Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Item C03
C3 BOARD OF COUNTY COMMISSIONERS COUNTY of MONROE Mayor James K.Scholl,District 3 The Florida Keys Mayor Pro Tern Michelle Lincoln,District 2 Craig Cates,District 1 David Rice,District 4 Holly Merrill Raschein,District 5 Board of County Commissioners Meeting May 21, 2025 Agenda Item Number: C3 2023-3922 BULK ITEM: Yes DEPARTMENT: Solid Waste TIME APPROXIMATE: STAFF CONTACT: Cheryl Sullivan No AGENDA ITEM WORDING: Approval of Task Order with Accenture Infrastructure and Capital Projects Consulting, LLC to provide professional consulting services for the Solid Waste Assessment Program in the amount of$30,000 per fiscal year,plus the fee of$1.63 per parcel for producing and mailing the statutorily required first class notices for residential rate increases. ITEM BACKGROUND: In January 2023, Monroe County issued a Request for Proposals ("RFP") for Professional Services for Special Assessments, seeking vendors capable of providing professional services for collection of non- ad valorem special assessment programs for canals, sea level rise/road adaptation, wastewater programs, and solid waste. Accenture Infrastructure and Capital Projects Consulting, LLC submitted a proposal in response to the RFP and was selected as a vendor pursuant to the RFP. On May 17, 2023, the County entered into an Agreement for Professional Services for Special Assessments ("Agreement")with Consultant to provide professional consulting services for the County's special assessment programs. The Agreement was revised on March 25, 2025, to reflect the name change from Anser Advisory Consulting, LLC to Accenture Infrastructure and Capital Projects Consulting, LLC. The County previously had an agreement with Government Services Group, Inc. (GSG)which was acquired by Consultant. The County and the Consultant agree to terminate the prior agreement with GSG and now move those services under this Agreement with Accenture Infrastructure and Capital Projects Consulting, LLC. Paragraph 2.1 of the Agreement states that when Consultant's services are required, the County shall issue Task Order for the required services in accordance with the terms and conditions outlined in this Agreement and the specific Task Order. 28 This Task Order sets forth the services to be provided and is effective April 1, 2025 to September 30, 2028. PREVIOUS RELEVANT BOCC ACTION: The original agreement with GSG was approved September 20, 2006, as amended November 19, 2008, June 17, 2009, March 21, 2012 and November 22, 2016. The Agreement with Accenture Infrastructure and Capital Projects Consulting, LLC (formerly Anser) was approved May 17, 2023 and amended on March 25, 2025. The Board has approved various Task Order for special assessment services for the Duck Key Security District, Wastewater, Road Adaptation, and Canal special assessments programs. INSURANCE REQUIRED: Yes CONTRACT/AGREEMENT CHANGES: N/A STAFF RECOMMENDATION: Approval DOCUMENTATION: Accenture Task Order#6 Solid Waste Special Assessment Program Final_Ex.pdf Updated COI.pdf FINANCIAL IMPACT: Effective Date: April 1, 2025 Expiration Date: September 30, 2028 Total Dollar Value of Contract: est. $90,000 Total Cost to County: est. $90,000 Current Year Portion: est. $30,000.00 Budgeted: Yes. Source of Funds: Solid Waste Enterprise Fund CPI: No Indirect Costs: Yes. Estimated Ongoing Costs Not Included in above dollar amounts: Revenue Producing: No If yes, amount: Grant: N/A County Match: N/A Insurance Required: Yes. Updated COI attached Additional Details: 29 TASK ORDER By and between Accenture Infrastructure and Capital Projects Consulting, LLC and MONROE COUNTY, FLORIDA FOR PROFESSIONAL CONSULTING SERVICES FOR THE ANNUAL MAINTENANCE AND CERTIFICATION OF THE SOLID WASTE ASSESSMENT PROGRAM This Task Order is entered into on May 21 , 2025, by and between Monroe County, hereinafter referred to as the "County" and Accenture Infrastructure and Capital Projects Consulting, LLC hereinafter referred to as "Consultant," for professional consulting services for the Solid Waste Assessment Program. WHEREAS, in January 2023, Monroe County issued a Request for Proposals ("RFP") for Professional Services for Special Assessments, seeking vendors capable of providing professional services for collection of non-ad valorem special assessment programs for canals, sea level rise/road adaptation, wastewater programs, and solid waste; and WHEREAS, Consultant submitted a proposal in response to the RFP; and WHEREAS, Consultant was selected as a vendor pursuant to the RFP, and on May 177 2023, the County entered into an Agreement for