Item F44 F.44
Coty f � ,�� ,' BOARD OF COUNTY COMMISSIONERS
�� Mayor David Rice,District 4
The Florida Keys � Mayor Pro Tem Craig Cates,District 1
y Michelle Coldiron,District 2
James K.Scholl,District 3
Ij Holly Merrill Raschein,District 5
County Commission Meeting
November 15, 2022
Agenda Item Number: F.44
Agenda Item Summary #11380
BULK ITEM: Yes DEPARTMENT: Budget and Finance
TIME APPROXIMATE: STAFF CONTACT: Julie Cuneo (305) 292-4460
No
AGENDA ITEM WORDING: Approval of Task Order Four with CDR Maguire, Inc. to perform
FEMA consulting services for the County relating to Hurricane Ian effective retroactively to October
28, 2022
ITEM BACKGROUND: On September 23, 2022, State of Florida Office of the Governor
Executive Order Number 22-218 declared a state of emergency that included Monroe County due
Tropical Depression 9, which later became Hurricane Ian. The President of the United States
declared a major disaster for the State of Florida on September 29,2022. This Task Order Four with
CDR Maguire, Inc. is to perform FEMA Program consulting services relating to Hurricane Ian and
seeks retroactive approval to October 28, 2022.
PREVIOUS RELEVANT BOCC ACTION: The County issued a Request for Proposal for
FEMA Program Consulting Services on June 14, 2019. The County received 12 proposals at the bid
opening on July 31, 2019. The selection committee meeting was held on August 22, 2019 and CDR
Maguire, Inc. was the highest ranked respondent and was recommended to be awarded the contract
for FEMA Program consulting services. The County and CDR Maguire entered into an agreement
for service on September 5, 2019. Task Order One with CDR Maguire for Hurricane Irma was
approved 9/5/19, Task Order Two for Hurricane Dorian was approved 9/5/19 and Task Order 3 for
Covid-19 was approved on April 15, 2020, retroactive to March 16, 2020.
CONTRACT/AGREEMENT CHANGES:
N/A
STAFF RECOMMENDATION: Approval of Task Order retroactive to October 28, 2022
DOCUMENTATION:
Task Order Four CDR Maguire
COI
Packet Pg. 2162
F.44
FINANCIAL IMPACT:
Effective Date: 10/28/22
Expiration Date: Upon Completion of Services
Total Dollar Value of Contract:
Total Cost to County: $59,400.
Current Year Portion: Undetermined—services will be requested as needed
Budgeted:
Source of Funds: 125-0459116 SC_00036- Other Contractual Services
CPI:
Indirect Costs:
Estimated Ongoing Costs Not Included in above dollar amounts:
Revenue Producing: If yes, amount:
Grant:
County Match:
Insurance Required: Yes
Additional Details:
REVIEWED BY:
Tina Boan Completed 11/01/2022 3:55 PM
Christine Limbert Completed 11/01/2022 6:32 PM
Purchasing Skipped 11/01/2022 4:09 PM
Brian Bradley Completed 11/03/2022 8:32 AM
Lindsey Ballard Completed 11/03/2022 8:37 AM
Board of County Commissioners Pending 11/15/2022 9:00 AM
Packet Pg. 2163
Task Order Four for FEMA Program Consulting Services Between Monroe County
U)
and CDR Maguire, Inc. for Hurricane Ian Disaster Recovery 0
.2
In accordance with the contract for FTMA Program Consulting Services made and entered
on the 5 day of September, 2019, by and between Monroe County hereinafter referred to as
U)
the "County" C DR and Maguire, Inc. hereinafter referred to as "Consultant". C
0
All terms and.conditions of the referenced.Contract for FEMA Program Consulting U
E
Services apply to the 'Task Order, unless the 'Task Order modifies an Article of the cu
Contract of which will be specifically referenced. in this Task Order and.the modification 0
shall be precisely described..
W
1. CDR Maguire, Inc. is tasked.with performing the following services relating to U.
H urricane Ian on an as-needed.basis and.in accordance with Attachment A to the 0
(3
contract, Scope of Work and.Pricing: E
General FEMA Program Public Assistance program, for support of Emerg,)'ency
Declaration for Hurricane Ian
Assistance with development and. ongoing activities with as team of County
employees to manage the FEMA Public Assistance process, and. other eligible U
FEMA programs as need.ed.by the County
Assistance with preparation of correspondence to State of Florida and. FEMA
when required, incl uding but not limited.to services for submitting a Request for
0
Public Assistance ("RPA"), U)
Advice as to eligibility and. documentation of Category A and. B expenses hi.e.
214s), 0
-ra
Assistance in meeting deadlines imposed.by FEMA and.the State of Florida for >
0
L_
documentation, appeals, completion of work, etc., CL
CL
Other related.activities as requested.by the County.
2. 'The task above shall be performed.in accordance with 2.1 of the contract for
FEMA Program Consulting Services.
U
3. This Task Order shall be effective as of October 28, 2022 and.shall remain in
0
effect until such services are no longer required.or in accordance with 9.5 of the U.
contract.
0
-ldc
4. 'The costs for Consultant's services set forth in this 'Task Order shall not exceed. U)
$59,400 for services related.to H urricane Ian based. upon the pricing as set forth in
Attachment A.-Scope of Work and. Pricing to the Agreement dated. September 5,
E
2019.
FEMA Program Consulting Services Task Order FbIr
October 28,2022
1 Packet Pg. 2164
as
5 The task above shall be performed in accordance with 2.1 of the contract for FEMA
co
Program Consulting Services.
