HomeMy WebLinkAboutprofessional service agreementPRQ SI N S RYICES AGREEMENT
This Agreement is entered into this /9411 day of Maui_ , 2003 (but effective
as of February 27th. 2003) by and between the City of Miami, a municipal corporation of the
State of Florida ("City") and DavisLogic Inc., d/b/a 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. 03-190, adopted on
February 27th, 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.
2. TERM: The term of this Agreement shall be one (1) year commencing on the
effective date hereof.
3. OPTION TO EXTEND: The City Manager 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 this Agreement and 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 amendment
to this Agreement must be executed by all parties employing the same formalities as were used in
the Agreement.
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 herein and 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 guaranteed not to exceed $397,606.00; and should the City determine
to implement Part B services, thereby authorizing an additional amount guaranteed not to exceed
Comprehensive$mergencyMgmtif lanv32 Final l 2
2
$180,534.00 and which by this reference is incorporated into this agreement; provided, however,
that in no event shall the total amount of compensation on a cumulative basis, exceed
$578,140.00. The City shall have no liability to pay or reimburse any amount in excess of the
guaranteed maximums, which are authorized by the City for eligible services furnished by
Provider.
B. Unless otherwise specifically provided in Attachment "B", payment shall be made
within forty five (45) days after receipt of Provider's proper 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" expressly 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. Invoices shall be sufficiently detailed so as to comply with Florida's
Prompt Payment Act, § 218.70, Florida Statutes. All reimbursement are included within are a
portion of the guaranteed maximum amounts set forth in Section 5 A.
6. OWNERSHIP OF DOCUMENTS: Provider understands and agrees that any
data, software, hardware, plans, diagrams, information, documents, reports or any other materials
whatsoever which is given by the City to Provider or which is otherwise obtained, created,
compiled 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, data,
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. Provider shall
tender all such documents to the City within seven (7) days of termination or a cancellation of
this agreement or when requested by the City, as applicable. Provider's non-compliance shall be
ComprehensiveEmergencyMgmtPlan V 32 Final 12
3
cause for the City to withhold any payments due and Provider shall have no recourse from the
withholding or nonpayment of funds pursuant to this section unless it has delivered all
documents and data to the City as required.
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.
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
it 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.
ComprehensiveEmergencyMgmtPlan V 32Final 12
4
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. Provider will not claim a trade secret or proprietary information
exemption for any data or document prepared by virtue of this agreement. If required by law or
by the City Provider shall assign to the City (at no charge) any and all copyrights, trademarks or
similar rights in the documents and data provided by it under this agreement.
10. COMPLIANCE WITH FEDERALt STATE AND LOCAL LAWS: Providers
understand 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
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, proximately caused by any act, omission, default or negligence (whether active
or passive) of Provider or its employees, agents or subcontractors (collectively referred to as
ComprchcnsiveEmergcncyMgmtPfanV32Finai 12
5
"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, codes,
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
occurrence of a default hereunder the City Manager, 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 of
the Services.
ComprehensiveEmergencyMgmtPlanV32 Final l 2
6
13. RESOLUTION OF CONTRACT pISPUTES1 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 the amount of
compensation hereunder does not exceed $50,000 the City Manager's decision shall be final. In
the event that the amount of compensation hereunder exceeds $50,000, the City Manager's
decision shall be modified, 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,
(as may be disapproved, modified or approved by the City Commission if the amount of
compensation hereunder exceeds $50,000), or (if) a period of sixty (60) days has expired, after
submitting to the City Manager a detailed statement of the dispute, accompanied by all
supporting documentation (90 days if City Manager's decision is subject to City Commission
approval); or (iii) City has waived compliance with the procedure set forth in this section by
written instruments, signed by the City Manager.
14. CITY'S TERMINATION RIGHTS:
A. The City shall have the right to terminate this Agreement, in its sole discretion, at
any time, for convenience, by giving written notice to Provider at least five (5) business days
prior to the effective date of such termination. In such event, the City shall pay to Provider
compensation for services rendered and expenses incurred prior to the effective date of
termination. In no event shall the City be liabl$ 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. An event of default shall include
ComprehensiveEmergcncyMgmtPlanV32Fina112
without limitation: Provider's failure to comply with the terms of this Agreement; failure to
timely submit its work product , deliverables or other material to the City of Miami; failure to
maintain the required insurance or to honor the indemnity/ hold harmless provisions herein; or
any other cause attributable to Provider which in the reasonable professional opinion of the City
Manager constitutes a substantial or material failure to provide the services or documents at an
acceptable level of utility to the City such as failure of the plan to comply with law or to
consider transportation/ demographic/ geographic factors . 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 Risk Management Administrator. All such
insurance, including renewals, shall be subject to the approval of the City Risk Management
Administrator 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 Risk Management Administrator.
