HomeMy WebLinkAboutItem R6 R6
BOARD OF COUNTY COMMISSIONERS
COUNTY of MONROE Mayor James K.Scholl,District 3
The Florida Keys Mayor Pro Tern Michelle Lincoln,District 2
Craig Cates,District 1
David Rice,District 4
Holly Merrill Raschein,District 5
Board of County Commissioners Meeting
May 21, 2025
Agenda Item Number: R6
2023-4019
BULK ITEM: No DEPARTMENT: County Attorney
TIME APPROXIMATE: STAFF CONTACT: Ana Walter
AGENDA ITEM WORDING: A Public Hearing to consider adoption of an Ordinance implementing
the assessment of a two-dollar($2.00) fee as additional court cost authorized by F.S. 938.15, retroactive
to July 2, 2001, to fund criminal justice education degree programs and training courses.
ITEM BACKGROUND:
In 2009, the Board enacted ordinance 001-2009 that re-codified the Monroe County, Florida Code. The
recodification inadvertently did not include Ordinance No. 025-1987 and Ordinance No. 022-2004 or
reference to Administrative Order 10.007/01-1 that directed the Clerk of Court and Comptroller to
apply a $2.00 assessment to court costs for criminal justice education. Current case law holds that to be
operative, Section 938.15, Florida Statute,providing for a $2.00 assessment for criminal justice
education, must be enacted via local government ordinance. Enacting this ordinance retroactively would
ratify past charges and continue to allow a $2.00 assessment to court costs for criminal justice
education.
PREVIOUS RELEVANT BOCC ACTION:
On July 21, 1987,the Board of County Commissioners of Monroe County (the "Board") adopted
Ordinance No. 025-1987 enacting its authority under F.S. 938.15 (formerly F.S. 943.25). On July 14,
2004, the Board adopted Ordinance No. 022-2004 updating Ordinance No. 025-1987 to reference the
State's renumbered and relocated F.S. 938.15 (formerly under F.S. 943.25). In 2009, the Board enacted
ordinance 001-2009 that re-codified the Monroe County, Florida Code.
INSURANCE REQUIRED:
No
CONTRACT/AGREEMENT CHANGES:
N/A
STAFF RECOMMENDATION: Approval
DOCUMENTATION:
4904
Draft—Ordinance—re938.15 final.pdf
Business Impact Estimate 2-429.docx
NOI-Two Dollar Fee re F.S. 938.15.docx
FINANCIAL IMPACT:
None.
4905
ORDINANCE NO. -2025
AN ORDINANCE OF THE BOARD OF COUNTY
COMMISSIONERS OF MONROE COUNTY, FLORIDA,
REVISING THE MONROE COUNTY CODE OF
ORDINANCES TO ENACT AN ORDINANCE
IMPLEMENTING THE ASSESSMENT OF THE TWO
DOLLAR ($2.00) FEE AUTHORIZED BY F.S. 938.15
RETROACTIVE TO JLTLY 2, 2001, AND RATIFYING ALL
ACTIONS TAKEN BY MONROE COUNTY SINCE JLTLY 2,
2001; PROVIDING FOR SEVERABILITY; PROVIDING
FOR THE REPEAL OF ALL ORDINANCES
INCONSISTENT HEREWITH; PROVIDING FOR
INCORPORATION INTO THE MONROE COUNTY CODE
OF ORDINANCES; AND PROVIDING FOR AN EFFECTIVE
DATE.
WHEREAS, the County is authorized to assess additional court costs pursuant to F.S.
938.15 (formerly under F.S. 943.25);
WHEREAS, on July 21, 1987, the Board of County Commissioners of Monroe County
(the"Board") adopted Ordinance No. 025-1987 enacting its authority under F.S. 938.15 (formerly
under F.S. 943.25);
WHEREAS, on July 2, 2001, then Chief Judge Payne entered Administrative Order
10.007/01-1, which states in pertinent part:
"WHEREAS, Section 938.15, Florida Statutes 1997, provides that counties and
municipalities may assess an additional $2.00 for criminal justice education and
training, including basic training expenditures for their respective law enforcement
and correctional officers,part-time law enforcement officers,auxiliary officers,and
support personnel, provided that such educational degree programs are approved
by the Police Training and Standards Commission; and
WHEREAS,the 16'h Judicial Circuit in and for Monroe County, Florida, find it in
the best interest of the County to utilize the $2.00 court cost assessed pursuant to
Section 938.15, Florida Statutes, NOW THEREFORE,
IT IS HEREBY ORDERED that all courts in Monroe County created by Article
V of the State Constitution shall, in addition to any fine or other penalty, assess
$2.00 as a court costs against every person convicted for violation of a state penal
or criminal statute or convicted for violation of a municipal or county ordinance,
and any person whose adjudication was withheld pursuant to the provisions of
Section 318.14(9) and(10), Florida Statutes, shall also be assessed such costs. The
$2.00 court cost shall be assessed against all civil penalties for violation of state
statute,municipal or county ordinance.However,no such assessment shall be made
1
4912
against any person convicted of violation of any statute, municipal or county
ordinance related to the parking of vehicles."
WHEREAS, on July 14, 2004, the Board adopted Ordinance No. 022-2004 updating
Ordinance No. 025-1987 to reference the State's renumbered and relocated F.S. 938.15 (formerly
under F.S. 943.25).
WHEREAS, in 2009, the Board enacted ordinance 001-2009 that re-codified the Monroe
County, Florida Code and which took effect as of March 1, 2009; and
WHEREAS, Section 2 of Ordinance 001-2009 repealed "all ordinances of a general and
permanent nature enacted on or before October 17, 2007, and not included in the Code . . . "; and
WHEREAS, Ordinance No. 025-1987 and Ordinance No. 022-2004 were not listed in the
Monroe County, Florida Code adopted by virtue of Ordinance 001-2009; and
WHEREAS, current case law holds that to be operative, Section 938.15, Florida Statute,
providing for a $2.00 assessment for criminal justice education, must be enacted via local
government ordinance. See Waller v. State, 911 So.2d 226 (Fla. 2d DCA 2005); see also Brown v.
State, App. 348 So.3d 31 (Fla. I"DCA 2022), rehearing denied.
WHEREAS, the Clerk of Court and Comptroller has continuously operated under the
understanding that the Board had enacted F.S. 938.15 by local ordinance; and
WHEREAS, any repeal of Ordinance No. 025-1987 and Ordinance No. 022-2004 caused
by Ordinance 001-2009 was done through inadvertence and not with any intent to remove the
County's enactment of F.S. 938.15; and
WHEREAS, the Board specifically intends to adopt an ordinance authorizing the
assessment of the two-dollar ($2.00) fee authorized by F.S. 938.15 and Administrative Order
10.007/01-1 retroactive to July 2,2001,to the maximum extentpermitted under law and in support
of that intent the Board specifically finds that this ordinance does not create new obligations,
impose new penalties, or impair vested rights since the obligations imposed on the County by
Ordinance No. 025-1987 and Ordinance No. 022-2004; and
WHEREAS,the Board intends to ratify all acts taken by the Clerk under the provisions of
Ordinance No. 025-1987 and Ordinance No. 022-2004 from July 2, 2001, until the date of
enactment of this ordinance; and
WHEREAS, the Board intends to adopt and ratify the terms of Administrative Order
10.007/01-1 into this ordinance retroactive to the date it was adopted on July 2, 2001.
NOW THEREFORE BE IT ORDAINED BY THE BOARD OF COUNTY COMMISSIONERS
OF MONROE COUNTY, FLORIDA:
2
4913
Section 1. LEGISLATIVE FINDINGS. The clauses set forth above are incorporated herein
as findings of fact of the Board.
Section 2. Section 10-28 of the Monroe County Code of Ordinances is hereby created to read
as follows:
All Courts in Monroe County created by Article V of the Florida Constitution shall,
in addition to any fine or other penalty imposed, assess $2.00 as a court cost against
every person convicted for violations of a state penal or criminal statute or
conviction for violation of a municipal or county ordinance, and any person whose
adjudication was withheld pursuant to F.S. 318.14(9)and(1), shall also be assessed
such costs. The $2.00 court cost shall be assessed against all civil penalties for
violation of state statute, municipal or county ordinance. However, no such
assessment shall be made against any person convicted for violations of a statute,
municipal or county ordinance relating to the parking of vehicles.
Section 3. INCLUSION IN THE CODE OF ORDINANCES. The provisions of this
ordinance shall be included and incorporated in Chapter 10 of the Monroe County, Florida Code,
as an addition or amendment thereto, or otherwise appropriately renumbered to conform to the
uniform numbering system of the Monroe County, Florida Code.
Section 4. EFFECTIVE DATE. This Ordinance shall take effect upon filing with the
Department of State as provided in F.S. 125.66 but be effective retroactively to July 2, 2001.
Section 5. PRIOR ACTS RATIFIED. The Board ratifies all acts taken by the Clerk of Court
and Comptroller under the provisions of Ordinance No. 025-1987 and Ordinance No. 022-2004
from July 2, 2001, until the date of enactment of this ordinance.
Section 6. SEVERABILITY. Should any provision of this Ordinance be declared by a court
of competent jurisdiction to be invalid, the same shall not affect the validity of this Ordinance as
whole, or any part thereof, other than the part declared to be invalid. If this ordinance or any
provision thereof shall be held to be inapplicable to any person, property or circumstances, such
holding shall not affect its applicability to any other person,property or circumstances.
Section 7. CONFLICT WITH OTHER ORDINANCES. All ordinances or parts of
ordinances in conflict with this ordinance are hereby repealed to the extent of said conflict.
PASSED AND ADOPTED by the Board of County Commissioners of Monroe County, Florida,
at a regular meeting of said Board held on the 21"day of May 2025.
Mayor James K. Scholl
Mayor Pro Tem, Michelle Lincoln
Commissioner Craig Cates
Commissioner David Rice
Commissioner Holly Raschein
3
4914
(SEAL) BOARD OF COUNTY COMMISSIONERS
Attest: Kevin Madok, Clerk OF MONROE COUNTY, FLORIDA
By By
Deputy Clerk Mayor
Approved as to form and legal sufficiency for
reliance only by the Monroe County B.O.C.C.
Robert B. Shillinger, Monroe County Attorney
4
4915
�,*�_t4'w
BUSINESS IMPACT ESTIMATE'
Meeting Date: 5/21/25
Proposed Ordinance Title/Reference:A Public Hearing to consider adoption of an Ordinance implementing
the assessment of the two-dollar($2.00)fee as additional court cost authorized by F.S. 938.15,retroactive to
July 2,2001.
The Proposed Ordinance® does ❑ does not fall under one of the followinu enumerated exceptions:!
❑x The proposed ordinance is required for compliance with Federal or State law or regulation;
❑ The proposed ordinance relates to the issuance or refinancing of debt;
❑ The proposed ordinance relates to the adoption of budgets or budget amendments,including revenue
sources necessary to fund the budget;
❑ The proposed ordinance is required to implement a contract or an agreement, including, but not
limited to, any Federal, State, local, or private grant or other financial assistance accepted by the
county government;
❑ The proposed ordinance is an emergency ordinance;
❑ The ordinance relates to procurement;or
❑ The proposed ordinance is enacted to implement the following:
a. Part II of Chapter 163, Florida Statutes, relating to growth policy, county and municipal
planning, and land development regulation, including zoning, development orders,
development agreements and development permits;
b. Sections 190.005 and 190.046,Florida Statutes,regarding community development districts;
c. Section 553.73,Florida Statutes,relating to the Florida Building Code;or
d. Section 633.202,Florida Statutes,relating to the Florida Fire Prevention Code.
Summary of Proposed Ordinance and Statement of Public Purpose to be Served: In 2009, the Board
enacted ordinance 001-2009 that re-codified the Monroe County, Florida Code. The recodification
inadvertently did not include Ordinance No. 025-1987 and Ordinance No. 022-2004 or reference to
Administrative Order 10.007/01-1 that directed the Clerk of Court and Comptroller to apply a$2.00 assessment
to court costs for criminal justice education.Current case law holds that to be operative,Section 93 8.15,Florida
Statute,providing for a$2.00 assessment for criminal justice education,must be enacted via local government
ordinance. Enacting this ordinance retroactively would ratify past charges and continue to allow a $2.00
assessment to court costs for criminal justice education.
Estimate of Direct Economic Impact on Private/For Profit Businesses:
a. Estimate of Direct Business Compliance Costs:
None.
b. New Charges/Fees on Businesses Impacted:
No new changes/fees will be imposed by this ordinance.
C. Estimate of Regulatory Costs:
No regulatory costs will be imposed by this ordinance.
Good Faith Estimate of Number of Businesses Likely Impacted: Businesses are not likely to be impacted
by this ordinance.
Any Additional Information:
Business impact statement must be posted on the county's website no later than the date the notice of proposed enactment is published.
2 F.S.125.66(3)(c)(2023)
4910
NOTICE OF INTENTION TO CONSIDER
ADOPTION OF COUNTY ORDINANCE
NOTICE IS HEREBY GIVEN TO WHOM IT MAY CONCERN that on May 21,2025,at 9:00 A.M.
or as soon thereafter as the matter may be heard,at the Harvey Government Center, 1200 Truman Avenue,
Key West, Florida, the Board of County Commissioners of Monroe County, Florida, intends to consider
adopting the following ordinance:
AN ORDINANCE OF THE BOARD OF COUNTY COMMISSIONERS
OF MONROE COUNTY, FLORIDA, REVISING THE MONROE
COUNTY CODE OF ORDINANCES TO ENACT AN ORDINANCE
IMPLEMENTING THE ASSESSMENT OF THE TWO DOLLAR
($2.00) FEE AUTHORIZED BY F.S. 938.15 RETROACTIVE TO JULY
2, 2001, AND RATIFYING ALL ACTIONS TAKEN BY MONROE
COUNTY SINCE JULY 2, 2001; PROVIDING FOR SEVERABILITY;
PROVIDING FOR THE REPEAL OF ALL ORDINANCES
INCONSISTENT HEREWITH; PROVIDING FOR INCORPORATION
INTO THE MONROE COUNTY CODE OF ORDINANCES; AND
PROVIDING FOR AN EFFECTIVE DATE.
The proposed ordinance may be inspected by the public at the Monroe County website by viewing the
agenda packet for the May 21, 2025, meeting, which will be posted beginning on May 16, 2025 at:
0t:;;0..(c0u;r;tytl xclx; Y� cx � t The ordinance may also be viewed at the Monroe
County Attorney's office at 1111 12th St. Ste. 408 Key West, FL 33040.
The public can participate in the May 21,2025,meeting of the Board of County Commissioners of Monroe
County, FL by attending in person or via Zoom. The Zoom link can be found in the agenda at
j!j,.:,//u,�1, ,��„ar°o�",t;,,ol,�„ ,; ;,,a°, ,ll,1„ ,a`, u 1J„ „ J , „ „ „a, , ,1; ,•
ADA ASSISTANCE: If you are a person with a disability who needs special accommodations in order
to participate in this proceeding,please contact the County Administrator's Office,by phoning(305)292-
4441, between the hours of 8:30a.m.-5:00p.m.,prior to the scheduled meeting; if you are hearing or
voice-impaired, call "711': Live Closed-Captioning is available via our web portal @
( ti: y, for meetings of the Monroe County Board of
County Commissioners.
Dated at Key West, Florida, this loth day of May, 2025.
(SEAL) KEVIN MADOK, Clerk of the Circuit Court and
Ex Officio Clerk of the Board of County Commissioners
of Monroe County, Florida
Publication Dates:
Keys Citizen: Sat., 05/10/2025
Keys Weekly: Thur., 05/15/2025
News Barometer: Fri., 05/16/2025
4911
ORDINANCE NO. -2025
AN ORDINANCE OF THE BOARD OF COUNTY
COMMISSIONERS OF MONROE COUNTY, FLORIDA,
REVISING THE MONROE COUNTY CODE OF
ORDINANCES TO ENACT AN ORDINANCE
IMPLEMENTING THE ASSESSMENT OF THE TWO
DOLLAR ($2.00) FEE AUTHORIZED BY F.S. 938.15
RETROACTIVE TO JLTLY 2, 2001, AND RATIFYING ALL
ACTIONS TAKEN BY MONROE COUNTY SINCE JLTLY 2,
2001; PROVIDING FOR SEVERABILITY; PROVIDING
FOR THE REPEAL OF ALL ORDINANCES
INCONSISTENT HEREWITH; PROVIDING FOR
INCORPORATION INTO THE MONROE COUNTY CODE
OF ORDINANCES; AND PROVIDING FOR AN EFFECTIVE
DATE.
WHEREAS, the County is authorized to assess additional court costs pursuant to F.S.
938.15 (formerly under F.S. 943.25);
WHEREAS, on July 21, 1987, the Board of County Commissioners of Monroe County
(the"Board") adopted Ordinance No. 025-1987 enacting its authority under F.S. 938.15 (formerly
under F.S. 943.25);
WHEREAS, on July 2, 2001, then Chief Judge Payne entered Administrative Order
10.007/01-1, which states in pertinent part:
"WHEREAS, Section 938.15, Florida Statutes 1997, provides that counties and
municipalities may assess an additional $2.00 for criminal justice education and
training, including basic training expenditures for their respective law enforcement
and correctional officers,part-time law enforcement officers,auxiliary officers,and
support personnel, provided that such educational degree programs are approved
by the Police Training and Standards Commission; and
WHEREAS,the 16'h Judicial Circuit in and for Monroe County, Florida, find it in
the best interest of the County to utilize the $2.00 court cost assessed pursuant to
Section 938.15, Florida Statutes, NOW THEREFORE,
IT IS HEREBY ORDERED that all courts in Monroe County created by Article
V of the State Constitution shall, in addition to any fine or other penalty, assess
$2.00 as a court costs against every person convicted for violation of a state penal
or criminal statute or convicted for violation of a municipal or county ordinance,
and any person whose adjudication was withheld pursuant to the provisions of
Section 318.14(9) and(10), Florida Statutes, shall also be assessed such costs. The
$2.00 court cost shall be assessed against all civil penalties for violation of state
statute,municipal or county ordinance.However,no such assessment shall be made
1
4912
against any person convicted of violation of any statute, municipal or county
ordinance related to the parking of vehicles."
