Loading...
Item C48BOARD OF COUNTY COMMISSIONERS AGENDA ITEM SUMMARY Meeting Date: October 21, 2009 Division: Emergency Services Bulk Item: Yes X No T Department: Emergency Management Staff Contact Person: Jerald O'Cathey x 6012 AGENDA ITEM WORDING: Approval of an agreement with RCQuinn Consulting, Inc., for the purpose of updating the Monroe County Local Mitigation Strategy Plan for the year 2010, as required by the State of Florida and the Federal Emergency Management Agency Scope of Work; and authorization for the County Administrator to execute anyother required documentation in relation to the application process. ITEM BACKGROUND: This is a contractual agreement between the Monroe County Board of County Commissioners, and RC Quinn Consulting, Inc. Section 3222 of the Robert T. Stafford Disaster Relief and Emergency Assistant Act requires that local mitigation plans be updated and revised every five years in order to maintain eligibility for grants. This agreement, and Scope of Work, is consistent with the State and Monroe County Comprehensive Emergency Management Plan and Program. PREVIOUS RELEVANT BOCC ACTION: Similar services were procured in 2005 from RCQuinn Consulting, Inc., for the Local Mitigation Strategy Plan update. CONTRACT/AGREEMENT CHANGES: STAFF RECOMMENDATIONS: It is appropriate to accept this contractual agreement. A revenue cost center has been established. TOTAL COST: $25,000 BUDGETED: Yes X No COST TO COUNTY: NONE SOURCE OF FUNDS: Grant REVENUE PRODUCING: Yes _No X AMOUNT PER MONTH Year APPROVED BY: County Atty 7 OMB/Purchasing Risk Management DOCUMENTATION: Included Not Required DISPOSITION: Revised 8/06 AGENDA ITEM # MONROE COUNTY BOARD OF COUNTY COMMISSIONERS CONTRACT SUMMARY Contract with: RCQuinn Consulting Inc. Contract # Effective Date: October 21, 2009 Expiration Date: Contract Purpose/Description: This grant -funded contract is required in order to update the 2005 Local Mitigation Strategy to that of 2010, as required by State of Florida and Federal Emergency Management Agency. Contract Manager: Jerald O'Cathey 6012 14 (Name) (Ext.) (Department/Stop #) for BOCC meeting on October 21, Agenda Deadline: September 1, 2009 2009 CONTRACT COSTS Total Dollar Value of Contract: $ 25,000.00 Current Year Portion: $ Budgeted? Yes® No ❑ Account Codes: GE- - - - Grant: $ 25,000.00 - - - - County Match: $ 0 - - - - ADDITIONAL COSTS Estimated Ongoing Costs: $ /yr For: (Not included in dollar value above) (eg. maintenance, utilities, janitorial, salaries, etc.) CONTRACT REVIEW Changes Date Out Date In Needed Reviewer Division Director Yes❑ Non Risk Management Yes❑ No❑ O.M.B./Purchasing Yes❑ No❑ County Attorney 1t f 101 Yes❑ No❑ I Comments: Oct 08 09 08:43a Rebecca Quinn 434.297.1349 p.1 Emergency Management RCQuinn Consulting Contract CONTRACT THIS AGREEMENT, made and entered into this 21" day of October, 2009, A.D., by and between MONROE COUNTY, FLORIDA, (hereinafter called the "Owner"), and RCQUIN�;, Inc. (hereinafter called the "Contractor'). f 1 CONS�L�NCsj That the parties hereto, for the consideration, hereinafter set forth, mutually agree as follows: lot-tic," 1. _ THE CONTRACT The contract between the owner and the contractor, of which this agreement is a part, consists of the contract documents, as specified in paragraph 2. 2. THE CONTRACT DOCUMENTS The contract documents consist of this agreement, the proposal submitted by RC Quinn Consulting, Ine., dated April 21, 2009, and any other amendments hereto executed by the parties hereafter, together with all required insurance documentation. 3- SCOPE OF WORK The work shall consist of those services as specified between Monroe County and 12CQuinn Consulting, Inc., and the revision of the 2005 Local Mitigation Strategy to that of 2010. This update, . . is required by the State of Florida and the Federal Emergency Management Agency. The specifications shall serve as minimum contract standards, and shall be the basis of inspection and acceptance of all the work. 4. THE CONTRACT SLIM The County shall pay the Contractor pursuant to the Florida Local Government Prompt Payment Act upon receiving a proper invoice from the Contractor for the faithful performance of said service in an aiTears basis. Invoicing shall be submitted in four installments for each deliverable as it is completed. The total Contract price shall not exceed $25,000.00, as stated in the Letter of Acceptance. 