HomeMy WebLinkAboutItem I6
BOARD OF COUNTY COMMISSIONERS
AGENDA ITEM SUMMARY
Meeting Date: February 17.2010
Division:
Growth Management
Bulk Item: Y es ~ No
Department: Planning and Environmental Resources
Staff Contact PersonlPhone #: Jane Tallman. ph. 509-0998
AGENDA ITEM WORDING: Approval to execute Local Agency Program (LAP) Agreement with
Florida Department of Transportation (FDOT) to provide funding for All-American Road Signage.
ITEM BACKGROUND: The Florida Keys Scenic Highway corridor was recently designated as an
All-American Road. The FDOT is offering funding to Monroe County to develop a standardized
"wayfinding" signage system that will provide consistency and remove existing sign clutter along the
corridor. This project will be designed in concert with the scenic highway program and the Florida
Keys Overseas Heritage Trail to promote economic benefits for Monroe County businesses and
citizenry.
Maintenance of the signs in the FDOT Right-of-Way will be the responsibility of the County for the
useful life of the signs (approximately ten years). Grant funding for sign replacement will be pursued
during this time. Interlocal agreements will be developed with municipalities participating in the
project to maintain the signs in their jurisdiction throughout their useful life.
The project is included in the FDOT Five Year Work Program (which was presented to the BOCC on
December 16, 2009), is to be funded 100% by FDOT, and must be performed under the FDOT LAP
program.
PREVIOUS RELEVANT BOCC ACTION: NA
CONTRACT/AGREEMENT CHANGES: NA
STAFF RECOMMENDATIONS: Approval
TOTAL COST: $1.100.000 INDIRECT COST:
BUDGETED: Yes _No
COST TO COUNTY: $0
SOURCE OF FUNDS: Grant
REVENUE PRODUCING: Yes
No X
AMOUNTPERMONTH_ Year
APPROVED BY: County Atty _ OMBlPurchasing _ Risk Management _
DOCUMENTATION:
Included X
Not Required_
DISPOSITION:
AGENDA ITEM #
Revised 1/09
All-American Road Wayfinding Signage
LAP Agreement Explanation
AIl-American Road Signage Project
The Florida Keys Scenic Highway corridor was recently designated as an All-American Road.
FDOT is offering funding to Monroe County to develop a standardized wayfinding signage
system that will provide consistency and remove existing sign clutter along the corridor. This
project will be designed in concert with the scenic highway program and the Florida Keys
Overseas Heritage Trail to promote economic benefits for Monroe County businesses and
citizenry.
Wayfinding
A good wayfinding system "helps users experience an environment in a positive way and
facilitates getting from point A to point B. When executed successfully, the system can reassure
users and create a welcoming environment, as well as answer questions before users even ask
them." In our case, the wayfinding signage system will direct travelers on US1 and the Overseas
Heritage Trail to points of interest, such as the Blue Hole and Safe Harbor Marina, and to
businesses along the scenic highway corridor. Having a consistent and professionally developed
wayfinding system will greatly improve visitors' and residents' ability to safely and readily find
their way through the Keys.
LAP (Local Agency Program)
FDOT is empowered by legislative authority to contract with Local Agencies to plan, develop,
design, acquire right of way, and construct transportation facilities. FDOT reimburses these
Local Agencies for services provided to the public. The formal name given to this program is the
Local Agency Program (LAP).
A LAP Agreement is developed and executed for each LAP project. The purpose of the LAP
Agreement is to ensure that the correct amount of Federal funds is spent according to all relevant
State and Federal laws and regulations.
The "All-American Road Signage" project is included in the FDOT Five Year Work Program
(which was presented to the BOCC on December 16,2009), is to be funded 100% by FDOT, and
must be performed under the FDOT LAP program. Having the County serve as the LAP agency
managing this project ensures that the wayfinding signage system will encompass US1, the
Overseas Heritage Trail, and the Scenic Highway corridor (which extends five miles in each
direction from US1). !fFDEP were to be the LAP agency for the project it would be focused on
wayfinding for Overseas Heritage Trail users.
Maintenance
Per the LAP Agreement, maintenance of the project's wayfinding signs in the FDOT Right-of-
Way will be the responsibility of the County for the useful life of the signs (estimated $ per year
for approximately 10 years). Grant funding for sign replacement will be pursued during this
time. Interlocal agreements will be developed with municipalities participating in the project to
maintain the signs in their jurisdiction throughout their useful life.
Ul
!:: .c.
m .... .s
:c .~
tj I/) ra
~ E
.... ,~
I/)
.. 'in c
~ I/) e
z 10 ....
.... U
0:: ~ Q)
0 Qj
0 .~ ra
:E .c. 'S;
I-
0 ..
....
1&1 c e:
Q) .
(I) 0 E~
0 ~ %:
0.. Q)....
A. U U I-
0 0 L.. Q) z
0:: ~ci. .Eo 0 0
A. o .- c U .... Z
.....c. WI/) 0
0:: .!2l!! w
~ .~ t'II >
::::) ~ Q) 10.... .. ....
0 01-0 .... I-
~1tJ ...J ra
> Q) - -0 %: ":)
U. >-...J O.c. u(/)u
0 c Q) e: U =%:w
ra > 0'- ccl-(/)
CC - .- ._ .c. ::&:zz
01ti .~ ~ 00
III .~ c zZu
0:: C I/)
CC o .- Q .- <Cw%:
._ 01 ...c. %:>u
1&1 "'Q) c....
~...J o c I-I=!cc
% C-o .- 0 =:)w
t- Q) C tJE wuu.
Z E ra Q) Q) ~wO
.... Q) L.. (j).c. ..I(/)>
-0
0:: c..c 1/).... O~<C
>--
0 E L.. ra 0 zuc
.- Q) ~>-
(I) -> Zt'llw
-0 L.. 10
~ .2~ 2-0 ........z
z .sQ) 10 I/) "cx:<C
.... 3:1/) We(/)
0:: .c. 1lO1I.w
L..... Q)
0 .2 0 -oc I-w%:
0 e: .- (/):)1-
L...... co ~
:E 0.._ =zz
ra,tJ 01.0 ::&:....0
0:: "'c c.... zl-c
ra-o .- I/)
::::) ....co eZw
-0.- ra_
0 Q)-o o Q) I=!ocx:
> N+-' CO.c. uw
>-10 ...... uc%:
Z - .c. ue: ~z~
0 co ~
C 3: co S<C"
~ ra-o LL .c.
-oe: .... U <C
l- e: ra -Eli; :! I-
Z ra-o .E1ti cc
C Q)
1&1 ._~ <e-;; cc c
0:: co L.. C %:
0:: ....0 ra C I-
::::) .o~ L.. ....
0... ~E ~
u o ra
III .....c. .0
.~ ~ I/) U
A. ~u
> .......
>-1/) ..~
I- Q)c
...I ~ 0 0
III ~~ ....E
(I) 1/)10 ra
....
(I) 1/)-0 ra
1&1 .- e: -oc
.c.Q)
> ~E I/)'C
u. .- 0
o E .c.o
0 Q) 0 ~E
> I/)U c .
ILl 8.~ Q)e:
> 1/)._
L..01 Q) L..
0::" ~ c I/) 0
::::) 0.. ._ ra.c.
~
(I) ~ra Q)U
~E _c
. a.. ra
....
C'J
't""'f
~-
,'.Q: -c
'.
:~.:'
-~.
<~'
--,2.:
-.:Z",
,.:Il,. .
iil
.. ....<
,-/~i~~
,.
~:~,
I~
<~
.ILI' .
Q.
.~
-m
-.~
..~,
,,:S
.r.::
tJ)
::s
e
:S
't""'f
II)
:S
c::
o
E:
'-
~
Q)
Ul
::s
"l:J
c::
~
......
Q)
Q)
fj;
.!!l
'E
~
Q..
(3
.~
~:.~
a..'
vc
'....0
El~
)-~
Q)';g
5~
.c
o
g~
-e<~
~-'a
..\#}.
,C'
iO:
.~...,~
_ L.. .-....
~"g
..'"
..
B-o
10 Q)
Qt~
:~'.:~
'?-
-~
ra
E
E
.~
v,
.c.
+-'
',c
o
.,~
N
..-4
c
..,~.
o
:c
.~
e:
.::>
.-L....
Q)
.,'~'-
~ ,:~
".J "I:.
I/)'Ul
...... ,....'
mra
o' -0.
co co
-0 "0
:~:~
00
+-' .~
(j) II)
L..'
Q)
-~
m
g(j)
I
L..
Q)
tI)
:5
'L..
U.'
.~.
.Q)
:iii
c
"I~
I-
J
L..
Cli
.~
~.'
-L..
L>.
-.j..l
','c'
.'~~,
I/)
e-
m
L..
I-
L..
"Q)
.,:~
o
a..
i
."0'
'. ..L.....
co
o
.0
10
Q)
~
..-"
"'10
If)
~
:g
E
o
Q
'f
-0
.L..
,'-ra
o
.0
co
,Q)
>
::i
.~'..
ltl
o
.c
to
.Q).......
>
::i
V"l
I
~
z
....
~
o
o
s:
~
:)
o
>
....
o
~
cc
Q
Z
:)
o
ra
III
::c
I-
LLI
Q
....
CIl
I-
~
o
LLI
....I
....
s:
...
o
l-
e.
~
Q
III
~
o
::c
u
z
CC
CIl
....I
LLI
CIl
CIl
III
>
....
o
~
....
Z
CC
~
0'
ofS
LLI
e.
~
....
o
>..
11I-
>,~
~.
~9
CIlLLl
.....
........
L..
::J
o
>-
a.>
"C
'Vi
...
::J
o
a.>
E
,....
.-l
'-'
0)
c
o
o
...
a.
::J
~
o
I\J
a.>
L..
I\J
a.>
J::
...
C
J::
~
3:
!/l
L..
a.>
...
