R24-324 1 RESOLUTION NO. R24-324
2
3 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF BOYNTON
4 BEACH, FLORIDA, APPROVING TASK ORDER NO. GESUT-1C-02-25
5 WITH CDM SMITH, INC., FOR RISK ASSESSMENT AND
6 PRIORITIZATION FOR REPAIR AND REPLACEMENT PROJECTS FOR
7 WATER DISTRIBUTION,SEWER COLLECTION,AND STORMWATER FOR
8 AN AMOUNT NOT TO EXCEED $231,700; AND FOR ALL OTHER
9 PURPOSES.
10
11 WHEREAS, the City Entered into a General Engineering Consulting Services Agreement
12 with CDM Smith, Inc. ("Consultant"), approved by Resolution No. R24-291; and
13 WHEREAS, the Comprehensive Risk Assessment of our underground utility assets,
14 including water, wastewater, and stormwater system project aims to evaluate the current
15 condition, identify potential risks and vulnerabilities, and develop a risk of failure and consequence
16 of failure matrix. Mitigation strategies are also recommended to ensure the resilience and
17 reliability of the City's utility infrastructure. The scope includes, but is not limited to, physical
18 inspection, data analysis, risk modeling, and the formulation of recommendations for risk
19 management and improvement plans.The City desires to receive a report as a deliverable showing
20 the methodology, assumptions, and data collection information as well as ROF and COF matrix
21 and prioritization recommendations; and
22 WHEREAS, the City Commission, upon the recommendation of staff, has deemed it in the
23 best interests of the City's citizens and residents to approve Task Order No. GESUT-1C-02-25 with
24 CDM Smith, Inc., for risk assessment and prioritization for repair and replacement projects for
25 water distribution, sewer collection, and stormwater for an amount not to exceed $231,700.
26
27 NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF BOYNTON
28 BEACH, FLORIDA, THAT:
29 SECTION 1. The foregoing "Whereas" clauses are hereby ratified and confirmed as
30 being true and correct and are hereby made a specific part of this Resolution upon adoption.
31 SECTION 2. The City Commission of the City of Boynton Beach, Florida, does hereby
32 approve Task Order No. GESUT-1C-02-25 with CDM Smith, Inc., for risk assessment and
33 prioritization for repair and replacement projects for water distribution, sewer collection, and
34 stormwater for an amount not to exceed $231,700 (the "Task Order"), in form and substance
35 similar to that attached as Exhibit A.
36 SECTION 3. The City Commission of the City of Boynton Beach, Florida, hereby
37 authorizes the Mayor to execute the Task Order. The Mayor is further authorized to execute any
38 ancillary documents necessary to accomplish the purposes of this Resolution.
39 SECTION 4. The City Clerk shall retain the fully executed Task Order as a public record
40 of the City. A copy of the fully executed Task Order shall be provided to Dr. Kalkat to forward to
41 the Consultant.
42 SECTION 5. This Resolution shall take effect in accordance with law.
43
44 PASSED AND ADOPTED this \-1 day of E' CY1�Q�� 2024.
45 CITY OF BOYNTON BEACH, FLORIDA
46 YES NO
47 Mayor—Ty Penserga ✓
48
49 Vice Mayor—Aimee Kelley e_,\�
50
51 Commissioner—Angela Cruz ✓
52
53 Commissioner—Woodrow L. Hay +�
54
55 Commissioner—Thomas Turkin
56
57 VOTE -D
58 ATTEST: Tammy L. Stanzione
59
Aaf
\I j Maylee De Je• s, MPA, Mft4C1 Ty •- v-ga
62 City Clerk Mayo,
63 _ `
64 �'�F B0Y/vec t APPROVED AS TO FORM:
%',
65 (Corporate Seal) •••c°RPORq•2 '4
SE
F:; l AaendoCeimi66 % ULA
68 �� % 167 92Q Shawna G. Lamb
69 �� ,c'••••..••••• City Attorney
`��40RIDA
Form of Task Order
CITY OF BOYNTON BEACH
General Engineering Consulting Services Task Order
Task Order No. GESUT-1C-02-25
Consultant: CDM Smith Inc.
1. Task/Project. Risk Assessment and Prioritization for Repair and Replacement Projects for
Water Distribution, Sewer Collection and Stormwater
2. Detailed Scope of Professional Services.
A detailed scope of services under this Task Order, in accordance with the phases of service detailed
in the Agreement, is attached as Exhibit A.
3. Deliverables and Schedule.
For study/design related services: Consultant shall deliver to the City the deliverables specified at
the time indicated on the attached Exhibit A.
