Loading...
HomeMy WebLinkAboutR-03-0190J-03-095 02/27/03190 2/27/03„„ RESOLUTION NO. 03 ` V A RESOLUTION OF THE MIAMI CITY COMMISSION, WITH ATTACHMENT(S), ACCEPTING THE CITY MANAGER'S APPROVAL OF THE FINDINGS AND RECOMMENDATIONS OF THE EVALUATION COMMITTEE, PURSUANT TO REQUEST FOR QUALIFICATIONS NO. 01-02-222 AS TO THE MOST QUALIFIED FIRM FOR THE DEVELOPMENT OF A COMPREHENSIVE EMERGENCY MANAGEMENT PLAN; AUTHORIZING THE CITY MANAGER TO EXECUTE A PROFESSIONAL SERVICES AGREEMENT, IN SUBSTANTIALLY THE ATTACHED FORM, WITH DAVISLOGIC INC., D/B/A ALL HANDS CONSULTING, FOR THE PROVISION OF PART A SERVICES, IN AN AMOUNT NOT TO EXCEED $397,606, AND THE PROVISION OF PART B SERVICES, IN AN AMOUNT NOT TO EXCEED $180,534; ALLOCATING FUNDS FROM CAPITAL IMPROVEMENT PROJECTS ENTITLED, "ALL HAZARDS COMPREHENSIVE EMERGENCY MANAGEMENT PLAN,” PROJECT NO. 313854, ACCOUNT CODE NO. 289401.6.340 ($241,917), AND "BUSINESS CONTINUITY," PROJECT NO. 311507 ACCOUNT CODE NO. 469401.6.270 ($155,689), FOR PART A SERVICES, AND FROM VARIOUS DEPARTMENT ACCOUNTS FOR PART B SERVICES, FOR A TOTAL CONTRACT AMOUNT NOT TO EXCEED $578,140, SUBJECT TO BUDGETARY APPROVAL. WHEREAS, the City of Miami ("City") issued Request for Qualifications No. 01-02-222 seeking qualified firms for the creation of an all -hazards, Comprehensive Emergency Management Plan ("CEMP"); and �iiCn�oaD �anODOW -0 A1d8NU4D Bpi -Q33,q L AV, v ti0 H ��iJ My COM OSSION MEET= of FEB 7 7 7Pnl Resolution No. 03"' 190 WHEREAS, this strategic planning process which will culminate in the creation and delivery of a City -Wide CEMP, will facilitate the implementation of nationally based "best practices" policies and procedures into the operations and service delivery of the City to its residents and visitors; and WHEREAS, the City's ability to effectively respond to critical events that potentially disrupt the continuity of government services will be directly enhanced by the aforementioned process; and WHEREAS, in additional to addressing natural and technological hazards, this process will enhance the City's ability to respond to and recover from manmade threats such as those from Weapons of Mass Destruction and other terrorist threats; and WHEREAS, the Evaluation Committee evaluated the proposals received, and ranked DavisLogic Inc., d/b/a All Hands Consulting as the top-ranked firm; NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI, FLORIDA: Section 1. The recitals and findings contained in the Preamble to this Resolution are adopted by reference and incorporated as if fully set forth in this Section. Page 2 of 4 03- 190 Section 2. The City Manager's approval of the findings and recommendations of the Evaluation Committee, pursuant to Request for Qualifications No. 01-02-222, that the most qualified firm for the development of a City -Wide Comprehensive Emergency Management Plan ("CEMP"), is DavisLogic Inc., d/b/a All Hands Consulting, is accepted. Section 3. The City Manager is authorized!/ to execute a Professional Services Agreement, in substantially the attached form, with DavisLogic Inc., d/b/a All Hands Consulting, for the provision of Part A Services, in an amount not to exceed $397,606, and the provision of Part B Services, in an amount not to exceed $180,534, with funds allocated from Capital Improvement Projects entitled "All Hazards Comprehensive Emergency Management Plan," Project No. 313854, Account Code No. 289401.6.340 ($241,917), and "Business Continuity," Project No. 311507, Account Code No. 469401.6.270 ($155,689), for Part A Services, and from various Department Accounts for Part B Services, subject to budgetary approval, for a total contract amount not to exceed $578,140. 1� The herein authorization is further subject to compliance with all requirements that may be imposed by the City Attorney, including but not limited to those prescribed by applicable City Charter and Code provisions. Page 3 of 4 4)3- iso Section 4. This Resolution shall become effective immediately upon its adoption and signature of the Mayoral PASSED AND ADOPTED this 27th day of ATTEST: PRISCILLA A. THOMPSON CITY CLERK 2003. APPR,pVfD A, O F ! AND CORRECTNESS FWJ^DRO VILARELLO CI2017 ATTORNEY 6861:tr:AS:BSS zi If the Mayor does not sign this Resolution, it shall become effective at the end of ten calendar days from the date it was passed and adopted. If the Mayor vetoes this Resolution, it shall become effective immediately upon override of the veto by the City Commission. Page 4 of 4 03- 1, ga PROFESSIONAL SERVICES AGREEMENT This Agreement is entered into this _ day of November, 2002 (but effective as of ) by and between the City of Miami, a municipal corporation of the State of Florida ("City") and DavisLogic Inc., dba All Hands Consulting, a Maryland corporation ("Provider"). RECITALS: A. The City has issued a Request for Proposal ("RFQ") for the provision of Comprehensive Emergency Management Planning Services ("Services") and Provider's proposal ("Proposal"), in response thereto, has been selected as the most qualified proposal for the provision of the Services. The RFQ and the Proposal are sometimes referred to herein, collectively, as the Solicitation Documents, and are by this reference incorporated into and made a part of this Agreement. B. The Commission of the City of Miami, by Resolution No. - , adopted on , 2003, approved the selection of Provider and authorized the City Manager to execute a contract, under the terms and conditions set forth herein. NOW, THEREFORE, in consideration of the mutual covenants and promises herein contained, Provider and the City agree as follows: TERMS: 1. RECITALS: The recitals are true and correct and are hereby incorporated into and made a part of this Agreement. A 09-- 190 2. TERM: The term of this Agreement shall be one (1) year commencing on the effective date hereof. 3. OPTION TO EXTEND: The City shall have the option to extend the term hereof for one (1) year, subject to availability and appropriation of funds. 4. SCOPE OF SERVICE: A. Provider agrees to provide the Services as specifically described, and under the special terms and conditions set forth in Attachment "A" hereto, which by this reference is incorporated into and made a part of this Agreement. Should the City determine additional services are required in addition to those reflected in Attachment "A," an addendum to this Agreement must be executed by all parties. B. Provider represents and warrants to the City that: (i) it possesses all qualifications, licenses and expertise required under the Solicitation Documents for the performance of the Services; (ii) it is not delinquent in the payment of any sums due the City, including payment of permit fees, occupational licenses, etc., nor in the performance of any obligations to the City, (iii) all personnel assigned to perform the Services are and shall be, at all times during the term hereof, fully qualified and trained to perform the tasks assigned to each; and (iv) the Services will be performed in the manner described in Attachment "A". 5. COMPENSATION: A. The amount of compensation payable by the City to Provider shall be based on the rates and schedules described in Attachment `B" providing said services delineated as Part A services for a total amount not to exceed $238,267; and should the City determine to implement Part B services, thereby authorizing an additional amount not to exceed $358,541.00 and which I ContractRFQ01-02-222ComprehensiveEmergencyMgmtPl an 1 2 03- 190 by this reference is incorporated into this Agreement; provided, however, that in no event shall the amount of compensation exceed $596,807.00. B. Unless otherwise specifically provided in Attachment `B", payment shall be made within forty five (45) days after receipt of Provider's invoice, which shall be accompanied by sufficient supporting documentation and contain sufficient detail, to allow a proper audit of expenditures, should City require one to be performed. If Provider is entitled to reimbursement of travel expenses (i.e. Attachment `B" includes travel expenses as a specific item of compensation), then all bills for travel expenses shall be submitted in accordance with Section 112.061, Florida Statutes. 