I\J
3:
a.>
J::
...
C'l
C
!/l
::J
a.>
L..
IQ
...
I\J
J::
...
!/l
Qj
!/l
VI
0)
>
~
o
!/l
a.>
Q.
>-
...
a.>
L..
..Q
Q.
X
a.>
o
...
.!!!
>-
a.>
>
L..
::J
!/l
VI
J::
...
~
o .
a.>"C
!/l a.>
OQ::
~C'l
:3 C
Q. 'c
a.> 0
J::o
f-E
o
...
ro
E
.!::!
c
o
L..
...
U
a.>
a.>
.~
>
..."
c::
O)"C
E~
a.> u
~ a.>
.Eo
c:: (,J
w VI
3: ,-
I\J I\J
...J'tO
~ "C
OJ::
C u
01:
.!!! 3:
,2: c
o
..J::
c::'"
o c::
,- 0
wE
0) a.>
lnJ::
VI'"
>-~
ro 0
3:>-
L.. I\J
~"C
I\J VI
==lfi
"Cc::
c '-
I\J ~
C'l.o
c...
.- !/l
1ijro
o a.>
I:OJ::
.....
Uc
~I\J
u.. J::
..'"
"EQj
.E1ti
<(0
roc::
L..
~E
o
!/l U
::Eu
..~
o
"'E
m
...
ro
"Cc::
VI'C
,- 0
'50
"CE
c::
a.> c::
!/l,_
0) L..
VI 0
mJ::
0) (,J
_c
a. I\J
:
I-
Z
o
:E
w
>
.. J-C
'I"'f I-
: ui' ~
u::cu
~I-w
c(zcn
:EOz
z:E8
c(w:
:>u
I-J-Cc(
~I-w
W:)u.
I-Uo
:i~>
oZc(
z8e
ZNW
J-C'I"'f:E
t:),wc(
W...cn
~OW
I-Ll.::c
cnW....
:):)Z
:EZO
zl=e
OZW
I-tO~
ljUw
we:
..JZ!(
Sc(t:)
U c(
j! !(
< e
e :
I-
J-C
~
Q
'I"'f
Q
N
C"l
'"'i
.c:
~
e
:S
'"'i
Ul
:S
c::
c
E
L..
-E
(I)
III
;:)
~
c::
l1:l
~
(I)
(I)
~
.~
:S
~
g-
u
~
JI)
-..;;..
C'
'.~
..~
.'~
.;...J0
w;r:
In'hi
~>~p
. .Oz
If~o
.ItCC::E
5-55
<t:.);..<t:
WLI...W
~-e~
~....~.......~
Zii!::W
<(.....::E
::J''''''<(
O'iVl
c?S_aU'~
In::tf-
g:-~z
11.I '.
jtQ'O
'. ~'."~
~.IIi~
o.t-;.<(
~e~
z~+-
dJ,-~ffi
..t:J .,... .::I:
..~e~
::E'CJ
::E-Q.
.::::>.:::.
In.Q
11.I
0::
o
--:t
.,(,.)
'.it
.~
~
o
"'10
.L....u
o.
a.
a.> c::
.... '0
.'m.p
"'I\J
lnL..
.. L.. ....
a.>. !/l
"9.-
J::
"'a.>
o .' c:t:
c
.0
C..-
. ...
O')I\J
..- L..
a.>...
L..lJl
0'-
u..'g
c:t:
c
o
ro .:p
"CIQ
.- ..L..
o"~
-.;:;
u.. '..~
a.>
c:t:
I\J
...-g
. m...
OU
a.>~
... -
rouO
o
c::
3:
o
c'
~
c
::J
.~
.I\J
E
E
:3
v>
J::
...
C
o
::E
N
'T-l
L..
(lJ
'3:.
o 'jij
a.u>
i).
lIllJl
.... ...
ro I\J
00
1:0 .1:0
'''C'c
~. ....~.
00
. .......
In V>
.L..
-a.>
3:
o "iij
.0.. (J)
II'
. L... L..
a.> a.>
,!!! . .!!!
,:3 :3
. L..' L...
U U
~ ....
c::c::
a.> a.>
'Vi 'Vi
c:: c::
m IQ
.L.. L..
f- f-
\0
. a.>
QjI:?
3:E
o'jijo
a.. v>O
I .1 "1.
"E '"E "E
m roro
o _00
.0 ,;Q .0
roro ro
a.> a.>(lJ
> > >
.::i ::i ::i
BOARD OF COUNTY COMMISSIONERS
AGENDA ITEM SUMMARY
Meeting Date: February 17. 2010
Division:
Growth Management
Bulk Item: Yes ~ No
Department: Planning and Environmental Resources
Staff Contact PersonlPhone #: Jane Tallman. Dh. 509-0998
AGENDA ITEM WORDING: Approval to execute Local Agency Program (LAP) Agreement with
Florida Department of Transportation (FOOT) to provide funding to Monroe County for All-American
Road Signage,
ITEM BACKGROUND: The Florida Keys Scenic Highway corridor was recently designated as an
All-American Road. The FOOT is offering funding to Monroe County to develop a standardized
"wayfinding" signage system that will provide consistency and remove existing sign clutter along the
corridor, This project will be designed in concert with the scenic highway program and the Florida
Keys Overseas Heritage Trail to promote economic benefits for Monroe County businesses and
citizenry,
The Agreement consists of the Design Phase (through March 2011) which will be managed by the
Planning Department and the Construction Phase (through June 2013) which will be managed by
Engineering Services,
Maintenance of the signs in the FOOT Right-of-Way will be the responsibility of the County for the
useful life of the signs (approximately ten years). Grant funding for sign replacement will be pursued
during this time. Interlocal agreements will be developed with municipalities participating in the
project to maintain the signs in their jurisdiction throughout their useful life.
The project is included in the FOOT Five Year Work Program (which was presented to the BOCC on
December 16, 2009), is to be funded 100% by FOOT, and must be performed under the FDOT LAP
program.
PREVIOUS RELEVANT BOCC ACTION: Approval of Ordinance 31-2009 on August 19,2009,
amending Chapter 142, Signs, of the Monroe County Code.
CONTRACT/AGREEMENT CHANGES: NA
STAFF RECOMMENDATIONS: Approval
TOTAL COST: $1.100.000 INDIRECT COST: unknown - based on number of signs after 2013.
Signs should have a useful life of 10 years BUDGETED: Yes _No-L
COST TO COUNTY: $0
SOURCE OF FUNDS: Grant
REVENUE PRODUCING: Yes
No X
AMOUNTPERMONTH_ Year
APPROVED BY: counlyAtty~ ~urchasing_ RiskManagement_
DOCUMENTATION: Included X Not Required_
DISPOSITION:
Revised 1/09
AGENDA ITEM #
MONROE COUNTY BOARD OF COUNTY COMMISSIONERS
CONTRACT SUMMARY
Contract with: FDOT
Contract #_
Effective Date:
Expiration Date:
rovide $1,100,000
*Cost overruns must be aid with local
funds,
Contract Manager: Jane Tallman
(Name)
2521
(Ext. )
Plannin # II
(Department/Stop #)
for BOCC meeting on
February 17,
2010
Agenda Deadline: February 2,2010
CONTRACT COSTS
Total Dollar Value of Contract: $ 1,100,000
Budgeted? YesO No 0 Account Codes:
Grant: $ I, I 00,000
County Match: $
Current Year Portion: $ I, I 00,000
- - - -
------
- - - -
-----
- - - -
----- .---
- -
---
-
--
ADDITIONAL COSTS
Estimated Ongoing Costs: $unknown - For: Maintenance of signs in FDOT Right
based on number of signs after 2013. Signs of Way.
should have a useful life of 10 vearslyr
(Not included in dollar value above) (eg, maintenance, utilities, janitorial, salaries, etc.)
CONTRACT REVIEW
Date In
Division Director ~o
Risk Manag~ent ~ ..$-'/tJ
... I ~..~ '/A.I
O.~/Purchas1:hg ~/()
County Attorney /2.7.;'1
Changes
Needed
YesONoO
YesONo~
YesO Nod
YesO NolSJ
Comments:
STATIO OF FLORIDA DEpAIUMENT Of' TRANSPORTATION
LOCAL AGENCY PROGRAM AGREEMENT
52!Hl10-40
PROJECT MANAGEMENT OFFICE
03/07
Page 1
FPN: Fund:
Federal No: 428298-1 Org Code:
FPN: Fund:
Federal No: Org Code:
FPN: Fund:
Federal No: Org Code:
FPN: Fund:
Federal No: Org Code:
County No: Contract No:
Data Universal Number System (DUNS) No: 80-939-7102
Catalog of Federal Domestic Assistance (CFDA): 20.205 Highway Planning and Construction
FLAIR Approp:
FLAIR Obj:
FLAIR Approp:
FLAIR Obj:
FLAIR Approp:
FLAIR Obj:
FLAIR Approp:
FLAIR Obj:
Vendor No:
THIS AGREEMENT, made and entered into this _ day of , 2010 by and between the STATE
OF FLORIDA DEPARTMENT OF TRANSPORTATION, an agency of the State of Florida, hereinafter called the
Department, and Monroe County Board of Countv CommisSioners hereinafter called the Agency.
WIT N E SSE T H:
WHEREAS, the Agency has the authority to enter into this Agreement and to undertake the project hereinafter described,
and the Department has been granted the authority to function adequately in all areas of appropriate jurisdiction including
the implementation of an integrated and balanced transportation system and is authorized under Section 339.12, Florida
Statutes, to enter into this Agreement;
NOW, THEREFORE, in consideration of the mutual covenants, promises and representations herein, the parties agree as
follows:
1.00 Purpose of Agreement: The purpose of this Agreement is to provide for the Department's participation in AII-
American Road Sianaae and as further described in Exhibit "Aft attached hereto and by this reference made a part hereof,
hereinafter called the Kproject,~ and to provide Department financial assistance to the Agency and state the terms and
conditions upon which such assistance will be provided and the understandings as to the manner in which the project will
be undertaken and completed.