5. CONTRACTOR'S ACCEPTANCE OF CONDITIONS A. All specifications have been read and carefully considered by the Contractor, who understands the same and agrees to their sufficiency for the work to be done. Under no circumstances, conditions, or situations shall this Contract be more strongly construed against the Owner than against the Contractor. B. Any ambiguity or uncertainty in the specifications shall be interpreted and construed by the Owner, and his decision shall be final and binding upon all parties. C. The passing, approval, andlor acceptance by the Owner of any of the services furnished by the Contractor shall riot operate as a waiver by the Owner of strict complia:ace with -the terms of this contract and specifications covering the services. Failure on the part of the Oct 08 09 08,43a Rebecca Quinn 434,297.1349 p.2 Emergency Management RCQuinn Consulting Contract 2 1{]j Contractor, immediately after Notice to Correct shall entitle the Owner, if it sees fit, to correct the same and recover the reasonable cost of such replacement from the Contractor, who shall in any event be jointly and severally liable to the Owner for all damage, loss, and expense caused to the Owner by reason of the Contractor's breach of this Contract and/or his failure to comply strictly and in all things with this Contract and with the specifications. 6, TERM OF CONTRACT/RFNEWAL This contract shall be effective from October 21, 2009, through October 20, 2010. 7_ MOLD HARMLESS The Contractor covenants and agrees to indemnify and hold harmless Monroe County Board of County Commissioners from any and all claims for bodily injury (including death), personal injury, and property damage (including property owned by Monroe County) and any other losses, damages, and expenses (including attornoy's fees) which arise out of, in connection with, or by reason of services provided by the Contractor or any of its Subcontractor(s) in any tier, occasioned by the negligence, errors, or other wrongful act of omission of the Contractor or its Subcontractors in any tier, their employees, or agents. In the event the completion of the project (to include the work of others) is delayed or suspended as a result of the Contractor's failure to purchase or maintain the required insurance, the contractor shall indemnify the County from any and all increased expenses'resultiag from such delay. The first ten dollars ($10.00) of remuneration paid to the Contractor is for the indetnnificatioza -. provided for above. The extent of liability is in no way limited to, reduced, or lessened by the insurance requirements contained elsewhere within this agreement. S. INDEPENDENT CONTRACTOR At all times and for all purposes under this agreement the Contractor is an independent contractor and not an employee of the Board of County Commissioners for Monroe County. No statement contained in this agreement shall be construed so as to find the contractor or any of his/her employees, contractors, servants, or agents to be employees of the Board of County Commissioners for Monroe County. 9_ ASSURANCE AGAINST DISCRIMINATION County and Contractor agree that there will be no discrmination against any person, and it is expressly understood that upon a determination by a count of competent jurisdiction that discrimination has occurred, this Agreement automatically terminates without any further action on the part of any party, effective the date of the court order. County or Contractor agree to comply with all Federal and Florida statutes, and all local ordinances, as applicable, relating to nondiscrimination, These include but are not limited to: 1) Title VI of the Civil Rights Act of 1964 (PL 88-352) which prohibits discrimination on the basis of race, color or national origin; 2) Title IX of the Education Amendment of 1972, as amended (20 USC ss. 1681-I683, and 1685-1696), which prohibits discrimination on the basis of sex; 3) Section 504 of the Rehabilitation Act of 1973, as amended (20 USC s. 794), which prohibits discrimination on the basis of handicaps; 4) The Age Oct 08 09 08:43a Rebecca Quinn 434,297,1349 p.3 Emergency Management RCQuinn Consulting Contract 3 Discrimination Act of 1975, as amended (42 USC ss. 6101-6107) which prohibits discrimination