6. OWNERSHIP OF DOCUMENTS: Provider understands and agrees that any information, document, report or any other material whatsoever which is given by the City to Provider or which is otherwise obtained or prepared by Provider pursuant to or under the terms of this Agreement is and shall at all times remain the property of the City. Provider agrees not to use any such information, document, report or material for any other purpose whatsoever without the written consent of City, which may be withheld or conditioned by the City in its sole discretion. 7. AUDIT AND INSPECTION RIGHTS: A. The City may, at reasonable times, and for a period of up to three (3) years following the date of final payment by the City to Provider under this Agreement, audit, or cause to be audited, those books and records of Provider which are related to Provider's performance under this Agreement. Provider agrees to maintain all such books and records at its principal place of business for a period of three (3) years after final payment is made under this Agreement. ContractRFQO l-02-222ComprehensiveEmergencyMgmtPl an 1 3 - 03— 100 B. The City may, at reasonable times during the term hereof, inspect Provider's facilities and perform such tests, as the City deems reasonably necessary, to determine whether the goods or services required to be provided by Provider under this Agreement conform to the terms hereof and/or the terms of the Solicitation Documents, if applicable. Provider shall make available to the City all reasonable facilities and assistance to facilitate the performance of tests or inspections by City representatives. All tests and inspections shall be subject to, and made in accordance with, the provisions of Section 18-55.2 of the Code of the City of Miami, Florida, as same may be amended or supplemented, from time to time. 8. AWARD OF AGREEMENT: Provider represents and warrants to the City that it has not employed or retained any person or company employed by the City to solicit or secure this Agreement and that it has not offered to pay, paid, or agreed to pay any person any fee, commission, percentage, brokerage fee, or gift of any kind contingent upon or in connection with, the award of this Agreement. 9. PUBLIC RECORDS: Provider understands that the public shall have access, at all reasonable times, to all documents and information pertaining to City contracts, subject to the provisions of Chapter 119, Florida Statutes, and agrees to allow access by the City and the public to all documents subject to disclosure under applicable law. Provider's failure or refusal to comply with the provisions of this section shall result in the immediate cancellation of this Agreement by the City. 10. COMPLIANCE WITH FEDERAL, STATE AND LOCAL LAWS: Provider understands that agreements between private entities and local governments are subject to certain laws and regulations, including laws pertaining to public records, conflict of interest, record a ContractRFQ01-02-222ComprehensiveEmergencyMgmtpian1 4 ryry ��1� 190 keeping, etc. City and Provider agree to comply with and observe all applicable laws, codes and ordinances as they may be amended from time to time. 11. INDEMNIFICATION: Provider shall indemnify, defend and hold harmless the City and its officials, employees and agents (collectively referred to as "Indemnitees") and each of them from and against all loss, costs, penalties, fines, damages, claims, expenses (including attorney's fees) or liabilities (collectively referred to as "Liabilities") by reason of any injury to or death of any person or damage to or destruction or loss of any property specifically arising out of, resulting from, or in connection with (i) the performance or non-performance of the services contemplated by this Agreement which is or is alleged to be directly or indirectly caused, in whole or in part, by any act, omission, default or negligence (whether active or passive) of Provider or its employees, agents or subcontractors (collectively referred to as "Provider"), regardless of whether it is, or is alleged to be, caused in whole or part (whether joint, concurrent or contributing) by any act, omission, default or negligence (whether active or passive) of the Indemnitees, or any of them or (ii) the failure of the Provider to comply with any of the paragraphs herein or the failure of the Provider to conform to statutes, ordinances, or other regulations or requirements of any governmental authority, federal or state, in connection with the performance of this Agreement. Provider expressly agrees to indemnify and hold harmless the Indemnitees, or any of them, from and against all liabilities which may be asserted by an employee or former employee of Provider, or any of its subcontractors, as provided above, for which the Provider's liability to such employee or former employee would otherwise be limited to payments under state Workers' Compensation or similar laws. 12. DEFAULT: If Provider fails to comply with any term or condition of this Agreement, or fails to perform any of its obligations hereunder, then Provider shall be in default. Upon the d ContractRFQ01-02-222ComprehensiveEmergencyMgmtPlan 1 5 03- 190 occurrence of a default hereunder the City, in addition to all remedies available to it by law, may immediately, upon written notice to Provider, terminate this Agreement whereupon all payments, advances, or other compensation paid by the City to Provider while Provider was in default shall be immediately returned to the City. Provider understands and agrees that termination of this Agreement under this section shall not release Provider from any obligation accruing prior to the effective date of termination. Should Provider be unable or unwilling to commence to perform the Services within the time provided or contemplated herein, then, in addition to the foregoing, Provider shall be liable to the City for all expenses incurred by the City in preparation and negotiation of this Agreement, as well as all costs and expenses incurred by the City in the re - procurement of the Services, including consequential and incidental damages. 13. RESOLUTION OF CONTRACT DISPUTES: Provider understands and agrees that all disputes between Provider and the City based upon an alleged violation of the terms of this Agreement by the City shall be submitted to the City Manager for his/her resolution, prior to Provider being entitled to seek judicial relief in connection therewith. In the event that the amount of compensation hereunder exceeds $50,000, the City Manager's decision shall be approved or disapproved by the City Commission. Provider shall not be entitled to seek judicial relief unless: (i) it has first received City Manager's written decision, approved by the City Commission if the amount of compensation hereunder exceeds $50,000, or (ii) a period of sixty (60) days has expired, after submitting to the City Manager a detailed statement of the dispute, accompanied by all supporting documentation (90 days if City Manager's decision is subject to City Commission approval); or (iii) City has waived compliance with the procedure set forth in this section by written instruments, signed by the City Manager. ContractRFQ01-02-222ComprehensiveEmergencyMgmtPlan 1 6 03- 190 14. CITY'S TERMINATION RIGHTS: A. The City shall have the right to terminate this Agreement, in its sole discretion, at any time, by giving written notice to Provider at least five (5) business days prior to the effective date of such termination. In such event, the City shall pay to Provider compensation for services rendered and expenses incurred prior to the effective date of termination. In no event shall the City be liable to Provider for any additional compensation, other than that provided herein, or for any consequential or incidental damages. B. The City shall have the right to terminate this Agreement, without notice to Provider, upon the occurrence of an event of default hereunder. In such event, the City shall not be obligated to pay any amounts to Provider and Provider shall reimburse to the City all amounts received while Provider was in default under this Agreement. 