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 Risk Management Administrator , 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
ComprehensiveEmergencyMgmtPlanV32Final ! 2
8
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, are 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 Provider
hereby acknowledges receipt of which. 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
eliminateTrovider 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.
ComprehensiveEmergencyMgmtPlanV32Finaf 12
9
18. ASSIGNMENT: The Provider's services are considered unique in nature. This
Agreement shall not be assigned, sold or transferred by Provider, in whole or in part, without the
prior written consent of the City Manager which may be withheld or conditioned, in the City
Manager'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 2"d Avenue, 10th Floor
Miami, Florida 33130
20. MISCELLANEOUS PROVISIONS:
A. This Agreement shall be construed and enforced according to the laws of the State
of Florida. Venue in any action shall be in Miami -Dade County, Florida in order to expedite the
conclusion of any action the parties agree to waive their right to trial by jury, their right to file
permissive counterclaims, or to claim attorney's fees in any civil or administrative action
between them arising from this agreement.
B. Title and paragraph headings are for convenient reference and are not a part of this
Agreement.
Compreh e n si ve E mergen cyM gmt P l an V 3 2 F i n a l 12
10
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
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.
ComprehensiveEmergencyMgmtPlanV32FinaI12
11
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.
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.
27. USE BY OTHER LOCAL GOVERNMENTS: Other local governments in Florida,
including, without limitation, Cities, Counties, School and Special Districts may purchase
directly, subject to their respective compliance with applicable laws, the Services being provided
in this contract, when the Provider and the awarding local government agree to enter into a
separate, independent contract to that effect. The City of Miami makes no representations or
warranties to any third party local government as to the suitability, availability or efficacy of such
services.
ComprehensiveEmergencyM gmtPlan V 32 Final 12
12
Title: Corporate Secretary
APPROVED AS TO FO
CORRECT
Attorney
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 C rk
ATTEST:
"City"
CITY OF MIAMI, a municipal
corporation
By:
Arriola, Ci Manager
"Provider"
DavisLogic Inc., dba All Hands Consulting,
a Maryland corporation
By:
Print Name: WendyL. Davis
Print Name: Steven C. avis
ILARELLO
Title: Vice -President of Operations
APPROVED AS TO INSURANCE
REQUIREMENTS:
Diane Ericson
Administrator
Risk Management Division
ComprehensiveEmergencyMgmtPlanV32Finai 12
13
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 BLA
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 CEMP.
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 CEMP
11. Prepare final draft Plan.
12. Produce final Plan.
13. Produce Summary Report.
14. Present the Plan and Determine Next Steps
ComprehensiveEmergencyMgmtPlanV32Fina! 12
14
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
ComprehensiveEmergencyMgmtPlan V32Final 12
15
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 forty-five (45) days after receipt of the invoice.
Plias(•/
1'Ii:rtii 1 - I'rnjcci Inilialion
Launch the Project
Hold a kick-off meeting, obtain background Information.
Analyze currept situation.
Attend meetings with staff to gather Information
Review existing plans, orders of succession
Conduct Risk Assessment
Conduct a Hazard Vulnerability Analysis
Conduct High-level B1A
Conduct Technology Assessment
Conduct Business Strategy Review
Conduct EOC Review
Phase 11 - Response and Reco% cry
Determine City's "Concept of Operations":
Determine CEMP structure, format, and content.
Identify planning process participants and development of
Tannin rrocess workbook.
Receive questionnaire/planning process workbooks from City,
com,iie information and data for inclusion into CEMIP.
Develop an ESF "primary/support" responsibility matrix.
Design EOC organization chart
Produce a first draft of the CEMP (incl. COOP/COG)
Develop Functional Continuity Plans
Develop FOGS
Produce a second draft of the CEr'IP
Prepare final draft Plan.
Produce final Plan.
Produce Summary Report.
Present the Plan and Determine Next Steps
Si.rII IDA%s 'sI,rit II•rtti IZ,rlr ( (1st I tit. ( 11,4 I sr. I kirrill( i!