Professional Services for Special Assessments ("Agreement") with Consultant to provide professional consulting services for the County's special assessment programs; and WHEREAS, the Agreement was revised on March 25, 2025, to reflect the name change from Anser Advisory Consulting, LLC to Accenture Infrastructure and Capital Projects Consulting, LLC; and WHEREAS, the County previously had an agreement with Government Services Group, Inc. which was acquired by Consultant and is hereby terminated as the County will now move those services under this Agreement; and WHEREAS, paragraph 2.1 of the Agreement states that when Consultant's services are required, the County shall issue Task Order for the required services in accordance with the terms and conditions outlined in this Agreement and the specific Task Order; Page 1 of 5 30 WHEREAS, the County now desires to engage the services of Consultant to provide professional consulting services for the Solid Waste Assessment Program. NOW, THEREFORE, in consideration of the mutual promises, covenants, and agreements stated herein, and for other good and valuable consideration, the sufficiency of which is hereby acknowledged, County and Consultant agree to the following task: 1. Scope of Services. Consultant's Basic Services include normal consulting services to certify the annual Solid Waste assessment roll and complete the Project including: A. Implementation and hosting of Online Assessment Data Management Service • Current and historic Assessment data will be made available to County Staff for reference via the Internet, hosted by Consultant. B. Preparation of Annual Assessment Roll. C. Determination of needed fieldwork. D. Assistance with mailing statutorily required first class notices. E. Creation of electronic export of TRIM notice information to Property Appraiser. F. Certification and export of annual assessment roll to Tax Collector. Schedule Event Date Implementation of Online Available throughout contract Assessment Data Management period Service Consultant obtains updated tax roll June 15 annually information from County Consultant provides field work to June 26 annually County for verification County provides field work July 14 annually information to Consultant to update roll Consultant prepares preliminary assessment roll for unincorporated July 21 annually County and the City of Marathon, Page 2 of 5 31 Key Colony Beach and Layton Consultant provides preliminary July 24 or as required annually assessment roll to Monroe County Property Appraiser (TRIM) Test export of Non-Ad Valorem September 6 annually Assessment Roll to Tax Collector Consultant certifies Non-Ad Valorem By September 15 annually Assessment Roll to Tax Collector on behalf of the County 2. Compensation For the services provided by the Consultant, the lump sum fee for professional services for the proposed scope of services is $30,000 per year for each of the four (4) fiscal years covered by this Task Order. The payment schedule shall be as follows- Payment Schedule Fiscal Year 2025-26 (work to be completed during April 2025 -- $7,500 Calendar Year 2025) May 2025 -- $7,500 June 2025 -- $7,500 August 2025 -- $7,500 Total -- $30,000 Fiscal Year 2026-27 (work to be completed during January 2026 -- $7,500 Calendar Year 2026 March 2026 -- $7,500 June 2026 -- $7,500 August 2026 -- $7,500 Total -- $30,000 Fiscal Year 2027-28 (work to be completed during January 2027 -- $7,500 Calendar Year 2027) March 2027 -- $7,500 June 2027 -- $7,500 August 2027 -- $7,500 Total -- $30,000 Fiscal Year 2028-29 (work to be completed during January 2028 -- $7,500 Calendar Year 2028) March 2028 -- $7,500 June 2028 -- $7,500 August 2028 -- $7,500 Total -- $30,000 In addition to the lump sum fee provided herein, the County hereby authorizes Page 3 of 5 32 and agrees to pay the Consultant a fee of $1.63 per parcel, depending on the number of assessable parcels of property with the County, for producing and mailing the statutorily required first class notices for residential rate increases; however, the total fee for this service shall not exceed $55,000 per year. The first class notice costs shall be due and payable at the time of the adoption of the preliminary assessment resolution. The fee for professional services does not include any on-site visits by Consultant. Any requested on-site meetings by Consultant staff may be arranged at our standard hourly rates provided below. All expenses related to these requested meetings will be billed in accordance with Section 112.061, Florida Statutes. If necessary, in lieu of on-site visits, periodic telephone conference calls may be scheduled to discuss project status. The standard hourly rates for Consultant are as follows: Accenture Infrastructure and Capital Projects Consulting, LLC Senior Advisor $285 Vice President/Managing Director $285 Director/Senior Program Manager $235 Project Manager/Project Coordinator $185 Senior Data Analyst $185 Database Analyst/Technical Services $150 Project Analyst $ 90 Program and Administrative Support $ 75 3. Term of Task Order This Task Order shall be retroactively effective as of April 1, 2025 and shall expire on December 30, 2028. 