15. INSURANCE: Provider shall, at all times during the term hereof, maintain such insurance coverage as may be required by the City. All such insurance, including renewals, shall be subject to the approval of the City for adequacy of protection and evidence of such coverage shall be furnished to the City on Certificates of Insurance indicating such insurance to be in force and effect and providing that it will not be canceled during the performance of the services under this contract without thirty (30) calendar days prior written notice to the City. Completed Certificates of Insurance shall be filed with the City prior to the performance of services hereunder, provided, however, that Provider shall at any time upon request file duplicate copies of the policies of such insurance with the City. If, in the judgment of the City, prevailing conditions warrant the provision by Provider of additional liability insurance coverage or coverage which is different in kind, the City reserves the right to require the provision by Provider of an amount of coverage different from the ContractRFQ01-02-222ComprchemiveEmergencyMgmtPlan 1 7 03- 190 amounts or kind previously required and shall afford written notice of such change in requirements thirty (30) days prior to the date on which the requirements shall take effect. Should the Provider fail or refuse to satisfy the requirement of changed coverage within thirty (30) days following the City's written notice, this Contract shall be considered terminated on the date that the required change in policy coverage would otherwise take effect. 16. NONDISCRIMINATION: Provider represents and warrants to the City that Provider does not and will not engage in discriminatory practices and that there shall be no discrimination in connection with Provider's performance under this Agreement on account of race, color, sex, religion, age, handicap, marital status or national origin. Provider further covenants that no otherwise qualified individual shall, solely by reason of his/her race, color, sex, religion, age, handicap, marital status or national origin, be excluded from participation in, be denied services, or be subject to discrimination under any provision of this Agreement. 17. MINORITY AND WOMEN BUSINESS AFFAIRS AND PROCUREMENT PROGRAM: The City has established a Minority and Women Business Affairs and Procurement Program (the "M/WBE Program") designed to increase the volume of City procurement and contracts with Blacks, Hispanic and Women -owned business. The M/WBE Program is found in Ordinance No. 10062, a copy of which has been delivered to, and receipt of which is hereby acknowledged by, Provider. Provider understands and agrees that the City shall have the right to terminate and cancel this Agreement, without notice or penalty to the City, and to eliminate Provider from consideration and participation in future City contracts if Provider, in the preparation and/or submission of the Proposal, submitted false of misleading information as to its status as Black, Hispanic and/or Women owned business and/or the quality and/or type of minority or women owned business participation. ContractRFQ0I-02-222ComprehensiveEmergencyMgm[Plan l 8 03-- 190 18. ASSIGNMENT: This Agreement shall not be assigned by Provider, in whole or in part, without the prior written consent of the City's, which may be withheld or conditioned, in the City's sole discretion. 19. NOTICES: All notices or other communications required under this Agreement shall be in writing and shall be given by hand -delivery or by registered or certified U.S. Mail, return receipt requested, addressed to the other party at the address indicated herein or to such other address as a party may designate by notice given as herein provided. Notice shall be deemed given on the day on which personally delivered; or, if by mail, on the fifth day after being posted or the date of actual receipt, whichever is earlier. TO PROVIDER: Steven C. Davis DavisLogic Inc., dba All Hands Consulting 10025 Maple Avenue Columbia, Md. 21046 TO THE CITY: Chief Joseph R. Fernandez Department of Fire -Rescue City of Miami 444 SW 2nd Avenue, loth Floor Miami, Florida 33130 20. MISCELLANEOUS PROVISIONS: A. This Agreement shall be construed and enforced according to the laws of the State of Florida. B. Title and paragraph headings are for convenient reference and are not a part of this Agreement. C. No waiver or breach of any provision of this Agreement shall constitute a waiver of any subsequent breach_ of the same or any other provision hereof, and no waiver shall be effective unless made in writing. D. Should any provision, paragraph, sentence, word or phrase contained in this Agreement be determined by a court of competent jurisdiction to be invalid, illegal or otherwise ContractRFQ01-02-222ComprehensiveEmergencyMgmtPlan 1 9 03- 190 unenforceable under the laws of the State of Florida or the City of Miami, such provision, paragraph, sentence, word or phrase shall be deemed modified to the extent necessary in order to conform with such laws, or if not modifiable, then same shall be deemed severable, and in either event, the remaining terms and provisions of this Agreement shall remain unmodified and in full force and effect or limitation of its use. E. This Agreement constitutes the sole and entire agreement between the parties hereto. No modification or amendment hereto shall be valid unless in writing and executed by properly authorized representatives of the parties hereto. 21. SUCCESSORS AND ASSIGNS: This Agreement shall be binding upon the parties hereto, their heirs, executors, legal representatives, successors, or assigns. 22. INDEPENDENT CONTRACTOR: Provider has been procured and is being engaged to provide services to the City as an independent contractor, and not as an agent or employee of the City. Accordingly, Provider shall not attain, nor be entitled to, any rights or benefits under the Civil Service or Pension Ordinances of the City, nor any rights generally afforded classified or unclassified employees. Provider further understands that Florida Workers' Compensation benefits available to employees of the City are not available to Provider, and agrees to provide workers' compensation insurance for any employee or agent of Provider rendering services to the City under this Agreement. 23. CONTINGENCY CLAUSE: Funding for this Agreement is contingent on the availability of funds and continued authorization for program activities and is subject to amendment or termination due to lack of funds, reduction of funds and/or change in regulations, upon thirty (30) days notice. ContractRFQO 1-02-222ComprehensiveEmergencyMgmtPlan 1 10 r 24. REAFIRMATION OF REPRESENTATIONS: Provider hereby reaffirms all of the representations contained in the Solicitation Documents. 25. ENTIRE AGREEMENT: This instrument and its attachments constitute the sole and only agreement of the parties relating to the subject matter hereof and correctly set forth the rights, duties, and obligations of each to the other as of its date. Any prior agreements, promises, negotiations, or representations not expressly set forth in this Agreement are of no force or effect. 26. COUNTERPARTS: This Agreement may be executed in two or more counterparts, each of which shall constitute an original but all of which, when taken together, shall constitute one and the same agreement. IN WITNESS WHEREOF, the parties hereto have caused this instrument to be executed by their respective officials thereunto duly authorized, this the day and year above written. ATTEST: Priscilla A. Thompson, City Clerk ATTEST: Print Name: Title: Corporate Secretary ContractRFQO i-02-222ComprehensiveEmergencyMgmtPlan l "City" CITY OF MIAMI, a municipal corporation Carlos A. Gimenez, City Manager "Provider" DavisLogic Inc., dba All Hands Consulting, a Maryland corporation By: Print Name: Steven C. Davis Title: Vice President II 03- 190 APPROVED AS TO FORM AND APPROVED AS TO INSURANCE CORRECTNESS: REQUIREMENTS: ALEJANDRO VILARELLO City Attorney Elliot Fixler Acting Administrator Risk Management Division ContractUQ01-02-222CompmhensiveEmergencyMgm[Plan 1 12 03- 190_ Attachment "A" — Scope of Worl All Hands Consulting Professional Services Agreement for City of Miami Comprehensive Emergency Management Planning Services project The following outline summarizes the All Hands Consulting Scope of Work for the City of Miami Comprehensive Emergency Management Planning Services project. This Scope of Work is divided into two parts. Part A will be initiated upon contract signing. Part B is contingent on notice to proceed by the City of Miami. Part A Phase I - Project Initiation 1. Hold a kick-off meeting. 2. Obtain background information. 3. Analyze current situation. 4. Conduct a Hazard Vulnerability Analysis - Phase II - Mitigation Planning 1. Survey of Mitigation Projects and Initiatives 2. Identification of Hazards. 