1.01 Attachments: Exhibit(s) A and B are attached and made a part hereof.
2.01 General Requirements: The Agency shall complete the project as described in Exhibit "A" with all practical
dispatch, in a sound, economical, and efficient manner, and in accordance with the provisions herein, and all applicable
laws. The project will be performed in accordance with all applicable Department procedures, guidelines, manuals,
standards, and directives as described in the Department's Local Aaency Proaram Manual, which by this reference is
made a part hereof as if fully set forth herein. Time is of the essence as to each and every obligation under this
Agreement.
A full time employee of the Agency. qualified to ensure that the work being pursued is complete, accurate, and consistent
with the terms, conditions, and specifications of this Agreement shall be in charge of each project.
Removal of Any Unbllled Funds
If Agency fails to timely perform its obligations in submitting invoices and documents necessary for the close out of the
project, and said failure results in a loss of the remaining unbilled funding either by Federal withdrawal of funds or loss of
State appropriation authority (which may include both federal funds and state funds, if any state funds are on the project),
Agency will be responsible for the remaining unbilled funds on the project. No other funds will be provided by the
Department. Agency waives the right to contest such removal of funds by the Department, if said removal is directly
related to Federal (FHWA) withdrawal of funds or loss of State appropriation authority due to Local Agency's failure or
nonperformance. In addition to loss of funding, the Department will consider de-certification of said Agency for future LAP
projects.
Removal of All Funds
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION
LOCAL AGENCY PROGRAM AGREEMENT
52s.<llll-4O
PROJECT MANAGEMENT OFFICE
03107
Page 2
If all funds are removed from the project, including amounts previously billed to the Department and reimbursed to the
Agency, and the project is off the state highway system, then the department will have to request repayment for the
previously billed amounts from the Local Agency. No state funds can be used on off-system projects.
2.02 Expiration of Agreement: The Agency agrees to complete the project on or before June 3D. 2013. If the Agency
does not complete the project within this time period, this Agreement will expire on the last day of the scheduled
completion as provided in this paragraph unless an extension of the time period is requested by the Agency and granted
in writing by the Department prior to the expiration of this Agreement. Expiration of this Agreement will be considered
termination of the project. The cost of any work performed atter the expiration date of this Agreement will not be
reimbursed by the Department.
2.03 Pursuant to Federal, State, and Local Laws: In the event that any election, referendum, approval, permit, notice
or other proceeding or authorization is requisite under applicable law to enable the Agency to enter into this Agreement or
to undertake the project hereunder or to observe, assume or carry out any of the provisions of the Agreement, the Agency
will initiate and consummate, as provided by law, all actions necessary with respect to any such matters so requisite.
2.04 Agency Funds: The Agency shall initiate and prosecute to completion all proceedings necessary, including
federal-aid requirements, to enable the Agency to provide the necessary funds for completion of the project.
2.05 Submission of Proceedings, Contracts, and Other Documents: The Agency shall submit to the Department
such data, reports, records, contracts, and other documents relating to the project as the Department and the Federal
Highway Administration (FHWA) may require.
3.00 Project Cost:
3.01 Total Cost: The total cost of the project is $ 1.100.000. This amount is based upon the schedule of funding in
Exhibit "8." The Agency agrees to bear all expenses in excess of the total cost of the project and any deficits involved.
The schedule of funding may be modified by mutual agreement as provided for in paragraph 4.00.
3.02 Department Participation: The Department agrees to participate, including contingencies, in the project cost to the
extent provided in Exhibit "8." This amount includes federal-aid funds which are limited to the actual amount of federal-
aid participation.
3.03 Limits on Department Funds: Project costs eligible for Department participation will be allowed only from the date
of this Agreement. It is understood that Department participation in eligible project costs is subject to:
a) Legislative approval of the Department's appropriation request in the work program year that the project is
scheduled to be committed;
b) Availability of funds as stated in paragraphs 3.04 and 3.05 of this Agreement:
c) Approval of all plans, specifications, contracts or other Obligating documents and all other terms of this
Agreement; and
d) Department approval of the project scope and budget at the time appropriation authority becomes available.
3,04 Appropriation of Funds: The Department's performance and obligation to pay under this Agreement is contingent
upon an annual appropriation by the Legislature. If the Department's funding for this project is in multiple fiscal years,
funds approval from the Department's Comptroller must be received each fiscal year prior to costs being incurred. See
Exhibit "B" for funding levels by fiscal year. Project costs utilizing these fiscal year funds are not eligible for
reimbursement if incurred prior to funds approval being received. The Department will notify the Agency, in writing, when
funds are available.
3,05 Multi-Year Commitment: In the event this Agreement is in excess of $25,000 and has a term for a period of more
than one year, the provisions of Section 339.135(6)(a), Florida Statutes. are hereby incorporated:
"(a) The department, during any fiscal year, shall not expend money, incur any liability, or enter into any
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION
LOCAL AGENCY PROGRAM AGREEMENT
52s.<l10-40
PROJECT MANAGEMENT OFFICE
03107
Page 3
contract which, by its terms, involves the expenditure of money in excess of the amounts budgeted as
available for expenditure during such fiscal year. Any contract, verbal or written, made in violation of this
subsection is null and void, and no money may be paid on such contract. The department shall require a
statement from the comptroller of the Department that funds are available prior to entering into any such
contract or other binding commitment of funds. Nothing herein contained shall prevent the making of
contracts for periods exceeding 1 year, but any contract so made shall be executory only for the value of
the services to be rendered or agreed to be paid for in succeeding fiscal years, and this paragraph shall
be incorporated verbatim in all contracts of the Department which are for an amount in excess of $25,000
and which have a term for a period of more than 1 year."
3.06 Notice-to-Proceed: No cost may be incurred under this Agreement until the Agency has received a written Notice-
to-Proceed from the Department.
3.07 Limits on Federal Participation: Federal-aid funds shall not participate in any cost which is not incurred in
conformity with applicable Federal and State laws, the regulations in 23 Code of Federal Regulations (C.F.R.) and 49
C.F.R., and policies and procedures prescribed by the Division Administrator of FHWA. Federal funds shall not be paid
on account of any cost incurred prior to authorization by the FHWA to the Department to proceed with the project or part
thereof involving such cost (23 C.F.R. 1.9 (a)). If FHWA or the Department determines that any amount claimed is not
eligible, federal participation may be approved in the amount determined to be adequately supported and the Department
shall notify the Agency in writing citing the reasons why items and amounts are not eligible for federal participation.
Where correctable non-compliance with provisions of law or FHWA requirements exists, Federal funds may be withheld
until compliance is obtained. Where non-compliance is not correctable, FHWA or the Department may deny participation
in parcel or project costs in part or in total.
For any amounts determined to be ineligible for federal reimbursement for which the Department has advanced payment,
the Agency shall promptly reimburse the Department for all such amounts within 90 days of written notice.
4.00 Project Estimate and Disbursement Schedule: Prior to the execution of this Agreement, a project schedule of
funding shall be prepared by the Agency and approved by the Department. The Agency shall maintain said schedule of
funding, carry out the project, and shall incur obligations against and make disbursements of project funds only in
conformity with the latest approved schedule of funding for the project. The schedule of funding may be revised by mutual
written agreement between the Department and the Agency. If revised, a copy of the revision should be forwarded to the
Department's Comptroller and to the Department's Federal-aid Program Office. No increase or decrease shall be
effective unless it complies with fund participation requirements of this Agreement and is approved by the Department's
Comptroller.
5.00 Records:
5.01 Establishment and Maintenance of Accounting Records: Records of costs incurred under the terms of this
Agreement shall be maintained and made available upon request to the Department at all times during the period of this
Agreement and for 5 years after the final payment is made. Copies of these documents and records shall be furnished to
the Department upon request. Records of costs incurred indude the Agency's general accounting records and the project
records, together with supporting documents and records of the Agency and all subcontractors performing work on the
project and all other records of the Agency and subcontractors considered necessary by the Department for a proper audit
of costs. If any litigation, claim or audit is started before the expiration of the 5-year period, the records shall be retained
until all litigation, claims or audit findings involving the records have been resolved.
5.02 Costs Incurred for Project: The Agency shall charge to the project account all eligible costs of the project except
costs agreed to be borne by the Agency or its contractors and subcontractors. Costs in excess of the programmed
funding or attributable to actions which have not received the required approval of the Department shall not be considered
eligible costs.
5.03 Documentation of Project Costs: All costs charged to the project, including any approved services contributed by
the Agency or others, shall be supported by properly executed payrolls, time records, invoices, contracts or vouchers
eVidencing in proper detail the nature and propriety of the charges.
5.04 Audit Reports: Recipients of federal and state funds are to have audits done annually using the following criteria:
STATE OF FLORIDA DEPARTMENT OF TRANSPORlATlON
LOCAL AGENCY PROGRAM AGREEMENT
S25-<J1D-40
PROJECT MANAGEMENT OFFICE
03/07
Page 4
The administration of resources awarded by the Department to the Agency may be subject to audits and/or monitoring by
the Department, as described in this section.
Monitoring: In addition to reviews of audits conducted in accordance with OMB Circular A-133 and Section 215.97,
Florida Statutes, as revised (see "Audits" below), monitoring procedures may include, but not be limited to, on-site visits
by Department staff, limited scope audits as defined by OMB Circular A-133, as revised, and/or other procedures. By
entering into this Agreement, the recipient agrees to comply and cooperate fully with any monitoring
procedures/processes deemed appropriate by the Department. In the event the Department determines that a limited
scope audit of the recipient is appropriate, the recipient agrees to comply with any additional instructions provided by the
Department staff to the Agency regarding such audit. The Agency further agrees to comply and cooperate with any
inspections, reviews, investigations or audits deemed necessary by the FDOT's Office of Inspector General (DIG), and
the Chief Financial Officer (CFO) or Auditor General.