WHEREAS, on July 14, 2004, the Board adopted Ordinance No. 022-2004 updating
Ordinance No. 025-1987 to reference the State's renumbered and relocated F.S. 938.15 (formerly
under F.S. 943.25).
WHEREAS, in 2009, the Board enacted ordinance 001-2009 that re-codified the Monroe
County, Florida Code and which took effect as of March 1, 2009; and
WHEREAS, Section 2 of Ordinance 001-2009 repealed "all ordinances of a general and
permanent nature enacted on or before October 17, 2007, and not included in the Code . . . "; and
WHEREAS, Ordinance No. 025-1987 and Ordinance No. 022-2004 were not listed in the
Monroe County, Florida Code adopted by virtue of Ordinance 001-2009; and
WHEREAS, current case law holds that to be operative, Section 938.15, Florida Statute,
providing for a $2.00 assessment for criminal justice education, must be enacted via local
government ordinance. See Waller v. State, 911 So.2d 226 (Fla. 2d DCA 2005); see also Brown v.
State, App. 348 So.3d 31 (Fla. I"DCA 2022), rehearing denied.
WHEREAS, the Clerk of Court and Comptroller has continuously operated under the
understanding that the Board had enacted F.S. 938.15 by local ordinance; and
WHEREAS, any repeal of Ordinance No. 025-1987 and Ordinance No. 022-2004 caused
by Ordinance 001-2009 was done through inadvertence and not with any intent to remove the
County's enactment of F.S. 938.15; and
WHEREAS, the Board specifically intends to adopt an ordinance authorizing the
assessment of the two-dollar ($2.00) fee authorized by F.S. 938.15 and Administrative Order
10.007/01-1 retroactive to July 2,2001,to the maximum extentpermitted under law and in support
of that intent the Board specifically finds that this ordinance does not create new obligations,
impose new penalties, or impair vested rights since the obligations imposed on the County by
Ordinance No. 025-1987 and Ordinance No. 022-2004; and
WHEREAS,the Board intends to ratify all acts taken by the Clerk under the provisions of
Ordinance No. 025-1987 and Ordinance No. 022-2004 from July 2, 2001, until the date of
enactment of this ordinance; and
WHEREAS, the Board intends to adopt and ratify the terms of Administrative Order
10.007/01-1 into this ordinance retroactive to the date it was adopted on July 2, 2001.
NOW THEREFORE BE IT ORDAINED BY THE BOARD OF COUNTY COMMISSIONERS
OF MONROE COUNTY, FLORIDA:
2
4913
Section 1. LEGISLATIVE FINDINGS. The clauses set forth above are incorporated herein
as findings of fact of the Board.
Section 2. Section 10-28 of the Monroe County Code of Ordinances is hereby created to read
as follows:
All Courts in Monroe County created by Article V of the Florida Constitution shall,
in addition to any fine or other penalty imposed, assess $2.00 as a court cost against
every person convicted for violations of a state penal or criminal statute or
conviction for violation of a municipal or county ordinance, and any person whose
adjudication was withheld pursuant to F.S. 318.14(9)and(1), shall also be assessed
such costs. The $2.00 court cost shall be assessed against all civil penalties for
violation of state statute, municipal or county ordinance. However, no such
assessment shall be made against any person convicted for violations of a statute,
municipal or county ordinance relating to the parking of vehicles.
Section 3. INCLUSION IN THE CODE OF ORDINANCES. The provisions of this
ordinance shall be included and incorporated in Chapter 10 of the Monroe County, Florida Code,
as an addition or amendment thereto, or otherwise appropriately renumbered to conform to the
uniform numbering system of the Monroe County, Florida Code.
Section 4. EFFECTIVE DATE. This Ordinance shall take effect upon filing with the
Department of State as provided in F.S. 125.66 but be effective retroactively to July 2, 2001.
Section 5. PRIOR ACTS RATIFIED. The Board ratifies all acts taken by the Clerk of Court
and Comptroller under the provisions of Ordinance No. 025-1987 and Ordinance No. 022-2004
from July 2, 2001, until the date of enactment of this ordinance.
Section 6. SEVERABILITY. Should any provision of this Ordinance be declared by a court
of competent jurisdiction to be invalid, the same shall not affect the validity of this Ordinance as
whole, or any part thereof, other than the part declared to be invalid. If this ordinance or any
provision thereof shall be held to be inapplicable to any person, property or circumstances, such
holding shall not affect its applicability to any other person,property or circumstances.
Section 7. CONFLICT WITH OTHER ORDINANCES. All ordinances or parts of
ordinances in conflict with this ordinance are hereby repealed to the extent of said conflict.
PASSED AND ADOPTED by the Board of County Commissioners of Monroe County, Florida,
at a regular meeting of said Board held on the 21"day of May 2025.
Mayor James K. Scholl
Mayor Pro Tem, Michelle Lincoln
Commissioner Craig Cates
Commissioner David Rice
Commissioner Holly Raschein
3
4914
(SEAL) BOARD OF COUNTY COMMISSIONERS
Attest: Kevin Madok, Clerk OF MONROE COUNTY, FLORIDA
By By
Deputy Clerk Mayor
Approved as to form and legal sufficiency for
reliance only by the Monroe County B.O.C.C.
Robert B. Shillinger, Monroe County Attorney
4
4915
Resolution No. - 2025
A RESOLUTION OF THE BOARD OF COUNTY COMMISSIONERS, OF MONROE
COUNTY, FLORIDA, ENDORSING A REQUEST BY THE CITY OF KEY WEST TO THE
U.S. NAVYTO CONSIDER GRANTING THE CITY A LONG-TERM SOLE SOURCE LEASE
FOR THE VACANT EIGHTEEN ACRE PARCEL OF LAND ON THE WESTERN PORTION
OF SIGSBEE PARK ANNEX; AUTHORIZING THE COUNTY ADMINISTRATOR OR
DESIGNEE TO WORK WITH NAVY PERSONNEL AND THE FEDERAL DELEGATION
TO COORDINATE ON PLANNING, AND DEVELOP POLICIES AND PROCEDURES TO
PROVIDE WORKFORCE HOUSING AT SIGSBEE PARK; PROVIDING FOR AN
EFFECTIVE DATE.
WHEREAS, over decades the Board of County Commissioners has commissioned studies
and passed numerous resolutions, including one in December 2024, with the goal of increasing
the availability of affordable and workforce housing in unincorporated Monroe County and its
incorporated cities, particularly the City of Key West; and
WHEREAS, there are approximately 18 acres of undeveloped land at Sigsbee Park, which
was the site of 166 units of former Navy housing that were demolished in May 2021 after being
largely uninhabited for 16 years after sustaining significant damage during Hurricane Wilma in
2005; and
WHEREAS, the City of Key West approved Resolution #24-253 in October 2024 that
requested redevelopment of the western 18 acres of Sigsbee Annex for housing, and approved
Resolution #25-013 that requested the U.S. Navy grant a long-term sole source lease to the City
of Key West; and
WHEREAS, the City of Key West and the U.S. Navy have had a successful history of
Public Benefit Leases for the benefit of the community for many years; and
WHEREAS, the Board of County Commissioners find that it would be mutually beneficial
if additional housing is constructed within Sigsbee Park and made available for rent to military
and government civilian personnel within Key West and the Lower Keys; and
WHEREAS, the Board of County Commissioners endorses resolutions adopted by the
City of Key West, specifically Resolutions 25-013 and 24-253, which encourage the U.S. Navy to
use (and now develop) housing at Sigsbee Park for the military and civilian workforce in Key
West.
NOW, THEREFORE, BE IT RESOLVED BY THE BOARD OF COUNTY
COMMISSIONERS OF MONROE COUNTY, FLORIDA, AS FOLLOWS:
Section 1: The Board of County Commissioners encourages the U.S. Navy and the County's
federal legislative delegation work with the City of Key West and the County (as appropriate)to develop
an intergovernmental support agreement or Public Benefit Lease that will result in housing for military
4916
and government civilian employees and their families on the vacant western parcel of land at Sigsbee
Park in Key West.
Section 2: The County Administrator or designee is authorized to work with the U.S. Navy and
the federal delegation for Key West to coordinate on planning, and to assist with determining
acceptable criteria, policies, and procedures for the construction of additional housing at Sigsbee Park in
Key West.
Section 3: The County Mayor or designee will continue to pursue this resolution's objectives
through the Florida Defense Support Commission and direct engagements with Commander Navy
Installations Command, Naval Facilities Engineering Command (NAVFAC), and Naval Air Station Key
West.
Section 4: This resolution shall go into effect immediately upon its adoption.
Section 5: The Clerk is directed to send copies to:
Senator Ashley Moody Senator Rick Scott
B40B Dirksen Senate Office Building 716 Hart Senate Office Building
Washington, D.C. 20510 Washington, D.C. 20510
Rep. Carlos Gimenez
448 Cannon House Office Building
Washington, D.C. 20515
PASSED AND ADOPTED by the Board of County Commissioners of Monroe County, Florida, at a regular
meeting of said Board held on the 21"day of May 2025.
Mayor James K. Scholl
Mayor Pro Tem Michelle Lincoln
Commissioner Craig Cates
Commissioner David Rice
Commissioner Holly Merrill Raschein
(SEAL) BOARD OF COUNTY COMMISSIONERS
Attest: KEVIN MADOK, Clerk OF MONROE COUNTY, FLORIDA
By: By:
As Deputy Clerk Mayor James K. Scholl
Approved as to form and legal sufficiency
Robert B. Shillinger,Jr., Monroe County Attorney
4917
Docusign Envelope ID: 143872B6-8E8B-4B8B-834F-4B92F17E37E0
......................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................
4/30/2025
This Performance Agreement("Agreement") is entered into as of by and between the following
parties:
Client: Performer:
3406 North Roosevelt Boulevard Jobie Jacomine-Puddin'Taine
Corporation d/b/a Visit Florida Keys (VFK)
1201 White St#102 2521 Fogarty Ave,Apt 1
Key West, FL 33040 Key West, FL 33040
Client Contact-Joshua Cato, 305.432.7441 504.615.8809
joshua@fla-keys.com puddin@queerkeys.org
ENGAGEMENT: The Client hereby engages the Performer to render professional entertainment services in the
form of a drag performance,and the Performer hereby agrees to provide such services under the terms and
conditions set forth herein.
EVENT DETAILS
• Event Type/Name:World Pride Parade
• Event Date: June 7th, 2025
• Event Location:Washington, DC
• Performance Time: 1:OOPM - 5:OOPM
COMPENSATION: The total fee for services rendered by the Performer shall be $2,500.00
CANCELLATION POLICY: Should the Performer be unable to fulfill the engagement due to illness, emergency, or
force majeure,the Performer shall notify the Client as soon as reasonably possible and will endeavor to assist in
securing a suitable replacement.
TECHNICAL&LOGISTICAL REQUIREMENTS: The Client agrees to provide, at no cost to the Performer:
• Access to food/snacks, drinks,bathrooms and private changing area
• A functioning sound system with capabilities to play digital music
PROFESSIONAL CONDUCT&SAFETY: The Performer agrees to conduct themselves professionally and
respectfully throughout the event. The Client shall ensure a safe and respectful environment free from harassment,
discrimination, or abuse. In the event of unsafe or hostile conditions,the Performer reserves the right to terminate
the performance.
MEDIA&PUBLICITY: The Client(may/may not) record or photograph the performance.Any public use of
images,videos,or the Performer's name/stage name must be approved in writing by the Performer. The Performer
retains all rights to their likeness,branding, and performance materials.
4918
Docusign Envelope ID: 143872B6-8E8B-4B8B-834F-4B92F17E37E0
INDEPENDENT CONTRACTOR STATUS: The Performer is engaged as an independent contractor and is not an
employee, agent, or legal representative of the Client for any purpose.The Performer shall be responsible for all
taxes and withholdings,if applicable.
ENTIRE AGREEMENT: This Agreement constitutes the entire understanding between the parties and supersedes
all prior negotiations,discussions,or agreements,whether written or oral.Any amendments to this Agreement
must be made in writing and signed by both parties.
VFK is a not-for-profit corporation that supports the Monroe County Tourist Development Council and is funded in
part by the Monroe County Board of County Commissioners (County).
The following provisions are required by law and policy.
The Agreement is a Public Record under Chapter 119, Florida Statutes. The parties agree to comply with Chapter
119, Florida Statutes.
Payment will be made in accordance with the Local Government Prompt Payment Act, 218.70, Florida Statutes.
Payments due and unpaid under the Agreement shall bear interest pursuant to the Local Government Prompt
Payment Act. Performer shall submit to VFK invoices with Supporting documentation that are acceptable to the
Monroe County Clerk of Court and Comptroller (Clerk). Acceptability to the Clerk is based on generally accepted
accounting principles and such laws,rules, and regulations as may govern the Clerk's disbursal of funds.
Travel, as approved by VFK, shall be reimbursed to the Performer, but only to the extent and in the amounts
authorized by Section 112.061, Florida Statutes and in accordance with Monroe County Code Chapter 2, Art.
Ill., Div. 3 and Monroe County Travel Policies.
The County's indemhification is limited and subject to the sovereign immunity provisions of Sec. 768.28, Florida
Statutes.
Maintenance of Records: Performer 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 five years following the termination of this Agreement. If an auditor employed by VFK, the County or the
Clerk determines that monies paid to Performer pursuant to this Agreement were spent for purposes not authorized
by this Agreement, Performer shall repay the monies together with interest calculated pursuant to Sec. 55.03; FS,
running from the date the monies were paid to Performer.
Governing Law,Venue, Interpretation,Costs,and Fees: This Agreement shall be governed by and construed in
accordance with the laws of the State of Florida applicable to contracts made and to be performed entirely in the
State. In the event that any cause of action or administrative proceeding is instituted for the enforcement or
interpretation of this Agreement, the Customer and Performer agree that venue shall lie in the appropriate court
or before the appropriate administrative body in Monroe County, Florida. This Agreement shall not be subject to
arbitration.
Attorney's Fees and Costs: The Parties 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 and court costs,as an award against the non-pre prevailing party,
and shall include attorney's fees and court costs 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.
4919
Docusign Envelope ID: 143872B6-8E8B-4B8B-834F-4B92F17E37E0
Nondiscrimination: The Parties agree that there will be no discrimination against any person, and it is expressly
understood that upon a determination by a court 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.The Parties 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 VII 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.1681-1683, and 1685-1686), 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 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, Treatment 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. 690dd-3 and 290ee-3), as amended, relating to confidentiality of alcohol and drug abuse patient
records;8)Title VIII of the Civil Rights Act of 1968(42 USC s.3601 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. 12101 Note), as
maybe amended from time to time,relating to nondiscrimination on the basis of disability; 10) Monroe County Code
Chapter 14, Article II, which prohibits discrimination on the basis of race, color, sex, religion, national origin,
ancestry, sexual orientation,gender identity or expression,familial status or age; 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.
Public Records Compliance. Performer must comply with Florida public records laws, including but not limited
to Chapter 119, Florida Statutes and Section 24 of article I of the Constitution of Florida. VFK and Performer shall
allow and permit reasonable access to, and inspection of, all documents, records, papers, letters or other "public
record"materials in its possession or under its control subject to the provisions of Chapter 119,Florida Statutes,and
made or received by the Customer and Performer in conjunction with this contract and related to contract
performance. The Customer shall have the right to unilaterally cancel this contract upon violation of this provision
by Performer. Failure of Performer to abide by the terms of this provision shall be deemed a material breach of this
contract and the Customer
may enforce the terms of this provision in the form of a court proceeding and shall,as a prevailing party,be entitled
to reimbursement of all attorney's fees and costs associated with that proceeding. This provision shall survive any
termination or expiration of the contract. Performer is encouraged to consult with its advisors about Florida Public
Records Law in order to comply with this provision.
Non-Waiver of Immunity: Notwithstanding the provisions of Sec. 768.28, Florida Statutes,the participation of the
Customer and Performer 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 immunity
to the extent of liability coverage.
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 hereunder, and VFK and the Performer agree that neither the Customer nor the Performer
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, 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.
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 VFK in his or her individual capacity, and no member, officer, agent or
4920
Docusign Envelope ID: 143872B6-8E8B-4B8B-834F-4B92F17E37E0
employee of VFK shall be liable personally on this Agreement or be subject to any personal liability or accountability
by reason of the execution of this Agreement.
E-Verify System - In accordance with F.S. 448.095, Any Contractor and any subcontractor shall register with and
shall utilize the U.S. Department of Homeland Sccurity's F.-Verify system to verify the work authorization status of
all new employees hired by the Performer during the term of the Contract and shall expressly require any
subcontractors performing work or providing services pursuant to the Contract to likewise utilize the U.S.