3. Develop Local Mitigation Strategy Phase III - Response and Recovery 1. Determine City's "Concept of Operations": 2. Determine CEMP structure, format, and content. 3. Identify planning process participants and development of planning process workbook. 4. Receive questionnaire/planning process workbooks from City, compile information and data for inclusion into CEMP. 5. Develop an ESF "primary/support" responsibility matrix. 6. Design EOC organization chart 7. Produce a first draft of the CEMP. 8. Produce a second draft of the CEMP 9. Prepare final draft. 10. Produce final Plan. 11. Summary Report. Phase IV — Readiness 1. Prepare and conduct initial drills and training 2. Provide After Action Reviews ContractRFQol-02-222ComprehensiveEmergencyMgmtPlant 13 03- 190 Attachment "A" — Scope of Woe All Hands Consulting Professional Services Agreement for City of Miami Comprehensive Emergency Management Planning Services project Part B Phase V — Implementation 1. Emergency Management Program Review (CAR) 2. Circulate for comment, answer questions 3. Attend meetings with staff City staff, to review comments 4. Develop FOGS 5. Conduct Table Top Exercise and Drills 6. Provide After Action Reviews 7. Monitor Implementation of Plan 8. Develop strategic workplan Phase VI - COOP and COG 1. Launch the Project 2. Review existing plans, orders of succession 3. Attend meetings appropriate staff to review comments 4. Conduct Risk Assessment 5. Conduct EOC Review 6. Conduct High-level Business Impact Analysis (Define business requirements determine RPO & RTO) 7. Conduct Technology Assessment 8. Conduct Business Strategy Review 9. Draft the Business Continuity Plan (To include technology map, IT Plan, business requirements, and linkage to business areas) 10. Develop COOP/COG Plan 11. Present the COOP Plan and Determine Next Steps N ContractRFQO I -02-222Comprehens iveEmergencyMgmtPlan I 14 - 03- 190 All Hands Consulting Attachment B The following table outlines the All Hands Consulting pricing structure for the City of Miami Comprehensive Emergency Management Planning Services project. All Hands Consulting will invoice the City of Miami on a monthly basis based for actual hours worked at the rates displayed below. Each invoice will include reimbursable expenses and shall be accompanied by sufficient supporting documentation. Payment will be made by the City of Miami within thirty (30) days after receipt of the invoice. Hold a kick-off meeting. 5 $ 85 S 3,400 S - S 3,400 Obtain background information. 4 $ 851$ 2,720 S - S 2,720 Analyze current situation. 3 S 851$ 2,04O.S - $ 2,040 Conduct a Hazard Vulnerability Analysis Survey of Mitigation Projects and Initiatives 40 5 S S 851S 85 S 27,200 3,400 S S - $ - S 27,200 3,400 Identification of hazards. 8 S 85 S 5,440 S - S 5,440 Develop Local Mitigation Strategy 1 Determine City's "Concept of Operations": 42 1 2 IS $ 851S 85 S 28,560 1,360 S S - Fs - $ -28.5601 1,360 Determine CEMP structure, format, and content. 6 $ 85 S 4,080 S - $ 4,080 Identify planning process participants and development of P12nninz Process workbook. 8 S 85 S 5,440 S - S 5,440 Receive questionnaire/planning process workbooks from City, compile information and data for inclusion into CEMP. 4 S 85 S 2,720 S - S 2,720 Develop an ESF "primary/support" responsibility matrix. 2 S 85 $ 1,360 S - S 1,360 Design EOC organization chart 2 S 85 S 1,360 S - S 1,360 Produce a first draft of the CEMP. 32 S 85 S 21,760 S - S 21,760 Produce a second draft of the CEMP 15 S 85 S 10,200 S - S 10,200 Prepare final draft. 15 S 85 S 10,200 S - S 10,200 Produce final Plan. 20 S 85 S 13,6001S - 13,600 Summary Report. 5 $ 85 S 3,400 S Is - S 3,400 Phase IN' - Readiness 12 Rate IS- 8,160 S 8,100 Prepare and conduct initial drills and training 10 IS 851S 6,8001S IS 6,800 Provide After Action Reviews 2 1 IS 851S 1,3601$ IS 1,360 Prepared by Steve Davis 12/19/2002 Page 1 03- 190 All Hands Consulting Attachment B Emergency Management Program Review (CAR) 20 S 85 S - S 13,600 S 13,600 Circulate for comment, answer questions 4 S 85 $ - S 2,720 S 2,720 Attend meetings with staff City staff, to review comments 4 $ 85 S - S 2,720 S 2,720 Develop FOGs 40 $ 85 S - S 27,200 S 27,200 Conduct Table Top Exercise and Drills 35 IS 85 S - S 23,8001S 23,800 Provide After Action Reviews 5 IS 85 S - $ 3,400 IS 3,400 Monitor Implementation of Plan 15 IS 88 S - S 10,560 IS 10,560 Develop strategic workplan =W Launch the Project 20 5 IS S 85 165 S S - - $ S 13,600 Ku� 6,600 IS S 13,600 6,600 Review existing plans, orders of succession 4 S 85 S - S 2,720 S 2,720 Attend meetings appropriate staff to review comments 8 S 85 S - S 5,440 S 5,440 Conduct Risk Assessment 5 S 165 S - S 6,600 S 6,600 Conduct EOC Review 30 S 85 S - IS 20,400 S 20,400 Conduct High-level Business Impact Analysis (Define business requirements determine RPO & RTO)28 S 165 S - S 36,960 S 36,960 Conduct Technology Assessment 8 S 165 S - S 10,560 S 10,560 Conduct Business Strategy Review 5 S 165 S - S 6,600 S 6,600 Draft the Business Continuity Plan (To include technology map, IT Plan business requirements, and linkage to business areas 20 S 165 S - S 26,400 S 26,400 Develop COOP/COG Plan 30 S 1281S - $ 30,600 S 30,600 Present the COOP Plan and Determine Next Steps Travel Expenses anti Supplies Air Travel Da% S 24 5 Da% S 30 S RAe S 165 500 1 S S S - 33,766 12,000 IS S S 6,6001$ 38,466 15,000 S S 6,600 2,2 i 27,000 Per Diem 120 140 S 40 S 4,800 S 5,600 S 10,400 Lodging 100 110 $ 90 S 91000 S 91900 S 18,900 Mileage 40 40 S 24 S 966 S 966 S 1,932 Car Rental 20 20 2501S 5,0001S 5,000 S 10,000 Misc. Supplies, Parking, etc. Project Summary Consulting Fees (Phases) I)x's 230 Da N S 291 IS Rate IS 2,000 S 156,400 S 2,000 S 257,080 S 4,000 S 413,480 Travel and Expenses (from above) S 33,766 S 38,466 S 72,232 Project Management 17 20 S 165 S 22,440 S 26,400 S 48,840 Administrative Support 10 10 S 30 S 2,400 S 2,400 S 4,800 Documentation 5 5 S 40 $ 1,600 $ 1,600 S 3,200 Contingency (10%) S 21,661 $ 32,595 S 54,255 TOTALS 262 326 S 238,267 S 358,541 S 596,807 Prepared by Steve Davis 12/19/2002 Page 2 03- 1440 Budgetary Impact Analysis 1. Department Fire -Rescue Division: Disaster Management &Public Affairs 2 7 Agenda Item # (if available) Title and brief description of legislation or attach ordinance/resolution: Resolution approving the findings of the Evaluation Committee pursuant to RF #01-02-222, DevelpRment of a Comprehensive Emergency Management Plan (CENT)' authorizing the City Manager to execute the attached professional services aweement with Davis Logic Inc, dba All Hands Consulting for a total amount not to exceed $397,606 for the provision of Part A services. Is this item related to revenue? NO: X YES ! (If yes, skip to item #7.) 5. Are there sufficient funds in Line Item? YES: X Index Code 289401 & 469401 Minor Obj. Code 340 & 270 Amount: $397.606 Account Code No. 289401.6.340 ($241,917); Account Code No. 469401.6.270 ($155,689) NO: _ Complete the following questions: 0 VJ Q Source of funds: Amount budgeted in the Line Item $ Balance in Line Item $ Amount needed in the Line Item $ Q Pr ;—t A -4e .:.;11 11P rrnnefPrrPri frnm the fnllnurina line. item C: ACTION ACCOUNT NUMBER ACCOUNT NAME TOTAL Index/Minor Object/Project No. V t From $ From $ From $ To $ Any additional comments? Funding for this project are available from the Capital Improvement Project entitled "All Hazards `e;y �. Deoardnent Di ctor/Desiim FOR DEPARTMENT OF A ET USE ONLY Verified by: V t Verified by: r ector/Designee 7 Chief of Strategi 1 dge ' dC Budget Analyst Performance/Designee 2/ 03 Date Date Date 03- 190 CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM TO: Michael A. Rath, Acting Director Department of Purchasing FROM: Chief William W. Bryson, Director Department of Fire -Rescue DATE: January 10, 2003 FILE: SUBJECT: Comprehensive Emergency Management Plan REFERENCES: ENCLOSURES: Commission Meeting Resolution The City of Miami Department of Fire -Rescue has verified that funding is available to award a contract for Comprehensive Emergency Management Planning (CENT) to DavisLogic Inc., dba All Hands Consulting, the top ranked firm, pursuant to approved RFQ # 01-02-222, Development of a Comprehensive Emergency Management Plan, for Part A services, in an amount not to exceed $397,606. The funds for Part A of this project are available from the Capital Improvement Project entitled "All Hazards Comprehensive Emergency Management Plan", Project No. 313854, Account Code No. 289401.6.340 ($241,917) and Capital Improvement Project entitled "Business Continuity", Project No. 31150�ccount Code No. 469401.6.270 ($155,689). ITD Approval: / Let4dVIUnmis, Chief Information Officer Budget Approval: T.. Larry M. n of of S-"' egic Pl mg, Budgeting and Performance CIP Approval: CIP Approval: W WB/MLK/JRF/jam FM.006.doc 15; /,)� Date Z ate 2-5-03 Date 7/(r/o Date 03- 190 CITY OF MIAMI, FLORIDA EVALUATION OF RFQ NO. 01-02-222 9272002 COMPREHENSIVE EMERGENCY MANAGEMENT PLAN Raters # 1: William P. Johnson, Assistant Director, Miami -Dade County Office of Emergency Management # 2: Eric Yuhr, Assistant FireChief, Miami Beach Department of Fire -Rescue # 3: Joseph R. Fernandez, Assistant Fire Chief, City of Miami Department of Fire -Rescue Approved by: Approved by: Michael A. Rath, Acting Director Director / Designee Department of Purchasing Date: 1` ��4-?