4. In all other respects, the terms and conditions of the Agreement, as amended March 25, 2025, remain unchanged and shall apply. REMAINDER OF PAGE INTENTIONALLY LEFT BLANK Page 4 of 5 33 IN WITNESS WHEREOF, each party has caused Task Order to be executed by its duly authorized representative as set forth below. MONROE COUNTY, FLORIDA ACCENTURE INFRASTRUCTURE AND CAPITAL PROJECTS CONSULTING, LLC By: By: L Mayor Corey Burbach, Senior Vice President Date: Date: 04/23/2025 KEVIN MADOK, CLERK OF COURT By: As Deputy Clerk MONROE COUNTY ATTORNEY APPROVED AS TO FORM CHRISTINE LfMSERT-BARROWS SR.ASSISTANT COUNTY ATTORNEY OATS:AL24125 Page 5 of 5 34 DATE(MM/DD/YYYY) A o CERTIFICATE OF LIABILITY INSURANCE 02/06/2025 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED 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 on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT NAME: Aon Risk Services Central, Inc. PHONE (866) 283-7122 FAX (800) 363-0105 Chicago IL Office (A/C.No.Ext): A/C.No.: -a 200 East Randolph E-MAIL p Chicago IL 60601 USA ADDRESS: _ INSURER(S)AFFORDING COVERAGE NAIC# INSURED INSURER A: AllianZ Global Risks US Insurance Co. 35300 Accenture Infrastructure INSURER B: Zurich American Ins Co 16535 & Capital Projects Consulting LLC 529 E. Crown Point Road, Suite 170 INSURERC: National Union Fire Ins Co of Pittsburgh 19445 Ocoee FL 34761 USA INSURERD: American Zurich Ins Co 40142 INSURER E: INSURER F. COVERAGES CERTIFICATE NUMBER:570110787877 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE 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 OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. Limits shown are as requested POLICY EFF POLICY ExF, LTR TYPE OF INSURANCE INSD WVD POLICY NUMBER MM/DD/YYYY MM/DD/YYYY LIMITS B X COMMERCIAL GENERAL LIABILITY GLO EACH OCCURRENCE $2,000,000 CLAIMS-MADE X❑OCCUR .(, $300,000 A ) K PREMISES Ea occurrence ( P�"d w_ MED EXP(Any one person) $10,000 PERSONAL&ADV INJURY $2,000,000 n GEN'L AGGREGATE LIMIT APPLIES PER: 2 10.25 GENERAL AGGREGATE $20,000,000 r- X POLICY ❑PRO- E LOC -.�-- PRODUCTS-COMP/OP AGG $4,000,000 0 OTHER: ^o B AUTOMOBILE LIABILITY BAP 9376191 21 11/15/2024 11/15/202 5 COMBINED SINGLE LIMIT Ea accident $1,000,000 X ANY AUTO BODILY INJURY(Per person) 0 Z OWNED SCHEDULED BODILY INJURY(Per accident) 0 AUTOS ONLY AUTOS R HIRED AUTOS NON-OWNED PROPERTY DAMAGE V ONLY AUTOS ONLY Per accident C X UMBRELLA LIAB X OCCUR BE017247267 11/15/2024 11/15/2025 EACH OCCURRENCE $9,000,000 V EXCESS LIAB CLAIMS-MADE AGGREGATE $9,000,000 DED RETENTION D WORKERS COMPENSATION AND WC929926224 01/01/2025 01/01/2026 X I PERSTATUTE I OTH- EMPLOYERS'LIABILITY Y/N WC - AOS ER ANY PROPRIETOR/PARTNER/EXECUTIVE E.L.EACH ACCIDENT $1,000,000 B OFFICER/MEMBER EXCLUDED? N/A WC929926324 O1/O1/2025 O1/Ol/2026 (Mandatory in NH) WC - MA, NM, WI E.L.DISEASE-EA EMPLOYEE $1,000,000 If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $1,000,000— A E&O - Professional Liability USZ000017240M 06/01/2024 06/01/2025 Eachclaim/Aggregate $2,000,000 - Primary SIR applies per policy terns & condi ions DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached if more space is required) RE: Solid Waste and Wastewater Projects, Canal Restoration Program, Sea Level Rise and Flood Mitigation Program, and Other Potential Programs. Evidence of Coverage. Monroe County BOCC is included as Additional Insured in accordance with the policy provisions of the General Liability, Automobile Liability and Umbrella Liability policies. General Liability policy evidenced herein is Primary and Non-Contributory to other insurance available to an Additional Insured, but only in accordance with the E%E policy's provisions. A Waiver of Subrogation is granted in favor of Monroe County BOCC in accordance with the policy provisions of the General Liability, Automobile Liability, Umbrella Liability and Workers' Compensation policies. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. Monroe County BOCC AUTHORIZED REPRESENTATIVE 1100 Simonton St. Key West FL 33040 USA ©1988-2015 ACORD CORPORATION.All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD 35