, with air feeling damp and
heavy. Measurements indicate an average relative humidity of 71%, which exceeds the levels
recommended by ASHRAE for thermal comfort and indoor air qua lity. Interestingly, the gymnasium is
the only area maintaining a more acceptable relative humidity of 45%. This improvement may be
attributed to the recent replacement of the rooftop unit (RTU) serving that space.
Indoor air quality measurements reveal that the building is well-ventilated, as evidenced by the very low
concentrations of CO2 and total volatile organic compounds (TVOCs). Table 1 below shows the indoor
air quality measurements collected in various spaces onsite . Only the gymnasium showed slightly
elevated levels of total volatile organic compounds (TVOCs) compared to the rest of the building, likely
due to the wooden floors being finished just a week before the site visit. However, these levels are not
concerning despite the slight increase.
Table 1: Building IAQ Measurements
ZONE TEMPERATURE (°F) % RELATIVE
HUMIDITY
CO2 (PPM) TVOC (MG/M3)
Front Entrance
Lobby
73.5 64.6 405 0.024
Front Entrance
Water Fountain
72.5 67.4 405 0.026
First Floor Men’s
Restroom
73.5 71.9 407 0.027
Multipurpose
Room
71.2 71.7 405 0.024
Staff Break Room 70.5 85.5 407 0.019
First Floor Storage 71.9 77.7 405 0.024
Gym 72.5 45.2 633 0.106
Fitness Room 73.4 62.7 414 0.019
Second Floor
Restroom
72.3 75.3 532 0.066
Front Entrance
Lobby 2nd Test
75.2 87.6 571 0.076
Measurements were taken using OMNI Awair
TVOC: Total Volatile organic compounds
31
Kimley»>Horn
7
Original HVAC Design
The original HVAC design (based on site investigation and restroom renovation drawings dated
February 12, 2019) featured three packaged “DX” rooftop units (RTUs) and three packaged rooftop
“DX” 100% outside air units (OAUs). The primary RTUs were intended to maintain space temperature
and humidity while providing limited outside air. The OAUs would activate only when CO2
concentrations rose above a certain threshold to supplement additional outside air to maintain lower
CO2 levels. Heating was achieved through electric duct -mounted heaters installed in the ceiling's supply
ductwork. Kimley Horn observed during our visit that these duct heaters were deactivated via the
integral disconnects. The building was designed utilizing the ceiling as a plenum return. This means
that the return grilles are not directly ducted to the RTUs but instead, the RTUs will pull return air from
the ceiling plenum.
Additionally, the design included three exhaust fans located on the building's roof. Two of these fans
were designated to serve the bathrooms during normal operation and to expel excess air when a
corresponding OAU was activated. The third exhaust fan, sit uated above the gymnasium, was designed
specifically to relieve overpressure when OAU-3 was energized.
The building was zoned such that RTU-1, OAU-1, and EF-1 served the first floor, while RTU-2, OAU-2,
and EF-4 served the second floor. RTU-3, OAU-3, and EF-5 were designated for the gymnasium. EF-
5 above the gymnasium would energize when OAU-3 energizes to relief the pressure for the gym. The
toilet exhaust fans were programmed to operate in low -speed mode when their corresponding RTUs
were activated. When OAU-1 or OAU-2 was energized, a motorized damper in the associated exhaust
fan ductwork would open, causing the fan to ramp up to high speed to prevent over pressurization of
the building.
While this design aimed to ensure proper ventilation, its effectiveness is limited by construction flaws.
The OAUs were not ducted into the RTUs; instead, they discharged directly into the ceiling plenum.
Additionally, the motorized damper and intake for the toilet exhaust fans were also located in the ceiling.
As a result, when an OAU activated, it would blow air into the ceiling without effectively ventilating the
building, as the exhaust system would only pull air from the same ceiling space rather than facilitating
proper ventilation.
32
Kimley»>Horn
8
Current HVAC Conditions
Currently, only the primary rooftop units (RTUs) are operational, while the roof mounted 100% outside
air units (OAUs) have not been functional for some time and have been salvaged for parts. Additionally,
the toilet exhaust fans are also non -operational. RTU-1 and RTU-2 are approximately six years old,
while RTU-3 was replaced just a year ago; the OAUs and exhaust fans are original to the building. The
RTUs appear well-maintained, with monthly filter replacements, although the frequency of coil cleaning
is unknown. All coils appear to be in good condition.