For project administration services: Consultant shall provide project/construction administration
services in accordance with the Agreement and project schedule.
4. Compensation.
The total estimated construction costs of the Project or the cost of the study or report for this Task
Order may not exceed the amounts set forth in Section 287.055, Florida Statutes.
The total Fee to be paid to the Consultant under this Task Order shall not exceed
$231,700 , based on the hourly rates currently in effect under the Agreement.
A detailed fee schedule is attached as Exhibit 1.
The payment schedule (based on deliverables) is attached as Exhibit 1.
5. Agreement Reference.
This Task Order shall be performed under the terms and conditions described within the General
Engineering Consulting Services Agreement, dated November 19, 2024 , by and between the City
of Boynton Beach and CDM Smith Inc. ("Consultant"), Contract No. CW24-001.
6. Insurance.
Consultant shall maintain insurance coverages in accordance with the Agreement and hereby
confirms that Certificate(s) of Insurance evidencing current policies meeting the requirements of
the Agreement are on file with the City as of the date of this Task Order.
7. Exhibits.
All attached Exhibits are incorporated fully into this Task Order and the Agreement.
RFQ CW24-001 General Engineering Consulting Services Task Order Form Exhibit A
8. Notice to Proceed(Task Order Form and Purchase Order).
® If checked, Consultant's receipt of a fully-executed copy of this Task Order and Purchase
Order (PO) shall serve as the Notice to Proceed under this Task Order, effective as of the
date the fully-executed Task Order was emailed to the Consultant.
If checked, Consultant shall commence Services under this Task Order as specified in a
forthcoming Purchase Order (PO) and Notice to Proceed.
CONSULTANT: CITY OF BOYNTON BEACH
By: AI , By: __
zy•Penserga, May
Print am. : Suzanne Mechler
Date: November 21 12024 Date: \O( — \i , 20 '19
City Attorney's Office
Approvid¢r as to for d I gality
By: G) iW/Jd F61/174,
RFQ CW24-001 General Engineering Consulting Services Task Order Form Exhibit A
, °f •
. k ,
City of Boynton Beach
Risk Management Department
INSURANCE ADVISORY FORM
Under the terms and conditions of all contracts, leases, and agreements, the City requires appropriate coverages listing the
City of Boynton Beach as Additional Insured.This is done by providing a Certificate of Insurance listing the City as"Certificate
Holder"and"The City of Boynton Beach is Additional Insured as respect to coverages noted."Insurance companies providing
insurance coverages must have a current rating by A.M. Best Co. of"B+"or higher. (NOTE:An insurance contract or binder
may be accepted as proof of insurance if a Certificate is provided upon selection of vendor.)Thefollowing is a list of types of
insurance required of contractors, lessees, etc., and the limits required by the City: (NOTE: This list is not all inclusive,
and the City reserves the right to require additional types of insurance, or to raise orlower the stated limits, based
upon identified risk.)
•
TYPE (Occurrence Based Only) MINIMUM LIMITS REQUIRED
General Liability General Aggregate $ 1,000,000.00
Commercial General Liability Products-Comp/Op Agg. $ 1,000,000.00
Owners & Contractor's Protective (OCP) Personal & Adv.'Injury $ 1,000,000.00
Asbestos Abatement Each Occurrence $ 1,000,000.00
Lead Abatement Fire Damage (any one fire) $ 50,000.00
Broad Form Vendors Med. Expense (any one person) $ 5,000.00
Premises Operations
Underground Explosion &Collapse Products
Completed Operations Contractual
Independent Contractors Fire
Legal Liability
Professional Liability Aggregate $ 1,000,000.00
Automobile Liability Combined Single Limit $ 1,000,000.00
Any Auto
All Owned Autos
Hired Autos
Non-Owned Autos
Excess Liability Each Occurrence to be determined
Umbrella Form Aggregate to be determined
Worker's Compensation Statutory Limits
Employer's Liability Each Accident $ 1,000,000.00
Disease, Policy Limit $ 1,000,000.00
Disease Each Employe, $ 1,000,000.00
Property:
Homeowners Revocable Permit $ 300,000.00
Builder's Risk Limits based on Project Cost
Installation Floater Limits based on Project Cost
Other-As Risk Identified to be determined
INSURANCE ADVISORY FORM
Insurance Advisory
EXHIBIT A
CITY OF BOYNTON BEACH, FL
TASK ORDER NO. GESUT-1C-02-25
RISK ASSESSMENT AND PRIORITIZATION FOR REPAIR AND REPLACEMENT PROJECTS FOR
WATER DISTRIBUTION, SEWER COLLECTION AND STORMWATER
RFQ NO.: CW24-001—GENERAL ENGINEERING CONSULTING SERVICES AGREEMENT
SCOPE CATEGORY "C"
11/18/2024
This Task Order(TO), when executed, shall be incorporated in and become part of the Agreement for
Professional Services between the City of Boynton Beach (CITY) and CDM Smith Inc. (VENDOR), dated
July 16, 2024, hereafter referred to as the Agreement.
