Loading...
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