Master Staffing Plan Disaster Recovery Service Hurricane Ian U)
r_
0
U
Public Assistance Su E
j2port Off Site Rates Estimated Hours Estimated Amount
Pro ect Manager $165 360 $59,400
J 0
L_
CL
6. This is an estimate and may change due to the needs of the County to include other
W
positions and on-site visits. Such changes must be approved in writing by the Senior U_
L_
Budget Director. 0
d
IN 'ITN WImIF W&"rt caused the Task Order to be eXeCUted by its duly
authors n
0 6=83
44- EXPIRES-khmy 4,2023
(Seat)
Attest: A Bndd
�y CDR MAGUIRE, INC.li g U
Gonzalez Digitally signed by William R.Wages,P,E.
0 ate 2022,10.31
Gonzalez 1 7:2144.04: '00' DaW 2022.10,31 1T I 7:53-04'00'
By: By:
Marketing Manager President CDR Emergency Management
E
0
Title Title
BOARD OF COUNTY 4-
0
COMMISSIONERS OF
Attest: KEVIN MADOK, Clerk, MO ROE COUNTY, FLORIDA 0
By: By:
Deputy Clerk Mayor/Chairrnan
U
0
MONROE COUNTY ATTORNEY LL
APPR?VID AS 1-0 FO
CHRISTrNE LIMBrRT-BARROWS
ASSISTANT C�VPU2fORNFY 0
DATE, 119
U)
as
FTMA Pro-ram Constihing Services Task Orderrcw <
October 28,2022
1 Packet Pg. 2165
E I F.44.b
A�" CERTIFICATE OF LIABILITY INSURANCE DAr3/14/2022
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THI:
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIE:
BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZE[
REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER.
IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed
If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement of
this certificate does not confer rights to the certificate holder in lieu of such endorsement(s).
PRODUCER CONTACT
Alliant Insurance Services, Inc PHONE Kimberly Sullivan FAX
1125 SANCTUARY PKWY A/C No Ext: 678-867-6110 A/c,No):
E-MAIL
STE 300 ADDRESS: kimberly.sullivan@alliant.com U)
ALPHARETTA GA 30009-7614 INSURER(S)AFFORDING COVERAGE NAIC# ,2
INSURERA: Berkley Assurance Company 39462
INSURED INSURERB: First Liberty Insurance Corpor 33588
CDR Maguire, Inc. INSURERC: Liberty Insurance Corporation 42404
11740 SW 80th St.
Ste. 102 INSURER D: Employers Ins Co of Wausau-L 21458
Miami FL 33183 INSURER : U)
INSURER F: O
COVERAGES CERTIFICATE NUMBER:1384845859 REVISION NUMBER: U
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOI
INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THI:
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERM 0
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
INSR TYPE OF INSURANCE ADDL SUBR POLICY EFF POLICY EXP LIMITS
LTR INSD WVD POLICY NUMBER MM/DD MM/DD
D X COMMERCIAL GENERAL LIABILITY Y Y TBC-Z51-292191-021 5/1/2021 5/1/2022 EACH OCCURRENCE $1,000,000 LU
UL
CLAIMS-MADE OCCUR DAMAGETORENTED
PREMISES Ea occurrence)
ccurrence $100,000
MED EXP(Any one person) $10,000 0
PERSONAL&ADV INJURY $1,000,000 U
GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $2,000,000
POLICY jECT LOC PRODUCTS-COMP/OP AGG $2,000,000 _
OTHER: $
L39
B AUTOMOBILE LIABILITY Y Y AS6-Z51-292191-031 5/1/2021 5/1/2022 COMBINED SINGLE LIMIT $1,000,000
Ea accident
X ANY AUTO BODILY INJURY(Per person) $
OWNED SCHEDULED BODILY INJURY(Per accident) $
AUTOS ONLY AUTOS L)
X HIRED X NON-OWNED PROPERTY DAMAGE $
AUTOS ONLY AUTOS ONLY Per accident
C X UMBRELLALIAB X OCCUR Y Y TH7-Z51-292191-050 5/1/2021 5/1/2022 EACH OCCURRENCE $1,000,000
EXCESS LAB CLAIMS-MADE AGGREGATE $1,000,000
DED RETENTION$ $
D WORKERS COMPENSATION Y WC7-Z51-292191-081 5/22/2021 5/1/2022 X PER OTH-
AND EMPLOYERS'LIABILITY Y/N STATUTE ER
ANYPROPRIETOR/PARTNER/EXECUTIVE E.L.EACH ACCIDENT $1,000,000 U)
OFFICER/MEMBER EXCLUDED? N/A
(Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $1,000,000
If yes,describe under O
DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $1,000,000
A Professional Liability Y Y PCAB-5013911-0521 5/1/2021 5/1/2022 Each Claim $1,000,0010
Pollution Liability Aggregate $2,000,000 >
SIR $150,000
CL
CL
DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached if more space is required)
Evidence of Coverage
t)
E
c5
CERTIFICATE HOLDER CANCELLATION
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORI
THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED II
ACCORDANCE WITH THE POLICY PROVISIONS.
Evidence of Coverage AUTHORIZED REPRESENTATIVE
i..
@ 1988-2015 ACORD CORPORATION. All rights reserved.
ACORD 25(2016103) The ACORD name and logo are registered marks of ACORD Packet Pg. 2166