Department of Honicland Sccuritv's a -Verify system to verify the work authorization status of all new employees
hired by the subcontractor during the Agreement term.Any subcontractor shall provide an affidavit stating that the
subcontractor does not employ, contract with, or subconstruct with an unauthorized alien. Performer shall comply
with and be subject to the provisions of F.S. 448.095
Non-Collusion Affidavit-Performer by signing this Agreement, according to law on my oath, and under penalty
of perjury, depose and say that the person signing on behalf of the firm of Performer, the bidder making the
Proposal for the project described in the Scope of Work and that I executed the said proposal with full authority
to do so;the prices in this bid have been arrived at independently without collusion, consultation, communication
or agreement for the purpose of restricting competition, as to any matter relating to such prices with any other
bidder or with any competitor; unless otherwise required by law, the prices which have been quoted in this bid
have not been knowingly disclosed by the bidder
and will not knowingly be disclosed by the bidder prior to bid opening, directly or indirectly, to any other bidder
or to any competitor; and no attempt has been made or will be made by the bidder to induce any other person,
partnership or corporation to submit, or not to submit, a bid for the purpose of restricting competition; the
statements contained in this affidavit are true and correct, and made with full knowledge that VFK and Monroe
County relies upon the truth of the statements contained in this affidavit in awarding contracts for said project.
Indemnification and Hold Harmless- The Performer covenants and agrees to indemnify and hold harmless VFK,
the Monroe County Tourist Development Council, Monroe County and Monroe County Board of County
Commissioners, its officers and employees from third party liabilities, damages, losses and reasonable costs,
including but not limited to, reasonable attorneys' fees, to the extent caused by the negligence, recklessness, or
intentional wrongful conduct of the CONTRACTOR,subcontractor(s) and other persons employed or utilized by the
CONTRACTOR in the performance of the contract.The extent of liability is in no way limited to,reduced,or lessened
by the insurance requirements contained elsewhere within this agreement. This indemnification shall survive the
expiration or early termination of the Agreement.
IN WITNESS WHEREOF,the undersigned have executed this Agreement as of the date first written above:
Signedby:
X " - E3EAA6.
9790ED646F...
Diane Schmidt Jobie Jacomine
Chairperson Puddin' Taine
4921
RESOLUTION NO. - 2025
A RESOLUTION OF THE MONROE COUNTY BOARD OF
COUNTY COMMISSIONERS REGARDING COUNTY
ADMINISTRATION; APPOINTING CORY SCHWISOW AS
THE INTERIM EMERGENCY MANAGEMENT DIRECTOR
EFFECTIVE 5 P.M. ON MAY 30, 2025; VESTING HIM WITH
FULL AUTHORITY TO ACT PURSUANT TO THE
AUTHORITY SET FORTH UNDER F.S.252.38, SECTIONS II-
1 THROUGH 11-5 OF THE MONROE COUNTY CODE OF
ORDINANCE, AND ALL OTHER RELEVANT LAWS,
REGULATIONS, AND POLICIES; PROVIDING FOR
SEVERABILITY; AND PROVIDING FOR AN EFFECTIVE
DATE.
WHEREAS, F.S. 252.38(1)(b)1 requires each County to have an Emergency
Management Director; and
WHEREAS, F.S. 252.38 vests a county's emergency management director with a
number of responsibilities and authorities; and
WHEREAS, Monroe County Emergency Management Director Shannon Davis
Weiner has submitted her resignation effective 5 p.m. on May 30, 2025; and
WHEREAS, Cory Schwisow has been working as the County's Deputy Emergency
Management Director for approximately two years; and
WHEREAS, F.S. 252.38(1)(b)4 requires that the County Commission promptly
notify the Florida Division of Emergency Management of the appointment of a director
and other personnel; and
WHEREAS, Sections 11-1 through 11-5 of the County Code vests the
Emergency Management Director with certain responsibilities including but not limited
to issuing directives having the effect of law as well as purchasing authority of up to
$1 million without requiring additional approvals during a declared emergency; and
WHEREAS, the Board finds it in the best interests of the County to name Cory
Schwisow as its Interim Emergency Management Director and to vest Mr. Schwisow
with all of the authority and responsibility that accompanies a county emergency
management director; and
WHEREAS, the Board of County Commissioners wishes to provide for a delegation
of authority in order to ensure that Mr. Schwisow has the necessary powers and authorities to
serve in the capacity of Interim Emergency Management Director; and
4922
WHEREAS,F.S.252.38 and Sections 11-3 and 11-4 of the County Code list the power and
duties that may be exercised by the County's emergency management director; and
WHEREAS, the Board of County Commissioners wishes to ensure that all powers and
authorities that would be accorded to the county emergency management director through
Chapter 252, Florida Statutes, the Monroe County Code, and other Monroe County policies
and procedures, are made equally available to Cory Schwisow in his capacity as the Interim
Emergency Management Director, through an express delegation of authority;
NOW, THEREFORE, BE IT RESOLVED BY THE BOARD OF COUNTY
COMMISSIONERS OF MONROE COUNTY,AS FOLLOWS:
SECTION 1. FINDINGS. The findings contained in the recitals set forth above are true and
correct.
SECTION 2. APPOINTMENT OF DEPUTY EMERGENCY MANAGEMENT DIRECTOR.
Cory Schwisow is hereby appointed as the Interim Emergency Management Director for Monroe
County, effective at 5:00 p.m. on Friday May 30,2025, and shall continue until the effective date
of appointment of a replacement County Emergency Management Director by resolution of the
Board or similar action.
SECTION 3. AUTHORITY OF INTERIM COUNTY EMERGENCY MANAGEMENT
DIRECTOR.
A. Legal Authority. The Interim Emergency Management Director shall have the
authority to carry out all functions, powers and duties assigned to the position of
County Emergency Management Director in state law, the Code, and other applicable
regulations,Executive Orders,and all resolutions,policies and procedures of the County.
All delegations of responsibility and authority to the Emergency Management
Director made by the Board apply equally to the Interim Emergency
Management Director during the term of his appointment unless expressly
modified or rescinded by the Board.
B. Administration: The Interim Emergency Management Director shall carry
out all functions otherwise assigned to the County Administrator under the Act
and the Code necessary to serve as the administrative head of the County.
Authorities delegated to the Acting County Administrator in order to
accomplish this purpose include signatory authority for all contracts legally
approved and entered into by the County pursuant to the Act, the Code, general
laws of the State of Florida, and the County's Purchasing Policy.
SECTION 4. NOTIFICATION TO FLORIDA DEPARTMENT OF EMERGENCY
MANAGEMENT. The Clerk is directed to transmit a copy of this resolution to Kevin
Guthrie, Executive Director of the Florida Division of Emergency Management,
Kevin.Guthriekem.myflorida.com;
4923
S E C T 10 N S. SEVERABILITY. If any section, sentence, clause or provision
of this Resolution is held to be invalid or unconstitutional by a court of competent
jurisdiction, such invalidity or unconstitutionality shall not be construed to render
invalid or unconstitutional the remaining sections, sentences, clauses or provisions
of this Resolution.
SECTION 6. EFFECTIVE DATE. This Resolution shall take effect immediately upon
adoption,
PASSED AND ADOPTED by the Board of County Commissioners of Monroe
County, Florida, at a regular meeting held on the 21 st of May 2025.
Mayor James K. Scholl
Mayor Pro Tem Michelle Lincoln
Commissioner Craig Cates
Commissioner David Rice
Commissioner Holly Merrill Raschein
(SEAL) BOARD OF COUNTY COMMISSIONERS
ATTEST: KEVIN MADOK, CLERK OF MONROE COUNTY, FLORIDA
By: By:
As Deputy Clerk Mayor James K. Scholl
Approved as to form and legal sufficiency
Robert B. Shillinger, Monroe County Attorney
4924
AMENDMENT NO. 1
TO SUBAWARD NO: 2.1
BETWEEN
MONROE COUNTY BOARD OF COUNTY COMMISSIONERS
AND
UNIVERSITY OF SOUTH FLORIDA BOARD OF TRUSTEES
This Amendment to Subaward No: 2.1 (Agreement) is made by and between the Monroe County Board of
County Commissioners, 500 Whitehead Street, Key West, Florida 33040 and the University of South Florida Board of
Trustees 4202 E., Fowler Avenue, Tampa, FL 33620 on the date last signed below.
WHEREAS,the County entered into the Agreement with the Subawardee for Monroe County Coral Resilience
Project effective June 25, 2024;
WHEREAS,the parties wish to amend the Agreement as set forth herein;
NOW THEREFORE,the parties agree as follows:
1) Page 2 FDP Cost Reimbursement Subaward, is hereby revised to reflect a Subaward Budget Period of
6/25/24 to 9/30/26.
2)All other terms and conditions of the Agreement remain in effect. If and to the extent that any inconsistencies
may appear between the Agreement and this Amendment,the provisions of this Amendment shall control.
The parties agree to the terms and conditions of this Amendment and have duly authorized their respective
representatives to sign it on the dates indicated below.
Monroe County Board of County Commissioners University of South Florida Board of Trustees
By: By:
Mayor James K. Scholl Director, Sponsored Research
Date: Date: 04/14/25
Monroe County Clerk of Courts
MONROE COUNTY ATTORNEY
By: APPROVED AS TO FORM
As Deputy Clerk
CHRISTWE LIMEERT•9ARROWS
SR.AS ISTANDATE T. /@{/ TORNEY
Date: 1
Subaward No.: 2.1 Amendment No.: 1
Rev.3/6/25 4925
FDP Cost Reimbursement Subaward °°' 1°'°'"
Federal Awarding Agency: Other[Type in Agency] Florida Department of Environmental Protection
Pass-Through Entity(PTE): Subrecipient:
[Monroe County Board of County Commissioners University of South Florida Board of Trustees
PTE PI:IAndrew Roltsch Sub PI: Cynthia Lewis
PTE Federal Award No: SLFRP0125 Subaward No: 2.1
Project Title: Infrastructure Construction, Equipment Installation, and Build-Out of New DEP Seawater System at KML
Subaward B r'
Start: 06/25/24 ? End:�09/30/2026 ? mount Funded This Action(USD):$ ss9,283.0o
Estimated E
Start: 0 /gr 7 nce. m m Incrementally Estimated Total(USD): $ 559,283.00
7 01/2024 End: 06/30/2026
Terms and Conditions
1. PTE hereby awards a cost reimbursable subaward, (as determined by 2 CFR 200.331),to Subrecipient.The Statement of Work
and budget for this Subaward are as shown in Attachment 5. In its performance of Subaward work, Subrecipient shall be an
independent entity and not an employee or agent of PTE.
2. Subrecipient shall submit invoices not more often than monthly and not less frequently than quarterly for allowable costs
incurred. Upon the receipt of proper invoices, the PTE agrees to process payments in accordance with this Subaward and 2
CFR 200.305.All invoices shall be submitted using Subrecipient's standard invoice, but at a minimum shall include current and
cumulative costs(including cost sharing), breakdown by major cost category, Subaward number, and certification, as required in
2 CFR 200.415(a).Invoices that do not reference PTE Subaward number shall be returned to Subrecipient. Invoices and
questions concerning invoice receipt or payments shall be directed to the party's Administrative J Contact, shown in
Attachment 3A.
3. na state gnJ gl cuglulAtive costs incurred, including cost sharing, marked"FINAL"must be submitted to PTE's
,intact, as shown in Attachment 3A, not later than 60 days after the final Budget Period end date.
The final statement of costs shall constitute Subrecipient's final financial report.
4. All payments shall be considered provisional and are subject to adjustment within the total estimated cost in the event such
adjustment is necessary as a result of an adverse audit finding against the Subrecipient.
5. Matters concerning the technical performance of this Subaward shall be directed to the appropriate party's Principal Investigator
as shown in Attachments 3A and 3B.Technical reports are required as shown in Attachment 4.
6. Matters concerning the request or negotiation of any changes in the terms conditions or amounts cited in this Subaward, and
an than es requiring rior approval, shall be directed to the PTE's Authorized Official Contact and the Subrecipient's
Authorized Official =Contact shown in Attachments 3A and 3B.Any such change made to this Subaward requires the
written approval of each parry's Authorized Official as shown in Attachments 3A and 3B.
7. The PTE may issue non-substantive changes to the Budget Period(s)and Budget Unilaterally Unilateral
modification shall be considered valid 14 days after receipt unless otherwise indicated by Subrecipient when sent to
Subrecipient's[Authorized Official Contact,as shown in Attachment 3B.
8. Each party shall be responsible for its negligent acts or omissions and the negligent acts or omissions of its employees,officers,
or directors,to the extent allowed by law.
9. Either party may terminate this Subaward with 30 days written notice. Notwithstanding, if the Awarding Agency terminates the
Eg�Rral,&Wr , ETE VjJJ IRrminate in accordance with Awarding Agency requ ire men s PTE notice shall be directed to the
Authorized Official I Contact, and Subrecipient notice shall be directed to the Authorized Official Contact as
phown in Attachments 3A and 3B.PTE shall pay Subrecipient for termination costs as allowable under Uniform Guidance, 2
CFR 200, or 45 CFR Part 75 Appendix IX, as applicable
10. By signing this Subaward, including the attachments hereto which are hereby incorporated by reference, Subrecipient certifies
that it will perform the Statement of Work in accordance with the terms and conditions of this Subaward and the applicable terms
of the Federal Award, including the appropriate Research Terms and Conditions("RTCs")of the Federal Awarding Agency,as
referenced in Attachment 2.The parties further agree that they intend this subaward to comply with all applicable laws,
regulations, and requirements.
.........................................................................................................................................................................................................................................................................................................................................................................................._
By an Authorized Official of the PTE: By an Authorized Official of the Subrecipient: �`'
DigrtallysignedbyStephanieRios
tActi�ng
pSDate:2024 06 2416:29 01 04 00'6.25.2024 Ste anle Rio. ......Nalson Date Name: Stephanie Rios DateTitlCounty Administrator Title: Director of Sponsored Research
MONR.OEiCE;bwUMYA'E"Il'E;b01,NEEY
Akw .... ®� �°bao
D
4926
MRuSIroiraE UMBER
y°il°•¢�a�iE¢Ra�WS FDP DEC
ASMS'1'4:1mIr%4N�9 Ar"OR%�EY
Subaward Number:
Attachment 1 2
Certifications and Assurances
Certification Regarding Lobbying (2 CFR 200.450)
By signing this Subaward, the Subrecipient Authorized Official certifies, to the best of his/her knowledge and belief, that
no Federal appropriated funds have been paid or will be paid, by or on behalf of the Subrecipient, to any person for
influencing or attempting to influence an officer or employee of any 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 in accordance with 2 CFR 200.450.
If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or
intending to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress,
or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement,
the Subrecipient shall complete and submit Standard Form-LLL, "Disclosure Form to Report Lobbying,"to the PTE.
This certification is a material representation of fact upon which reliance was placed when this transaction was made
or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by 31
U.S.C. 1352.Any person who fails to file the required certification shall be subject to a civil penalty of not less than
$10,000 and not more than $100,000 for each such failure.
Debarment, Suspension, and Other Responsibility Matters (2 CFR 200.214 and 2 CFR 180)
By signing this Subaward, the Subrecipient Authorized Official certifies, to the best of his/her knowledge and belief that
neither the Subrecipient nor its principals are presently debarred, suspended, proposed for debarment, declared
ineligible or voluntarily excluded from participation in this transaction by any federal department or agency, in accordance
with 2 CFR 200.213 and 2 CFR 180.
Audit and Access to Records
Subrecipient certifies that it will provide PTE with notice of any adverse findings which impact this Subaward.
Subrecipient certifies compliance with applicable provisions of 2 CFR 200.501-200.521. If Subrecipient is not required to
have a Single Audit as defined by 200.501, Awarding Agency requirements, or the Single Audit Act, then Subrecipient
will provide notice of the completion of any required audits and will provide access to such audits upon request.
Subrecipient will provide access to records as required by parts 2 CFR 200.337 and 200.338 as applicable.
Program for Enhancement of Contractor Employee Protections (41 U.S.0 4712)
Subrecipient is hereby notified that they are required to: inform their employees working on any federal award that they
are subject to the whistleblower rights and remedies of the program; inform their employees in writing of employee
whistleblower protections under 41 U.S.0 §4712 in the predominant native language of the workforce; and include such
requirements in any agreement made with a subcontractor or subgrantee.
The Subrecipient shall require that the language of the certifications above in this Attachment 1 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.
Use of Name
Neither party shall use the other party's name, trademarks, or other logos in any publicity, advertising, or news release
without the prior written approval of an authorized representative of that party.The parties agree that each party may use
factual information regarding the existence and purpose of the relationship that is the subject of this Subaward for
legitimate business purposes, to satisfy any reporting and funding obligations, or as required by applicable law or
regulation without written permission from the other party. In any such statement, the relationship of the parties shall be
accurately and appropriately described.
Prohibition on Certain Telecommunication and Video Surveillance Services or Equipment
Pursuant to 2 CFR 200.216, Subrecipient will not obligate or expend funds received under this Subaward to: (1) procure
or obtain; (2) extend or renew a contract to procure or obtain; or(3)enter into a contract(or extend or renew a contract)
to procure or obtain equipment, services, or systems that uses covered telecommunications equipment or services (as
described in Public Law 115-232, section 889)as a substantial or essential component of any system, or as a critical
technology as part of any system.
4927
Indemnification.