RTU-1 is in good condition but has several
leaking seals and a hole in the side of the
unit that requires to be sealed off. The unit
has large amounts of mold build up due to
the excessive leakage and while this is likely
not contributing to the humidity issue in the
building, it is a significant waste of energy. It
is questionable if the outside air damper was
ever balanced properly since it appears to be
open almost 100% and whether or not it
being operational is suspect. It is worth
noting that the outside air damper and return
air damper are physically linked so that when one opens the other closes and vice versa. This
arrangement can be difficult to balance the outside air to the designed airflow. Furthermore, if design
drawings were never obtained, the contractor who installed the units 6 years ago did not have an outside
airflow to balance to. We contacted Trane for equipment records, but the information provided was
limited to a few units and did not include outside air quantities; details can be found in the appendix.
Kimley Horn’s on-site observations revealed that the compressors and condensing fan would shut
down, resulting in un-tempered air entering the building. A temporary fix involves disconnecting the unit
for five minutes to restore normal operation. Employees reported this issue occurring daily for the past
five days, while the HVAC service technician noted it has persisted since installation. During these
episodes of unconditioned air, the building's relative humidity spiked to 91%, causing condensation on
nearly all surfaces. This is likely a huge contributor to mold growth in the building.
Figure 1: Mold developed on the outside of RTU-1
33
Kimley»>Horn
9
RTU-2 also appears to be in good operating condition except
for broken outside air damper controlling the quantity of outside
air. This unit was also likely never balanced to the correct
outside air flow rates and to make matters worse, the broken
outside air damper leaves a large hole in the building when the
system shuts off at night allowing moist unconditioned outside
air to enter the building .
RTU-3 serving the Gymnasium could not be observed due to
inability to access the lower roof. The gymnasium was however
the only area in the building that was maintaining acceptable
humidity levels. Again, without design data for balancing, it is
unclear what outside airflow rate the unit was calibrated to .
All three packaged rooftop OAU systems are currently non-
functional and disconnected from the building. While their
dampers may be fully closed, they are not sealed effectively,
allowing cold air to leak through the unit’s intakes. OAU-1
appears to be in relatively good condition, though it has some
missing electrical components and minor mold growth near the
intake. OAU-2 likely requires replacement due to severely
corroded condensing coils. OAU-3’s condition could not be assessed due to inaccessibility, but facilities
personnel indicated that it is also non-operational due to missing components.
None of the exhaust fans on the roof are functional. The toilet exhaust fans, EF -1 and EF-4, were
intended for replacement during restroom renovations in 2018, yet both are still the original fans from
2002, as indicated by their nameplates. Despite being energized in the electrical room and at the fans'
integral disconnects, they are non -operational. EF-5, located above the gym, is designed to operate
only when OAU-3 is functioning, so its operational status could not be confirmed. Additionally, it was
observed that a ceiling exhaust fan in the men's shower on the second floor, activated by an occupancy
sensor, exhausts directly into the ceiling plenum, which is not advisable for handling humid air.
Figure 2: Broken OA Damper on RTU-2
34
Kimley»>Horn
10
Recommendations
To improve humidity levels in the building, the following corrective actions are recommended in two
phases:
Phase 1 – Immediate Action:
1. Repair Toilet Exhaust Fans: A contractor should evaluate the toilet exhaust fans to determine if
they can be made operational. Unless the exhaust fans cannot be made operational, it is not
recommended to replace the fans until phase 2 where the fans can be resized.
2. RTU-1 Repair: Have a Trane technician assess RTU-1, including the thermostat and control
system, to identify and resolve the issue causing the compressor to shut down. Also, the seals
on the unit shall be replaced to minimize air leakage.
3. Repair RTU-2: Trane should repair or replace the broken damper on RTU -2.
4. Ventilation Calculations: Conduct ASHRAE 62.1 ventilation calculations to determine
appropriate ventilation rates for the building.