on the basis of age; 5) The Drug Abuse Office and Treatment Act of 1972 (PL 92-255), as amended, relating to nondiscrimination on the basis of drug abuse; 6) The Comprehensive Alcohol Abuse and Alcoholism Prevention, Treaunent and Rehabilitation Act of 1970 (PL 91-616), as amended, relating to nondiscrimination on the basis of alcohol abuse or alcoholism; 7) The Public Health Service Act of 1912, ss. 523 and 527 (42 USC ss. 694dd-3 and 290ee-3), as amended, relating to confidentiality of alcohol and drug abuse patent records; 8) 'Title V111 of the Civil Rights Act of 1968 (42 USC s. et seq.), as amended, relating to nondiscrimination in the sale, rental or financing of housing; 9) The Americans with Disabilities Act of 1990 (42 USC s. 1201 Note), as maybe amended from time to time, relating to nondiscrimination on the basis of disability; 10) Monroe County Code Ch. 13, Art. VI, prohibiting discrimination on the bases of race, color, sex, religion, disability, national origin, ancestry, sexual orientation, gender identity or expression, familial status or age; and 11) any other nondiscrimination provisions in. any Federal or state statutes which may apply to the parties to, or the subject matter of, this Agreement. 10. ASSIGNMENTfSUBCONTRACT The Contractor shall not assign or subcontract its obligations tinder this agreement, except in writing and with the prior written approval of the Board of County Commissioners for Monroe County and Contractor, which approval shall be subject to such conditions and provisions as the Board may deem necessary. This paragraph shall be incorporated by reference into any assignment or subcontract and any assignee or subcontractor shall comprly with all of the provisions of this agreement. Unless expressly provided .for therein,..such approval shall in no manner or event be deemed to impose any obligation upon the board in addition to the total agreed -upon price of the services/goods of the contractor. 11 _ COMPLIANCE WITH LAW In providing all services/goods Pursuant to this agreement, the contractor shall abide by all statutes, ordinances, rules and .regulations pertaining to, or regulating the provisions of such services, including those now in effect and hereinafter adopted. Any violation of said statutes, ordinances, rules and regulations shall constitute a material breach of this agreement and shall entitle the Board to terminate this contract immediately upon delivery of written note of termination to the contractor. The contractor shall possess proper licenses to perform work in accordance with these specifications throughout the term of this contract. 12. INSURANCE Contractor shall provide documentation of insurance coverage rewired for those individuals or firms that perform work for or on behalf of the County, as specified in the Monroe County Risk Management Policy and Procedures Manual as follows: A) General Liability .insurance. Coverage shall be maintained throughout the life of the contract and include, as a minmium: • Premises Operations Products and Compieted Operations • Blanket Contractual Liability • Personal Injury Liability Expanded Definition of Property Damage Oct 08 09 08:44a Rebecca Quinn Emergency Marrabenient RCQuinn. Consulting Contract 434,297.1349 p.4 4 p�rX0 The minimum limits acceptable shall be: $300,000 Combined Single Limit (CSL) If split limits Are provided, the minimum limits acceptable shall be: $100,000 per Person $300,000 Per Occurrence S 50,000 Property Damage An Occurrence Form policy is preferred. If coverage is provided on a CIairm Made policy, its provisions should include coverage for claims filed on or after the effective date of this contract. In addition, the period for which claims may be reported should extend for a minimum of twelve (12) months following the acceptance of work by the County, The Monroe County Board of County Commissioners, 1100 Simonton Street, Suite 2- 205, Key West, Florida, 33040, shall be named as Additional Insured on all policies issued to satisfy the above requirements. B) Recognizing that the work governed by this contract requires the use of vehicles, the Contractor, prior to the commencement of work, shall obtain Vehicle Liability Insurance. Coverage shall be maintained throughout the life of the contract and include, as a minimum, liability coverage for: ` • Owned, Non -Owned, and Mired Vehicles The minimum limits acceptable shall be: $100,000 Combined. Single Limit (CSL) If split limits are provided, the minimum limits acceptable shall be: S 50,000 per Person $1fl0,000 per Occurrence S 25,000 Property Damage The Monroe County Board: of County Commissioners shall be named as additional Insured on all policies issued to satisfy the above requirements. C) As this work does not require professional registration, the contractor has provided to the County, the necessary Waiver of Insurance. D) Prior to the commencement of work governed by this contract, the Contractor shall obtain Workers' Compensation Insurance with limits sufficient to respond to Florida Statute 440. In addition, the Contractor shall obtain Employers' Liability Insurance with limits of not less than: $100,000 Bodily Injury by Accident $500,000 Bodily Injury by Disease, policy limits $100,000 Bodily Injury by Disease, each employee Oct 08 09 08:44a Rebecca Quinn 434.297,1349 p.5 Emergency Management RCQuinn Consulting Contract Coverage shall be maintained throughout the entire term of the contract. Coverage shall be provided by a company or companies authorized to transact business in the state of Florida. If the Contractor has been approved by the Florida's Department of Labor, as an authorized self insurer, the County shall recognize and honor the Contractor's status. The Contractor may be required to submit a Letter of Authorization issued by the Department of Labor and a Certificate of Insurance, providing details on the Contractor's Excess Insuurance Program. If the Contractor participates in a self-insurance fund, a Certificate of Insurance will be required. In addition, the Contractor may be required to submit updated financial statements from the fund upon request from the County. 13. FUNDING AVAILA131LITY In the event that funds from the Monroe County Board of County Commissioners are partially reduced or cannot be obtained or cannot be continued at a level sufficient to allow for tite purchase of the services/goods specified herein, this agreement may then be terminated immediately at the option of the Board of County Commissioner s by written notice of termination delivered in Person or by mail to the contractor. The Board shall not be obligated to pay for any services provided by the contractor after the Contractor has received written notice of termination. 14. PROFESSIONAL RESPONSIBILITY The Contractor warrants that it is authorized by law to engage in the performance of the.. activities encompassed by the project herein described, subject to the terms and conditions set forth in these contract documents. The Contractor shall at all times exercise independent, professional judgment and shall assume professional responsibility for the services to be provided. Continued funding by the Owner is contingent upon retention of- appropriate local, state, and/or federal certification and/or licensure of contractor. 15. NOTICE REQUIREMENT Any notice required or permitted tender this agreement shall be in writing and hand delivered or mailed, postage prepaid, to the other party be certified mail, returned receipt requested, to the following: FOR COUNTY Monroe County Emergency Management 490 63`�. St. Ocean Ste. 150, Marathon, FL 33050 FOR CONTRACTOR RCQuinn Consulting, Inc. 104 4thd Street, NE, #2, Charlottesville, VA 22902-5200 16. CANCELLATION A) In the event that the Contractor shall be found to be negligent in any aspect of completion of the Scope of Work, the County shall have the right to terminate this agreement after five days written, notification to the Contractor. Oct 08 09 08:45a Rebecca Quinn 434.297.1349 p.6 r&t�- � Emergency Management RCQuinn Consulting Contract b lglloq l3) Either of the parties hereto may cancel this agreement without cause by giving the other party sixty days written notice of its intention to do so. 17. GOVERNING LAWS Governing Law, Venue, Interpretation, Costs, and Fees: This Agreement shall be governed by and construed in accordance with the Iaws of the State of Florida applicable to contracts made and to be performed entirely in the State. J_ir the event that any cause of action or administrative proceeding is instituted for the enforcement or interpretation of the Agreement, the County and Contractor agree