To the extent provided by law, Subrecipient shall indemnify, defend, and hold harmless the Monroe County and the
State of Florida, Department of Environmental Protection, including the Department's officers, agents, and employees,
against any actions, claims, or damages arising out of, relating to, or resulting from negligent or wrongful act(s)of
Subrecipient, or any of its officers, agents, or employees, acting within the scope of their office or employment, in
connection with the rights granted to or exercised by Subrecipient hereunder, to the extent and within the limitations of
Section 768.28, Florida Statutes.
The foregoing indemnification shall not constitute a waiver of sovereign immunity beyond the limits set forth in Florida
Statutes, Section 768.28. Nor shall the same be construed to constitute agreement by Subrecipient to indemnify Monroe
County for the negligent acts or omissions of Monroe County, its officers, agents, or employees, or third parties. Nor
shall the same be construed to constitute agreement by Subrecipient to indemnify the Department for the negligent acts
or omissions of the Department, its officers, agents, or employees, or third parties. This indemnification shall survive the
termination of this Agreement.
The Subrecipient shall comply with the indemnification provisions under the DEP Grant Agreement, as set forth in
Paragraph 18, Indemnification.
Insurance Requirements.
At all times during this subagreement Subrecipient, at its sole expense, shall maintain insurance coverage of such types
and with such terms and limits described below. The limits of coverage under each policy maintained by Subrecipient
shall not be interpreted as limiting Subrecipient's liability and obligations under this subagreement. All insurance
policies shall be through insurers licensed and authorized to issue policies in Florida, or alternatively, Subrecipient may
provide coverage through a self-insurance program established and operating under the laws of Florida.Additional
insurance requirements for this Agreement may be required elsewhere in this Agreement, however the minimum
insurance requirements applicable to this Agreement are:
a. Commercial General Liability Insurance.Subrecipient shall provide adequate commercial general
liability insurance coverage and hold such liability insurance at all times during this subagreement.
The minimum limits shall be $200,000 for each person and $300,000 each occurrence.
b. Commercial Automobile Insurance. If Subrecipient's duties include the use of a commercial vehicle,
Subrecipient shall maintain automobile liability, bodily injury, and property damage coverage. Insuring
clauses for both bodily injury and property damage shall provide coverage on an occurrence basis. The
minimum limits shall be as follows: $200,0001300,000 Automobile Liability for Company-Owned
Vehicles, if applicable$200,000/300,000 Hired and Non-owned Automobile Liability Coverage.
C. Workers' Compensation and Employer's Liability Coverage. Subrecipient shall provide workers'
compensation, in accordance with Chapter 440, F.S. and employer liability coverage with minimum
limits of$100,000 per accident, $100,000 per person, and $500,000 policy aggregate. Such policies
shall cover all employees engaged in any work under this subagreement.
d. Other Insurance. None.
Maintenance of Records.
Subrecipient shall maintain all books, records, and documents directly pertinent to performance under this Agreement in
accordance with generally accepted accounting principles consistently applied. Records shall be retained for a period of
seven years from the termination of this agreement or for a period of three years from the submission of the final
expenditure report as per 2 CFR§200.333, whichever is greater. Each party to this Agreement or its 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 seven years following the termination of this
Agreement. If an auditor employed by the COUNTY or Clerk determines that monies paid to Subrecipient pursuant to
this Agreement were spent for purposes not authorized by this Agreement, or were wrongfully retained by the
Subrecipient, the Subrecipient shall repay the monies together with interest calculated pursuant to Sec. 55.03, of the
Florida Statutes, running from the date the monies were paid by the COUNTY.
4928
The Subrecipient shall comply with provisions and may be required to submit forms and documentation as required and
as outlined in the Grant Agreement and Attachments including but not limited to the provisions as set forth in
Attachment 4-Public Records Requirements, Paragraph 22. Statutory Notices Relating to Unauthorized Employment
and subcontract, and as set forth below:
1. Public Entity Crime Provisions
2. Discriminatory Vendors Provisions
3. Antitrust Violator Vendors Provisions
4. Scrutinized Companies Provisions
a. For Contracts of any amount, if the County determines that the Subrecipient has submitted a
false certification under Section 287.135(5), Florida Statutes or has been placed on the
Scrutinized Companies that Boycott Israel List, or is engaged in a boycott of Israel, the County
shall have the option of(1)terminating the Agreement after it has given the Subrecipient written
notice and an opportunity to demonstrate the agency's determination of false certification was in
error pursuant to Section 287.135(5)(a), Florida Statutes, or(2) maintaining the Agreement if
the conditions of Section 287.135(4), Florida Statutes, are met.
b. For Contracts of$1,000,000 or more, if the County determines that the Subrecipient submitted
a false certification under Section 287.135(5), Florida Statutes, or if the Subrecipient has been
placed on the Scrutinized Companies with Activities in the Sudan List, the Scrutinized
Companies with Activities in the Iran Terrorism Sector List, or been engaged in business
operations in Cuba or Syria, the County shall have the option of(1)terminating the Agreement
after it has given the Subrecipient written notice and an opportunity to demonstrate the
agency's determination of false certification was in error pursuant to Section 287.135(5)(a),
Florida Statutes, or(2) maintaining the Agreement if the conditions of Section 287.135(4),
Florida Statutes, are met.
E-Verify System.
Beginning January 1, 2021, in accordance with F.S. 448.095, the Subrecipient and any subcontractor shall register with
and shall utilize the U.S. Department of Homeland Security's E-Verify system to verify the work authorization status of
all new employees hired by the Contractor during the term of the Contract and shall expressly require any
subcontractors performing work or providing services pursuant to the Contract to likewise utilize the U.S. Department of
Homeland Security's E-Verify system to verify the work authorization status of all new employees hired by the
subcontractor during the Contract term.Any subcontractor shall provide an affidavit stating that the subcontractor does
not employ,contract with, or subcontract with an unauthorized alien. The Contractor shall comply with and be subject to
the provisions of F.S. 448.095
Ethics Clause.
In accordance with Section 5 (b) Monroe County Ordinance No. 010-1990 the following ethics clause; Subrecipient
warrants that he/it had not employed, retained or otherwise had act on his/its behalf any former County officer or
employee subject to the prohibition of Section 2 of Ordinance No. 010-1990 or any County officer or employee in
violation of Section 3 of Ordinance No. 020-1990. For breach or violation of this provision the County may, in its
discretion, terminate this contract without liability and may also, in its discretion, deduct from the contract or purchase
price, or otherwise recover the full amount of any fee, commission, percentage, gift, or consideration paid to the former
County officer or employee.
4929
Attachment 2 Subaward Number
Federal Award Terms and Conditions 2
Required Data Elements Awarding Agency Institute (If Applicable)
The data elements required by Uniform _
U.S.Department of Treasury
Guidance are incorporated',in the attached Federal Award. 0 Federal Award Issue Date FAIN Assistance Listing No.
02/04/22 SLFRP0125
This Subaward Is: Assistance Listing Program Title (ALPT)
Research &Development ■® Subject to FFATA Key Personnel Per NOA
General Terms and Conditions
By signing this Subaward, Subrecipient agrees to the following:
1. To abide by the conditions on activities and restrictions on expenditure of federal funds in appropriations acts that are
applicable to this Subaward to the extent those restrictions are pertinent. This includes any recent legislation noted on the Federal
Awarding Agency's website:
2. 2 CFR 200
3. The Federal Awarding Agency's grants policy guidance, including addenda in effect as of the beginning date of the period of
performance or as amended found at:
4. Research Terms and Conditions, including any Federal Awarding Agency's Specific Requirements found at:
except for the following
a. No-cost extensions require the written approval of the PTE.Any requests for a no-cost extension shall be directed to the
Authorized Official I Contact shown in Attachment 3A, not less than 30 days prior to the desired effective date of the requested
change:.
b. Any payment mechanisms and financial reporting requirements described in the applicable Federal Awarding Agency Terms and
Conditions and Agency-Specific Requirements are replaced with Terms and Conditions(1)through (4)of this Subaward; and
c. Any prior approvals are to be sought from the PTE and not the Federal Awarding Agency.
d. Title to equipment as defined in 2 CFR 200.1 that is purchased or fabricated with research funds or Subrecipient cost sharing
funds, as direct costs of the project or program,shall vest in the Subrecipient subject to the conditions specified in 2 CFR 200.313.
e. Prior approval must be sought for a change in Subrecipient PI or change in Key Personnel (defined as listed on the NOA).
5.Treatment of program income: Additive
Special Terms and Conditions:
Data Sharing and Access:
Subrecipient agrees to comply with the Federal Awarding Agency's data sharing and/or access requirements as reflected in the NOA
or the Federal Awarding Agency's standard terms and conditions as referenced in General Terms and Conditions 1-4 above.
No additional requirements
Data Rights:
Subrecipient grants to PTE the right to use data created in the performance of this Subaward solely for the purpose of and only to the
extent required to meet PTE's obligations to the Federal Government under its PTE Federal Award.
Copyrights:
Subrecipient Grants to PTE an irrevocable, royalty-free, non-transferable, non-exclusive right and license to use,
reprocuce, matte aeriva ive works,display, and perform publicly any copyrights or copyrighted material (including any computer
software and its documentation and/or databases)first developed and delivered under this Subaward solely for the purpose of and
only to the extent required to meet PTE's obligations to the Federal Government under its PTE Federal Award.
Subrecipient grants to PTE the right to use any written progress reports and deliverables created under this Subaward solely for the
purpose of and only to the extent required to meet PTE's obligations to the Federal Government under its Federal Award.
Promoting Objectivity in Research (COI):
Subrecipient must designate herein which entity's Financial Conflicts of Interest policy(COI)will apply:I Subrecipient U
If applying its own COI policy, by execution of this Subaward Subreci lent certifies that its golicy com lies with the re uirements of
the relevant Federal Awarding Agency as identified herein:
Subrecipient shall report any financial conflict of interest to PTE's Administrative Representative or COI contact, as designated on
Attachment 3A. Any financial conflicts of interest identified shall,when applicable, subsequently be reported to Federal Awarding
Agency. Such report shall be made before expenditure of funds authorized in this Subaward and within 45 days of any subsequently
identified COI.
4930
Work Involving Human or Vertebrate Animals (Select Applicable Options)
�■ No Human or Vertebrate Animals
This section left intentionally blank.
Human Subjects Data(Select One) I Not Applicable
This section left intentionally blank
This section left intentionally blank
Additional Terms 0
Subrecipient will comply with all Terms&Conditions found in attached NOA between Awarding Agency and PTE.
4931
Subaward Number:
Attachment 3A
Pass-Through Entity(PTE)Contacts
PTE Information
Entity Name: [Monroe County Board of County Commissioners
Legal Address: 1100 Simonton Street, Suite 2-213
Key West, FL 33040
Website: [https://www.monroecounty-fl.gov/
PTE Contacts
Central Email: roltsch-andrew@monroecounty-fl.gov
Principal Investigator Name: ..Andrew Roltsch
Email: I roltsch-andrew@monroecounty-fl.gov Telephone Number: 305-292-4476
Administrative Contact Name: Andrew Roltsch
Email: roltsch-andrew@monroecounty-fl.gov Telephone Number: 305-292-4476
COI Contact email (if different to above):
Financial Contact Name: Tina Boan
Email: Iboan-tina@monroecounty-fl.gov Telephone Number: (305)292-4472
Email invoices?(�)Yes No Invoice email (if different):
---------------
Authorized Official Name:
Email: Telephone Number:
PI Address:
1100 Simonton St. Suite 2-213
Key West, FL 33040
Administrative Address:
1100 Simonton St. Suite 2-213
Key West, FL 33040
Invoice Address:
1100 Simonton St. Suite 2-213
Key West, FL 33040
4932
Attachment 3B Subaward Number:
Research Subaward Agreement 12
Subrecipient Contacts
Subrecipient Information for r..A.
reporting Entity's UEI/DUNS Name University of South Florida
EIN No.: 59-3102112 Institution Type: Public/State Controlled Inst. of Higher Ed.
Currently registered in SAM.gov: Yes 0 No
UEI / DUNS: 069687242 Exempt from reporting executive compensation. Yes 0 No (ifno, complete 3Bpg2)
Parent UEI / DUNS: This section for U.S. Entities:
Zip Zip Code 4 up
Place of Performance Address Congressional District: FL-15 p 33620-9951
4202 E. Fowler Avenue, Tampa, FL 33620
Subrecipient Contacts
Central Email: rsch-awards@usf.edu
Website: http://www.usf.edu/research-innovation/sr/
Principal Investigator Name: Cynthia Lewis
Email: cynthialewis@usf.edu Telephone Number. (350) 664-9101
Administrative Contact Name: Lara Keene
Email: keenel@usf.edu Telephone Number: (813) 974-4570
Financial Contact Name: I Karen Edwards
Email: RSCH-INVOICING@USF.EDU Telephone Number: (813) 974-5414
Invoice Email: rsch-awards@usf.edu
Authorized Official Name: Stephanie Rios, Director
Email: rsch-awards@usf.edu Telephone Number: 813-974-2897
Legal Address:
University of South Florida
4202 E. Fowler Ave.
Tampa, FL 33620
Administrative Address:
University of South Florida
3702 Spectrum Blvd., Suite 165
Tampa, FL 33612
Payment Address:
University of South Florida
USF Business Payments - PS
PO BOX 737443
Dallas, TX 75373-7443 4933
FDP 3B.1 JAN 2020
Subaward Number:
Attachment 3B-2
E: 2
Highest Compensated Officers
Subrecipient:
Institution Name: University of South Florida Board of Trustees
PI Name: Cynthia Lewis
Highest Compensated Officers
The names and total compensation of the five most highly compensated officers of the entity(ies) must be listed if
the entity in the preceding fiscal year received 80 percent or more of its annual gross revenues in
Federal awards; and $25,000,000 or more in annual gross revenues from Federal awards; and the public does
not have access to this information about the compensation of the senior executives of the entity through
periodic reports filed under section 13(a) or 15(d) of the Securities Exchange Act of 1934 (15 U.S.C. §§
78m(a), 78o(d)) or section 6104 of the Internal Revenue Code of 1986. See FFATA§ 2(b)(1) Internal Revenue
Code of 1986.
-----------------------
Officer 1 Name:
Officer 1 Compensation:
Officer 2 Name:
Officer 2 Compensation:
Officer 3 Name:
Officer 3 Compensation:
Officer 4 Name:
Officer 4 Compensation:
Officer 5 Name:
Officer 5 Compensation:
4934
Subaward Number:
Attachment 4 12
Reporting and Prior Approval Terms
Subrecipient agrees to submit the following reports (PTE contacts are identified in Attachment 3A):
Technical Reports:
Monthly technical/progress reports will be submitted to the PTE's Administrative Contact ]within 15 days of
of the end of the month.
Quarterly technical/progress reports will be submitted within 30 days after the end of each project quarter to
the PTE's I Administrative Contact I
Annual technical/progress reports will be submitted within_30 days prior to the end of each budget period
to the PTE's lAdministrative Contact Such report shall also include a detailed budget for the next Budget Period,
updated other support for key personnel,certification of appropriate education in the conduct of human subject
research of any new key personnel,and annual IRB or IACUC approval, if applicable.
A Final technical/progress report will be submitted to the PTE's Administrative Contact��' within 45 days of the
end of the Project Period or after termination of this award, whichever comes first.
Technical/progress reports on the project as may be required by PTE'sCAdministrative Contact I in order for the PTE
to satisfy its reporting obligations to the Federal Awarding Agency.
Prior Approvals:
Carryover:
[Carryover is automatic
Other Reports:
ElIn accordance with 37 CFR 401.14, Subrecipient agrees to notify both the Federal Awarding Agency via Edison
and PTE's Administrative Contact within 60 days after Subrecipient's inventor discloses invention(s) in writing
to Subrecipient's personnel responsible for patent matters. The Subrecipient will submit a final invention report
using Federal Awarding Agency specific forms to the PTE's Administrative Contact within 60 days of the end
of the Project Period to be included as part of the PTE's final invention report to the Federal Awarding Agency.
A negative report is required:
Property Inventory Report(only when required by Federal Awarding Agency), specific requirements below.
Additional Technical and Reporting Requirements: 0
4935
Subaward Number:
Attachment 5 12
Statement of Work, Cost Sharing, Indirects & Budget
Statement of Work
Below Attached,El pages
If award is FFATA eligible and SOW exceeds 4000 characters, include a Subrecipient Federal Award Project Description
Budget Information
Indirect Information Indirect Cost Rate (IDC)Applied 0 % Cost Sharing 0 No
Rate Type: If Yes, include Amount: $
yp Modified Total Direct Costs
Budget Details U Below Attached,Elpages
Budget Totals
Direct Costs $ 559,283.00
Indirect Costs
Total Costs $ 559,283.00
Al amounts are in United States Dollars
4936
Subaward Number:
2
= Attachmen=documents
Noticerd (NOA)and any^, The followi
ng pages include the NOA and if applicable any additional documentation referenced
' throughout this Subaward.
Not incorporating the NOA or any additional documentation to this Subaward.
4937
MONROE COUNTY
GRANTSUBCONTRACT
KEYS MARINE LABORATORY
ATTACHMENT 5
SUBCONTRACTOR STATEMENT OF WORK AND
REPORTING REQUIREMENTS
I. PROJECT TITLE: Infrastructure Construction,Equipment Installation, and Build-Out of New
DEP Seawater System: Monroe County Coral Resilience Project
II. PROJECT LOCATION(S): Keys Marine Laboratory, 68486 US-1, Layton, FL 33001
City of Layton within Monroe County; Lat/Long (24.825901,-80.814207)
III. SCOPE OF WORK
The goal of this project is to add land-based capacity for coral(and other associated reef organisms)
by providing life support for holding,propagation, and to facilitate a rapid emergency response. This
work will be completed by the Keys Marine Laboratory(KML)under this agreement and will include
Project Management to design, plan, acquire permits as necessary, coordinate construction, and
complete startup of the land-based DEP Coral Response Seawater System (Figure 1).