5. Airflow Balancing: Engage a test and balance (TAB) team to calibrate the outside air dampers
according to the calculated airflow.
6. Lobby Door Improvements: Replace the door closer and install door sweeps or seals on the
lobby entrance doors.
7. Test and record temps and humidity: Once all actions are completed, Kimley -Horn recommends
to purchase temp and humidity devices to monitor the air quality of the building.
While these actions are expected to improve building humidity levels, they may not completely resolve
the issue since the design still has limited humidity control. Continuous ventilation is required during
occupancy, and when the building temperature is s atisfied, the compressor will turn off, allowing
unconditioned outside air to enter. To address this in Phase 2, Kimley Horn recommends the following:
Phase 2 – Long-term solutions:
1. OAU Restoration: Have Trane evaluate and provide written report whether OAU -1 or OAU-3
can be restored to operational condition by replacing salvaged components, as they appear to
be in good condition but lack some parts.
2. Design Drawings: Prepare biddable design drawings for replacing OAU -2 and modifying the
ductwork to integrate the OAUs with the RTUs. OAU-1 and OAU-3 shall also be replaced if they
cannot be made operational or if not cost effective to renovate back to use. The intent is t o close
the outside air dampers on the RTUs and rely on the OAUs for the conditioning of the outside
air. This will allow the outside air to be dehumidified even when the space temperatures are
satisfied.
3. Replace Toilet Exhaust Fans: Include plans for the replacement of the toilet exhaust fans in the
design. They shall not be replaced in kind. The intent is permanently close the motorized
dampers to the ceiling plenum, resize the fans to only handle the toilet exhaust fans and
rebalance the ductwork.
4. Dehumidification sequence: Implement a dehumidification sequence by installing humidity
sensors and activating the existing duct mounted electric heaters. When the humidity in the
building is elevated, the OAU shall energize and leave the cooling coil as l oas 50 degrees in
attempt to dehumidify. To minimize the potential of overcooling, the duct heaters will be
energized.
5. Demand Control Ventilation: Implement a demand control ventilation system to reduce outside
airflow rates during periods of minimal occupancy. This will be implemented not to improve
humidity but to save significant energy and costs.
35
Kimley»>Horn
11
By following these phased recommendations, the building can effectively manage the building humidity
levels, reduce the risk of mold growth, and create a healthier environment for all occupants.
Table 2: Observations of Packaged Air Units
MARK RTU-1 RTU-2 RTU-3 OAU-1 OAU-2 OAU-3
Service First Floor Second Floor Gymnasium First Floor Second Floor Gymnasium
Manufacturer Trane Trane Trane Trane Trane Trane
Model
Number
TCD480B40T0B
2HC1 EAC300A4E0A TCH480BM0 TCD201C400BA TCD600A40K0
B2JB1 TCH211C400BA
Serial Number C18M09189 19461209JA 246100481D C02J08135 247100319D
Location Upper Roof Upper Roof Lower Roof Upper Roof Upper Roof Lower Roof
Refrigerant
Type R410A R410A R410A R22 R22 R22
Cooling coils Good condition Good condition Not witnessed Good condition Not witnessed Not witnessed