BACKGROUND
The purpose of this project is to assist the CITY in refining their approach to horizontal pipeline asset
prioritization for further inspection, renewal and replacement work. The CITY desires to complete a risk
assessment of its water, wastewater and storm water assets to evaluate quantitatively and qualitatively
the risk failure by asset, and to develop a risk matrix.Additionally,the CITY would like to develop a
decision-making process and prioritization criteria for repairs, rehabilitation, extending life of the asset
by lining or other means or replacement of the asset.This project will apply a desktop prioritization
analysis approach to the CITY utility systems listed below leveraging the CITY's geographic information
system (GIS) and other asset data and using software owned and operated by the VENDOR to perform
the analysis described in this Task Order for the following CITY utility system assets:
• Water distribution and transmission pipelines
• Wastewater collection and trunk pipelines
• Stormwater collection system pipelines
Pipeline end assets connected to the pipelines will be prioritized based on the risk-based scoring of the
pipelines that flow into or out of them depending on the system flow shown in the CITY GIS database.
SCOPE OF WORK
The following is a description of the VENDOR services to be provided under this Task Order(TO):
Task 1.0—Desktop Prioritization Criteria Development
Subtask 1.1 Initial Prioritization Factor Workshop
VENDOR will conduct a meeting with key project leaders and end-user stakeholders. This meeting will be
held at CITY's office and attended in person by local VENDOR staff and via Microsoft Teams by non-local
VENDOR staff. During this meeting, VENDOR will present an initial recommended pipeline prioritization
data process approach for the desktop prioritization process. The VENDOR will present and describe a
1of7
list of consequence of failure (COF) and likelihood of failure (LOF) factors for use in the desktop
prioritization process for each asset type. During the workshop, VENDOR and CITY staff will develop and
mutually agree on the factors to be included in the process as well as the relative weighting values to be
applied to the factors to account for differences in the importance of the factors affecting the COF and
LOF of potential pipeline asset failures. A second workshop held under Task 1.3 below will verify
alignment of factors and weights with provided CITY Staff input.
Subtask 1.2 Utility Pipeline Asset Data Review
VENDOR will perform a review of the utility system data available in the CITY's GIS database and will
document the amount of missing or potentially erroneous attribute data for further review by CITY staff.
The unique asset identifier codes will be reviewed for their suitability to support the prioritization
process and a number of GIS database quality control checks will be performed by the VENDOR to
identify any structural issues that could potentially impact the spatial and other analyses to be
performed during the prioritization process.The CITY will extract and provide its Accel/Adapt tool data
for analysis of potential useful information that can be applied to risk assessments. The results of the
data review will be documented in a technical memorandum and GIS data layers containing the records
that have issues will be provided to the CITY for further evaluation or correction in the GIS prior to
beginning Task 2.0.
Subtask 1.3 Prioritization Factor Review Workshop
VENDOR will conduct a meeting via Microsoft Teams with key project leaders and end-user stakeholders
to review the final list of risk factors and weights to be used as well as the best available data sources
identified to support each of the factors. A final list of potential risk factor data sources will be
developed and agreed upon during this workshop and CITY staff will begin collecting the available
information managed by the CITY to be provided to the VENDOR. VENDOR staff will gather risk factor
information from other publicly available sources such as county, state and federal GIS database
warehouses.The final set of risk-based prioritization factors will be documented as part of the Task 4.0
Final Report.
Task 2.0—Data Gathering and Review
VENDOR will gather from CITY an updated copy of available GIS data layers that have been modified per
the recommendations made during Task 1.0 based on the recommendations from Subtask 1.2. VENDOR
staff will coordinate with CITY staff to gather the CITY and other agency data noted in the Task 1
including database tables and GIS layers critical to the population of the risk-based prioritization factors
identified during Task 1.0. VENDOR staff will then review the data collected to verify they are
appropriate for use in populating the risk-based prioritization calculations during Task 3.0 of this scope
of services. Data issues will be discussed with CITY staff via a Microsoft Teams web-based meeting to
determine potential modifications or workarounds for each issue identified.