Audits
Part I - Federally Funded: Recipients of federal funds (I.e., state, local government or non-profit organizations as
defined in OMB Circular A-133, as revised) are to have audits done annually using the following criteria:
1. In the event that the recipient expends $500,000 or more in federal awards in its fiscal year, the recipient must
have a single or program-specific audit conducted in accordance with the provisions of OMB Circular A-133, as
revised. Exhibit "1 n of this Agreement indicates federal resources awarded through the Department by this
Agreement. In determining the federal awards expended in its fiscal year, the recipient shall consider all sources
of federal awards, including federal resources received from the Department. The determination of amounts of
federal awards expended should be in accordance with the guidelines established by OMB Circular A-133, as
revised. An audit of the recipient conducted by the Auditor General in accordance with the provisions OMB
Circular A-133, as revised, will meet the requirements of this part.
2. In connection with the audit requirements addressed in Part I, paragraph 1 the recipient shall fulfill the
requirements relative to auditee responsibilities as provided in Subpart C of OMB Circular A-133, as revised.
3. If the recipient expends less than $500,000 in federal awards in its fiscal year, an audit conducted in accordance
with the provisions of OMB Circular A-133, as revised, is not required. However, if the recipient elects to have an
audit conducted in accordance with the provisions of OMB Circular A-133, as revised, the cost of the audit must
be paid from non-federal resources (I.e., the cost of such an audit must be paid from recipient resources obtained
from other than federal entities).
4. Federal awards are to be identified using the Catalog of Federal Domestic Assistance (CFDA) title and number,
award number and year, and name of the awarding federal agency.
Part II - State Funded: Recipients of state funds (I.e., a non-state entity as defined by Section 215.97(2) (I), Florida
Statutes) are to have audits done annually using the following criteria:
1. In the event that the recipient expends a total amount of state financial assistance equal to or in excess of
$500,000 in any fiscal year of such recipient, the recipient must have a state single or project-specific audit for
such fiscal year in accordance with Section 215.97, Florida Statutes, applicable rules of the Executive Office of
the Governor and the CFO, and Chapters 10.550 (local governmental entities) or 10.650 (nonprofit and for-profit
organizations), Rules of the Auditor General. Exhibit "1" to this Agreement indicates state financial assistance
awarded through the Department by this Agreement. In determining the state financial assistance expended in its
fiscal year, the recipient shall consider all sources of state financial assistance, including state financial assistance
received from the Department, other state agencies, and other non-state entities. State financial assistance does
not include federal direct or pass-through awards and resources received by a non-state entity for federal
program matching requirements.
2. In connection with the audit requirements addressed in Part II, paragraph 1, the recipient shall ensure that the
audit complies with the requirements of Section 215.97(7), Florida Statutes. This includes submission of a
financial reporting package as defined by Section 215.97(2) (d), Florida Statutes, and Chapters 10.550 (local
governmental entities) or 10.650 (nonprofit and for-profit organizations), Rules of the Auditor General.
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION
LOCAL AGENCY PROGRAM AGREEMENT
S25-010-4()
PROJECT MANAGEMENT OFFICE
03107
Page 5
3. If the recipient expends less than $500,000 in state financial assistance in its fiscal year, an audit conducted in
accordance with the provisions of Section 215.97, Florida Statutes, is not required. However, if the recipient
elects to have audit conducted in accordance with the provisions of Section 215.97, Florida Statutes, the cost of
the audit must be paid from the non-state entity's resources (i.e., the cost of such an audit must be paid from the
recipient's resources obtained from other than State entities).
4. State awards are to be identified using the Catalog of State Financial Assistance (CSFA) title and number, award
number and year, and name of the state agency awarding it.
Part III . Other Audit Requirements: The recipient shall follow up and take corrective action on audit findings.
Preparation of a Summary Schedule of Prior Year Audit Findings, including corrective action and current status of the
audit findings is required. Current year audit findings require corrective action and status of findings.
Records related to unresolved audit findings, appeals or litigation shall be retained until the action is completed or the
dispute is resolved. Access to project records and audit work papers shall be given to the Department, the Department of
Financial Services, and the Auditor General. This section does not limit the authority of the Department to conduct or
arrange for the conduct of additional audits or evaluations of state financial assistance or limit the authority of any other
state official.
Part IV . Report Submission:
1. Copies of financial reporting packages for audits conducted in accordance with OMS Circular A-133, as revised,
and required by Part I of this Agreement shall be submitted, when required by Section .320 (d), OMS Circular A-
133. as revised, by or on behalf of the recipient directly to each of the following:
a) The Department at each of the following address(es):
Danny Iglesias, PE
LAP Administrator
Florida Department of Transportation, District 6
1000 NW 111th Avenue
Miami, FL 33172
b) The Federal Audit Clearinghouse designated in OMS Circular A-133, as revised (the number of copies
required by Sections .320 (d)(1) and (2), OMS Circular A-133, as revised), at the following address:
Federal Audit Clearinghouse
Bureau of the Census
1201 East 1 Oth Street
Jeffersonville, IN 47132
c) Other federal agencies and pass-through entities in accordance with Sections .320 (e) and (f), OMS Circular
A-133, as revised.
2. In the event that a copy of the financial reporting package required by Part I of this Agreement and conducted in
accordance with OMS Circular A-133, as revised, is not required to be submitted to the Department for reasons
pursuant to Section .320 (e)(2), OMS Circular A-133, as revised, the recipient shall submit the required written
notification pursuant to Section .320 (e)(2) and a copy of the recipient's audited Schedule of Expenditures of
Federal Awards directlv to each of the following:
Danny Iglesias, PE
LAP Administrator
Florida Department of Transportation, District 6
1000 NW 111 th Avenue
Miami, FL 33172
In addition, pursuant to Section .320 (f), OMB Circular A-133, as revised, the recipient shall submit a copy of the
financial reporting package described in Section .320 (c), OMB Circular A-133, as revised, and any Management
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION
LOCAL AGENCY PROGRAM AGREEMENT
525-01 G-40
PROJECT MANAGEMENT OFFICE
03107
Page 6
Letters issued by the auditor, to the Department at each of the following addresses:
Danny Iglesias, PE
LAP Administrator
Florida Department of Transportation, District 6
1000 NW 111th Avenue
Miami, FL 33172
3_ Copies of the financial reporting package required by Part II of this Agreement shall be submitted by or on behalf
of the recipient directlv to each of the following:
a) The Department at each of the following address(es):
Danny Iglesias, PE
LAP Administrator
Florida Department of Transportation, District 6
1000 NW 111 th Avenue
Miami, FL 33172
b) The Auditor General's Office at the following address:
Auditor General's Office
Room 401, Pepper Building
111 West Madison Street
Tallahassee, Florida 32399-1450
4. Copies of reports or the Management Letter required by Part III of this Agreement shall be submitted by or on
behalf of the recipient directly to:
a) The Department at each of the following address(es):
Danny Iglesias, PE
LAP Administrator
Florida Department of Transportation, District 6
1000 NW 111th Avenue
Miami, FL 33172
5. Any reports, Management Letters, or other information required to be submitted to the Department pursuant to
this Agreement shall be submitted in a timely manner in accordance with OMB Circular A-133, as revised, Florida
Statutes, and Chapters 10.550 (local governmental entities) or 10.650 (nonprofit and for-profit organizations),
Rules of the Auditor General, as applicable.
6. Recipients, when submitting financial reporting packages to the Department for audits done in accordance with
OMB Circular A-133, as revised, or Chapters 10.550 (local governmental entities) or 10.650 (nonprofit and for-
profit organizations), Rules of the Auditor General, should indicate the date that the financial reporting package
was delivered to the recipient in correspondence accompanying the financial reporting package.
Part V - Record Retention: The recipient shall retain sufficient records demonstrating its compliance with the terms of
this Agreement for a period of at least 5 years from the date the audit report is issued and shall allow the Department or its
designee, the state CFO or Auditor General access to such records upon request. The recipient shall ensure that the
independent audit documentation is made available to the Department, or its designee, the state CFO or Auditor Genera
upon request for a period of at least 5 years from the date the audit report is issued, unless extended in writing by the
Department.
5,05 Inspection: The Agency shall permit, and shall require its contractors to permit, the Department's authorized
representatives and authorized agents of FHWA to inspect all work, workmanship, materials, payrolls, and records and to
audit the books, records, and accounts pertaining to the financing and development of the project.
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION
LOCAL AGENCY PROGRAM AGREEMENT
525-010-40
PROJECT MANAGEMENT OFFICE
1)JI(J7
Page 7
The Department reserves the right to unilaterally cancel this Agreement for refusal by the Agency or any contractor, sub-
contractor or materials vendor to allow public access to all documents, papers, letters or other material subject to the
provisions of Chapter 119, Florida Statutes, and made or received in conjunction with this Agreement (Section 287.058(1)
(c), Florida Statutes).
5.06 Uniform Relocation Assistance and Real Property Statistical Report: For any project requiring additional right-
of-way, the Agency must submit to the Department an annual report of its real property acquisition and relocation
assistance activities on the project. Activities shall be reported on a federal fiscal year basis, from October 1 through
September 30. The report must be prepared using the format prescribed in 49 C.F.R. Part 24, Appendix B, and be
submitted to the Department no later than October 15 of each year.
6.00 Requisitions and Payments: Requests for reimbursement for fees or other compensation for services or expenses
incurred shall be submitted in detail sufficient for a proper pre-audit and post-audit thereof (Section 287.058(1)(a), Florida
Statutes).