> Date: 03- 190 Rater 1 Rater 2 Rater 3 Total Average RanldnP: KPMG LLP 77.00 78.00 83.00 238.00 79.33 2 ABS Consulting 62.00 68.00 69.00 199.00 6633 * Firm not short-listed Marsh 55.00 63.00 61.00 179.00 59.67 * Finn not short-listed DRC, Inc. 49.00 66.00 65.00 180.00 60.00 * Firm not short-listed Davis Logic / All Hands 80.00 80.00 86.00 246.00 82.00 1 ICF Consulting 67.00 75.00 77.00 219.00 73.00. 5 URS Corporation 75.00 80.00 81.00 236.00 78.67 4 Management Advisory Group 52.00 66.00 72.00 190.00 6333 * Finn not short-listed PBS & J 79.00 79.00 79.00 237.00 79.00 3 John N. Sabourin *** Deemed Non -Responsive to RFQ *•* Raters # 1: William P. Johnson, Assistant Director, Miami -Dade County Office of Emergency Management # 2: Eric Yuhr, Assistant FireChief, Miami Beach Department of Fire -Rescue # 3: Joseph R. Fernandez, Assistant Fire Chief, City of Miami Department of Fire -Rescue Approved by: Approved by: Michael A. Rath, Acting Director Director / Designee Department of Purchasing Date: 1` ��4-?> Date: 03- 190 PROFESSIONAL SERVICES AGREEMENT This Agreement is entered into this _ day of February, 2003 (but effective as of by and between the City of Miami, a municipal corporation of the State of Florida ("City") and DavisLogic Inc., dba All Hands Consulting, a Maryland corporation ("Provider"). RECITALS: A. The City has issued a Request for Proposal ("RFQ') for the provision of Comprehensive Emergency Management Planning Services ("Services") and Provider's proposal ("Proposal"), in response thereto, has been selected as the most qualified proposal for the provision of the Services. The RFQ and the Proposal are sometimes referred to herein, collectively, as the Solicitation Documents, and are by this reference incorporated into and made a part of this Agreement. B. The Commission of the City of Miami, by Resolution No. - , adopted on , 2003, approved the selection of Provider and authorized the City Manager to execute a contract, under the terms and conditions set forth herein. NOW, THEREFORE, in consideration of the mutual covenants and promises herein contained, Provider and the City agree as follows: TERMS: 1. RECITALS: The recitals are true and correct and are hereby incorporated into and made a part of this Agreement. 03- IJO 2. TERM: The term of this Agreement shall be one (1) year commencing on the effective date hereof. 3. OPTION TO EXTEND: The City shall have the option to extend the term hereof for one (1) year, subject to availability and appropriation of funds. 4. SCOPE OF SERVICE: A. Provider agrees to provide the Services as specifically described, and under the special terms and conditions set forth in Attachment "A" hereto, which by this reference is incorporated into and made a part of this Agreement. Should the City determine additional services are required in addition to those reflected in Attachment "A," an addendum to this Agreement must be executed by all parties. B. Provider represents and warrants to the City that: (i) it possesses all qualifications, licenses and expertise required under the Solicitation Documents for the performance of the Services; (ii) it is not delinquent in the payment of any sums due the City, including payment of permit fees, occupational licenses, etc., nor in the performance of any obligations to the City, (iii) all personnel assigned to perform the Services are and shall be, at all times during the term hereof, fully qualified and trained to perform the tasks assigned to each; and (iv) the Services will be performed in the manner described in Attachment "A". 5. COMPENSATION: A. The amount of compensation payable by the City to Provider shall be based on the rates and schedules described in Attachment "B" providing said services delineated as Part A services for a total amount not to exceed $397,606.00; and should the City determine to implement Part B services, thereby authorizing an additional amount not to exceed $180,534.00 ComprehensiveEmergencyMgmtPlanV3 2 03- 190 reference is incorporated into this agreement; provided, however, that in no event shall the amount of compensation exceed $578,140.00. B. Unless otherwise specifically provided in Attachment "B", payment shall be made within forty five (45) days after receipt of Provider's invoice, which shall be accompanied by sufficient supporting documentation and contain sufficient detail, to allow a proper audit of expenditures, should City require one to be performed. If Provider is entitled to reimbursement of travel expenses (i.e. Attachment `B" includes travel expenses as a specific item of compensation), then all bills for travel expenses shall be submitted in accordance with Section 112.061, Florida Statutes. 6. OWNERSHIP OF DOCUMENTS: Provider understands and agrees that any information, document, report or any other material whatsoever which is given by the City to Provider or which is otherwise obtained or prepared by Provider pursuant to or under the terms of this Agreement is and shall at all times remain the property of the City. Provider agrees not to use any such information, document, report or material for any other purpose whatsoever without the written consent of City, which may be withheld or conditioned by the City in its sole discretion. 7. AUDIT AND INSPECTION RIGHTS: A. The City may, at reasonable times, and for a period of up to three (3) years following the date of final payment by the City to Provider under this Agreement, audit, or cause to be audited, those books and records of Provider which are related to Provider's performance under this Agreement. Provider agrees to maintain all such books and records at its principal place of business for a period of three (3) years after final payment is made under this Agreement. ComprehensiveHmergencyMgmtPlanV3 3 03— 19it B. The City may, at reasonable times during the term hereof, inspect Provider's facilities and perform such tests, as the City deems reasonably necessary, to determine whether the goods or services required to be provided by Provider under this Agreement conform to the terms hereof and/or the terms of the Solicitation Documents, if applicable. Provider shall make available to the City all reasonable facilities and assistance to facilitate the performance of tests or inspections by City representatives. All tests and inspections shall be subject to, and made in accordance with, the provisions of Section 18-55.2 of the Code of the City of Miami, Florida, as same may be amended or supplemented, from time to time. 8. AWARD OF AGREEMENT: Provider represents and warrants to the City that it has not employed or retained any person or company employed by the City to solicit or secure this Agreement and that it has not offered to pay, paid, or agreed to pay any person any fee, commission, percentage, brokerage fee, or gift of any kind contingent upon or in connection with, the award of this Agreement. 