1';11C \ I'm' I IC I'.ir t 1. 1';sr I li
( nit
0 IZ.rit ti 1 17, 1111) 1
w 4`ir, 111
t I I
4
4
6
3
5
40
MEM
EMI
MEM
5
30
190
6
4
46
30
40
16
111131111
S 160
S 85
S 160
S 160
S 160
S 4,000
S 4,000
S 4,000
S 6,000
S 2,040
S 6,400
S 27,200
S 30,720
S 10,240
S 6,400
S 20,400
S -
S
S
S
NINE
S
Il Kati h I1'1(,,400 S
IEEE
S 85
5 85
$ 110
S 160
S 85
S 110
S 110
S 110
S 110
S 110
S 1,360
S 4,080
S 5,440
S 2,720
S 1,360
5 1,360
S 40,480
S 38,400
S 27,200
5 10,560
S 10,560
$ 14,080
S 4,400
S 4,400
$
S
5
S
MEM
11111111
011,111
S
S 6,000
S 27,200
S 30,720
S 10,240
S 6,400
S 20,400
S Ih(,,.100
S 1,360
S 4,080
S 5,440
S 2,720
S 1,360
S 1,360
S 40,480
S 38,400
S 27,200
S 10.560
S 10,560
S I4,080
S 4.400
S 4,400
Prepared by Steve Davis 3/21/2003
16
Attachment "C"
Scope of Work and Cost
The following table outlines the scope of work and cost for this proposal. Amounts are
based on rates contained in our current contract. We are offering a significant reduction
from current Project Management and Subject Matter Expert (SME) rates of $160 per
hour. We are proposing rates of $125 for Project Management and SMEs, $110 per hour
for Technical Support, and $85 per hour for trainers and other support. Based on the
allocation below, the average hourly rate is $107.24.
All Hands UASI Project Budget
UASI Assessment and Strategy Development Days
Staffing Budget Cost
Planning Support
PM
Tech
SME
Oth
Project Initiation
9
6
2
1
$ 8,760
Obtain background information
5
2
2
1
$ 4,760
Establishment of the Urban Area Working Group.
3
1
1
1
$ 2,880
Identification of Points of Contact.
3
1
1
1
$ 2,880
Meet with existing regional groups
11
4
4
3
$ 10,520
Develop Roll -out for Assessment/Strategy
12
5
4
3
$ 11,520
Support UA Workgroup Meetings/Coordination
11
5
4
2
$ 10,520
Review Existing Assessments
5
3
1
1
$ 4,880
Review State HS Assessment and Strategy
4
1
2
1
$ 3,760
Facilitate the Urban Area Assessment.
18
6
2
10
$ 17,760
Coordinate with Texas A&M
10
6
2
2
$ 9,760
Coordinate with all disciplines
17
9
5
3
$ 16,400
Enhancement of mutual aid agreements
20
8
4
8
$ 19,520
Dev. communication and interoperability protocols
14
6
6
2
$ 13,280
Enhancement of COOP and COG Plans
14
5
7
2
$ 13,160
Enhancement of Emergency Operations Plans
7
1
1
5
$ 6,880
Participate in UA Strategy Development Process
38
10
8
20
$ 37,040
Produce First Draft of UA Strategy
34
10
14
10
$ 32,320
Send Strategy our for comments
4
1
2
1
$ 2,940
Produce a Second Draft of UA Strategy
19
3
5
3
8
$ 15,840
Produce Final Strategy
17
2
5
2
8
$ 13,840
Sub -total Planning
275
95
82
81
17
$ 259,220
Travel and Expenses
$ 27,780
Total Planning
$ 287,000
Training Support
Regional NIMS Training
92
2
10
80
$ 66,400
Develop an UASI training program
70
10
20
40
$ 57,200
CBRNE prevention and response training
54
2
2
50
$ 38,000
Sub -total Training
216
14
0
32
170
$ 161,600
Travel and Expenses
$ 32,320
Total Planning
$ 193,920
Total Cost
491
109
82
113
187
$ 480,920
A QED, CERTIFICATE OF LIABILITY INSURANCE
ammlomem
03/17/2003
PRODUCER
MANN i GRAY INSURANCE ASSOCIAT
100 8. CAMDEN AVE.