Task 3.0—Desktop Prioritization Development
During this task, VENDOR staff will implement the likelihood and consequence of failure factors
identified during Task 1.0 utilizing data collected and reviewed during Task 2.0. The factors and risk-
based analysis will be performed for the utility pipeline systems using VENDOR's copy of AquaTwin'
software from Aquanuity. VENDOR staff will load the risk factors with the data and perform an initial
risk-based prioritization run.
2 of 7
VENDOR and CITY staff will hold a virtual workshop via Microsoft Teams to review the results and
determine if refinements are desired or needed. VENDOR will refine the risk-based prioritization model
one time based on CITY staff comments. A sensitivity analysis will be performed on the factors for each
asset type to illustrate how changing the weightings can affect the outcome of the prioritizations and
the results shared with the CITY in the workshop. Additional refinements, if required, can be performed
under Task 5. The results of this analysis will be documented in the Task 4.0 Report including
recommendations regarding the amount and location of specific potential pipeline inspections and
replacements based on the prioritization results. The results of the prioritization process, including
individual factor and final total likelihood and consequence of failure results, will be provided in a GIS
database format that can be linked to and used within the CITY's GIS during and after the completion of
this project. Instructions on the use of this data file within the GIS system will be provided.
Task 4.0—Final Report and Data Delivery
VENDOR will document the risk-based prioritization factors used in the analysis, the results of the
analysis and the recommendations regarding the potential locations and types of potential work to be
performed on the pipeline assets in a final report as part of this task. The report will include the
development of final recommendations regarding the yearly volume and potential candidates for work
over the next 5- and 10-year timeframes. VENDOR will address CITY comments on the draft report and
submit the final project report including the final GIS results database(s).
Task 5.0- Data Visualizations
VENDOR staff will create an interactive map with a dashboard in Esri ArcGIS Dashboards or Microsoft
PowerBl so the prioritization scores can be viewed by geographic area and asset type and the data is
accessible to the CITY for continued assessment of the system allowing CITY planners to perform data
driven decisions now as well as in the future.
Task 6.0—Assistance Allowance
VENDOR staff will work, as requested by CITY, to perform other requested related tasks (i.e., gather and
populate missing or suspect data identified, guide, oversee, consult, and/or perform data development
work) where necessary as the CITY desires.This Task is on an as-needed basis. The work may require a
mix of both Senior GIS Professionals and GIS/CAD Support Services staff trained in this type of work.
Task 7.0- Project Management, Meetings, and Quality Management
VENDOR will perform administrative and project management activities throughout the project
consistent with VENDOR's quality management program and CITY's requirements. Specific activities
included are identified below:
Subtask 7.1 Project Management
VENDOR will perform administrative and project management activities throughout the project
consistent with VENDOR's quality management program and CITY's requirements. Project management
will include maintaining lines of communication and project coordination, monthly financial
performance monitoring of the budget and status reports, reporting schedules, technical conference
calls, managing technical project resources, and maintaining quality control.
3 of 7
Subtask 7.2 Meetings
The VENDOR will attend up to thirteen (13) meetings with the CITY.The VENDOR will prepare meeting
minutes for documentation purposes.
The proposed meetings include:
• One (1) project kickoff meeting with CITY staff
• Two (2) meetings to identify and finalize the risk factors desired
• One (1) meeting to discuss the results of the Task 2.0 data gathering and review
• Two (2) meetings to review the draft and final risk-based prioritization data processing
• One (1) final meeting to review the comments of the draft final report.
• Six (6) (approximately bi-monthly) brief, virtual project progress meetings
Subtask 7.3 Project Quality Technical Review
The VENDOR maintains a quality management system (QMS) for CITY projects performed by VENDOR.
Technical reviews of deliverables are budgeted for and will be performed to review various milestone
submittals.
ASSUMPTIONS
The services defined in Tasks 1.0 through 7.0 are based upon the following assumptions:
1. The CITY will provide data, support, and reviews as identified above, including existing GIS
databases, available past pipeline condition information in digital format, past work order data
and other data pertinent to the project identified during Task 2.0 that are owned by the CITY.
2. VENDOR will utilize available data from CITY and other sources to populate the risk factors and
will identify limitations in the datasets but will not perform updates or edits to any of the
datasets, unless approved by CITY, prior to their use in the risk analysis.
3. VENDOR will provide the results of the analysis in an Esri GIS geodatabase format and will
perform the analysis using a copy of AquaTwin' software owned by VENDOR and will not
provide this or any software to the CITY as part of this project.
4. Physical inspection of CITY's water, wastewater and storm water pipeline assets by VENDOR is
not included in these services.