9. PUBLIC RECORDS: Provider understands that the public shall have access, at all reasonable times, to all documents and information pertaining to City contracts, subject to the provisions of Chapter 119, Florida Statutes, and agrees to allow access by the City and the public to all documents subject to disclosure under applicable law. Provider's failure or refusal to comply with the provisions of this section shall result in the immediate cancellation of this Agreement by the City. 10. COMPLIANCE WITH FEDERAL, STATE AND LOCAL LAWS: Provider understands that agreements between private entities and local governments are subject to certain laws and regulations, including laws pertaining to public records, conflict of interest, record ComprehensiveEmergencyMgmtPlanV3 4 keeping, -etc. City and Provider agree to comply with and observe all applicable laws, codes and ordinances as they may be amended from time to time. 11. INDEMNIFICATION: Provider shall indemnify, defend and hold harmless the City and its officials, employees and agents (collectively referred to as "Indemnitees") and each of them from and against all loss, costs, penalties, fines, damages, claims, expenses (including attorney's fees) or liabilities (collectively referred to as "Liabilities") by reason of any injury to or death of any person or damage to or destruction or loss of any property specifically arising out of, resulting from, or in connection with (i) the performance or non-performance of the services contemplated by this Agreement which is or is alleged to be directly or indirectly caused, in whole or in part, by any act, omission, default or negligence (whether active or passive) of Provider or its employees, agents or subcontractors (collectively referred to as "Provider"), regardless of whether it is, or is alleged to be, caused in whole or part (whether joint, concurrent or contributing) by any act, omission, default or negligence (whether active or passive) of the Indemnitees, or any of them or (ii) the failure of the Provider to comply with any of the paragraphs herein or the failure of the Provider to conform to statutes, ordinances, or other regulations or requirements of any governmental authority, federal or state, in connection with the performance of this Agreement. Provider expressly agrees to indemnify and hold harmless the Indemnitees, or any of them, from and against all liabilities which may be asserted by an employee or former employee of Provider, or any of its subcontractors, as provided above, for which the Provider's liability to such employee or former employee would otherwise be limited to payments under state Workers' Compensation or similar laws. 12. DEFAULT: If Provider fails to comply with any term or condition of this Agreement, or fails to perform any of its obligations hereunder, then Provider shall be in default. Upon the ComprehensiveEmergencyMgmtPianV3 5 03- 190 occurrence of a default hereunder the City, in addition to all remedies available to it by law, may immediately, upon written notice to Provider, terminate this Agreement whereupon all payments, advances, or other compensation paid by the City to Provider while Provider was in default shall be immediately returned to the City. Provider understands and agrees that termination of this Agreement under this section shall not release Provider from any obligation accruing prior to the effective date of termination. Should Provider be unable or unwilling to commence to perform the Services within the time provided or contemplated herein, then, in addition to the foregoing, Provider shall be liable to the City for all expenses incurred by the City in preparation and negotiation of this Agreement, as well as all costs and expenses incurred by the City in the re - procurement of the Services, including consequential and incidental damages. 13. RESOLUTION OF CONTRACT DISPUTES: Provider understands and agrees that all disputes between Provider and the City based upon an alleged violation of the terms of this Agreement by the City shall be submitted to the City Manager for his/her resolution, prior to Provider being entitled to seek judicial relief in connection therewith. In the event that the amount of compensation hereunder exceeds $50,000, the City Manager's decision shall be approved or disapproved by the City Commission. Provider shall not be entitled to seek judicial relief unless: (i) it has first received City Manager's written decision, approved by the City Commission if the amount of compensation hereunder exceeds $50,000, or (ii) a period of sixty (60) days has expired, after submitting to the City Manager a detailed statement of the dispute, accompanied by all supporting documentation (90 days if City Manager's decision is subject to City Commission approval); or (iii) City has waived compliance with the procedure set forth in this section by written instruments, signed by the City Manager. 14. CITY'S TERMINATION RIGHTS: ComprehensiveEmergencyMgmtPlanV3 6 190 A. The City shall have the right to terminate this Agreement, in its sole discretion, at any time, by giving written notice to Provider at least five (5) business days prior to the effective date of such termination. In such event, the City shall pay to Provider compensation for services rendered and expenses incurred prior to the effective date of termination. In no event shall the City be liable to Provider for any additional compensation, other than that provided herein, or for any consequential or incidental damages. B. The City shall have the right to terminate this Agreement, without notice to Provider, upon the occurrence of an event of default hereunder. In such event, the City shall not be obligated to pay any amounts to Provider and Provider shall reimburse to the City all amounts received while Provider was in default under this Agreement. 15. INSURANCE: Provider shall, at all times during the term hereof, maintain such insurance coverage as may be required by the City. All such insurance, including renewals, shall be subject to the approval of the City for adequacy of protection and evidence of such coverage shall be furnished to the City on Certificates of Insurance indicating such insurance to be in force and effect and providing that it will not be canceled during the performance of the services under this contract without thirty (30) calendar days prior written notice to the City. Completed Certificates of Insurance shall be filed with the City prior to the performance of services hereunder, provided, however, that Provider shall at any time upon request file duplicate copies of the policies of such insurance with the City. If, in the judgment of the City, prevailing conditions warrant the provision by Provider of additional liability insurance coverage or coverage which is different in kind, the City reserves the right to require the provision by Provider of an amount of coverage different from the amounts or kind previously required and shall afford written notice of such change in ComprehensiveEmergencyMgmtP1=V3 7 (} 3— 190 requirements thirty (30) days prior to the date on which the requirements shall take effect. Should the Provider fail or refuse to satisfy the requirement of changed coverage within thirty (30) days following the City's written notice, this Contract shall be considered terminated on the date that the required change in policy coverage would otherwise take effect. 16. NONDISCRIMINATION: Provider represents and warrants to the City that Provider does not and will not engage in discriminatory practices and that there shall be no discrimination in connection with Provider's performance under this Agreement on account of race, color, sex, religion, age, handicap, marital status or national origin. Provider further covenants that no otherwise qualified individual shall, solely by reason of his/her race, color, sex, religion, age, handicap, marital status or national origin, be excluded from participation in, be denied services, or be subject to discrimination under any provision of this Agreement. 17. MINORITY AND WOMEN BUSINESS AFFAIRS AND PROCUREMENT PROGRAM: The City has established a Minority and Women Business Affairs and Procurement Program (the "M/WBE Program") designed to increase the volume of City procurement and contracts with Blacks, Hispanic and Women -owned business. The M/WBE Program is found in Ordinance No. 10062, a copy of which has been delivered to, and receipt of which is hereby acknowledged by, Provider. Provider understands and agrees that the City shall have the right to terminate and cancel this Agreement, without notice or penalty to the City, and to eliminate Provider from consideration and participation in future City contracts if Provider, in the preparation and/or submission of the Proposal, submitted false of misleading information as to its status as Black, Hispanic and/or Women owned business and/or the quality and/or type of minority or women owned business participation. ComprehensiveEmergencyMgmtPlanV3 8 t, 18. ASSIGNMENT: This Agreement shall not be assigned by Provider, in whole or in part, without the prior written consent of the City's, which may be withheld or conditioned, in the City's sole discretion. 