All recipients of funds from this Agreement. including those contracted by the Agency, must submit bills for any travel
expenses, when authorized by the terms of this Agreement, in accordance with Section 112.061, Florida Statutes, and
Chapter 3-~Travel" of the Department's Disbursement Ooerations Manual, Topic 350-030-400 (Section 287.058(1)(b).
Florida Statutes}.
If, after project completion, any claim is made by the Department resulting from an audit or for work or services performed
pursuant to this Agreement, the Department may offset such amount from payments due for work or services done under
any agreement which it has with the Agency owing such amount if, upon demand, payment of the amount is not made
within 60 days to the Department. Offsetting any amount pursuant to this paragraph shall not be considered a breach of
contract by the Department.
7.00 Department Obligations: Subject to other provisions hereof, the Department will honor requests for reimbursement
to the Agency in amounts and at times deemed by the Department to be proper to ensure the carrying out of the project
and payment of the eligible costs. However, notwithstanding any other provision of this Agreement, the Department may
elect by notice in writing not to make a payment if:
7.01 Misrepresentation: The Agency shall have made misrepresentation of a material nature in its application, or any
supplement thereto or amendment thereof or in or with respect to any document of data furnished therewith or pursuant
hereto;
7.02 Litigation: There is then pending litigation with respect to the performance by the Agency of any of its duties or
obligations which may jeopardize or adversely affect the project, the Agreement or payments to the project;
7.03 Approval by Department: The Agency shall have taken any action pertaining to the project which, under this
Agreement, requires the approval of the Department or has made related expenditure or incurred related obligations
without having been advised by the Department that same are approved;
7.04 Conflict of Interests: There has been any violation of the conflict of interest provisions contained here in paragraph
12.06 or 12.07.
7,05 Default: The Agency has been determined by the Department to be in default under any of the provisions of the
Agreement.
7.06 Federal Participation: The Department may suspend or terminate payment for that portion of the project which the
FHWA, or the Department acting in lieu of FHWA, may designate as ineligible for federal-aid.
7.07 Disallowed Costs: In determining the amount of the payment, the Department will exclude all projects costs
incurred by the Agency prior to the effective date of this Agreement or the date of authorization, costs incurred after the
expiration of the Agreement, costs which are not provided for in the latest approved schedule of funding in Exhibit "B" for
the project, costs agreed to be borne by the Agency or its contractors and subcontractors for not meeting the project
commencement and final invoice time lines, and costs attributable to goods or services received under a contract or other
arrangements which have not been approved in writing by the Department.
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION
LOCAL AGENCY PROGRAM AGREEMENT
525-010-40
PROJECT MANAGEMENT OFFICE
03107
Page 8
7.08 Final Invoices: The Agency must submit the final invoice on the project to the Department within 120 days after the
completion of the project. Invoices submitted after the 120-day time period may not be paid.
8.00 Termination or Suspension of Project:
8,01 Termination or Suspension Generally: The Department may, by written notice to the Agency, suspend any or all
of its obligations under this Agreement until such time as the event or condition resulting in such suspension has ceased
or been corrected or the Department may terminate this Agreement in whole or in part at any time the interest of the
Department requires such termination.
If the Department determines that the performance of the Agency is not satisfactory, the Department shall have the option
of (a) immediately terminating this Agreement or (b) suspending this Agreement and notifying the Agency of the deficiency
with a requirement that the deficiency be corrected within a specified time; otherwise this Agreement will be terminated at
the end of such time. Suspension of this Agreement will not affect the time period for completion of the project.
If the Department requires termination of this Agreement for reasons other than unsatisfactory performance of the
Agency, the Department shall notify the Agency of such termination, with instructions as to the effective date of
termination or specify the stage of work at which this Agreement is terminated.
If this Agreement is terminated before performance is completed, the Agency shall be paid for the work satisfactorily
performed. Payment is to be on the basis of substantiated costs.
8.02 Action Subsequent to Notice-of~Termination or Suspension: Upon receipt of any final termination or suspension
notice under this paragraph, the Agency shall proceed promptly to carry out the actions required therein which may
include any or all of the following: (a) necessary action to terminate or suspend, as the case may be, project activities and
contracts and such other action as may be required or desirable to keep to a minimum the costs upon the basis of which
the financing is to be computed; (b) furnish a statement of the project activities and contracts and other undertakings the
cost of which are otherwise includable as project costs. The termination or suspension shall be carried out in conformity
with the latest schedule, plan, and cost as approved by the Department or upon the basis of terms and conditions
imposed by the Department upon the failure of the Agency to furnish the schedule, plan, and estimate within a reasonable
time. The closing out of federal financial participation in the project shall not constitute a waiver of any claim which the
Department may otherwise have arising out of this Agreement.
9,00 Contracts of Agency:
9.01 Third Party Agreements: Except as otherwise authorized in writing by the Department, the Agency shall not
execute any contract or obligate itself in any manner requiring the disbursement of Department funds, including consultant
or construction contracts or amendments thereto, with any third party with respect to the project without the written
approval of the Department. Failure to obtain such approval shall be sufficient cause for nonpayment by the Department.
The Department specifically reserves unto itself the right to review the qualifications of any consultant or contractor and to
approve or disapprove the employment of the same.
9.02 Compliance with Consultants' Competitive Negotiation Act: It is understood and agreed by the parties hereto
that participation by the Department in a project with the Agency, where said project involves a consultant contract for
engineering. architecture or surveying services, is contingent on the Agency's complying in full with provisions of Section
287.055, Florida Statutes, Consultants' Competitive Negotiation Act. At the discretion of the Department, the Agency will
involve the Department in the consultant selection process for all projects. In all cases, the Agency's attorney shall certify
to the Department that selection has been accomplished in compliance with the Consultants' Competitive Negotiation Act.
10.00 Disadvantaged Business Enterprise (DBE) Policy and Obligation: It is the policy of the Department that DBE's,
as defined in 49 C.F.R. Part 26, as amended, shall have the opportunity to participate in the performance of contracts
financed in whole or in part with Department funds under this Agreement. The DBE requirements of applicable federal and
state laws and regulations apply to this Agreement.
The Agency and its contractors agree to ensure that DBE's have the opportunity to participate in the performance of this
Agreement. In this regard, all recipients and contractors shall take all necessary and reasonable steps in accordance with
applicable federal and state laws and regulations to ensure that the DBE's have the opportunity to compete for and
perform contracts. The Agency and its contractors and subcontractors shall not discriminate on the basis of race, color,
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION
LOCAL AGENCY PROGRAM AGREEMENT
525-01G-4D
PROJECT MANAGEMENT OFFICE
03107
Page 9
national origin or sex in the award and performance of contracts, entered pursuant to this Agreement.
11.00 Compliance with Conditions and Laws: The Agency shall comply and require its contractors and subcontractors
to comply with all terms and conditions of this Agreement and all federal, state, and local laws and regulations applicable
to this project. Execution of this Agreement constitutes a certification that the Agency is in compliance with, and will
require its contractors and subcontractors to comply with, all requirements imposed by applicable federal, state, and local
laws and regulations, including the "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion
- Lower Tier Covered Transactions," in 49 C.F.R. Part 29, when applicable.
12.00 Restrictions, Prohibitions, Controls, and Labor Provisions:
12.01 Equal Employment Opportunity: In connection with the carrying out of any project, the Agency shall not
discriminate against any employee or applicant for employment because of race, age, religion, color, sex, national origin,
disability or marital status. The Agency will take affirmative action to ensure that applicants are employed and that
employees are treated during employment without regard to their race, age, religion, color, gender, national origin,
disability or marital status. Such action shall include, but not be limited to, the following: employment upgrading, demotion
or transfer; recruitment or recruitment advertising; layoff or termination; rates of payor other forms of compensation; and
selection for training, including apprenticeship. The Agency shall insert the foregoing provision modified only to show the
particular contractual relationship in all its contracts in connection with the development of operation of the project, except
contracts for the standard commercial supplies or raw materials, and shall require all such contractors to insert a similar
provision in all subcontracts, except subcontracts for standard commercial supplies or raw materials. When the project
involves installation, construction, demolition, removal, site improvement or similar work, the Agency shall post, in
conspicuous places available to employees and applicants for employment for project work, notices to be provided by the
Department setting forth the provisions of the nondiscrimination clause.
12.02 Title VI- Civil Rights Act of 1964: The Agency will comply with all the requirements imposed by Title VI of the
Civil Rights Act of 1964, the regulations of the U.S. Department of Transportation issued thereunder, and the assurance
by the Agency pursuant thereto.
The Agency shall include provisions in all contracts with third parties that ensure compliance with Title VI of the Civil
Rights Act of 1964, 49 C.F.R. Part 21, and related statutes and regulations.
12.03 Americans with Disabilities Act of 1990 (ADA): The Agency will comply with all the requirements as imposed by
the ADA, the regulations of the Federal government issued thereunder, and assurance by the Agency pursuant thereto.
12.04 Public Entity Crime: A person or affiliate who has been placed on the convicted vendor list following a conviction
for a public entity crime may not submit a bid on a contract to provide any goods or services to a public entity; may not
submit a bid on a contract with a public entity for the construction or repair of a public building or public work; may not
submit bids on leases of real property to a public entity; may not be awarded or perform work as a contractor, supplier,
subcontractor or consultant under a contract with any public entity; and may not transact business with any public entity in
excess of the threshold amount provided in Section 287.017, Florida Statutes, for CATEGORY TWO for a period of 36
months from the date of being placed on the convicted vendor list.
12.05 Discrimination: In accordance with Section 287.134, Florida Statutes, an entity or affiliate who has been placed
on the Discriminatory Vendor List, kept by the Florida Department of Management Services, may not submit a bid on a
contract to provide goods or services to a public entity; may not submit a bid on a contract with a public entity for the
construction or repair of a public building or public work; may not submit bids on leases of real property to a public entity;
may not be awarded or perform work as a contractor, supplier, subcontractor or consultant under a contract with any
public entity; and may not transact business with any public entity.