S. The proposed schedule assumes the required data is provided by the CITY within the time
periods allotted.
6. All work will be performed at VENDOR's offices and meetings will be remote using Microsoft
Teams web-meeting technology with local VENDOR staff attending in person when appropriate.
DELIVERABLES BY TASK
The following deliverables will be provided:
4 of 7
• Subtask 1.1— Factor Workshop
o Matrix of chosen and revised LOF/COF factors and weightings by asset type.
• Subtask 1.2 - Data review TM
o List of missing or erroneous data for CITY action
o List of database structure issues
o List of data quality control checks performed and results of the checks
• Subtask 1.3—Prioritization Workshop
o Final list of risk factors and weights by asset
• Subtask 2.0— Data Review
o Electronic meeting notes of data issues
o List of action items for resolution
• Subtask 3.0—Desktop Prioritization
o Workshop notes on initial prioritization results
o Sensitivity analysis results by asset type
o Action items for resolution
• Subtask 4.0—Report and Datafile
o Draft report documenting the prioritization process and results and recommendations
for:
• Annual volume of R&R work recommended for each asset type
• Identification of potential candidates for work for a 5-and 10-yr timeframe to
lower asset risk
• Planning-budget level cost opinions of the work for the two timeframes
• Updated GIS database and pipe risk data fields
• Instructions on the use of the risk data file within the GIS system will be
provided.
• Interactive map and linked dashboards
o Final report incorporating applicable CITY comments
• Subtask 5.0—Data Visualizations
o Dashboard template file(s) in ArcGIS Dashboards or Microsoft PowerBl
• Subtask 6.0— Deliverables to be determined depending on assignments
• Subtask 7.0— Project Management
o Meeting minutes and action items lists as identified above
o Monthly Invoices and Status Reports
TIME OF COMPLETION/SCHEDULE
It is anticipated that the project will take 11 months to complete, starting within two weeks of receipt of
a formal notice to proceed (NTP) and purchase order receipt (PO). VENDOR will prepare an updated
5 of 7
detailed schedule within the first fifteen (15) calendar days after Notice to Proceed. The anticipated
schedule for each Task is as follows:
• Task 1.0: within 3 months from NTP
• Task 2.0: within 1 month after data for Task 2.0 are received from CITY
• Task 3.0: within 5 months after completion of Task 2.0
• Task 4.0: within 2 months after completion of Task 3.0
• Task 5.0: within two months of completion of Task 3.0
• Task 6.0: As needed and requested by CITY
• Task 7.0: Throughout the life of the project
PAYMENT AND COMPENSATION
The VENDOR will provide Task 1.0-Task 7.0 services for a not-to-exceed fee of$231,700. Not-to-exceed
invoices will be submitted monthly for the VENDOR actual labor hours at contractual billing rates in
accordance with the terms of the Agreement.The CITY will be invoiced for actual work completed by the
VENDOR. Written monthly status reports will be provided with each monthly invoice. Exhibit 1 provides
a Budget Summary.
6 of 7
Vet DIT 1
RISK ASSESSMENT AND PRIORITIZATION FOR REPAIR AND REPLACEMENT PROS ECTS FOR WATER D6TRIDUTION,SEWER COUICTION AND STORMNATER CITY OF DOYNTON REACH
RFQ NO.:CW 24-001-GENERAL ENG INEERING CONSULTING SERVICES AGREEMENT SCOPE CATEG ORE"C"
Task Order No.GESUT-LC-02-25 Budget
ProTask PrincipalPAN HR Sr. GS
Enjn ter Designer Clerical Total Other area
Dela lotion ($300) nater Engineer Saco Yst (52001 (51901 151301 MOS rs Total Labor Costs Total
No. (5220) 15260) 152001
HR Mr5 Mrs Mrs Mrs Mrs Mrs Mrs 5 S $
1 Desktop Priortization Criteria Development 16 6 124 146 531,280 531,180
2 Data Gatherrigand Review 20 2 132 154 $32,960 $32,960
3 De9ttop Priortizaton Development 58 6 200 264 559,080 $59,080
4 Finer Report and Data Delivery 40 12 120 6 178 540,140 540,140
5 DataVsual¢atiors 16 6 46 68 515,680 $15,680
6 AssstanceAlowatoe 16 8 80 104 523,040 523,040
7 PNr1 n emertt,Meet ngs,andQtskty 16 62 16 32 116 529.520 $29,520
anagement
Tett Project Cost,MME 182 102 0 718 0 0 3B 1040 $0 $231.7110
7 of 7