Heat rejection
coil Good condition Good condition Not witnessed Good condition Heavily
Corroded Not witnessed
Dampers OA and Return
Linked
Broken OA
Damper Not witnessed Good Not witnessed Not witnessed
Missing Parts None observed None observed Not witnessed
Missing
Electrical
Components
Missing
Electrical
Components
Many Parts
Missing
Weather
Tightness Poor Good Not witnessed Fair Fair Not witnessed
Age 6 Years 7 Years 1 Year 22 Years 22 Years 22 Years
Table 3: Observations of Exhaust Fans
Mark EF-1 EF-4 EF-5
Service First Floor Second Floor Gymnasium
Manufacturer Greenheck Greenheck Unknown
Model Number 02K18885 02K18872 Unknown
Serial Number GB-240-20-X GB-180-7-X Unknown
Location Roof Roof Roof
Rust & corrosion None Witnessed None Witnessed None Witnessed
Age 22 Years 22 Years Unknown (Assumed
22 years)
36
12
Appendix A: Mechanical Equipment Submittals
RTU-1R:
37
Murray Park Multipurpose Center November 17,2018
Tag Data -Packaged Rooftop,Cooling I Heating Units (Qty:1)
Item Tag(s)Qty Description Model Number
A1 RTU-1r 1 40 Ton Packaged Commercial RTU TCD480B40-0B2HC1
Product Data -Packaged Rooftop,Cooling I Heating Units
Item:A1 Qty:1 Tag(s):RTU-1r
DX Cooling,no heat
Downflow supply and ypjlftw return
40 ton 60 Hertz
460 Volt 60 Hertz 3 Phase
Cooling only unit
2"MERV 8 High efficiency,throwaway fitters
10 hp supply motor
500/417^60/50 hz)Supply fan drive
0-100%Economizer,dry bulb control
Constant volume (CV)-Zone temperature control
5k SCCR
Standard efficiency unit
2nd-5th Year Replacement Compressor Warranty
Year 1 Labor Warranty Whole Unit
Performance Data -Packaged Rooftop,Cooling I Heating Units
Tags RTU-1r
Supply airflow (cfm)12000
Cooling entering DB (F)77.40
Cooling entering WB (F)68 40
Ambient DB (F)95 00
Cooling leaving coil DB (F)56.85
Cooling leaving coil WB (F)56 17
Gross total capacity (MBtl)466.01
Gross sensible capacity (MBh)269.68
ESP (in H2O)0 800
Total static pressure (in H2O)1.420
EER@AHRI (EER)10.3
IEER@AHRI (EER)116
Minimum circuit ampacity (A)92 45
Maximum overcurrent protection (A)110 00
Minimum disconnect switch size (A)9900
Kimley»>Horn
13
OAU-1R:
38
TRANE ORDER REPORT
ORDER NAME BL REV ORDER TYPE BUSINESS UNIT S PCODE
H4H054C C 1 SO UPGCLKClarksville N 0382
VAL-DATE PIC-DATE FEED MFG-DATE BACKWARD DATE
09/10/2002 08:24:15 09/10/2002 08:24:45 01/01/0001 00:00:00 01/01/0001 00:00:00
INCLUDED ECNS —PCB DETAILS *****
POS COIL SEQ PRODUCT GROUP QTY HEADER TYPE
AA 0 0 VOY3 1 B
TYPE RULE CATG CODE SPC DESCRIPTION
FCAT S MODL TC N Cooling/No Heat (1=T,2=C)
FCAT S AIRF DOWN N Downflow (3=D)
FCAT S NTON 600 N 50 Ton -60 hz (4=6,5=0,6=0,7=A)
FCAT S VOLT 460 N 460/60/3 Volts (8=4)
FCAT S HEAT NONE N No Heat (9=0)
FCAT O DSEQ K N Design Sequence
FCAT S EFHF NONE N No Exhaust (11=0)
FCAT S FILT 2HI N 2"Hi-Eff Throwaway Filters (12=B)
FCAT S SFHP 10 N 10HP -Std Eft.Supply Fan Motor (13=2)
FCAT s SFDR 525 N 525 RPM (14=J)
FCAT s FAIR MANU N 0-25%Manual Damper (15=B)
FCAT s CNTL CV N Constant Volume (16=1)
FCAT s VALV NOT N W/O Service Valves (17=0)
FCAT s TBEP STD N Std Elect Connections (18=0)
FCAT s DOOR STD N Standard Panels (24=0)
FCAT s CCGU NOT N W/O Condenser Coil Guards (25=0)
FCAT s FROC STD N R22 Freon and Oil Charge (27=0)
FCAT s SSDP STD N Standard Drain Pan (28=0)