12.06 Suspension, Revocation, Denial of Qualification or Determination of Contractor Non-Responsibility: An
entity or affiliate who has had its Certificate of Qualification suspended, revoked, denied or have further been determined
by the Department to be a non-responsible contractor may not submit a bid or perform work for the construction or repair
of a publiC building or public work on a contract with the Agency.
12,07 Prohibited Interests: Neither the Agency nor any of its contractors or their subcontractors shall enter into any
contract, subcontract or arrangement in connection with the project or any property included or planned to be included in
the project in which any member, officer or employee of the Agency or the locality during tenure or for 2 years thereafter
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION
LOCAL AGENCY PROGRAM AGREEMENT
525-010-40
PROJECT MANAGEMENT OFFICE
03107
Page 10
has any interest, direct or indirect. If any such present or former member, officer or employee involuntarily acquires or had
acquired prior to the beginning of tenure any such interest, and if such interest is immediately disclosed to the Agency, the
Agency, with prior approval of the Department, may waive the prohibition contained in this paragraph provided that any
such present member, officer or employee shall not participate in any action by the Agency or the locality relating to such
contract, subcontract or arrangement.
The Agency shall insert in all contracts entered into in connection with the project or any property included or planned to
be included in any project, and shall require its contractors to insert in each of their subcontracts, the following provision:
"No member, officer or employee of the Agency or of the locality during his tenure or for 2 years
thereafter shall have any interest, direct or indirect, in this contract or the proceeds thereof,"
The provisions of this paragraph shall not be applicable to any agreement between the Agency and its fiscal depositories
or to any agreement for utility services the rates for which are fixed or controlled by a governmental agency.
12.08 Interest of Members of, or Delegates to, Congress: No member or delegate to the Congress of the United
States shall be admitted to any share or part of this Agreement or any benefit arising therefrom.
13.00 Miscellaneous Provisions:
13.01 Environmental Regulations: The Agency will be solely responsible for compliance with all the applicable
environmental regulations, for any liability arising from non-compliance with these regulations, and will reimburse the
Department for any loss incurred in connection therewith. The Agency will be responsible for securing any applicable
permits.
13.02 Department Not Obligated to Third Parties: The Department shall not be obligated or liable hereunder to any
individual or entity not a party to this Agreement.
13.03 When Rights and Remedies Not Waived: In no event shall the making by the Department of any payment to the
Agency constitute or be construed as a waiver by the Department of any breach of covenant or any default which may
then exist on the part of the Agency and the making of such payment by the Department, while any such breach or default
shall exist, shall in no way impair or prejudice any right or remedy available to the Department with respect to such breach
or default.
13.04 How Agreement Is Affected by Provisions Being Held Invalid: If any provision of this Agreement is held invalid,
the remainder of this Agreement shall not be affected. In such an instance, the remainder would then continue to conform
to the terms and requirements of applicable law.
13.05 Bonus or Commission: By execution of the Agreement, the Agency represents that it has not paid and, also
agrees not to pay, any bonus or commission for the purpose of obtaining an approval of its application for the financing
hereunder.
13.06 State Law: Nothing in the Agreement shall require the Agency to observe or enforce compliance with any provision
or perform any act or do any other thing in contravention of any applicable state law. If any of the provisions of the
Agreement violate any applicable state law, the Agency will at once notify the Department in writing in order that
appropriate changes and modifications may be made by the Department and the Agency to the end that the Agency may
proceed as soon as possible with the project.
13,08 Plans and Specifications: In the event that this Agreement involves constructing and equipping of facilities on the
State Highway System, the Agency shall submit to the Department for approval all appropriate plans and specifications
covering the project. The Department will review all plans and specifications and will issue to the Agency a written
approval with any approved portions of the project and comments or recommendations covering any remainder of the
project deemed appropriate. After resolution of these comments and recommendations to the Department's satisfaction,
the Department will issue to the Agency a written approval with said remainder of the project. Failure to obtain this written
approval shall be sufficient cause of nonpayment by the Department.
13,09 Right-of-Way Certification: Upon completion of right-of-way activities on the project, the Agency must certify
compliance with all applicable federal and state requirements. Certification is required prior to advertisement for or
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION
LOCAL AGENCY PROGRAM AGREEMENT
525-010-40
PROJECT MANAGEMENT OFFICE
03107
Page 11
solicitation of bids for construction of the project, including those projects for which no right-of-way is required.
13.10 Agency Certification: The Agency will certify in writing, prior to project closeout, that the project was completed in
accordance with applicable plans and specifications, is in place on the Agency's facility, adequate title is in the Agency's
name, and the project is accepted by the Agency as suitable for the intended purpose.
13.11 Agreement Format: All words used herein in the singular form shall extend to and include the plural. All words
used in the plural form shall extend to and include the singular. All words used in any gender shall extend to and include
all genders.
13.12 Execution of Agreement: This Agreement may be simultaneously executed in a minimum of two counterparts,
each of which so executed shall be deemed to be an original, and such counterparts together shall constitute one in the
same instrument.
13,13 Restrictions on Lobbying:
Federal: The Agency agrees that no federally-appropriated funds have been paid, or will be paid by or on behalf of the
Agency, to any person for influencing or attempting to influence any officer or employee of any federal agency, a Member
of Congress, an officer or employee of Congress or an employee of a Member of Congress in connection with the
awarding of any federal contract, the making of any federal grant, the making of any federal loan, the entering into of any
cooperative agreement, and the extension, continuation, renewal, amendment or modification of any federal contract,
grant, loan or cooperative agreement.
If any funds other than federally-appropriated funds have been paid by the Agency to any person for influencing or
attempting to influence an officer or employee of any federal agency, a Member of Congress, an officer or employee of
Congress or an employee of a Member of Congress in connection with this Agreement, the undersigned shall complete
and submit Standard Form-LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions.
The Agency shall require that the language of this paragraph be included in the award documents for all subawards at all
tiers (including subcontracts. subgrants, and contracts under grants, loans, and cooperative agreements) and that all
subrecipients shall certify and disclose accordingly.
State: No funds received pursuant to this contract may be expended for lobbying the Legislature, the judicial branch or a
state agency.
13,14 Maintenance: The Agency agrees to maintain any project not on the State Highway System constructed under this
Agreement. If the Agency constructs any improvement on Department right-of-way, the Agency 181 will D will not
maintain the improvements made for their useful life.
13.15 Vendors Rights: Vendors (in this document identified as the Agency) providing gOOds and services to the
Department should be aware of the following time frames. Upon receipt, the Department has 5 working days to inspect
and approve the goods and services unless the bid specifications, purchase order or contract specifies otherwise. The
Department has 20 days to deliver a request for payment (voucher) to the Department of Financial Services. The 20 days
are measured from the latter of the date the invoice is received or the goods or services are received, inspected, and
approved.
If a payment is not available within 40 days after receipt of the invoice and the receipt, inspection, and approval of goodS
and services, a separate interest penalty in accordance with Section 215.422(3)(b), Florida Statutes, will be due and
payable in addition to the invoice amount to the Agency. Interest penalties of less than one $1 will not be enforced unless
the Agency requests payment. Invoices which have to be returned to the Agency because of Agency preparation errors
will result in a delay in the payment. The invoice payment requirements do not start until a properly completed invoice is
provided to the Department.
A Vendor Ombudsman has been established within the Department of Financial Services. The duties of this individual
include acting as an advocate for Agencies who may be experiencing problems in obtaining timely payment(s) from the
Department. The Vendor Ombudsman may be contacted at 850-410-9724 or by calling the State Comptroller's Hotline, 1-
800-848-3792.
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION
LOCAL AGENCY PROGRAM AGREEMENT
525-010-40
PROJECT MANAGEMENT OFFICE
03107
Page 12
IN WITNESS WHEREOF, the parties have caused these presents to be executed the day and year first above written.
AGENCY MONROE COUNTY
BOARD OF COUNTY COMMISSIONERS
By:
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION
Name:
Title:
By:
Name:
Title:
Attest:
Title:
Attest:
Title:
As to form:
As to form:
~1~
Attorney
District Attorney
See attached Encumbrance Form for date of funding approval by Comptroller.
MONRoe COUNTY ATTORNEY
APP 0 ED AS TO FORM:
AN M. GRIMS
ASSISTANT COUNTY ATTORNEY
Date ,/ OJ. J'"" I CJ
STATE OF FLORIDA DEPARTMENT OFTRANSPORTATION
LOCAL AGENCY PROGRAM AGREEMENT
525-010-40
PROJECT MANAGEMENT OFFICE
08106
Page
EXHIBIT "An
PROJECT DESCRIPTION AND RESPONSIBILITIES
FPN: 428298-1
This exhibit forms an integral part of the Agreement between the State of Florida, Department of Transportation and
Monroe Countv Board of Countv Commissioners
Dated
PROJECT LOCATION:
The project _ is ~ is not on the National Highway System.
The project-----Xls _ is not on the State Highway System.
PROJECT DESCRIPTION:
The Florida Keys Scenic Highway corridor was recently designated as an All-American Road. Monroe County is
developing a standardized "wayfinding" signage system that will provide consistency and remove existing sign clutter
along the corridor. This project will be designed in concert with the scenic highway program and the Florida Keys
Overseas Heritage Trail to promote economic benefits for Monroe County businesses and citizenry.