that venue will Iie in the appropriate court or before the appropriate administrative body in Monroe County, Florida, The County and Contractor agree that, in the event of conflicting interpretations of the terms or a terra of this Agreement by or belween any of them the issue shall be submitted to mediation prior to the institution of any other administrative or legal proceeding. I.S. RECORDKEEPING Contractor shall maintain all books, records, and documents directly pertinent to Performance under this Agreement in accordance with generally accepted accounting principles consistently applied. Each party to this Agreement or their authorized representatives shall have reasonable and timely access to such records of each other party to this Agreement for public records purposes during the term of the Agreement and for four years following the termination of this Agreement. ff an auditor employed by the County or Clerk determines that nionies paid to Contractor pursuant to this Agreement were speot for purposes not authorized by this Agreement, the Contractor shall repay. the monies together with interest calculated pursuant to Sec. 55.03, FS, running from the date the monies were paid to Contractor. 19. SEVERASILITY If any terra, covenant, condition or provision of this Agreement (or the application thereof to any circumstance or person) shall be declared invalid or unenforceable to any extent by a court of competent jurisdiction, the remaining terms, covenants, conditions and provisions of this Agreement, shall not be affected thereby; and each remaining term, covenant, condition and provision of this Agreement shall be valid and shall be enforceable to the fullest extent permitted by law unless the enforcement of the remaining terms, covenants, conditions and provisions of this Agreement would prevent the accomplishment of the original i(Itent of this Agreement. The County and Contractor agree to revise the Agreement to replace any stricken provision with a valid provision that comes as close as possible to the intent of the stricken provision. 20. ATTORNEY'S FEES AND COSTS The County and Contractor agree that in the event any cause of action or administrative proceeding is initiated or defended by any party relative to the enforcement or interpretation of this Agreement, the prevailing party shall be entitled to reasonable attorney's fees, court costs, investigative, and out-of-pocket expenses, as an award against the non -prevailing party, and shall include attorney's fees, courts costs, investigative, and out-of-pocket expenses in appellate proceedings. Mediation proceedings initiated and conducted pursuant to this Agreement shall be in accordance with the Florida Rules of Civil Procedure and usual and customary procedures required by the circuit court of Monroe County. Oct 08 09 08:45a Rebecca Quinn 434.297.1349 p.7 Emergency Management RCQuinn Consulting Contract 7 ! 01-00 21. ENDING EFFECT The terms, covenants, conditions, aozd provisions of this Agreement shall bind and inure to the benefit of the County and Contractor and their respective legal representatives, successors, and assigns. 2 2- AUTHORITY Each party represents and warrants to the other that the execution, delivery and performance of this Agreement have been duly authorized by all Necessary County and corporate actions, as required by law. 23. CLAIMS FOR FEDERAL OR STATE AID Contractor and County agree that each shall be, and is empowered to apply for, seek, and obtain federal and state funds to further the purpose of this Agreement provided that all applications, requests, grant proposals, and funding solicitations shall be approved by each party prior to submission. 24. ADJUDICATION OF DISPUTES OR DISAGREEMENTS County and Contractor agree that all disputes and disagreements shall be attempted to be resolved by meet and confer sessions between representatives of each of the parties. rf the issue or issues are still not resolved to the satisfaction of the parties, then any party shall have the right to seek such relief or remedy as may be provided by this Agreement or by Florida law. 25. COOPERATION In the event any administrative or legal proceeding is instituted against either party relating to the formation, execution, performance, or breach of this Agreement, County and Contractor agree to participate, to the extent required by the other party, in all proceedings, hearings, processes, meetings, and other activities related to the substance of this Agreement or provision of the services under this Agreement. County and Contractor specifically agree that no party to this Agreement shall be required to enter into any arbitration proceedings related, to this Agreement. 