Fruitland, MID 21826
P: 410-546--5515 F1410 ;142-2473
NEURED
Davis Logic, Inc. DRA
ALL HANDS CONSULTING
10025 MAPLE AVE
Columbia
COVERAGES
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
INSURERS AFFORDING COVERAGE
MD 21046-
INSURER A: NATIONAL GRANGE MUTUAL
INSURER 8'
INSURER C:
INSURER!):
INSURER E:
THE POLICIES OF IN$URANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING
ANY REQUIREMENT. TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR
MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS. EXCLUSIONS AND CONDITIONS OE SUCH
POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAIO CLAIMS.
j TR TYPE OF INSURANCE POLICY NUMEER , POLICY EFFECTIVE POLICY EXPIRATION '
DATE NA WODIYYI 1 DATE thOsitnYY1 ' LIMITS
OINLRAL LIABILITY ' EACH OCCURRENCE S
A i� COMMERCIAL GENERAL LIABILITY ISP363538 01/25/2003 ! 01/25/2004 FIRE DAMAGE IMyone firal ,S
❑ I CLAIMS MADE EZ OCCUR
MED EXP (My am parsons S
B,
, .
. ,
GEN'L AGGREGATE LIMIT APPLIES PER:
POLICY roi RO 7 LOC
AUTOMOBILE LUIBIUTY
ANY AUTO
EL ALL OWNED AUTOS
La SCHEDULED AUTOS
HIRED AUTOS
la NON -OWNED AUTOS
GARAGE LIABILITY
ANY AUTO
1,000,
500,
5,
PERSONAL & ADV INJURY ;S 1,000,1
GENERAL AGGREGATE S 2 000,
PRODUCTS • COMP/OP AGG `1 2,000,
COMBINED SINGLE LIMIT
(Ea sCCCent)
S
BODILY INJURY
;Pr person)
1
BODILY INJURY
(Par accident)
S
FROPERTYDAMAGE
: Pe, aczident:
S
AUTO ONLY • EA ACCIDENT S
OTHER THAN
AUTO ONLY
EA ACC S
EXCESS LIABILITY
7 OCCUR TLT CLAIMS MAOE
RRETENTION S
DEDUCTIBLE
AOG 1
EACH OCCURRENCE S
AG.1REGATE S
S
S
WORKERS COMPENSATION AND
EMPLOYERS' LIABILITY
A!
OTHER
70CS63568 01/25/2003 01/25/2004
]ESCRIPT1ON OF OPERATIONS:LOCj;TIONSNEHICLES,EXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS
CITY OF MIAMI AS ADDITIONAL INSURED
RFQ NUMBER 01-02-222
DEVELOPMENT OF COMPREHENSIVE EMERGENCY MANAGEMENT PLAN
ZERTIFICATE HOLDER 'MI ADDITIONAL INSURED; INSURER LETTER:
CITY OF MIAMI
JULIA MARTIN ADM. ASSISTANT
DEPT. OF FIRE -RESCUE
444 S.W. 2ND AVE. 10TH FLOOR
MIAMI FL 33130-
4CORD 26-5 (7197)
WC STATu• OTrI-
I—I TORY I IMITR L FR
S
E L EACH ACCIDENT S
E L DISEASE • EA EMPLOYEES
E L DISEASE • POLICY LIMIT S
100,
100,
500,
X CANCELLATION
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRA
DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 010 DAYS WRITT
NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHA
IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR
REPRESENTATIVES.
77ESTAVr,
CORPORATION 1988
I Atthim• CERTIFICATE OF INgUpA
d�ooucu'
IIROQUCIf�
Mann & Gray Insurance Associates
100 S. Camden Ave.
Fruitland, MD 21826
IN$NIIEo
Davis Logic Inc, DBA
All Hands Consulting
10025 Maple Ave.
Columbia, MD 21046
'COVERAGES
+ sQ
I L iR
ig1:111V111! 'i;;Iljii
DASI ,Mao,
17 200:
ONLY AND CONFERS NO RIGHTS UPON THE 'CER C,
HOLDER. THIS CERTIFICATE DOES NOT AMEND EXTEND
,ALTER THE COVERAGE AFFORDED DY THE POLICIES
IES DELI
COMPANIES AFFORDING COVERAGE .