010
sir
Figure 1. Site map of Keys Marine Laboratory and location ofproposed DEP Seawater System.
All equipment and assets associated with the construction and buildout of this new system will
become the property of the University of South Florida(USF) as host institution for Florida Institute
of Oceanography(FIO). The Florida Keys are in an area of high hurricane activity. Equipment shall
be designed to resist high-velocity winds and wave action in accordance with local, state, and federal
requirements.
Contractors, suppliers, and vendors will be utilized for site preparation, electrical planning and
installation, retaining wall installations to stabilize tank farm and drain fields, any necessary concrete
4938
constructions, gravel for final grading and finishing, and shade structure installation. All necessary
construction permits will be acquired by KML.
KML will act as Project Manager to oversee the planning, coordination, and construction of the
expanded seawater system. Supplies, equipment, and other miscellaneous materials will be purchased
in order to complete the expansion. All equipment, assets, supplies and other miscellaneous materials
purchased for and used in construction,installation or build-out of this system will become the
property of the University of South Florida (USF)as host institution for FIO. Contractors, suppliers,
and vendors will be utilized for site preparation, electrical planning and installation,retaining wall
installation to stabilize tank farm and drain fields, any necessary concrete construction, gravel for
final grading and finishing, and shade structure installation. All necessary construction permits will be
acquired by KML. KML staff will install life support equipment,tanks,plumbing,and miscellaneous
equipment.
Seawater table capacity: up to 5,700-gal temperature controlled(up to 20 fiberglass tables, 240-
gal or equivalent), 1 Ogpm flow rates for system turnover every 4 hours or 6 times per day.
Coral tank farm footprint: Two (2) greenhouse shade structures with 80% shade cloth(total
2,800 sq. ft., 30'x40' and 40'x30'), raised perimeter retaining wall to stabilize gravel over drain
fields, concrete pad to support two seawater reservoirs (1700-gal each), one heater/chiller unit(5-
ton)to maintain temperature-controlled seawater.
Water source: Seawater will be supplied from an existing seawater well and treatment plant
which has been in operation for more than ten years. Water quality has been monitored and tested
regularly in accordance with Best Available Practices and Association of Zoos and Aquarium
(AZA)recommendations.
Upon completion of construction,water flow will be established and KML staff will work through the
required testing and monitoring to ensure the system is fully functional,water flow can be
maintained, and water conditions are suitable to support corals. The process of Commissioning the
System will last a minimum of eight (8) weeks and is outlined below. Proper commissioning of the
system is an absolute requirement to ensure functionality and suitable conditions can be maintained.
Commissioning of the system(steps and data collection):.
1. Daily water quality parameters will be monitored and collected with a YSI handheld sonde
(minimum 3 weeks). This will include pH, salinity, 02, and temperature.
2. Weekly water quality parameters will be tested with aquaculture grade water quality testing
kits (minimum 3 weeks). This will include ammonia,nitrite, nitrate, phosphates, copper.
3. Three(3)weeks after the system is operational,water samples will be collected at strategic
locations within the system (minimum 2 locations) and sent to an independent off-site lab to
test for VOCs,phosphates, sulfates, and total nitrogen.
4. Test live corals: Pending results of off-site water quality tests, live test corals will be held in
the system for a minimum of two (2) weeks to ensure suitable water conditions have been
met.
Upon completion of construction,the system will have a unique designation agreed upon by all
parties. The new system will include signage with logos including but not limited to DEP,FCR,
Monroe County,and KML logos. Design of the signage will be completed by KML and submitted to
all partners for review and approval prior to installation.
4939
Although not funded under this agreement, the new system will be prioritized for emergency coral
rescue efforts and coral restoration activities. If future support for operations and maintenance is
provided by DEP, this system will be reserved for use by DEP. If funded by DEP, use of this system
will be approved/authorized in writing by DEP to KML for coral response and restoration within 48-
hours of use.
Deliverables and Reporting Timeline
KML will provide to Monroe County the following deliverables:_
a) Milestone Timeline with estimated period of work for KML seawater system Project construction
and completion.
b) Seawater System schematic and map of design plan.
c) List of all supplies and equipment purchased and a brief description of how those supplies will be
used(provided quarterly).
d) Copies of all acquired permits for construction and buildout.
e) Quarterly Project Management Report documenting the progress of construction and milestones
completed to date. Report shall include 1-3 photos documenting the progress of construction.
Report may be provided as part of the Exhibit A Progress Report.
f) Representative (5-10)photos of DEP SW System once construction is complete that shows the
signage and logos detailed above.
g) Social media posts with 1-2 photos and 1-3 sentences highlights the buildout/contruction of the
new system Post should acknowledge the funding assistance provided by the DEP's Office of
Resiliences and Costal Protection and partnership with Monroe County.
h) Water quality data during the commissioning of the Seawater System:
i. Daily collection of pH,salinity,02,and temperature (minimum of 3 weeks);
ii. Weekly collection of ammonia,nitrite,nitrate,phosphates, and copper(min of 3 weeks);
iii. One-time collection of water samples at strategic locations within the system(minimum 2
locations)and sent to an independent off-site lab for VOCs,phosphates, sulfates, and
total nitrogen; and
iv. Summary of observations and applicable in-tank water test results from the final two
week `water quality specimen holding test' which ensures water quality parameters
remain consistent to reef quality and KML existing system parameters after the
introduction of specimens.
i) Coordinate final site visit with the DEP.
j) Draft report language summarizing the Project completion and operation status and will include
water quality results and outcomes of test corals.Note: draft report will be integrated into Final
report from Monroe County as part of Task 1.2 under Master Agreement.
4940
Quarter Dates Deliverable(s) Report Due
Quarterly Report(e)to include:
a)Milestone Timeline
b) System Schematic
c) Supply&Equipment List(Budget)
1 July— September 2024 d)Copies of all applicable permits 10/30/2024
g) Copies of Social Media post(s)
made during the quarter
Quarterly Invoice
Quarterly Report(e)to include:
c) Supply&Equipment List(Budget)
d)Copies of all applicable permits
2 October—December 2024 g)Copies of Social Media post(s) 01/30/2025
made during the quarter
Quarterly Invoice
Quarterly Report(e)to include:
c) Supply&Equipment List(Budget)
d)Copies of all applicable permits
3 January—March 2025 g)Copies of Social Media post(s) 04/30/2025
made during the quarter
Quarterly Invoice
Quarterly Report(e)to include:
c) Supply&Equipment List(Budget)
d)Copies of all applicable permits
4 April—June 2025 g)Copies of Social Media post(s) 07/30/2025
made during the quarter
Quarterly Invoice
Quarterly Report(e)to include:
c) Supply&Equipment List(Budget)
d)Copies of all applicable permits
5 July— September 2025 g)Copies of Social Media post(s) 10/30/2025
made during the quarter
h)Applicable water monitoring test
results
Quarterly Invoice
4941
Draft(final)Report 0)to include:
c) Supply&Equipment List(Budget)
d)Copies of all applicable permits
f)Representative Photos of New
System upon Completion
6 October—December 2025 g)Copies of Social Media post(s) 01/30/2026
made during the quarter
h) Applicable water monitoring test
results
i)Date or results of site visit
Final Invoice
4942
IV. PROJECT BUDGET AND JUSTIFICATION
*See attached budget spreadsheet(s) — first budget spreadsheet is USF format, second is DEP
format.Both budgets total same amount as justified below**
Budget Justification
PERSONNEL EXPENSES $277 746
Funds are requested to provide salary support to KML staff for effort dedicated to the infrastructure
expansion project as described in this work plan. Salary support for KML staff has been determined
using current annual/hourly rate and estimated amount of effort required for timely completion.
FRINGE BENEFITS $134 926
Fringe benefits for personnel have been calculated using the USF Fringe Benefit Pool Rate applicable
for each employee base on their employment classification. The USF Fringe Benefit Pool Rates are:
32.2% for Faculty, 39.5% for Administrative (Exempt) Staff, 52.7% for Non-Exempt Staff, 6.3% for
OPS/Temporary Staff..
CONTRACTUAL SERVICES $101,636
KML will contract out services to complete the retaining wall, concrete pad,electrical systems, gravel,
and survey work required for project completion. KML will work with outside vendors such
as Arlington Electric, Paver Dave, Keys Contracting Service and Discount Rock & Sand to
complete this work. KML has been working with these vendors for years and cost estimates are
based on past expenses and current quotes received. Final costs may change due to inflation and/or
availability upon contract execution.
TRAVEL $0
No funds are requested for travel.
EQUIPMENT $12,000
Equipment will include one (1) 5-ton Heater/Chiller Unit(est. $12,000)
SUPPLIES $7 450
Funds are requested for the purchase of supplies,including but not limited to PVC fittings,regenerative
blowers, sand filter, aquaculture pumps, and stainless-steel screws.
OTHER EXPENSES $25 525
Funds are requested for miscellaneous supplies and other expenses to include but not limited to rental
of heavy equipment, lumber, reservoir tanks, PVC pipes, UV sterilizers, seawater processing
equipment, lab analysis for water quality testing (FIU CACHE Nutrient Lab), and shipping.
INDIRECT COSTS $0
As indicated by Sponsor,no indirect costs are allowed on this project.
TOTAL PROJECT COSTS $559,283
4943
PI Name Cindy Lewis
Project Title 'Infrastructure Expansion at Keys Marine Lab
Sponsor/Solicitation Number Monroe County(FL DEP FEDERAL FLOW-THROUGH)
Period of Performance 07/01/2024-06/30/2026
No.of Years in Proposal 2
Indirect Cost Rate 0.0%
Personnel Year 1 Year 2 Year 3 Year 4 Year 5 Year 6 TOTAL
Cindy Lewis 21,000 21,630 0 0 0 0 42,630
Lisa Tipsword 22,598 23,276 0 0'. 0 0 45,874
Emily Becker 30,2S0 31,158 0 0 0 0 61,408
William Ferrell 30,250 31,158 0 0'. 0' 0 61,408
Kyle Phillips 18,550 19,107 0 0 0 0 37,6S7
JR Jones 14,189 14,614.. 0 0'. 0. 0 28,803
0 0 0 0 0 0 0
0 0 0 0' 0 0 0
0 0'' 0 0 0' 0 0
0 0 0 0 0 0 0
0 0 0 0 0 0 0
0 0 0 0' 0 0 0
0 0 0 0'. 0 0 0
0 0' 01 01 0' 0 0
01 0' 01 0' 0' 0 0
Fringe Benefits 66,4S11 68,442 01 0' 0 0 134,893
Total Salary,wages,and Fringe 203,288 109,384 0 0 0 0 412,672
Equipment 1 12,0001 of 01 01
01 0 12,000
Travel
1.Domestic 0 01 0 0.,. 0.1,. 0 0
2.Foreign 01 011 01 0 0 0 0
Participant Support Costs 01 0 01 0 0 0 0
Other Direct Costs
1.Materials&Supplies 32,97S 0 0 0' 0 0 32,975
2.Publication Costs 0 01 0 0 0 0 0
3.Contractual Services 0 01 0 0' 01 0 0
Arlington Electric 73,150
Paver-Dave(retaining wall) 16,500
Discount Rock&Sand 4,400
Survey-final as built 4,000
Permitting 4%of totalproject) 3 S86
4.Computer Services 1 0 01 0 0 01 0 0
S.Subawards 0 0 0 0 0 0 0
6.Other 0 OI. 0 0', 01 0 0
7.Non F&A Other 01 0 0', 0 0 0
a.tuition(normally'other' 0 0 0 0' 0 0 0
Subtotal,Other Direct Costs 330,611 4,000 0 0 01 0 134,611
Total Direct Costs 345,8991 223,3841 01 61 01 0 5S9,283
TOTAL MTDC 345,8991 213,3841 01 01 01 0 559,283
Indirect Costs F&A 01 0i 01 01 01 0 0
Total Direct&Indirect Costs 1 345,8991 213,3841 01 0' 01 01 S59,283
Residual Funds I I I I I I0
Amount of This Request I 34S,8991 213,3841 01 0' 01 0 S59,283
Cost Sharing 1 01 01 61 0..... 0 0 0
4944
IMul dB IDBpBdment at EnAronRlBBRBR Pratecdo
PROJECT TITLE: Coral Propagation and Emergency Coral Response Seawater System Infrastructure Expansion at Keys Marine Laboratory
Siihd.nbr,;,eee S arnm11-i-II a DgCLW Rup to 24 tab e IV__
SUBCONTRACTOR BUDGET DETAIL COSTANALYSIS;ryr itl .,,.,fq
Budget items below to be provided by the Contractor or Grantee.See attached instructions. Cost Analysis to be completed by the Department Contract or Grant Manager.See attached
instructions.
COMMENTS
1.PERSONNEL EXPENSES Allocation Allowable Reasonable Necessa (Basis for Decision)
A.Salaries-(Name/Title/Position) Hourly Cost($) Hours Totals($)
Cynthia Lewis,KML Director(20%effort) 50.48 832 = $41,999
Lisa Tipsword,Operations&Business Analyst(31.47%effort; 34.15 1309 - $44,702
Emily Becker,Seawater Facilities Manager(50%effort) 29 52 2020 $61,402
William Ferrell,Sr.Biological Scientist(50%effort 29.52 2080 = $61,402
Kyle Phllll s,Blolo Ical Scientist(35%effort) 26.34 1456 $38,351
Maintenance Tecin(30%effort) 23.95 1248 = $29,890
Total Salaries $277,746
B.Fringe Benefits(Rate%•Total salaries applicable) Rate% Total Sal.App. Total$
Cynthia Lewis,KNL Director(20%effort) 39.5% $41,999 $16,590
Lisa Tipsword,Operations&Business Analyst(31.47%effort; 39.5% $44,702 $17,657
Emlly Becker,Seawater Facilities Manager(50%effort) 52.7% $61,402 $32,359
William Ferrell,Sr.Biological Scientist(50%effort] 52 7% $61,402 $32,359
Kyle Phillips,Biological Scientist(35%effort) 52.7% $39,351 $20,211
Maintenance Tech(30%effort) 52.7% $29,890 $15,752
Total Fringe $134,926
Total Personnel Expenses(A+B) $412,672
2.Contractual Services
Description Fee/Rate$ Quantity Totals$
Arlington Electric South Inc.-Electrical Services- 73150 1 = $73,150
Paver Dave/Keys Contracting retaining wall and concrete pad construction'" 16500 1 $16,500
Dicount Rock and Sand-Gravel delivery and spreading" - 4400 1 = $4,400
Survey-final as bult 4000 1 $4,000
Permitting(4%ofproject) 5 89,650.00 0.04 $3,586
fee/rate based on estimates/invoices for KML SW-pans ions in 2020-23 Total Contractual Services $01,636
.-................................................................................................................1..................
3.Travel Per Fare/
Purpose/Destination Days Diem$ Rate$ Mileage Totals$
$o
Total Travel $o
4.Equipment($5000 or more)
Description Unit Cost$ Quantity Totals$
Heater/Chiller Unit(S ton) 12000 1 - $12,000
Total Equipment $12,000
COMMENTS
Allowable Reasonable Necessa Basis for Decision
5.Supplies(SEE SUPPLIES EXAMPLE TAB)($1000 or less/fee/rate)
Description Fee/Rate$ Quantity Totals
PVC Fittin s 1000 1 _ $1,000
Regenerative Blower 600 1 600
Sand Filter 950 1 $950
Aquaculture Pumps 900 5 $4,500
Stainless Screws 400 1 $400
Total Supplies $7,450
I6.Miscellaneous/Other Expenses($1000.$SOOOI
Description Unit Cost Quantity Totals$
Seawaterprocessing equipment 5000 1 $5,000
Construction Rental E ui ment-Home De of 5000 1 = $5 000
Tank stand lumber 3000 1 - $3,000
Reservoir Tanks 2000 2 - $4,000
PVC pipes 4000 1 $4,000
UV Sterili2ers 1500 2 3 000
FIU CACHE Nutrient Lab WQSamples 525 1 $525
Shipping 1000 1 $1,000
_................................................................................................................................................. ,. .......................................
Total Miscellaneous 25 525
SUBTOTAL
(I thru 6) $559,283
7.Overhead/Indirect,(15%or lower) Rate% Base$ Total$
(Cost base excludes Section 2 and 41 0.00%• $0.00 - $0
8.Total Budget $559,282.90
ai 0,F 1'i lr,l u N I V I'IY,f I I r I C AI 1 hd
I certify that the cost for each line item budget category has been evaluated and determined to be allowable,reasonable,and necessary as required by Section 216.3475,Florida Statutes.Documentation is on file evidencing the methodology
used and the conclusions reached.