26. COVENANT OF NO INTEREST County and Contractor covenant that neither presently has any interest, and shall not acquire any Interest, which would conflict in any manner or degree with its performance under this Agreement, and that only interest of each is to perform and receive benefits as recited in tWs Agreement. 27. CODE OF ETHICS County agrees that officers and employees of the County recognize and will be required to comply witli the standards of conduct for public officers and employees as delineated n Section 112.313, Florida Statutes, regarding, but not limited to, solicitation or acceptance of gifts; doing business with, one's agency; unauthorized compensation; misuse of public position, conflicting employment or contractual relationship; and disclosure or use of certain information. 28, NO SOLICITATIONfPAYMENT The County and Contractor warrant that, in xespect to itself, it has neither employed nor retained any company or person, other than a bona fide employee working solely for i€, to solicit or Oct 08 09 08:45a Rebecca Quinn 434.297.1349 P.8 Emergency Management RCQuinn Consulting Contract g 0/-7/07 secure this Agmernent and that it has not paid or agreed to pay any person, company, corporation, individual, or firm, other than a bona fide empioyee working solely for it, any fee, commission, percentage, gift, or other consideration contingent upon or resulting from the award or making of this Agreement. For the breach or violation of the provision, the Contractor agrees that the Couzity shall have the right to terminate this Agrertnent without liability and, at its discretion, to offset fiorn ponies owed, or otherwise recover, the full amount of such fee, commission, percentage, gift, or consideration. 29. PUBLIC ACCESS The County and Contractor shall allow and permit reasonable access to, and inspection of, all documents, papers, fetters or other materials in its possession or under its control subject to the Provisions of Chapter 119, Florida Statutes, and made or received by the County and Contractor in conjunction with this Agreement; and the County shall have the right to unilaterally cancel this Agreement upon violation of this provision by Contractor. 30. NON -WAIVER OF DAMUNITY Notwithstanding the provisions of See. 786,28, Florida Statutes, the participation of the County and the Contractor in this Agreement and the acquisition of any commercial liability insurance coverage, self-insurance coverage, or local government liability insurance pool coverage shall not be deemed a waiver of irrimunity to the extent of liability coverage, nor shall any contract entered into by the County -be required to contain any provision -for waiver. 31- PRIVILEGES AND IMMUNITIES All of the privileges and immunities from liability, exemptions from laws, ordinances, and rules and pensions and relief, disability, workers' compensation, and other benefits which apply to the activity of officers, agents or employees of any public agents or employees of the County, when performing their respective functions under this Agreement within the territorial limits of the County shall apply to the same degree and extent to the performance of such functions and duties of such officers, agents, volunteers, or employees outside the territorial limits of the County. 32. LEGAL OBLIGATIONS AND RESPONSIBILITIES Non -Delegation of Constitutional or Statutory Duties: This Agreement is nqt intender] to, nor shall it be construed as, relieving any participating entity from any obligation or responsibility imposed upon the entity by law except to the extent of actual and timely performance thereof by a participating entity, in which case the performance may be offered in satisfaction of the obligation or responsibility. Further, this Agreement is not intended to, nor shall it be construed as, authorizing the delegation of the constitutional or statutory duties of the County, except to the extent permitted by the