Loading...
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