Name:
Signature:
Title:
Date:,
DEP 56-229 4945
Rev.9.03.2020 1 of 1
EXHIBIT A—FEDERAL CONTRACT REQUIREMENTS
The Subrecipient and its subcontractors must follow the provisions,as applicable, as set forth in 2
C.F.R. §200.326 Contract provisions and Appendix II to 2 C.F.R. Part 200, as amended, including
but not limited to:
Davis-Bacon Act, as amended(40 U.S.C. §§3141-3148).When required by Federal program legislation,
which includes emergency Management Preparedness Grant Program,Homeland Security Grant
Program,Nonprofit Security Grant Program, Tribal Homeland Security Grant Program, Port Security
Grant Program and Transit Security Grant Program, all prime construction contracts in excess of$2,000
awarded by non-Federal entities must comply with the Davis-Bacon Act(40 U.S.C. §§3141-3144, and
§§3146-3148)as supplemented by Department of Labor regulations (29 CFR Part 5, "Labor Standards
Provisions Applicable to Contracts Covering Federally Financed and Assisted Construction"). In
accordance with the statute, contractors must be required to pay wages to laborers and mechanics at a rate
not less than the prevailing wages specified in a wage determination made by the Secretary of Labor. In
addition, contractors must be required to pay wages not less than once a week. If applicable,the
COUNTY must place a current prevailing wage determination issued by the Department of Labor in each
solicitation. The decision to award a contract or subcontract must be conditioned upon the acceptance of
the wage determination. The COUNTY must report all suspected or reported violations to the Federal
awarding agency.
When required by Federal program legislation,which includes emergency Management Preparedness
Grant Program,Homeland Security Grant Program,Nonprofit Security Grant Program, Tribal Homeland
Security Grant Program,Port Security Grant Program and Transit Security Grant Program(it does not
apply to other FEMA grant and cooperative agreement programs, including the Public Assistance
Program),the contractors, in contracts for construction or repair work above$2,000 in situations where
the Davis-Bacon also applies,must also comply with the Copeland"Anti-Kickback"Act(40 U.S.C. §
3145), as supplemented by Department of Labor regulations (29 CFR Part 3, "Contractors and
Subcontractors on Public Building or Public Work Financed in Whole or in Part by Loans or Grants from
the United States"). As required by the Act, each contractor or subrecipient is prohibited from inducing,
by any means, any person employed in the construction, completion, or repair of public work,to give up
any part of the compensation to which he or she is otherwise entitled. The COUNTY must report all
suspected or reported violations to the Federal awarding agency.
(1)Contractor. The Contractor shall comply with 18 U.S.C. § 874,40 U.S.C. § 3145, and the requirements
of 29 C.F.R. pt. 3 as may be applicable,which are incorporated by reference into this contract.
(2) Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clause above and
such other clauses as the federal agency may by appropriate instructions require, and also a clause
requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor
shall be responsible for the compliance by any subcontractor or lower tier subcontractor with all of these
contract clauses.
(3)Breach.A breach of the contract clauses above may be grounds for termination of the contract,and for
debarment as a contractor and subcontractor as provided in 29 C.F.R. § 5.12.
Additionally, in accordance with the regulation, each contractor and subcontractor must furnish each
week a statement with respect to the wages paid each of its employees engaged in work covered by
the Copeland Anti-Kickback Act and the Davis Bacon Act during the preceding weekly payroll
period. The report shall be delivered by the contractor or subcontractor,within seven days after the
4946
regular payment date of the payroll period,to a representative of a Federal or State agency in charge at
the site of the building or work.
Other Federal Requirements:
Americans with Disabilities Act of 1990, as amended(ADA)—The SUBRECIPIENT ENTITY/USF will
comply with all the requirements as imposed by the ADA, the regulations of the Federal government
issued thereunder, and the assurance by the SUBRECIPIENT ENTITY/USF pursuant thereto.
Disadvantaged Business Enterprise (DBE)Policy and Obligation_It is the policy of the
COUNTY 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 COUNTY funds
under this Agreement. The DBE requirements of applicable federal and state laws and regulations
apply to this Agreement. The COUNTY and its SUBRECIPIENT ENTITY/USF 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 2 C.F.R. § 200.321(as set forth in detail below), applicable federal and state laws and
regulations to ensure that the DBE's have the opportunity to compete for and perform contracts.
The COUNTY and the SUBRECIPIENT ENTITY/USF and subcontractors shall not discriminate
on the basis of race, color,national origin or sex in the award and performance of contracts,
entered pursuant to this Agreement.
2 C.F.R. § 200.321 CONTRACTING WITH SMALL AND MINORITY BUSINESSES,
WOMEN'S BUSINESS ENTERPRISES,AND LABOR SURPLUS AREA FIRMS
a. If the SUBRECIPIENT ENTITY/USF,with the funds authorized by this Agreement,
seeks to subcontract goods or services,then,in accordance with 2 C.F.R. §200.321,the SUBRECIPIENT
ENTITY/USF shall take the following affirmative steps to assure that minority businesses,women's
business enterprises,and labor surplus area firms are used whenever possible.
b. Affirmative steps must include:
(1) Placing qualified small and minority businesses and women's business enterprises on solicitation
lists;
(2) Assuring that small and minority businesses,and women's business enterprises are
solicited whenever they are potential sources;
(3) Dividing total requirements,when economically feasible,into smaller tasks or quantities to
permit maximum participation by small and minority businesses,and women's business
enterprises;
(4) Establishing delivery schedules,where the requirement permits,which encourage
participation by small and minority businesses,and women's business enterprises;
(5) Using the services and assistance,as appropriate,of such organizations as the Small Business
Administration and the Minority Business Development Agency of the Department of
Commerce.
(6) Requiring the Prime contractor, if subcontractor are to be let,to take the affirmative steps listed
in paragraph (1) through (5) of this section.
Energy Efficiency- SUBRECIPIENT ENTITY/USF will comply with the Energy Policy and
Conservation Act(P.L. 94-163; 42 U.S.C. 6201-6422)and with all mandatory standards and policies
relating to energy efficiency and the provisions of the state Energy Conservation Plan adopted pursuant
thereto.
4947
2018 Edition
MONROE COUNTY, FLORIDA
REQUEST FOR WAIVER OF INSURANCE REQUIREMENTS
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.
ContractorNendor: University of South Florida (Keys Marine)
Project or Service.
Monroe County Coral Restoration Project Grant 22 CPR01
.. ,.».- »»»... ....m� ..m.
ContractorNendor University of South Florida Board of Trustees (Keys Marine)
Address&Phone#:
4202 E Fowler Avenue, Tampa, FL 33620
General Scope of work: Infrastructure construction, equipment Installation, and build-out of
new aEP" eS-water System and opera ion main enance of existing
.KML Seawater Stems fgr.Go arnergengy...rospo,n and coral
restoration efforts for two years.
Reason for Waiver or USF's insurance policy minimum is set at $200,000.00
Modification: o� raC o eCCUrr&66 T e m[6i, lum requ,ire men t in the
..Grant..agre.ement.per__i.s_$25.0.„000....0,0_Requesting .........
-waiver for thee$50;000:OO d ffet-er c,e.- -.
Policies Waiver or p
Modification will apply to: The scope of work identified in the sub-award
agreement between SF ,((Keys IVlanne) and�onroe ""
_YYY Co.unty. ........
._._ .Y YYYYYw_ __
Digitally signedby Stephanie Rios
Signature of ContractorNendor. Stephanie Rios D l 202406241 2934 0400
Date 6/24/24 Approved Not Approved
PP . .. ....... o.,........
Risk Management Signature:
Date:
County Administrator appeal:
Approved: .,......,. Not Approved.
Date_
Board of County Commissioners appeal:
Approved Not Approved
Meeting Date: _........
Administrative Instruction 7500.7
104
4948
AMENDMENT NO. 1
TO SUBAWARD NO: 2.2
BETWEEN
MONROE COUNTY BOARD OF COUNTY COMMISSIONERS
AND
UNIVERSITY OF SOUTH FLORIDA BOARD OF TRUSTEES
This Amendment to Subaward No: 2.2 (Agreement) is made by and between the Monroe County Board of
County Commissioners, 500 Whitehead Street, Key West, Florida 33040 and the University of South Florida Board of
Trustees 4202 E., Fowler Avenue, Tampa, FL 33620 on the date last signed below.
WHEREAS,the County entered into the Agreement with the Subawardee for Monroe County Coral Resilience
Project effective June 25, 2024;
WHEREAS,the parties wish to amend the Agreement as set forth herein;
NOW THEREFORE,the parties agree as follows:
1) Page 2 FDP Cost Reimbursement Subaward, is hereby revised to reflect a Subaward Budget Period of
7/1/24 to 9/30/26.
2)All other terms and conditions of the Agreement remain in effect. If and to the extent that any inconsistencies
may appear between the Agreement and this Amendment,the provisions of this Amendment shall control.
The parties agree to the terms and conditions of this Amendment and have duly authorized their respective
representatives to sign it on the dates indicated below.
Monroe County Board of County Commissioners University of South Florida Board of Trustees
By: By: Eva M_ Lawis z .=o=soso ,s,4,so400
Mayor James K. Scholl Director, Sponsored Research
Date: Date: 04/14/25
Monroe County Clerk of Courts
MONROE COUNTY ATTORNEY
By: APPROVED AS TO FORM
As Deputy Clerk �'� ( � �
CHRISTINE LIMBERT-BARROWS
Date: R,A SDATE?C y T/��rraRNEY
Subaward No.: 2.2 Amendment No.: 1
Rev.3/6/25 4949
FDP Cost Reimbursement Subaward ;�t�;
Federal Awarding Agency: 11 Other[Type in Agency] IFlorida Department of Environmental Protection
Pass-Through Entity(PTE): Subrecipient:
Monroe County Board of County Commissioners University of South Florida Board of Trustees
PTE PI: Andrew Roltsch Sub PI: Cynthia Lewis
PTE Federal Award No: KMP0215 Subaward No: 2.2
Project Title:Eoperation&Maintenance of existing KML Seawater Systems for Coral,Emergency Response and Coral Restora arts for 2-Years(total 16 tables)
Subaward Budget Period: ,, ,, ,, ,, ,, ,, ,, ,,,
Start: 97/01/2024 ? End: 09/30/2026 ? Amount Funded This Action(USD):$ 430,717.00
Estimated Period of Performance: Incrementally Estimated Total(USD): $ 430,717.00
Start: 07/01/2024 End: 06/30/2026
Terms and Conditions
1. PTE hereby awards a cost reimbursable subaward, (as determined by 2 CFR 200.331),to Subrecipient.The Statement of Work
and budget for this Subaward are as shown in Attachment 5. In its performance of Subaward work, Subrecipient shall be an
independent entity and not an employee or agent of PTE.
2. Subrecipient shall submit invoices not more often than monthly and not less frequently than quarterly for allowable costs
incurred. Upon the receipt of proper invoices, the PTE agrees to process payments in accordance with this Subaward and 2
CFR 200.305.All invoices shall be submitted using Subrecipient's standard invoice, but at a minimum shall include current and
cumulative costs(including cost sharing), breakdown by major cost category, Subaward number, and certification, as required in
2 CFR 200.415(a). Invoices that do not reference PTE Subaward number shall be returned to Subrecipient. Invoices and
questions concerning invoice receipt or payments shall be directed to the party's Administrative Contact, shown in
Attachment 3A.
3. final statementf cumulQtive costs incurred, including cost sharing, marked "FINAL" must be submitted to PTE's
Administrative Contact, as shown in Attachment 3A, not later than 60 days after the final Budget Period end date.
The final statement of costs shall constitute Subrecipient's final financial report.
4. All payments shall be considered provisional and are subject to adjustment within the total estimated cost in the event such
adjustment is necessary as a result of an adverse audit finding against the Subrecipient.
5. Matters concerning the technical performance of this Subaward shall be directed to the appropriate party's Principal Investigator
as shown in Attachments 3A and 3B.Technical reports are required as shown in Attachment 4.
6. Matters concerning the request or negotiation of any changes in the terms conditions or amounts cited in this Subaward,and
any changes requiring nor approval,shall be directed to the PTE's ,Authorized Official Contact and the Subrecipient's
Authorized Official J Contact shown in Attachments 3A and 3B.Any such change made to this Subaward requires the
written approval of each parry's Authorized Official as shown in Attachments 3A and 3B.
7. The PTE may issue non-substantive changes to the Budget Period(s)and Budget . Unilateral
modification shall be considered valid 14 days after receipt unless otherwise indicated by Subrecipient when sent to
Subrecipient's Authorized Official Contact, as shown in Attachment 3B.
8. Each party shall be responsible for its negligent acts or omissions and the negligent acts or omissions of its employees,officers,
or directors,to the extent allowed by law.
9. Either party may terminate this Subaward with 30 days written notice. Notwithstanding, if the Awarding Agency terminates the
Federal Award PTE will terminate in accordance with Awarding Agency requirements. PTE notice shall be directed to the
Authorized Offici al Contact, and Subrecipient notice shall be directed to the Authorized Official Contact as
shown in Attachments 3A and 36. PTE shall pay Subrecipient for termination costs as allowable under Uniform Guidance, 2
CFR 200, or 45 CFR Part 75 Appendix IX, as applicable
10. By signing this Subaward, including the attachments hereto which are hereby incorporated by reference, Subrecipient certifies
that it will perform the Statement of Work in accordance with the terms and conditions of this Subaward and the applicable terms
of the Federal Award, including the appropriate Research Terms and Conditions("RTCs")of the Federal Awarding Agency, as
referenced in Attachment 2. The parties further agree that they intend this subaward to comply with all applicable laws,
regulations, and requirements.
By an Authorized Official of the PTE: By an Authorized Official of the Subrecipient:
Stephanie Rios Digitally signed by Stephanie Rios r '
6.25.2024 1
Date:2024.06.2415:3326-04'00' 4 4
Name: Kevin Wilson Date Name:[Director
Stephanie Rios Date
Title: Acting County Administrator Title: of Sponsored Research
M¢uro4ha¢uiECIOrT.q•rw nr°TORNEY
G'FRf VtD AS TO FO
4950
CiMuumbYi INEI NViER'Y,41AoRROWS FDP DEC
ASSNTnNir��XN-reATTORN Y
DATE
Subaward Number:
Attachment 1 3
Certifications and Assurances
Certification Regarding Lobbying (2 CFR 200.450)
By signing this Subaward, the Subrecipient Authorized Official certifies, to the best of his/her knowledge and belief, that
no Federal appropriated funds have been paid or will be paid, by or on behalf of the Subrecipient, to any person for
influencing or attempting to influence an officer or employee of any 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 in accordance with 2 CFR 200.450.
If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or
intending to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress,
or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement,
the Subrecipient shall complete and submit Standard Form-LLL, "Disclosure Form to Report Lobbying,"to the PTE.
This certification is a material representation of fact upon which reliance was placed when this transaction was made
or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by 31
U.S.C. 1352. Any person who fails to file the required certification shall be subject to a civil penalty of not less than
$10,000 and not more than $100,000 for each such failure.
Debarment, Suspension, and Other Responsibility Matters (2 CFR 200.214 and 2 CFR 180)
By signing this Subaward, the Subrecipient Authorized Official certifies, to the best of his/her knowledge and belief that
neither the Subrecipient nor its principals are presently debarred, suspended, proposed for debarment, declared
ineligible or voluntarily excluded from participation in this transaction by any federal department or agency, in accordance
with 2 CFR 200.213 and 2 CFR 180.
Audit and Access to Records
Subrecipient certifies that it will provide PTE with notice of any adverse findings which impact this Subaward.
Subrecipient certifies compliance with applicable provisions of 2 CFR 200.501-200.521. If Subrecipient is not required to
have a Single Audit as defined by 200.501, Awarding Agency requirements, or the Single Audit Act, then Subrecipient
will provide notice of the completion of any required audits and will provide access to such audits upon request.
Subrecipient will provide access to records as required by parts 2 CFR 200.337 and 200.338 as applicable.
Program for Enhancement of Contractor Employee Protections (41 U.S.0 4712)
Subrecipient is hereby notified that they are required to: inform their employees working on any federal award that they
are subject to the whistleblower rights and remedies of the program; inform their employees in writing of employee
whistleblower protections under 41 U.S.0 §4712 in the predominant native language of the workforce; and include such
requirements in any agreement made with a subcontractor or subgrantee.
The Subrecipient shall require that the language of the certifications above in this Attachment 1 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.
Use of Name
Neither party shall use the other party's name, trademarks, or other logos in any publicity, advertising, or news release
without the prior written approval of an authorized representative of that party. The parties agree that each party may use
factual information regarding the existence and purpose of the relationship that is the subject of this Subaward for
legitimate business purposes, to satisfy any reporting and funding obligations, or as required by applicable law or
regulation without written permission from the other party. In any such statement, the relationship of the parties shall be
accurately and appropriately described.
Prohibition on Certain Telecommunication and Video Surveillance Services or Equipment
Pursuant to 2 CFR 200.216, Subrecipient will not obligate or expend funds received under this Subaward to: (1) procure
or obtain; (2) extend or renew a contract to procure or obtain; or(3) enter into a contract(or extend or renew a contract)
to procure or obtain equipment, services, or systems that uses covered telecommunications equipment or services (as
described in Public Law 115-232, section 889) as a substantial or essential component of any system, or as a critical
technology as part of any system.
4951
Indemnification.
To the extent provided by law, Subrecipient shall indemnify, defend, and hold harmless the Monroe County and the
State of Florida, Department of Environmental Protection, including the Department's officers, agents, and employees,
against any actions, claims, or damages arising out of, relating to, or resulting from negligent or wrongful act(s)of
Subrecipient, or any of its officers, agents, or employees, acting within the scope of their office or employment, in
connection with the rights granted to or exercised by Subrecipient hereunder, to the extent and within the limitations of
Section 768.28, Florida Statutes.