FCAT s COIL STD N 2 Row Cond Coils (29=0)
POS COIL SEQ PRODUCT GROUP QTY HEADER TYPE
AA 0 1 VY3A 1 M
TYPE RULE CATG CODE SPC DESCRIPTION
FCAT S CABS C N Cab -"C"=400,480,500 &600
Kimley»>Horn
14
RTU-3R:
39
Unil Overview -TCH480C4Q*OB2JB®AO****T0000000*ONOO*0000>k
Unit Function Tonnage Estimated Installed Weight GER @
AHRI
IEER@
AHRI System Power Elevation
DX Cooling,no heat 40 Ton 4793.0 lb 11.2 EER 15.1 EER 40.70 kW 0.00 ft
Unit Features
Efficiency-Condenser Coil Standard efficiency unit
System Control Multi-speed Ian
Airflow Configuration Horizontal supply and horizontal
return
Fillers 2?MERV B Throwaway filters
Outside Air Selection 0-25%Manual damper -a
Voltage.1Phase.'Hertz 46Q.W3
SCCR Rating 5k SCCR
Condenser Motor FLA 2.20 A
Condonser Motor Count 4.00 Each
compressor i RLA 15.60 A
Compressor 2 RLA 25.40 A
Compressor 3 RLA 25.40 A
Supply Fan FLA 12.60 A
Exhaust Fan Count 0.00 Each
GCH FLA 1 00 A
Nate;Connect properly sized and protected powersupplywiringtotheunit(copper wiring only to the unit)
Coaling Section I
ReirigeranilType R410A Gross Total Capacity 469 77 MBh
Refrigerant Charge -Circuit 1 61.01b Gross Sensible Capacity 296 95 MBh
Condenser Coil Typo MCHE Gross Latent Capacity 172 62 MBh
Condenser Coll Rows 2 Nc1 Total Capacity 453.36 MBh
Evaporator Face Area 36.70 sq ft Net Sensible Capacity 290.55 MBh
Evaporator Coil Rows 5 Net Sensible Meat Ratio (%)0.62%
Evaporator Face Velocity 300 ft'min Leaving Coil Dry Bulb 54.53 F
Design Airflow 12000cfm Leaving Coil Wet Bulb 54.49 F
Entering Dry Bulb 78.20 F Leaving Unit Dry Bulb 56.85 F
Entering Wet Bulb 67.60 F Leaving Unit Wet Bulb 55.45 F
Ambient Dry Bulb 95.00 F Compressor Power 31.62 kW
Fan Section
Exhaust Fan Data
Exhaust Fan Type Prop
Exhaust Fan Drive Direct
Exhaust Fan Count 0.00 Each
Outdoor Fan Data
Outdoor Fan Type Prop
outdoor Fan Drive Direct
Low Ambient Temp OF
Condenser Fan Count 4 oo Each
Outdoor Fan Motor Power 0.01 kW
Unit Airflow Design HorizOfMal Supply and horizontal
return
Supply Fan Data
Supply Fan Type FC
System ControL'SGR Muta-speed Ian
Design Airflow 1200Qcfm
Design ESP 1.000 In H2O
Tolai Sialic Pressure 1 640 In H20
Supply Fan Motor HP 10 Hp
Tolal Supply 6HP 5.76 bhp
Supply Fan Drive 525 RPM
Operating Speed (RPM|519 rpm
Supply Motor Power 4.30 kW
Kimley»>Horn
15
EF-1 & EF-4:
40
02K18885
ID:7
02k18872
ID:6
Volume SP (in.
Marti Qty Modi FRPM <CFM)wg)
LM 1 Gb-240-ZU 8/4 7.575 1)25
SELECTION MOTOR SPECS
Air Stream Temp.(*F):70 Motor Mounted:Vos
Elevation (ft):0 Size (hp):2
UL:UUcUL-705
Enclosure:OOP
Power:60 Cycle
Phase:3
Voltage (V)460
RPM 1725
Number of Windings:1
Efficiency Selected:SE
Um with VFD.Cunvobbfc
ACCESSORIES
Switch -Nc™l Toggle,Mounted &Wircc
Aluminum Rub R>nq
UUcUL-705 •-Power Ventilators'
BcA'wxp with Creese Fittings
Damper WD-100-PB-24x24.Gravity Operated
Two Groove Pu>oy and Bet SystemMotorCompatibleforusewfVFD
Volume
MMk__Qty Mods!ERPM <CFM|_
EF.4 1 GB-180-7 931 3.350
SELECTION MOTOR SPECS
Air Stream Temp.PF)70 Motor Mounted:Yes
Elevation (ft.):0 Size (hp ):374
UL:ULcOL 705
Enclosure:OOP
Power:60 Cydic
Phase 1
Voltage (V):115
RPM 1725
Number of Windings'1
Efficiency Selected:SE
4MgWMMgF
Switch •Nema-1.Toggle.Mounted &WiredAluminumRubRog
ULcUL 706 "Power Ventilators'
Ouiti or*no <M tt
Damper WD-100-PB-18x18.Gravity Operated
SP (in.