Florida constitution, state statute, and case law. 33. NON -RELIANCE BY NON-PARTIES No person or entity shall be entitled to rely upon the terms, or any of them, of this Agreement to enforce or attempt to enforce any third -party claim or entitlement to or benefit of any service or program contemplated b.ereunder, and the County and the Contractor agree that neither the County nor the Contractor or any agent, officer, or employee of either shall have the authority to inform, counsel, or otherwise indicate that any particular individual or group of individuals, entity or entities, Oct 08 09 08:46a Rebecca Quinn 434,297.1349 p,9 Emergency Management RCQuinn Consulting Contract vjb� —I 9 1D/-f/o9 have entitlements or benefits under this Agreement separate and apart, inferior to, or superior to the community in general or for the purposes contemplated in this Agreement. 34. ATTESTATIONS Contractor agrees to execute such documents as the County may reasonably require, to include a Public Entity Crime Statement, An. Ethics Statement, and a Drug -Free Workplace Statement, 35. NO PERSONAL LIABILITY No covenant or agreement contained herein, shall be deemed to be a covenant or agreement of any member, officer, agent or employee of Monroe County in his or her individual capacity, and no member, officer, agent or employee of Monroe County shall be liable personally on this Agreement or be subject to any personal liability or accountability by reason of the execution of this Agreement. 36. EXECUTION ON COUNTERPARTS This Agreement may be executed in any number of counterparts, each of which shall be regarded as an original, all of which taken together shall constitute one and the same instrumentand any of the parties hereto may execute this Agreement by signing any such counterpart. 37. SECTION READINGS Section headings have been inserted in this Agreement as a matter of convenience of.. reference only, and it is agreed that such section headings are not a part of this Agreement and will not be used in the interpretation of any provision of this Agreement. IN WITNESS WHEREOF the parties hereto have executed this Agreement on the day and date first written above in four (4) originals, each of which shall, without proof or accounting for the other counterparts, be deemed an original contract. Attest: DAINNY L. KOLHAGE, CLERK By: Deputy Clerk (SEAL) Attest: BOARDOF COUNTY COMMISSIONERS OF MONORE COUNTY, FLORIDA By: Mayor George Neugent CONTRACTOR RCQuinn Consulting, Inc, By: Rebecca C. Quinn, President Oct 08 09 08:47a Rebecca Quinn Emergency Management RCQuinn Consulting Contract MONROE COUNTY, FLORIDA Request for Waiver Of Insurance Reguiremexats 434.297.1349 It is requested that the insurance requirements, as specified in the County's Schedule of Insurance Requirements, be waived or modified on the following contract. Contractor: RC uinn Consu€tin Contract for. Lipdate and revicinn of Monme_C'our_y ocal Mid inn Stote r Plan Address of Contractor: 104 4`h St NE, 4�2., Charlottesvville VA 22902-520Q Scope of Work: Qverview., Monroe County. Fr, Local Mitt ati©n Strate U date Scone of Work Reason for Waiver: Pvticies Waiver will apply to: contract Signature of Contractor: Approved Not Approved Risk Management Date County Administrator appeal; Bate: Approved: Not ,Approved; Board of County Commissioners appeal: Approved: Not Approved: Meeting hate: November 18 2009 Oct 08 09 08;47a Rebecca Quinn Emergency Management RCQuinn Consulting Contract MONROE COUNTY, FLORIDA Request For Waiver Of Insurance Requirements 434.297,1349 eot-4- -I X1 10 i-r%ri It is xequested that the insurance requirements, as specified in the County's Schedule of Insurance Requirements, be waived or modified on the following contract. Contractor: RC uinn Consultin Contract for: U:pdjjtp a d r -,6&hon of MOM _D9ca i t' ateav Plan Address of Contractor: 104 4"' St. NE, #2 Charlottesville. VA 22902-5200 Scope of Work: FLLocal- Mitigation Strategy Update. Sca e of Work Monroe Reason for Waiver: RCQuinn Consulting employee's fewer than four employees Policies Waiver will apply to: Worker's Carnwm-,L Signature of Contractor: 1 Approved Not Approved Risk Management Date County Administrator appeal: Approved; Not Approved: Date: Board of County Commissioners appeal: Approved: Not Approved: Meeting Date: November 18, 2009