The foregoing indemnification shall not constitute a waiver of sovereign immunity beyond the limits set forth in Florida
Statutes, Section 768.28. Nor shall the same be construed to constitute agreement by Subrecipient to indemnify Monroe
County for the negligent acts or omissions of Monroe County, its officers, agents, or employees, or third parties. Nor
shall the same be construed to constitute agreement by Subrecipient to indemnify the Department for the negligent acts
or omissions of the Department, its officers, agents, or employees, or third parties. This indemnification shall survive the
termination of this Agreement.
The Subrecipient shall comply with the indemnification provisions under the DEP Grant Agreement, as set forth in
Paragraph 18, Indemnification.
Insurance Requirements.
At all times during this subagreement Subrecipient, at its sole expense, shall maintain insurance coverage of such types
and with such terms and limits described below. The limits of coverage under each policy maintained by Subrecipient
shall not be interpreted as limiting Subrecipient's liability and obligations under this subagreement. All insurance
policies shall be through insurers licensed and authorized to issue policies in Florida, or alternatively, Subrecipient may
provide coverage through a self-insurance program established and operating under the laws of Florida. Additional
insurance requirements for this Agreement may be required elsewhere in this Agreement, however the minimum
insurance requirements applicable to this Agreement are:
a. Commercial General Liability Insurance. Subrecipient shall provide adequate commercial general
liability insurance coverage and hold such liability insurance at all times during this subagreement.
The minimum limits shall be $200,000 for each person and $300,000 each occurrence.
b. Commercial Automobile Insurance. If Subrecipient's duties include the use of a commercial vehicle,
Subrecipient shall maintain automobile liability, bodily injury, and property damage coverage. Insuring
clauses for both bodily injury and property damage shall provide coverage on an occurrence basis. The
minimum limits shall be as follows: $200,000/300,000 Automobile Liability for Company-Owned
Vehicles, if applicable $200,000/300,000 Hired and Non-owned Automobile Liability Coverage.
C. Workers' Compensation and Employer's Liability Coverage. Subrecipient shall provide workers'
compensation, in accordance with Chapter 440, F.S. and employer liability coverage with minimum
limits of$100,000 per accident, $100,000 per person, and $500,000 policy aggregate. Such policies
shall cover all employees engaged in any work under this subagreement.
d. Other Insurance. None.
Maintenance of Records.
Subrecipient shall maintain all books, records, and documents directly pertinent to performance under this Agreement in
accordance with generally accepted accounting principles consistently applied. Records shall be retained for a period of
seven years from the termination of this agreement or for a period of three years from the submission of the final
expenditure report as per 2 CFR§200.333, whichever is greater. Each party to this Agreement or its 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 seven years following the termination of this
Agreement. If an auditor employed by the COUNTY or Clerk determines that monies paid to Subrecipient pursuant to
this Agreement were spent for purposes not authorized by this Agreement, or were wrongfully retained by the
Subrecipient, the Subrecipient shall repay the monies together with interest calculated pursuant to Sec. 55.03, of the
Florida Statutes, running from the date the monies were paid by the COUNTY.
4952
The Subrecipient shall comply with provisions and may be required to submit forms and documentation as required and
as outlined in the Grant Agreement and Attachments including but not limited to the provisions as set forth in
Attachment 4- Public Records Requirements, Paragraph 22. Statutory Notices Relating to Unauthorized Employment
and subcontract, and as set forth below:
1. Public Entity Crime Provisions
2. Discriminatory Vendors Provisions
3. Antitrust Violator Vendors Provisions
4. Scrutinized Companies Provisions
a. For Contracts of any amount, if the County determines that the Subrecipient has submitted a
false certification under Section 287.135(5), Florida Statutes or has been placed on the
Scrutinized Companies that Boycott Israel List, or is engaged in a boycott of Israel, the County
shall have the option of(1)terminating the Agreement after it has given the Subrecipient written
notice and an opportunity to demonstrate the agency's determination of false certification was in
error pursuant to Section 287.135(5)(a), Florida Statutes, or(2) maintaining the Agreement if
the conditions of Section 287.135(4), Florida Statutes, are met.
b. For Contracts of$1,000,000 or more, if the County determines that the Subrecipient submitted
a false certification under Section 287.135(5), Florida Statutes, or if the Subrecipient has been
placed on the Scrutinized Companies with Activities in the Sudan List, the Scrutinized
Companies with Activities in the Iran Terrorism Sector List, or been engaged in business
operations in Cuba or Syria, the County shall have the option of(1)terminating the Agreement
after it has given the Subrecipient written notice and an opportunity to demonstrate the
agency's determination of false certification was in error pursuant to Section 287.135(5)(a),
Florida Statutes, or(2) maintaining the Agreement if the conditions of Section 287.135(4),
Florida Statutes, are met.
E-Verify System.
Beginning January 1, 2021, in accordance with F.S. 448.095, the Subrecipient and any subcontractor shall register with
and shall utilize the U.S. Department of Homeland Security's E-Verify system to verify the work authorization status of
all new employees hired by the Contractor during the term of the Contract and shall expressly require any
subcontractors performing work or providing services pursuant to the Contract to likewise utilize the U.S. Department of
Homeland Security's E-Verify system to verify the work authorization status of all new employees hired by the
subcontractor during the Contract term. Any subcontractor shall provide an affidavit stating that the subcontractor does
not employ, contract with, or subcontract with an unauthorized alien. The Contractor shall comply with and be subject to
the provisions of F.S. 448.095
Ethics Clause.
In accordance with Section 5 (b) Monroe County Ordinance No. 010-1990 the following ethics clause; Subrecipient
warrants that he/it had not employed, retained or otherwise had act on his/its behalf any former County officer or
employee subject to the prohibition of Section 2 of Ordinance No. 010-1990 or any County officer or employee in
violation of Section 3 of Ordinance No. 020-1990. For breach or violation of this provision the County may, in its
discretion, terminate this contract without liability and may also, in its discretion, deduct from the contract or purchase
price, or otherwise recover the full amount of any fee, commission, percentage, gift, or consideration paid to the former
County officer or employee.
4953
Attachment 2 Subaward Number
Federal Award Terms and Conditions 3
Required Data Elements Awarding Agency Institute (If Applicable)
The data elements required b Uniform U.S.Department of Treasury
Guidance are incor- 11I m the attached Federal Award. ❑' Federal Award Issue Date FAIN Assistance Listing No.
02/04/22 SLFRP0125
This Subaward Is: Assistance Listing Program Title (ALPT)
Research & Development ■� Subject to FFATA Key Personnel Per NOA
'❑
General Terms and Conditions
By signing this Subaward, Subrecipient agrees to the following:
1. To abide by the conditions on activities and restrictions on expenditure of federal funds in appropriations acts that are
applicable to this Subaward to the extent those restrictions are pertinent. This includes any recent legislation noted on the Federal
Awarding Agency's website:
2. 2 CFR 200
3. The Federal Awarding Agency's grants policy guidance, including addenda in effect as of the beginning date of the period of
performance or as amended found at:
4. Research Terms and Conditions, including any Federal Awarding Agency's Specific Requirements found at:
except for the following
a. No-cost extensions require the written approval of the PTE.Any requests for a no-cost extension shall be directed to the
Authorized Official Contact shown in Attachment 3A, not less than 30 days prior to the desired effective date of the requested
change.
b. Any payment mechanisms and financial reporting requirements described in the applicable Federal Awarding Agency Terms and
Conditions and Agency-Specific Requirements are replaced with Terms and Conditions (1)through (4)of this Subaward; and
c. Any prior approvals are to be sought from the PTE and not the Federal Awarding Agency.
d. Title to equipment as defined in 2 CFR 200.1 that is purchased or fabricated with research funds or Subrecipient cost sharing
funds, as direct costs of the project or program, shall vest in the Subrecipient subject to the conditions specified in 2 CFR 200.313.
e. Prior approval must be sought for a change in Subrecipient PI or change in Key Personnel (defined as listed on the NOA).
5.Treatment of program income: I Additive
Special Terms and Conditions:
Data Sharing and Access:
Subrecipient agrees to comply with the Federal Awarding Agency's data sharing and/or access requirements as reflected in the NOA
or the Federal Awarding Agency's standard terms and conditions as referenced in General Terms and Conditions 1-4 above.
No additional requirements
Data Rights:
Subrecipient grants to PTE the right to use data created in the performance of this Subaward solely for the purpose of and only to the
extent required to meet PTE's obligations to the Federal Government under its PTE Federal Award.
Copyrights:
Subrecipient Grants to PTE an irrevocable, royalty-free, non-transferable, non-exclusive right and license to use,
reproduce, ma<e derivative works, display, and perform publicly any copyrights or copyrighted material (including any computer
software and its documentation and/or databases)first developed and delivered under this Subaward solely for the purpose of and
only to the extent required to meet PTE's obligations to the Federal Government under its PTE Federal Award.
Subrecipient grants to PTE the right to use any written progress reports and deliverables created under this Subaward solely for the
purpose of and only to the extent required to meet PTE's obligations to the Federal Government under its Federal Award.
Promoting Objectivity in Research (COI):
Subrecipient must designate herein which entity's Financial Conflicts of Interest policy(COI)will apply: Subrecipient
If applying its own COI policy, by execution of this Subaward Subreci lent certifies that its policy com lies with the re uirements of
the relevant Federal Awarding Agency as identified herein:
Subrecipient shall report any financial conflict of interest to PTE's Administrative Representative or COI contact, as designated on
Attachment 3A. Any financial conflicts of interest identified shall,when applicable, subsequently be reported to Federal Awarding
Agency. Such report shall be made before expenditure of funds authorized in this Subaward and within 45 days of any subsequently
identified COI.
4954
Work Involving Human or Vertebrate Animals (Select Applicable Options)
�■ No Human or Vertebrate Animals
This section left intentionally blank.
Human Subjects Data(Select One) I Not Applicable
This section left intentionally blank
This section left intentionally blank
Additional Terms 0
Subrecipient will comply with all Terms&Conditions found in attached NOA between Awarding Agency and PTE.
4955
Subaward Number:
Attachment 3A
Pass-Through Entity(PTE) Contacts 3
PTE Information
Entity Name: Monroe County Board of County Commissioners
Legal Address: 1100 Simonton Street, Suite 2-213
Key West, FL 33040
Website: https://www.monroecounty-fl.gov/
PTE Contacts
Central Email: roltsch-andrew@monroecounty-fl.gov
Principal Investigator Name: Andrew Roltsch
Email: I roltsch-andrew@monroecounty-fl.gov Telephone Number: 305-292-4476
Administrative Contact Name: Andrew Roltsch
Email: roltsch-andrew@monroecounty-fl.gov71 Telephone Number: 305-292-4476
COI Contact email (if different to above):
Financial Contact Name: Tina Boan
Email: boan-tina@monroecounty-fl.gov Telephone Number: (305) 292-4472
Email invoices?(�)Yes 0 No Invoice email (if different):
Authorized Official Name:
Email: Telephone Number:
PI Address:
1100 Simonton St. Suite 2-213
Key West, FL 33040
Administrative Address:
1100 Simonton St. Suite 2-213
Key West, FL 33040
Invoice Address:
1100 Simonton St. Suite 2-213
Key West, FL 33040
4956
Attachment 3B Subaward Number:
Research Subaward Agreement 12.2
Subrecipient Contacts
Subrecipient Information for r..A.
reporting Entity's UEI/DUNS Name University of South Florida
EIN No.: 59-3102112 Institution Type: Public/State Controlled Inst. of Higher Ed.
Currently registered in SAM.gov: Yes 0 No
UEI / DUNS: 069687242 Exempt from reporting executive compensation. Yes 0 No (ifno, complete 3Bpg2)
Parent UEI / DUNS: This section for U.S. Entities:
Zip Zip Code 4 up
Place of Performance Address Congressional District: FL-15 p 33620-9951
4202 E. Fowler Avenue, Tampa, FL 33620
Subrecipient Contacts
Central Email: rsch-awards@usf.edu
Website: http://www.usf.edu/research-innovation/sr/
Principal Investigator Name: Cynthia Lewis
Email: cynthialewis@usf.edu Telephone Number. (350) 664-9101
Administrative Contact Name: Lara Keene
Email: keenel@usf.edu Telephone Number: (813) 974-4570
Financial Contact Name: I Karen Edwards
Email: RSCH-INVOICING@USF.EDU Telephone Number: (813) 974-5414
Invoice Email: rsch-awards@usf.edu
Authorized Official Name: Stephanie Rios, Director
Email: rsch-awards@usf.edu Telephone Number: 813-974-2897
Legal Address:
University of South Florida
4202 E. Fowler Ave.
Tampa, FL 33620
Administrative Address:
University of South Florida
3702 Spectrum Blvd., Suite 165
Tampa, FL 33612
Payment Address:
University of South Florida
USF Business Payments - PS
PO BOX 737443
Dallas, TX 75373-7443 4957
FDP 3B.1 JAN 2020
Subaward Number:
Attachment 3B-2 3
Highest Compensated Officers
Subrecipient:
Institution Name: University of South Florida Board of Trustees
PI Name: I Cynthia Lewis
Highest Compensated Officers
The names and total compensation of the five most highly compensated officers of the entity(ies) must be listed if
the entity in the preceding fiscal year received 80 percent or more of its annual gross revenues in
Federal awards; and $25,000,000 or more in annual gross revenues from Federal awards; and the public does
not have access to this information about the compensation of the senior executives of the entity through
periodic reports filed under section 13(a) or 15(d) of the Securities Exchange Act of 1934 (15 U.S.C. §§
78m(a), 78o(d)) or section 6104 of the Internal Revenue Code of 1986. See FFATA§ 2(b)(1) Internal Revenue
Code of 1986.
Officer 1 Name:
Officer 1 Compensation:
Officer 2 Name:
Officer 2 Compensation:
Officer 3 Name:
Officer 3 Compensation:
Officer 4 Name:
Officer 4 Compensation:
Officer 5 Name:
Officer 5 Compensation:
4958
Subaward Number:
Attachment 4 3
Reporting and Prior Approval Terms
Subrecipient agrees to submit the following reports (PTE contacts are identified in Attachment 3A):
Technical Reports:
Monthly technical/progress reports will be submitted to the PTE'sl Administrative Contact within 15 days of
of the end of the month.
Quarterly technical/progress reports will be submitted within 30 days after the end of each project quarter to
the PTE's Administrative ContactI.
Annual technical / progress reports will be submitted within 30 days prior to the end of each budget period
to the PTE's I Administrative Contact 1. Such report shall also include a detailed budget for the next Budget Period,
updated other support for key personnel, certification of appropriate education in the conduct of human subject
research of any new key personnel, and annual IRB or IACUC approval, if applicable.
A Final technical/progress report will be submitted to the PTE's I Administrative Contact within 45 days of the
end of the Project Period or after termination of this award, whichever comes first.
® Technical/progress reports on the project as may be required by PTE'sl Administrative Contact in order for the PTE
to satisfy its reporting obligations to the Federal Awarding Agency.
Prior Approvals:
Carryover:
Carryover is automatic
Other Reports:
In accordance with 37 CFR 401.14, Subrecipient agrees to notify both the Federal Awarding Agency via Edison
and PTE's I Administrative Contact within 60 days after Subrecipient's inventor discloses invention(s) in writing
to Subrecipient's personnel responsible for patent matters. The Subrecipient will submit a final invention report
using Federal Awarding Agency specific forms to the PTE's Administrative Contact I within 60 days of the end
of the Project Period to be included as part of the PTE's final invention report to the Federal Awarding Agency.
A negative report is required:
Property Inventory Report(only when required by Federal Awarding Agency), specific requirements below.
Additional Technical and Reporting Requirements: 0
4959
Subaward Number:
Attachment 5 3
Statement of Work, Cost Sharing, Indirects & Budget
Statement of Work
Below Attached, 7l pages
If award is FFATA eligible and SOW exceeds 4000 characters, include a Subrecipient Federal Award Project Description
Budget Information
Indirect Information Indirect Cost Rate (IDC)Applied 0� % Cost Sharing 0 No
Rate Type: Modified Total Direct Costs If Yes, include Amount: $
Budget Details Below Attached, pages
Budget Totals
Direct Costs $ 430,717.00
Indirect Costs $ 0.00
Total Costs $ ..4.30.,7.1..7.0.0.........................................................
All amounts are in United States Dollars
4960
Subaward Number:
3
Attachment 6
Notice of Award (NOA) and any additional documents
The following pages include the NOA and if applicable any additional documentation referenced
throughout this Subaward.
Not incorporating the NOA or any additional documentation to this Subaward.
4961
MONROE COUNTY
GRANT SUBCONTRACT
KEYS MARINE LABORATORY
ATTACHMENT 5
SUBCONTRACTOR STATEMENT OF WORK AND
REPORTING REQUIREMENTS
1. PROJECT TITLE: Operation & Maintenance of Existing KML Seawater Systems for Coral
Emergency Response and Coral Restoration Effort for 2-Years (16 tables): Monroe County Coral
Resilience Project
PROJECT LOCATION(S): Keys Marine Laboratory, 69486 US-1, Layton, FL 33001
City of Layton within Monroe County; Lat/Long (24.825901, -80.814207)
SCOPE OF WORK
Monroe County will provide funding for Keys Marine Laboratory for the operation and maintenance
of sixteen(16)240-gal tables within existing temperature-controlled KML Seawater Systems to
ensure land-based capacity and availability to support coral emergency responses and coral
restoration activities e.g. coral holding,propagation, and grow-out(two 1-year periods). DEP will
provide approval to KML for use of the 16 prioritized tables for coral response and restoration within
48-hours of need.