SPECIAL CONSIDERATIONS BY AGENCY:
None
SPECIAL CONSIDERATIONS BY DEPARTMENT:
None
STATE OF FLORlOA DEPARTMENT OF TRANSPORTATION
LOCAL AGENCY PROGRAM AGREEMENT
525-010-40
PROJECT MANAGEMENT OFFICE
08106
Page
EXHIBIT "B"
SCHEDULE OF FUNDING
AGENCY NAME & BILLING ADDRESS
Monroe County Board of County Commissioners
FPN:
428298-1
PROJECT DESCRIPTION
Name: A11.American Road Slanaoe
T ennini: US 1 Corridor - MM 0 - MM 110
FUNDING
(1) (2) (3)
TYPE OF WORK By Fiscal Year TOTAL AGENCY STATE &
PROJECT FUNDS FUNDS FEDERAL FUNDS
Planning 2007-2008
2008-2009
Total Planning Cost
Project Development & Environment (PD&E)
2006-2007
2007-2008
2008-2009
Total PD&E Cost
Design 2006-2007
2007-2008
2008-2009
2009-2010 80.000 0 80.000
Total Design Cost
Right-of-Way 2006-2007
2007-2008
2008-2009
Total Riaht-of-Wav Cost
Construction
2008-2009
2009-2010
2010-2011 970.000 0 970.000
Total Construction Cost
Construction Engineering and Inspection (eEl)
2008-2009
2009-2010 50.000 0 50.000
2010-2011
Total CEI Cost
Total Construction and CEI Costs
TOTAL COST OF THE PROJECT 1,100,000 0 1,100,000
The Department's fiscal year begins on July 1. For this project, funds are not projected to be available until after the 1st of July of
each fiscal year. The Department will notify the Agency, in writing, when funds are available.
s~
",,"",,0
N
-4-J I
u :dtf')
OJ ~~
.~
0
~ ytf')
P-c CU"""
O~
OJ
CO -('t)
ro ~,.....
CUo CU
~ rJ:JN (I)
~
CO ..=
=N ~
· ....-l =
Cf) ::s,.....
1-0,0 0
N ~
CO y
e
~ .....
J-lN u -
~,..... ;:l (I)
· ....-l ~~ =
""C "'0- 0
o ctS U
J-i :>-
~ Pot 0
uN Sc~
· .....t CU"""
\.4-( 00 . .-t 0..
>... N tf) ctS
Q) J-i
ro o 0
-'-
~ -N ctS~
~,..... ,50
rJ:J~ ~o
""C J-i~
Q)
:> 0 I
cO =,..... ;.,:::.....
::s,..... Q) ,
~ 1-0,0 0
N
~ ~
J-l,.....
ij ~,.....
~~
U
· ....-l u"""
J-I cu,.....
OJ 00
N
e OJ
Cf.l
-< -,..... .2
~,.....
CUo ~
I rJ:JN =
'l"""""'" bO
'l"""""'" 01-4
-< S~ Cf.ll
01
",,"",,0
N
i...
~ i i i 'IS .;2;
.! ~ ; - i('l')
~ i iHI l5 U! '.....
. - ~ i .. 1 ! II"'-~
~ i .,l.f
~LiI~ ! 1 ~ j); ~
l 11
~ ~ 1
t-~~ ~ ;. = ~ :;;. - iUi:li :li:li
l ~ "' 11 l:
:Ii 8 ~ ~ a
~
~~~ ~ J i
.~ ;;; ! .! :li Hi!H\ l5
n~ ~ j); b l;1 ~
~ It ! it
i ;;;'l' i::: 1 .... ~~
:. .... S ~
~ - I w~
,.rort .01/ '''!I't.f " .. i ..... ! -
e i
~ - ! vi .. ~ :li :li 15 l5 :li :li ~~
~ e1 " ~ '"
t1 ~ ~ ::! ~ it
i '" I t;g
w ~ ...
,~\ fnA. l:! ~ ..
'" r... G.. ..,. , 11 6:0
~ 20 ~& j ~ .... . I ~~
.. So:. =j,i ;; j I 15 l5 i :li :li il;
i 1!5(,,1 ~t: .. ~ j i ~. ~
w- ~ l
... ~ ti
----.. ~ ~~ ~ i ~
~ ..9-.1 ..
j l '" ~ 1 &
-l ~ J ~ !'illiii:!
~ ;lj o!
~ <! ..
...
r_q} i: ...
j Q iCQ .. '" .e
ti ~ .z~>>.. .
"'~ & ~ _... I""t Q :"'"
/1..... I ~ t i ~ ~ "'"' !
~
~ II ~ R ~
~ CI')
:Ii ::l ILl
." ~~ ! ~
It :>
~ 1 ~~ ~
~ill ... U,
io ~ ~ oC?
.1 ~T--':' _._~-~ P
it '" '" io
.. t;
i ... ~ ~
io i:
--------- ::::l
~ e
f"ztJI"I.9) 'U!t't.l 1-----1 ........... ........... ........... ----..
.0-,' .......1 ,,;-.1 ,,;-./ ..,....1
1.~1} ~ ! ~ :Ii I"
<3 i n
j j I~ t 1
"'1....& i & .!;
, -~ ,!, ! ;l!
I ~\ I J
~ 1 - g
\ - & .;
!!! I ~ s 0 ~l
,~ ,;. ~
.; ! I
~ ! 1 h
~ ! 1
~ ~ f .." Ie;
:Ii .... l~ If
.i * ... :!. ! 1
& ';> .. n ~ ~ r 1
.. f!;~ ~ - f .~
:. ~ ~ ~
.~ I~ '" <t 1 i i~ I
$: ! ! 'Ii
i .. ....0 J j~ i
,
io .. " ! .... b
~ ~ j jg i :!,'" i
.! ~ ~.~
I f ~ - .!l~
'" j); ~
'll i , d '" ~ .~
"- j ~ ~ ao'" ~
'-:i:~
'" ..; .. vj
Sign wars at odds with scenic highway goals
Page 1 of2
Published on KeysNews.com (http://keysnews.com)
Sign wars at odds with scenic highway
goals
Sunday, February 8, 2009
Wayfinding is a planning process that describes how individuals orient themselves in
physical space and navigate from place to place by using environmental and spatial cues.
It includes, but is not limited to, the use of signs.
It is about where we are and how we're going to get where we're going.
Like wayfinding I we believe the ongoing debate of the intrusion of commercial business
signs along U.S. 1 is about more than signs.
This debate involves over 150 businesses along U.S, 1 who were recently cited for having
unpermitted or improperly located signs. The Monroe County Commission agreed at its
last meeting that a new sign ordinance is necessary, and postponed enforcing these
citations.
A new sign-ordinance process can take at least six months. It must be drafted by staff and
reviewed by the Design and Review Committee and Planning Board prior to its
submission to the County Commission. In the interim, code officers will continue to issue
citations for unpermitted or improperly located signs, and hold their enforcement
proceedings until a new ordinance is adopted.
This issue places the county staff and commission in the middle of a bigger wayfinding
decision-making process: getting from Point A to Point B.
At Point A, there are the businesses engaging in a free-for-all sign war, competing with
each other for visibility while violating the county code. These businesses maintain that
their very economic existence depends on placing advertising signs along the highway.
Their war has resulted in highway encroachment by illegal signs, These signs can
jeopardize public safety by blocking drivers' views and are potential hazardous debris --
not to mention issues of aesthetics, size and fairness to businesses that abide by the
existing code.
Also at Point A is the county's desire to differentiate itself from other tourist destinations.
The Florida Keys Overseas Highway plays an integral role in this differentiation by
attracting tourists for the scenic experience,
Because it travels through some of the nation's most spectacular scenery, in 2001, the
h e e c
Sign wars at odds with scenic highway goals
Page 2 of2
Florida Department of Transportation designated U.S. 1 a State Scenic Highway. This
made it eligible for grants under the National Scenic Byways Program. In 2008, this
program awarded the county a $1.4 million grant for the U.S, 1 Key Deer Habitat
Preservation project.
Also in 2008, the County Commission unanimously supported the efforts of the Florida
Keys Scenic Corridor Alliance, a nonprofit organization with Keyswide membership, to
have U.S. 1 designated as a prestigious All-American Road. To receive this designation,
U.S. 1 must be scenic enough to be a tourist destination unto itself. This designation
would bring national recognition while garnering federal government marketing efforts and
making the road eligible for grants for a myriad of enhancements, from walking and biking
trails to scenic overlooks,
We believe that graphically funky sandwich-board signs, banners and the like that clutter
the roadside are not compatible with the spectacular drive through the Keys. They don't
augment the natural beauty featuring mangroves draped in nesting egrets, soaring eagles
and ospreys, pelicans gliding in formation, diving cormorants, and kingfishers perched at
the ready over breathtaking sparkling turquoise and azure waters.
In fact, in their quest for a scenic drive designation, the county and its incorporated cities
have successfully halted the construction of towers, billboards and FOOTs "dynamic
messagen signs along U.S. 1.
So on to Point B, the county's hopeful destination, that includes a sign ordinance that
allows advertising signs while enhancing prospects of an All-American Road designation.
We do not believe these goals are mutually exclusive.
Seeking input from residents, businesses, FOOT and supporters of the All-American Road
designation will be key in aiding the county in crafting a new, easily understood and
enforceable sign ordinance.
We further believe it's in roadside businesses' economic long-term interest to cooperate
with scenic road efforts. After all, more tourists traveling to U.S. 1 because it is a scenic
destination will increase the roadside businesses' potential customers.
Wayfinding from Point A to Point B may not be an easy road for the county to travel.
However, a goal of becoming an All-American Road that spurs economic activity is a win-
win for all.
-- The Citizen
Home I About us I Subscribe I Advertise I Visitor Information I Contact Us I Employment
Opportunities I Site Plan
Source URL= http://keysnews.com/node/1 0009
h e c c
~
ORDINANCE NO. 031 - 2009
AN ORDINANCE OF THE MONROE COUNTY BOARD OF
COUNTY COMMISSIONERS AMENDING CHAPTER 142 SIGNS OF
THE MONROE COUNTY CODE; SPECIFICALLY BY AMENDING
SECTION 142-3 REGARDING VEHICLE AND A-FRAME SIGNS; BY
AMENDING SECTION 142-4 REGARDING OFF-PREMISES SIGNS;
BY AMENDING SECTION 142-5 REGARDING ELECTRONIC
SIGNS; AND BY CREA TING SECTION 142-8 REGARDING
SPECIAL IDENTIFICATION SIGNS; PROVIDING FOR
SEVERABILITY; PROVIDING FOR REPEAL OF INCONSISTENT
PROVISIONS; PROVIDING FOR TRANSMmAL TO THE
SECRETARY OF STATE AND DEPARTMENT OF COMMUNITY
AFFAIRS; PROVIDING FOR CODIFICATION; PROVIDING FOR AN
EFFECTIVE DATE.