19. NOTICES: All notices or other communications required under this Agreement shall be in writing and shall be given by hand -delivery or by registered or certified U.S. Mail, return receipt requested, addressed to the other party at the address indicated herein or to such other address as a party may designate by notice given as herein provided. Notice shall be deemed given on the day on which personally delivered; or, if by mail, on the fifth day after being posted or the date of actual receipt, whichever is earlier. TO PROVIDER: Steven C. Davis DavisLogic Inc., dba All Hands Consulting 10025 Maple Avenue Columbia, Md. 21046 TO THE CITY: Chief Joseph R. Fernandez Department of Fire -Rescue City of Miami 444 SW 2nd Avenue, 10'h Floor Miami, Florida 33130 20. MISCELLANEOUS PROVISIONS: A. This Agreement shall be construed and enforced according to the laws of the State of Florida. B. Title and paragraph headings are for convenient reference and are not a part of this Agreement. C. No waiver or breach of any provision of this Agreement shall constitute a waiver of any subsequent breach of the same or any other provision hereof, and no waiver shall be effective unless made in writing. D. Should any provision, paragraph, sentence, word or phrase contained in this Agreement be determined by a court of competent jurisdiction to be invalid, illegal or otherwise ComprehensiveEmergencyMgmtPlanV3 9 03- 190 9 0 a7 tl unenforceable under the laws of the State of Florida or the City of Miami, such provision, paragraph, sentence, word or phrase shall be deemed modified to the extent necessary in order to conform with such laws, or if not modifiable, then same shall be deemed severable, and in either event, the remaining terms and provisions of this Agreement shall remain unmodified and in full force and effect or limitation of its use. E. This Agreement constitutes the sole and entire agreement between the parties hereto. No modification or amendment hereto shall be valid unless in writing and executed by properly authorized representatives of the parties hereto. 21. SUCCESSORS AND ASSIGNS: This Agreement shall be binding upon the parties hereto, their heirs, executors, legal representatives, successors, or assigns. 22. INDEPENDENT CONTRACTOR: Provider has been procured and is being engaged to provide services to the City as an independent contractor, and not as an agent or employee of the City. Accordingly, Provider shall not attain, nor be entitled to, any rights or benefits under the Civil Service or Pension Ordinances of the City, nor any rights generally afforded classified or unclassified employees. Provider further understands that Florida Workers' Compensation benefits available to employees of the City are not available to Provider, and agrees to provide workers' compensation insurance for any employee or agent of Provider rendering services to the City under this Agreement. 23. CONTINGENCY CLAUSE: Funding for this Agreement is contingent on the availability of funds and continued authorization for program activities and is subject to amendment or termination due to lack of funds, reduction of funds and/or change in regulations, upon thirty (30) days notice. ComprehensiveEmergencyMgmtPlanV3 10 03-- 190 24. REAFIRMATION OF REPRESENTATIONS: Provider hereby reaffirms all of the representations contained in the Solicitation Documents. 25. ENTIRE AGREEMENT: This instrument and its attachments constitute the sole and only agreement of the parties relating to the subject matter hereof and correctly set forth the rights, duties, and obligations of each to the other as of its date. Any prior agreements, promises, negotiations, or representations not expressly set forth in this Agreement are of no force or effect. 26. COUNTERPARTS: This Agreement may be executed in two or more counterparts, each of which shall constitute an original but all of which, when taken together, shall constitute one and the same agreement. IN WITNESS WHEREOF, the parties hereto have caused this instrument to be executed by their respective officials thereunto duly authorized, this the day and year above written. ATTEST: Priscilla A. Thompson, City Clerk "City" CITY OF MIAMI, a municipal corporation LE Joe Arriola, City Manager "Provider" ATTEST: DavisLogic Inc., dba All Hands Consulting, a Maryland corporation By: Print Name: Print Name: Wendy L. Davis Title: Corporate Secretary Title: President ComprehensiveEmeMencyMgmtPlanV3 11 0�- 190 APPROVED AS TO FORM AND CORRECTNESS: ALEJANDRO VILARELLO City Attorney APPROVED AS TO INSURANCE REQUIREMENTS: Elliot Fixler Acting Administrator Risk Management Division ComprehensiveEmergencyMgmtP1anV3 12 03- 190 Attachment "A" -- Scope of Work All Hands Consulting Professional Services Agreement for City of Miami Comprehensive Emergency Management Planning Services project The following outline summarizes the All Hands Consulting Scope of Work for the City of Miami Comprehensive Emergency Management Program Part A Phase I - Project Initiation and Baseline Assessment 1. Launch the Project 2. Hold a kick-off meeting, obtain background info 3. Analyze current situation. 4. Attend meetings with staff to gather information 5. Review existing plans, orders of succession 6. Conduct Risk Assessment 7. Conduct a Hazard Vulnerability Analysis 8. Conduct High-level BIA 9. Conduct Technology Assessment 10. Conduct Business Strategy Review 11. Conduct EOC Review Phase II - Response and Recovery 1. Determine City's "Concept of Operations": 2. Determine CEMP structure, format, and content. 3. Identify planning process participants and development of planning process workbook. 4. Receive questionnaire/planning process workbooks from City, compile information and data for inclusion into CENIP. 5. Develop an ESF "primary/support" responsibility matrix. 6. Design EOC organization chart 7. Produce a first draft of the CEMP (incl. COOP/COG) 8. Develop Functional Continuity Plans 9. Develop FOGS 10. Produce a second draft of the CENT 11. Prepare final draft Plan. 12. Produce final Plan. 13. Produce Summary Report. 14. Present the Plan and Determine Next Steps ComprehmsiveEmergencyMgmW1=V3 13 03- 190 Attachment "A" — Scope of Work All Hands Consulting Professional Services Agreement for City of Miami Comprehensive Emergency Management Planning Services project Part B Phase III - Mitigation Planning 1. Survey of Mitigation Projects and Initiatives 2. Identification of Hazards. 3. Develop Local Mitigation Strategy Phase IV — Readiness 1. Prepare and conduct initial drills and training 2. Provide After Action Reviews Phase V — Implementation 1. Emergency Management Program Review (CAR) 2. Circulate for comment, answer questions 3. Attend meetings with staff City staff, to review comments 4. Conduct Table Top Exercise and Drills 5. Provide After Action Reviews 6. Monitor Implementation of Plan 7. Develop strategic workplan ComprehensiveEmergeneyMgmtPlanV3 14 03- 190 All Hands Consulting Attachment B The following table outlines the All Hands Consulting pricing structure for the City of Miami Comprehensive Emergency Management Planning Services project. All Hands Consulting will invoice the City of Miami on a weekly basis based for actual hours worked at the rates displayed below. Each invoice will include reimbursable expenses and shall be accompanied by sufficient supporting documentation. Payment will be made by the City of Miami within thirty (30) days after receipt of the invoice. Phase/Task Phase I - Project Initiation Launch the Project Staffl)aNs Part A 133 4 StaffDi%s Part B I Rate S Rate 125 Cost S S Est. Part A 17,400 4,000 Cost Est. Part B S $ - Extended S S I Cost 38,640 4,000 Hold a kick-off meeting, obtain background information. 4 $ 125 S 4,000 $ - S 4,000 Analyze current situation. 