COMPANY
A Underwriters at Lloyd's
coin NY
8
(UAW Met
c
COMPANY
D
THIS I•
S TO CERTIFY THAT THE POLICIES OF INSURANCE US TED BELOW HAVE BEEN ISSUED TO Ti 1E INSURED NAMED ABOVE FOR THE POLICY rE►TIO
INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TC) WI IICII II11
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL TIME TEFIMF
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES, LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS,
� 1
TYPE QF INSURANCE
QBNERAL LIABILITY'
COMMERCIAL, T3ENRRAI, LfABUL! I Y
CLANS MAUF, I I ocCUn
OWNI'en'S 4 coNr PnwI
A11TOMr'fILE LIABILITY
ANY Au ria
AI.I. °WNF,r) At) rp5
Srl IFOI II F,O All rr)9
rInFr) ALJT05
..L RION nW,iFO Ali, Or;
1.AnAGF L ARII.ITY
EXCESS LIARILrTY
r'MnrIFLLA rr1n1A
f)11 IFn I I IAN IJM;IIIFI I A r 'rlu
n0n1(P_T19 COMrENSATION A1Ir)
FMr'LOYFRS'• LIABILITY
rr'nr!rnlFrr)rrr
rAnrNFrtS;Fx[CNNvF
s rw�t� . _
Professional. !.iabili1ty
°Errocs & 0mi3sions
Insurance MED: 02106100
fi'iCFIip tiON OF OPFilA ti011§,lOCJI TIONgrvtliicit&tiItj%IL IT'fA1S
ZF'Q [Number 01-02-222 Development
POLICY NUMA
4rrlr;FnS ANF.
Fxf:I,
:ERTIFICATE HOLDER
:ity of Miami
Tuba Mactin Adm. Assistant
:eot. of Fire Rescue
;44 S. W 2nd Ave 10th Floor
iiami, FL 33130
Ailliionl Efl iTFpiTi sfN'rA iivr
(CORD 25-S (3/93)
POLICY ErreC NYE rainy I)IIgRAIION
DArE (MIWOQ,YYI DATE (MM,UOIYY)
1/24/03 1/24/04
Retroactive
`Date
1/24/03
of Comprehensive Emergency Management Plan.
LIMII9
nENrrALAllOnFoArF, •-_
rrlOntn:T.9 COMrinr Afi(i
rFlows Ar, A Anv rN)IInY
FAr:I 1 I)CCHnf1FNr:F
rr111- 11AMAr7l' /Any qnn fpnl
M1:11 r'YI' IM,y nom no.:rna
I f
nlgF\q-rrllrr'r1,3MIr S
i 41SF4CF FACI I FMrt!IYF.F I' C
'claims Made basis
lEach Claim
$1,000,000
lAggregate $1,000,000
Deductible $5,000
CANCELLATION
R11014 1] ANY Or THE ARr7VF ILR4r'f11RFn poi IMP; Rig I: Al1CFI 1 f11 RFr"l-' '!IF
H r!rTA PION ILA IF- TIIFr1F.0r, HIF lti117N/T COMPANY 'N11,1, FNNF,Avr)n In U,t II
DAYS WfITFEN NOIIcI 10 IIrF CEnriricA1F. IIg1 OEA NAMED TO TIIF ; Erl
nu! rAlLUnF rO MAIL SIICII NO ncE SHALL• 1Mr05F, NO nPI.10An0N On 1lARll lry
or ANY x1110 11Po11 THE yfr Pi Y,
IIR AngNT�,
ACORD CORPORATION 19
FIIrATI'JFS
10025 Maple Avenue, Columbia, MD 21048
March 14, 2003
Joseph R. Fernandez
Assistant Fire Chief Disaster Management & Public Affairs Division
444 SW 2 Ave, Suite 1044
Miami, Florida 33130
All Hands Consulting
410.730.8677
Re: Transportation Plan regarding Development of a Comprehensive Emergency
Management Plan
RFQ Number: 01-02-222
Dear Assistant Chief Fernandez:
I have been asked to write you concerning our transportation plans in relation to our
contract pursuant to RFQ Number: 01-02-222, "Development of a Comprehensive
Emergency Management Plan."
All Hands Consulting is will be using a number of different consultants to staff this
project. Two local consultants will commute using personally owned vehicles from
Plantation and West Palm Beach. The principal consultants (Davis, LaVella, Rostron and
Pitsenberger) will be flying in to local airports and will be using taxicabs or rental cars as
needed. On occasion, we may travel to or from other client sites by rental or personal
auto.
If there are any questions regarding theses arrangements, please feel free to contact me
directly.
We look forward to working with you.