WHEREAS, the Board of County Commissioners makes the following Findings of Fact
and Conclusions of Law:
I, At the January 28, 2009 Board of County Commissioners (BOCC) meeting, the
BOCC directed the Department of Planning and Enviromnental Resources to
review Chapter 142 Signs of the Monroe County Code.
2. The Department of Planning and Environmental Resources conducted three (3)
public workshops to receive public input regarding sign regulation revisions.
3, Federal and State law grants power to Monroe County to regulate signs in order to
promote the safety and general welfare of its citizens.
4. Monroe County has adopted land use policies and objectives in a comprehensive
plan to guide policy on building and land use regulations, and to promote health.
safety, and general welfare.
5. The provisions of this ordinance are consistent with the Monroe County
Comprehensive Plan and the Principals for Guiding Development in the Florida
Keys Area of Critical State Concern.
6. The Monroe County Planning Commission held a duly advertised public hearing
on June 24, 2009 and July 8, 2009, which was continued to July 22, 2009 and
recommended approval to the Board of County Commissioners.
Boce Sign Ordinance July 29, 1009
Page I of 5
NOW, THEREFORE, BE IT ORDAINED BY THE BOARD OF COUNTY
COMISSIONERS OF MONROE COUNTY, FLORIDA:
Section 1. Section 142-3 is amended as follows:
.
.
...
...
.
(b) Prohibited signs. The following types of signs, lights, advertising devices or
activities are prohibited:
(1) Off-premises signs; excluding signs identifying lawfulIy-established off-
premises businesses, as pennitted in section 142-4;
.
...
...
...
...
(7) No person shall park any vehic1~ trailer, floating device, barge, raft, or boat,
whether licensed or unlicensed, on any public property, including public
rights-of-way, and beaches, or on private property so as to be clearly visible
from any public right-of-way. which has attached thereto or located thereon
any sign, or promotional element, for the primary purpose of advertising
products or services, conveying messages or directing people to a business or
activity. This restriction is not intended to prohibit incidental signage on a
functional, licensed vehicle which is displayed in a manner to primarily
identify the vehicle with the business it serves. Such vehicles shall only park
in a lawful parking space. Vehicle signs may not be an attachment that
extends or protrudes from the vehicle. However, commercial vehicles that
provide delivery services, including taxies, shall be allowed a temporary
attached roof sign that identifies the business. Such sign shall only be allowed
on the vehicle while doing business and shall be no larger than 24" long, 12"
tall and 10" wide, including the base.
(8) Portable signs, except for A-frame signs as permitted in Section 142-4 and
political campaign signs as permitted in Section 142-3(d);
...
...
.
...
...
Section 2. Section 142-4 is amended as follows:
...
.
.
.
...
(3) Signs in commercial areas.
Sign allowances in commercial areas (AD. CF A. CFS, DR. 1. MF, MI. MU. RV, SC. UC)
shall be calculated based on the amount of property frontage and business frontage as
follows:
.
.
.
...
.
Boce Sign Ordinance July 29. 2009
Page 2 of5
d. A-frame signs (I. e. Sandwich board signs), Through June 7. 20 I 0, every
nonresidential developed parcel of land boarding on V,S, I shall be allowed
A-frame signs. as indicated in the following table:
Street F,ontage Maximum Number o(SIIDS.
(Linea, feet)
l' to 75' 1
76' to 1 SO' 1
151' to 215' 3
126' to 300' 4
Over 300' 5
· No business shaH be allowed more than one sign,
A-frame signs may only be permitted provided the following standards are met:
1. The sign is no greater than three (3) feet in width and no greater than four
(4) feet in height, exclusive oflegs that can be no more than six (6) inches in
height;
2, The sign is of A-frame-type construction, with only two (2) sign faces that
are joined at the top;
3. Each sign face is no more than twelve (12) square feet in area;
4. The sign is portable and not permanently affIxed to the ground;
5. The sign is located on a private parcel ofIand and identifies a business on
that same private parcel ofland;
6. The sign shall not be located on a public right-of-way, or walkway,
7. The sign shall only identify a lawfully-established business name(s) and/or
other information directly related to that business;
8. The sign shall not be located in a clear sight triangle;
9, The sign shall not be illuminated or electric and shall not have any electric
devices attached thereto;
10, The sign shaH only be displayed during the business hours of the business it
identifies and shall be stored indoors during non-business hours.
11. The sign shall be stored indoors during tropical stonnlhurricane watches and
warnings and other severe weather advisories; and
12, The building permit number shall be permanently affixed to the sign or sign
structure in such a manner as to be plainly visible from grade.
Section 3. Section 142-4 is amended as follows:
(4) Off-premi.'ies signs, Any nonresidential, lawfully-established business located on
U.S. 1 shall be allowed to dedicate any portion of its allowance for one (1)
ground-mounted sign to another nonresidential. lawfully-established business not
located on U,S, I that is accessed from a primary side street off U.S. I or a
secondary side street located off a primary side street. The side street
intersecting U.S. 1 shaH be located within one-half (112) mile of the property on
BOCC Sign Ordinance July 29. 2009
Page 3 of 5
V,S, I providing the ofT premises signage, Such off-premises signage shall be
limited to one sign face per direction on U,S. I. Off-premises advertising is also
subject to subsections (3)a. and (3)b. of this section and to regulations pursuant
to F,S. ch. 479,
Section 4. Sec. 142-5. RflUlation pertaining to the measurement, construction, and
maintenance of all signs.
.
.
.
.
.
(4) d.3, Electronic message centers or automatic changing signs (ACS) shall comply
with the following:
(i)
(ii)
Lamps/bulbs in excess of nine watts are prohibited in the
ACS matrix;
ACS lampslbulbs shall be covered by lenses, filters, or
sunscreens;
ASC signs shall be equipped with an operational right
dimming device; and
Other than the scrolling of ""Titten messages or non~animated
grapWcs, all operating modes that result in animation as
defined in section 142-3(b) are prohibited,
(Hi)
(iv)
Section 5. Sec. 142-8. Speeialldentification Sins
(1) Community Business Directory Signs
The County may work with FDOT District 6 and local communities to develop a
sign program that promotes businesses ",ithin specific communities in the Florida
Keys through the use of centrally located multiple user business identification
signs on U.S, 1.
(2) Community Identification Signs
The County may work with FOOT District 6 to develop a sign program that
identifies specific communities in the Florida Keys. The County shall coordinate
with local communities to incorporate a theme which promotes the unique
character of the local community,
(3) Off~Premises Special Feature Identification Signs
The County may work with FOOT District 6 to develop a sign program that
identifies special features. tourist sites and business districts. The County shall
coordinate with local communities to select appropriate landmarks to be
identified.
Section 6. Severability
If any section. subsection. sentence. clause. item, change or provision of this ordinance is
held invalid. the remainder of this ordinance shall not be affected by such invalidity.
BOCC Sign Ordinance July 29, 2009
Page 4 ofS
PASSED AND ADOPTED by the Board of County Commissioners of Monroe
County, Florida, at a regular meeting held on the 19th day of August A.D" 2009.
c \D
0::
8 fi!
W 2:
0:: a..
0::: M
o I
I./,.. f:j
~ en
-.-J ~
- -
I./,.. ~
~
Section 7. ConfUcting Provisions
All ordinances or parts of ordinance in conflict with this ordinance are hereby repealed to
the extent of said conflict.
Section 8. Transmittal
This ordinance shall be transmitted by the Planning and Environmental Resources
Department to the Florida Department of Community Affairs to detennine the
consistency of this ordinance with the Florida Statues and as required by F.S. 389.05(6)
and (II).
Section 9. Codification
The provisions of this Ordinance shall be included and incorporated in the Code of
Ordinances of the County of Monroe, Florida, as an addition to amendment thereto, and
shall be appropriately renumbered to confonn to the conform making system of the Code,
Section 10. Filing
This ordinance shall be filed in the Office of the Secretary of State of the State of Florida,
but shall not become effective until a notice is issued by the Department of Community
Affairs or Administration Commission approving the ordinance.
Section 11. Effective Date
This ordinance shall become effective as provided by law and stated above,
~.J -.l
CJ ii-
<S:~ ...~.
.,... . .
-.....-'-
;-)-.,;~~
;;..I', "
::s:::uo::.
;"',,; <-:
:-2~
...-Fa' .
:-t": I......
Zu.:r~
h~ C'3
C :l:
Mayor George Neugent
Mayor Pro Tern Sylvia Murphy
Commissioner Kim Wigington
Commissioner Heather Carruthers
Commissioner Mario Di Gennaro
Yes
Yes
Yes
Yes
Yes
BOARD OF COUNTY COMMISSIONERS OF
MONROE CO~ORIDA
BY ~~.. n~,e.d---
Mayor George Neugent
(SEAL)
A TIEST: DANNY L. KOLHAGE. CLERK
fvl!JNRt,!';: ',,;, I i 08NE'(
APHlf)' '::, ,;;,; F" '=ORM
~.J:1 (l-l,,-:~)-~L...,
su~~~ " ,:'i:'-lIMSLEY
ASSI!H.', '., 'lhH.,.- .Jl.TTOANEY
Sale _Ct t. ~/ '''..f'-1.0....J.~
G-<~~
DEPUTY CLERK
BOCC Sign Ordinance July 29, 2009
Page 5 of 5