wg)
025
Kimley»>Horn
41
RESOLUTION NO.:056-22-15809
A Resolution authorizing the City Manager negotiate and execute a Professional Service
Agreement provided under Florida Statute 287.055 Consultant's Competitive
Negotiation Act "CCNA",with SRS Engineering,Inc.,EXP U.S.Services Inc.,Stantec
Consulting Services Inc.,Calvin,Giordano &Associates,Inc.,M&J Engineering P.C.,and
Kimley-Horn and Associates,Inc.,for general engineering services on an as needed basis.
WHEREAS,the City Mayor and Commission wish to negotiate and execute for general engineering
and architectural services on an as needed basis and on a rotation basis;and
WHEREAS,in accordance with Florida Statute 287.055,"Consultants Competitive Negotiation
Act."(CCNA),the City issued a Request for Qualifications (RFQ)to retain qualified consultants to provide
various professional and general engineering and architectural services,on a rotational and as needed
basis;and
WHEREAS,a Selection Committee comprised of City staff,reviewed the proposals received and is
recommending,based on the final scores and ranking,six (6)firms for the Contract Negotiations phase of
the process required by the CCNA;and
WHEREAS,it was noted that two Respondents tied in ranking order,EXP U.S.Services Inc.,and
Stantec Consulting Services Inc.,at 2.33;and
WHEREAS,due to the number of proposals received (21),the Selection Committee is recommending
six (6)Respondents for Contract Negotiations phase of the CCNA process and execution of professional service
agreement;and
WHEREAS,the Mayor and City Commission wish to authorize the City Manager to negotiate and
execute the professional service agreements.
WHEREAS,the Professional Service Agreement with the firms shall be for a term of three (3)years
and providing the City Manager with sole discretion to renew the agreement for one (1)two (2)year
renewal.The maximum term of any one contract,if the City Manager decides to renew it,will be five (5)
consecutive years.The expenditures related this contract will be charged to the Capital Improvements
Program Accounts on an as needed basis.
NOW THEREFORE,BE IT RESOLVED BY THE MAYOR AND CITY COMMISSIONERS OF THE CITY OF
SOUTH MIAMI,FLORIDA:
Section 1.The foregoing recitals are hereby ratified and confirmed as being true and they are
incorporated into this resolution by reference as if set forth in full herein.
Section 2.The City Manager is hereby authorized to negotiate and execute a non-exclusive multi¬
year contract with the firms selected for professional surveying,studies,engineering,and architectural
services for construction projects in accordance with Section 287.055,"Consultants Competitive
Negotiation Act"on a rotational and as needed basis.The term of each contract will be three (3)years
and the City Manager will have an option to renew each contract for one (1)two (2)year term.A copy of
Page 1of 2
42
Res.No.056-22-15809
a draft of the contract is attached.The contract may be amended in the event that the City Attorney finds
that it is in the best interest of the City and that it complies with the CCNA process.The expenditures
related these contracts will be charged to the Capital Improvements Program Accounts.
Section 3.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 4:Severability.If any section,clause,sentence,or phrase of this resolution is for any
reason held invalid or unconstitutional by a court of competent jurisdiction,the holding shall not affect
the validity of the remaining portions of this resolution.
Section 5:Effective Date:This resolution shall become effective immediately upon adoption.
PASSED AND ADOPTED this 3rd day of May,2022.
ATTEST:APPROVED:
CITY CLBRK
READ AND APPROVED AS TO FORM,
LANGUAGE,LEGALITY,AND EXECUTION
THEREOF
COMMISSION VOTE:
Mayor Philips:
5-0
Yea
Yea
Yea
Yea
Yea
Commissioner Harris:
Commissioner Gil:
ATTORNEY
Commissioner Liebman:
Commissioner Corey:
Page 2 of 2