Sincerely,
Steven C. Davis, Vice President
DavisLogic and All Hands Consulting
www.allhandsconsulting.com info@allhandsconsulting.com
March 20, 2003
Assistant Fire Chief Joseph R. Fernandez
Disaster Management & Public Affairs Division
City of Miami Fire Rescue
444 SW 2 Ave, Suite 1044
Miami, Florida 33130
Re: Meeting State of Florida Requirements
Dear Chief Fernandez:
As we discussed, I am providing you with this letter describing the steps we are taking to
meet the State of Florida fictitious name registration requirements related to our contract
with the City of Miami for Comprehensive Emergency Management Planning. We
contacted the Florida Division of Corporations last week and determined what actions are
necessary to comply with the fictitious name registration requirements. We were
informed that we needed to register as a foreign corporation in addition to registering our
trade name as a fictitious name. As a part of the process, we are required to obtain a
certifed copy of our corporate registration in Maryland. We have requested this
document from the State of Maryland and expect to receive it in the next day or two.
Once we receive this certificate, we will immediately send the required forms and fees to
the State of Florida to register as a foreign corporation and to register our fictitious name.
We have been informed by the State of Florida that this process may take 7- 1 0 days.
As soon as we receive these documents, we will provide you with copies.
Thanks you for your patience in this matter.
S incerely,
Steven C. Davis
Principal
DavisLogic, Inc. dba All Hands Consulting
Cc: Alejandro Vilarello, City Attorney
Rafael Suarez -Rivas, Assistant City Attorney
Julia Martin, Administrative Assistant I
/ON-AGENDA
'NON:
AGENDA
. '- 1 V 1 L
A MOTION APPOINTING RINGO CAYARD AS A
MEMBER OF THE SOUTH FLORIDA WORKFORCE
BOARD.
Note for the Record: Mr. Cayard was nominated by
Chairman Winton. The Commission clarified that the
appointments to said board were to be made in writing
by each member of the Commission directly to the
Department of Community Development; Commissioner
Regalado stated that he had already submitted three
nominations.
MOTION 03-832
MOVED: WINTON
SECONDED: SANCH�Z
ABSENT: GON2ALE
NON -
AGENDA
SAN EMERGENCY ORDINANCE ESTABLISHING A
SPECIAL REVENUE FUND ENTITLED "URBAN
AREAS SECURITY INITIATIVE (UASI) GRANT
PROGRAM II, FISCAL YEAR 2003" AND
APPROPRIATING FUNDS FOR THE OPERATION
OF SAME IN THE AMOUNT OF $13,184,569
RECEIVED BY THE CITY AS A GRANT FROM THE
UNITED STATES DEPARTMENT OF HOMELAND
SECURITY (DHS), PASSED THROUGH THE
OFFICE FOR DOMESTIC PREPAREDNESS (ODP),
DIRECTLY TO THE STATE OF FLORIDA
DIVISION OF EMERGENCY MANAGEMENT
(DEM), AUTHORIZING THE CITY MANAGER TO
ACCEPT THE GRANT AND EXECUTE THE
NECESSARY DOCUMENTS IN A FORM
ACCEPTABLE TO THE CITY ATTORNEY TO
IMPLEMENT ACCEPTANCE OF SAID GRANT;
AUTHORIZING THE EXPENDITURE OF FUNDS
TO VARIOUS GOVERNMENTAL AGENCIES
DESIGNATED FOR HOMELAND SECURITY
EXPENSES PURSUITS OF THE UASI GRANT
GUIDELINES, CONTAINING A REPEALER
PROVISION AND A SEVERABILITY CLAUSE.
ORDINANCE 12394
MOVED: SANCIi Si
SECONDED: TEELE
ABSENT: GONZALEZ
APPROVED:
PRISCILLA A. THOMPSON, CITY CLERK
NOTE: AS DULY NOTED ON THE HEREIN AGENDA AND CITY CLERK'S REPORT, WHICH
CONSTITUTE A JOURNAL OF CITY COMMISSION PROCEEDINGS, THE "UNANIMOUS" NOTATION
NEXT TO THE VOTE ON EACH AGENDA ITEM MEANS THAT ALL FIVE CITY COMMISSIONERS
WERE PRESENT AND VOTED "AYE" ON SAID ROLL CALL VOTE. NEGATIVE VOTES, PHYSICAL
ABSENCE OF A COMMISSIONER OR ABSTENTION FROM VOTING BY A COMMISSIONER, IF ANY,
IS ALSO DULY REFLECTED IN SAID VOTE.
http://www. ci.miami. fl.us/Agendas/Clerk/03-07- 17.htm
8/7/2003