4 S 125 $ 4,000 $ - S 4,000 Attend meetings with staff to gather information 6 S 125 $ 6,000,$- - $ 6,000 Review existing plans, orders of succession 3 $ 85 $ 2,040 $ - $ 2,040 Conduct Risk Assessment 5 $ 160 $ 6,400 $ - S 6,400 Conduct a Hazard Vulnerability Analysis 40 $ 85 $ 27,200 $ - $ 27,200 Conduct High-level BIA 24 IS 160 $ 30,720 $ - IS 30,720 Conduct Technology Assessment 8 $ 1601S 10,240 $ - $ 10,240 Conduct Business Strategy Review 5 $ 160 $ 6,400 $ - S 6,400 Conduct EOC Review Phase 11 - Response and Recovery Determine City's "Concept of Operations": 30 1 2 $ i Rate $ 851S 85 S S 20,400 166,400 1,360 $ - S $ - $ S S 20,400 166,400 1,360 Determine CEMP structure, format, and content. 6 $ 85 S 4,080 $ - S 4,080 Identify planning process participants and development of planning process workbook. 8 $ 85 $ 5,440 $ - S 5,440 Receive questionnaire/planning process workbooks from City, compile information and data for inclusion into CEMP. 4 $ 85 S 2,720 $ - S 2,720 Develop an ESF "primary/support" responsibility matrix. 2 $ 85 S 1,360 $ - S 1,360 Design EOC organization chart 2 $ 85 $ 1,360 S - S 1,360 Produce a first draft of the CEMP (incl. COOP/COG) 46 $ 110 $ 40,480 S - S 40,480 Develop Functional Continuity Plans 30 $ 160 $ 38,400 $ - $ 38,400 Develop FOGs 40 $ 85 IS 27,200 $ - S 27,200 Produce a second draft of the CEMP 12 $ 110 $ 10,560 $ - S 10,560 Prepare final draft Plan. 12 $ 110 $ 10,560 $ - S 10,560 Produce final Plan. 16 $ 110 S 14,080 $ - S 14,080 Produce Summary Report. 5 $ 110 $ 4,400 $ - S 4,400 Present the Plan and Determine Next. Steps 5 $ -111100.S 4,400 $ - $ 4,400 Prepared by Steve Davis 2/4/2003 Page 1 03- 190 All Hands Consulting Attachment B Survey of Mitigation Projects and Initiatives 5 S 85 S - S 3,400 S 3,400 Identification of hazards. 8 IS 85 S IS 5,440 IS 5,440 Develop Local Mid ation Strat i 42 15 85 S IS 28,560 1 S 28,%0 - Prepare and conduct initial drills and training 1 10 Is 110 S - S 8,800 IS 8,800 Provide After Action Reviews 2 1 $ 851S - IS 1,3601S 1,360 Emergency Management Program Review (CAR) 20 $ 85 $ - $ 13,600 S 13,600 Circulate for comment, answer questions 4 $ 85 $ - $ 2,720 $ 2,720 Attend meetings with staff City staff, to review comments 4 $ 85 $ - S 2,720 $ 2,720 Conduct Table Top Exercise and Drills 35 S 85 $ - $ 23,800 $ 23,800 Provide After Action Reviews 5 $ 85 $ - $ 3,400 $ 3,400 Monitor Implementation of Plan 18 $ 110 $ - $ 15,840 S 15,840 Develop strategic workplan 22 S 110 S - S 19,360 $ 19,360 Air Travel 40 18 $ 370 $ 14,800 $ 6,660 S 21,460 Per Diem 200 90 $ 40 S 8,000 $ 3,600 $ 11,600 Lodging 200 60 $ 80 $ 16,000 $ 4,800 $ 20,800 Mileage 60 10 $ 24 $ 1,449 S 242 $ 1,691 Car Rental 20 10 $ 2501S 5,000 IS 2,500IS 7,500 Misc. Supplies, Parking, etc. I IS 390001$ 190001S 4,000 Consulting Fees (Phases) 323 175 S 283,800 S 129,000 S 334,040 Travel and Expenses (from above) S 48,249 $ 18,802 $ 67,051 Project Management 20 10 $ 160 $ 25,600 S 12,800 S 38,400 Administrative Support 15 8 $ 30 S 3,600 S 1,920 $ 5,520 Documentation 5 5 S 40 S 1,600 IS 1,600 $ 3,200 Contingency (10%) S 34,757 $ 16,412 $ 519169 TOTALS $ 397,606 $ 180,534 S 578,140 Prepared by Steve Davis 2/4/2003 Page 2 03- 190 CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM TO: Carlos A. Gimenez DATE: October 25, 2002 FILE: City Manager SUBJECT: RFQ # 01-02-222 Comprehensive Emergency Management Plan FROM: REFERENCES: Joseph R. Fernandez ENCLOSURES: Assistant Fre Chief As the chairperson of the evaluation committee for RFQ .#01-02-222 (Citywide Comprehensive Emergency Management Plan), I respectfully recommend that you approve the below listed consultants in the order as shown. The evaluation committee met three (3) times with the final meeting occurring on Thursday, October 24�h, 2002. Five out of ten consultants were invited to make oral presentations on October 2e, and the committee subsequent to the presentations rendered a final decision. Your approval of the committee's recommendation is respectfully requested. The firms are in hierarchical order as follows: 1. Davis Logic/All Hands 2. K.P.M.G. 3. PBS&J 4. URS IRF/It Approval Isapproval: Date: ime , City Manager 03- 190 REQUESTING ACCEPTANCE OF RFQ NO. 01-02-222 ITEM: Comprehensive Emergency Management Plan DEPARTMENT: Fire -Rescue TYPE: Request to accept Recommendation and Proposal REASON: It is recommended that the proposal of DavisLogic, Inc. d/b/a All Hands Consulting, the top ranked firm, be accepted for the provision of Comprehensive Emergency Management Planning Services; authorizing the City Manager execute a Professional Services Agreement, as attached, for a total amount not to exceed $397,606 for the provision of Part A services, with funding provided from the Capital Improvement Project entitled "All Hazards Comprehensive Emergency Management Plan", Project No. 313854 , Account Code No. 289401.6.340 ($241,917) and Capital Improvement Project entitled "Business Continuity", Project No. 311507, Account Code No. 469401.6.270 ($155,689). Further authorizing the provision of Part B services from DavisLogic Inc., dba All Hands Consulting, in an amount not to exceed $180,534, for a total contract award amount not to exceed $578,140. Funding for Part B services will be allocated from various departmental accounts, subject to availability of funds. Q h/ 2-4�� - Director of Purchasing 2({73 ate AwardRFQ01-02-222EnwrgencyP1= 03- 3_ :i 9 0 FEB -20--2003 19:12 CITY MqMqGERS OFFICE 305 416 1019 P.01 r� TO: Honomb(e Mayor Members of the t rn4 oe An -it Chief Ate Crry OF WWI. F.OP00A nvT C:E MEMMANDUM Comffossion CA -12 DATE,-. FEB 2 0 SU&J cr: Management �..s City Manager e,,,RM Resolution Emergency it is respectfully rec xnmended that the City Commission adopt thea shed resolution, approving the flnd ngs of the Evaluation Committee pursuant to�Q 001-02-222tDevelopment of a omprehensive Emergency Management Plan (CEMP); authoring the City Manager to execute the attached professional seagreement wrfth DavisLogic Inc., db AEI Hands Consulting for a dotal amount not= $3970606 for the provision of services, with funding provided from tete Ca031 improvement Project entitled -All azards Carnprehensive Emergency Management Plan", Proje�dt 1+. 323854, Account No. 289QI.6.340 ($241,917) and Capital ent Project entitled "Business 'nutty+", Protect No. 311507, Account Code : 461ML6.170 ($155,689). Furth authoring the provision of services from DavisLogic Inc., dba All Hands Car► ulting, in anamountnot toaoeed $380,534, tr a total contract award amount not exceed $578,140. Funding for Pay# $ services will. be allocated from various depa ental accounts, subject to ava{tability of funds. I &A.9-K-G.P. 0 ND The City of Mia RFQ* 01-02-22,2 see King qualified firms for�the creation of an all -hazards, Cov�e Emergency Management Plan (CEM P . The Evaluation Committee recoan Hands Consulting Inc, as it was the top racked firm. This strategic planni:Trmnlpmnd which culminates in the creation and del- of a Citi -Vide Comprehensivey Management Plan (CEMP), will facilitate implementation of nationally bprances" polies and procedures into operwons and service delivery of Miami to its residerds and visitors. Thirapproacih will be applied thees of emergency management as outlinedy the Federal Emergency MaAgency (FEMA); Mitigation, Preparedness, Ptegx nse and Recovery. j 03- 190 v FEB -20-2003 le :12 C I TY MANAGERS OFFICE 30.5 416 1019 P.02 Honorable Mayor Members of the t P"e2of2 Commission The City's abiiity ef�Fe�Ctively reWond W critical events that po continuity of 9 merit services will be directly enhanced by process. In addl to addressing nabsral and technological hm enhance the City's bNily to respond to and catcher f torn manor+ those from Weapo of Mass Destruction (WMD) and other terrorist 1 sally disrupt the afarenreriboned this process will 'iShrea t such as The attached n'afed Pr&6 iorrsl Services agreement dell les a two-part approach. In Pa A, DavKogic Inc., dba AN Hands Consuttft VAN develop a Comprest - re mergwxy Management Plan (CEMP), Continuity of Operationg/Contfn " of Government plans (COOP and COG) fir a amount not to exceed $397,606. uld the City determine to proceed with the ision of Part 8 services, Disasters Mitigation Planning, Capability Assessrnerrts, nded Business Corrtinuity Piannin City -Wide disaster exerclses, driUs, critiques and after action reports for a total amount not td exceed $ 180,534, additional npdmg would be identified from va us department accounts, and when sa+dfunding is identlfled, DavisL.ogic Inc., All Hands Consulting would provide said Part 8 I ry * pursuant to the attached. 1 ; Discal impact — N1 ne — $udgeted stem. CAG �J MU RF/jam I i FM.gOS.doC TOTAL P.02 03— t11=a