Tables funded under this Project(16)will be reserved for DEP approved usage and costs for such
operation will be billed regardless of total number of tables used in any given month over the course
of the project period. Over-flow capacity for coral emergency response and restoration using
additional tables in existing KNIT, SW systems will be billed at posted KML rates.
An onsite emergency backup generator, serviced and maintained by KML, will ensure life support is
maintained to the KML seawater systems. The Florida Keys are in an area of high hurricane activity.
Equipment shall be designed to resist high-velocity winds and wave action in accordance with local,
state, and federal requirements.
Operations and maintenance of the systems will include KML staff support for daily and routine
maintenance and administration, coral husbandry position for two years (50% effort), water quality
monitoring and routine sampling, utilities costs to operate the system,purchasing any necessary
equipment for replacements or repairs to ensure uninterrupted operations,purchase of supplies and
consumables for cleaning and biosecurity,periodic veterinary inspections and services for coral
health cert]Fications, etc.
Deliverables and Reporting Timeline
KML will provide to Monroe County Quarterly Reports including the following information:
a) Daily work logs that document activities performed by support staff including routine
maintenance (provided quarterly).
b) Repair logs that document all repairs performed on the associated seawater systems and coral
husbandry support(provided quarterly).
c) Quarterly tracking and usage spreadsheet that documents the current operations of all DEP-
supported seawater tables within KML seawater systems for the reporting period. Spreadsheet
will include:
i. Approved coral restoration entity and/or Principal Investigator
ii. Number of tables and number of days used
4962
d) Quarterly water quality monitoring and sampling data(Excel spreadsheets):
I. HOBO data logger—continuous water temperatures in representative seawater tables
(note: HOBOS data downloaded at least monthly)
ii. Daily Hand-held YSI data: water temp, % DO, salinity ppt,pH
iii. Water quality test results: VOCs, phosphates, sulfates, and total nitrogen (sampled
quarterly or once within each reporting period)
e) A final report summarizing the operation and maintenance of systems. (Note: final report must
comply with Section 508 of the U.S. Rehabilitation Act(as amended), Florida Statute Chapter
282, and Rule: 60-8.002, F.A.C. Final report will also acknowledge the funding assitance
provided by the DEP's Office of Resilience and Coastal Protection). Final report will be
submitted by Sponsor with draft report from Task 1.1 in Master Agreement.
Quarter Dates Deliverable(s) Report Due
Quarterly Report to include:
a) Work Logs
I July—September 2024 b)Usage Reports 10/30/2024
c)Water Quality Data
Quarterly Invoice
Quarterly Report to include:
a)Work Logs
2 October—December 2024 b) Usage Reports 01/30/2025
c)Water Quality Data
.......................................................................................................................................................................................................................................................
Quarterly Invoice- .. ..... ..................................................................................................................................................................................................................................................
Quarterly Report to include:
a) Work Logs
3 January—March 2025 b) Usage Reports 04/30/2025
c)Water Quality Data
Quarterly Invoice
Quarterly Report to include:
a)Work Logs
4 April—June 2025 b)Usage Reports 07/30/2025
c)Water Quality Data
Quarterly Invoice
Quarterly Report to include:
a)Work Logs
5 July—September 2025 b) Usage Reports 10/30/2025
c)Water Quality Data
Quarterly Invoice
Quarterly Report to include:
a)Work Logs
6 October—December 2025 b)Usage Reports 01/30/2026
c)Water Quality Data
Quarterly Invoice
Quarterly Report to include:
a)Work Logs
7 January—March 2016 b)Usage Reports 04/30/2026
c) Water Quality Data
Quarterly Invoice
8 April—June 2016 Final Report& Invoice 07/30/2026
4963
IV. PROJECT BUDGET AND JUSTIFICATION
*See attached budget spreadsheet(s) — first budget spreadsheet is USF format, second is DEP
format.Both budgets total same amount as justified below**
Budget Justification
PERSONNEL EXPENSES $210 388
Funds are requested to provide salary support to KML staff for effort dedicated to the maintenance and
operation of 16 SW System tables within the existing infrastructure. Effort is included for KML
Director, KML Operations Manager, Seawater Systems Manager, Sr. Biological. Scientist, Biological
Scientist, and Coral Husbandry staff. Effort has been calculated using each ndividual's annual/hourly
rate for anticipated effort as shown on budget document.
FRINGE BENEFITS $100 929
Fringe benefits for personnel have been calculated using the USF Fringe Benefit Pool Rate applicable
for each employee based on their employment classification. The USF Fringe Benefit Pool Rates are:
32.2% for Faculty, 39.5% for Administrative (Exempt) Staff, 52.7% for Non-Exempt Staff, 6.3% for
OPS/Temporary Staff.
CONTRACTUAL SERVICES $0
No funds are requested for contractual services.
TRAVEL $0
No funds are requested for travel.
EQUIPMENT $18,000
Equipment will include two replacement pumps at a cost of$9,000 each.
SUPPLIES $11 200
Funds are requested for the purchase of supplies,including but not limited to PVC fittings,regenerative
blowers, sand filter, aquaculture pumps, and stainless-steel screws.
OTHER EXPENSES $90 200
Funds are requested for miscellaneous supplies and other expenses to include but not limited to utilities
(water, electric, solid waste, etc.), seawater processing equipment, vet health inspections, lab analysis
for water quality testing(FIU CACHE Nutrient Lab), and shipping.
INDIRECT COSTS $0
As indicated by Sponsor,no indirect costs are allowed on this project.
TOTAL PROJECT COSTS $430 717
4964
PI Name ICindy Lewis
Operation&Maintenance of existing KM Seawater Systems for Coral Emergency Response and Coral Restoration Efforts for 2-
Project Title Years(total 16 tables)
Sponsor/Solicitation Number Monroe County
Period of Performance 07/Ol/2024 -06/30/2026
No.of Years in Proposal 2
Indirect Cost Rate 0.0%
Personnel Year 1 Year 2 Year 3 Year 4 Year 5 Year 6 TOTAL
Cindy Lewis 18,900 19,467 0 0 0 0 38,367
Lisa Tipsword 17,185 17,700 0 0 0 0 34,885
Emily Becker 18,150 18,695 0 0 0 0 36,845
William Ferrell 15,125 15,579 0 0 0 0 30,704
Kyle Phillips 6,646 6,846 0 0 0 0 13,492
TBD-Coral Husbandry 27,500 28,325 0 0 0 0 SS,825
01 0 0 0 0 0 0
0 0 0 0 0 0 0
0 0 0 0 0 0 0
0 0 0 0 0 0 0
0 0 0 0 0 0 O
0 0 0 0 0 0 0
0 0 0 0 0 0 0
0 01 01 01 01 0 0
01 01 01 01 01 0 0
Fringe Benefits 1 49,8531 51,3471 01 01 01 0 101,200
Total Salary,Wages,and Fringe 1 153,3591 157,9581 01 01 01 0 311,317
Equipment 1 14,0001 9,0001 01 01 01 0 23,000
Travel
1.Domestic 1 01 01 01 01 01 0 0
2.Foreign 1 01 01 01 01 01 0 0
Participant Support Costs 1 01 01 01 01 01 0 0
Other Direct Costs
1.Materials&Supplies 10,100 10,100 0 0 0 0 20,200
2.Publication Costs 0 0 0 0 0 0 0
3.Contractual Services 0 0 0 0 0 0 0
FIU Cache Lab;WQSamples 3,300 3,300 6,60O
Vet Health Inspections 2,000 2,000 4,000
4.Computer Services 0 0 0 0 0 0 0
5.Subawards 0 0 0 0 0 0 0
6.Other 01 0 0 0 0 0 0
FKAA(water)-15% 9,600 9,600 19,200
FKEC(electric)-40% 20,000 20,000 40,000
Other Utilities 3,000 3,000 6,000
Postage 200 200 400
7.Non F&A Other 0 0 0 0 0 0
Ia.tuition(normally'other') 0 0 01 01 01 0 0
Subtotal,Other Direct Costs 48,200 48,200 01 01 01 0 96,400
Total Direct Costs I 21S,559 215,1581 01 01 01 0 430,717
TOTAL MTDC 1 215,5591 215,1581 01 01 01 0 430,717
Indirect Costs(F&A) 1 01 01 01 01 01 0 0
Total Direct&Indirect Costs 1 215,5591 215,1581 01 01 01 0 430,717
Residual Funds I I I I I 1 0
Amount of This Request I 215,SS91 21S,1SBI 01 01 01 01 430,717
Cast Sharing 1 01 01 01 01 01 0 0
4965
Rodda IDelpartment of EnWronmental Protectlion
D/�a° IIDIW.IIIwI4 UIIDGlWT,.COSTAII AIII:X I IFOIfk
PROJECT TITLE: Coral Propagation and Emergency Coral Response Seawater System Infrastructure Expansion at Keys Marine Laboratory
UPI,xa;HIint nlMauut,nCocl uri SV,1XSy I i in, a Vos 4.33'%ORRSS�3do°%Nsl vxllI I,u'irPOMYIp I'd IINR➢ti'1Yw dlin,)
SUBCONTRACTOR BUDGET DETAIL COST ANALYSIS(f,r L°d'_W s'r..iYSj
Budget items below to be provided by the Contractor or Grantee.See attached instructions. Cost Analysis to be completed by the Department Contract or Grant Manager.See attached instructions.
COMMENTS
1.PERSONNEL EXPENSES %Allocation Allowable Reasonable Necessary (Basis for Decision)
A.Salaries-(Name/Title/Position) Hourly Cost($) Hours Totals($)
Cynthia Lewis,KML Director(20%effort) 50.48 832 = $ 37,742
Lisa Tipsword,Operations&Business Analyst(26.47%effort) 34.15 1101 = $ 37,599
Emily Becker,Seawater Facilities Manager(30%effort) 28.98 1248 $ 36,167
William Ferrell,Sr.Biological Scientist(25%effort) 28.98 1040 = $ 30,139
Kyle Phillips,Biological Scientist(12.54%effort) 26.34 521.83 $ 13,745
TBD,Coral Husbandry BioSci(SO%effort) 26.44 2090 = $ 54,995
Maintenance Tech(0%effort) 23.95 0 $
Total Salaries $ 210,3RR
B.Fringe Benefits(Rate%*Total salaries applicable) Rate% Total Sal.App. Total$
Cynthia Lewis,KML Director(20%effort) 39.5% $37,742 $ 14,908
Lisa Tipsword,Operations&Business Analyst(26.47%effort) 39.5% $37,599 $ 14,852
Emily Becker,Seawater Facilities Manager(30%effort) 52.7% $36,167 $ 19,060
William Ferrell,Sr.Biological Scientist(25%effort) 52.7% $30,139 $ 15,883
Kyle Phillips,Biological Scientist(12.54%effort) 52.7% $13,745 $ 7,244
TBD,Coral Husbandry BioSci(50%effort) 52.7% $54,995 $ 28,982
Maintenance Tech(0%effort) 23.95 $0 $
Total Fringe $ 100,929
Total Personnel Expenses(A+B) $ 311,317
$ 723,989
2.Contractual Services
Description Fee/Rate$ Quantity Totals$
fee/rate based o n estimates/invoices for KML SW expansions n 2020-2023 Total Contractual Services $
3.Travel Per Fare/
Purpose/Destination Days Diem$ Rate$ Mileage Totals$
[ ] + [ ] _ $
_ $
[ ] + [ ] _ $
Total Travel $
4.Equipment($5000 or more)
Description Unit Cost$ Quantity Totals$
replacement pumps etc 9000 2 $ 18,000
Total Equipment $ 18,000
COMMENTS
%Allocation Allowable Reasonable Necessar (Basis for Decision)
S.
implies(SEE SUPPLIES EXAMPLE TAB)($1000 or less/fee/rate)
Description Fee/Rate$ Quantity Totals$
PVC Fittings/repairs 2000 1 = $ 2,000
Regenerative Blower 700 1 $ 700
Sand Filter 1000 1 $ 1,000
Aquaculture Pumps 900 S $ 4500
Biosecurity chemicals 1500 2 $ 3,000
Total Supplies $ 11,200
6.Miscellaneous/other Expenses l$1000-$5000)
Description Unit Cost$ Quantity Totals$
Seawater processing equipment 5000 1 $ 51000
FKAA(water)15% 9600 2 $ 19,200
FKEC(electric)4091 20000 2 $ 40,000
Other Utilities(garbage,solid waste,cable/internet)15% 3000 2 $ 6,000
FIU CACHE Nutrient Lab WQ Samples 3300 2 $ 6,600
Postage 200 2 $ 400
Vet health Inspections 2000 2 $ 4,000
Other Supplies(operations) 4500 2 $ 91000
Total Miscellaneous $ 90,200
SUBTOTAL(I thru 6) $ 430,717
7.overhead/Indirect 115%or lower) Rate% Base$ Total$
(Cost base excludes Section 2 and 4) 0.00%
8.Total Budget $ 430,716.82
certify that the cost for each line item budget category has been evaluated and determined to be allowable,reasonable,and necessary as required by Section 216.3475,Florida Statutes.Documentation is on file evidencing the methodology
used and the conclusions reached.
Name:
Signature:
Title:
Date:
DEP 55-229 4966
Re,9-03-2020 1 of 1
EXHIBIT A—FEDERAL CONTRACT REQUIREMENTS
The Subrecipient and its subcontractors must follow the provisions, as applicable, as set forth in 2
C.F.R. §200.326 Contract provisions and Appendix II to 2 C.F.R. Part 200, as amended, including
but not limited to:
Davis-Bacon Act, as amended(40 U.S.C. §§3141-3148). When required by Federal program legislation,
which includes emergency Management Preparedness Grant Program, Homeland Security Grant
Program,Nonprofit Security Grant Program, Tribal Iomeland Security Grant Program, Port Security
Grant Program and Transit Security Grant Program, all prime construction contracts in excess of$2,000
awarded by non-Federal entities must comply with the Davis-Bacon Act(40 U.S.C. §§3141-3144, and
§§3146-3148) as supplemented by Department of Labor regulations(29 CFR Part 5, "Labor Standards
Provisions Applicable to Contracts Covering Federally Financed and Assisted Construction"). In
accordance with the statute, contractors must be required to pay wages to laborers and mechanics at a rate
not less than the prevailing wages specified in a wage determination made by the Secretary of Labor. In
addition, contractors must be required to pay wages not less than once a week. If applicable,the
COUNTY must place a current prevailing wage determination issued by the Department of Labor in each
solicitation. The decision to award a contract or subcontract must be conditioned upon the acceptance of
the wage determination. The COUNTY must report all suspected or reported violations to the Federal
awarding agency.
When required by Federal program legislation,which includes emergency Management Preparedness
Grant Program, Homeland Security Grant Program,Nonprofit Security Grant Program,Tribal Homeland
Security Grant Program,Port Security Grant Program and Transit Security Grant Program (it does not
apply to other FEMA grant and cooperative agreement programs,including the Public Assistance
Program), the contractors, in contracts for construction or repair work above$2,000 in situations where
the Davis-Bacon also applies,must also comply with the Copeland"Anti-Kickback"Act(40 U.S.C. §
3145), as supplemented by Department of Labor regulations (29 CFR Part 3, "Contractors and
Subcontractors on Public Building or Public Work Financed in Whole or in Part by Loans or Grants from
the United States"). As required by the Act, each contractor or subrecipient is prohibited from inducing,
by any means, any person employed in the construction, completion, or repair of public work,to give up
any part of the compensation to which he or she is otherwise entitled. The COUNTY must report all
suspected or reported violations to the Federal awarding agency.
(1) Contractor. The Contractor shall comply with 18 U.S.C. § 874,40 U.S.C. § 3145, and the requirements
of 29 C.F.R.pt. 3 as may be applicable,which are incorporated by reference into this contract.
(2) Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clause above and
such other clauses as the federal agency may by appropriate instructions require, and also a clause
requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor
shall be responsible for the compliance by any subcontractor or lower tier subcontractor with all of these
contract clauses.
(3)Breach. A breach of the contract clauses above may be grounds for termination of the contract, and for
debarment as a contractor and subcontractor as provided in 29 C.F.R. § 5.12.
Additionally,in accordance with the regulation, each contractor and subcontractor must furnish each
week a statement with respect to the wages paid each of its employees engaged in work covered by
the Copeland Anti-Kickback Act and the Davis Bacon Act during the preceding weekly payroll
period. The report shall be delivered by the contractor or subcontractor,within seven days after the
4967
regular payment date of the payroll period,to a representative of a Federal or State agency in charge at
the site of the building or work.
Other Federal Requirements:
Americans with Disabilities Act of 1990, as amended(ADA) The SUBRECIPIENT ENTITY/USF will
comply with all the requirements as imposed by the ADA, the regulations of the Federal government
issued thereunder, and the assurance by the SUBRECIPIENT ENTITY/USF pursuant thereto.
Disadvantaged Business Enterprise (DBE)Policy and Obligation--It is the policy of the
COUNTY 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 COUNTY funds
under this Agreement. The DBE requirements of applicable federal and state laws and regulations
apply to this Agreement. The COUNTY and its SUBRECIPIENT ENTITY/USF 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 2 C.F.R. § 200.321(as set forth in detail below), applicable federal and state laws and
regulations to ensure that the DBE's have the opportunity to compete for and perform contracts.
The COUNTY and the SUBRECIPIENT ENTITY/USF and subcontractors shall not discriminate
on the basis of race, color,national origin or sex in the award and perfonnance of contracts,
entered pursuant to this Agreement.
2 C.F.R. § 200.321 CONTRACTING WITH SMALL AND MINORITY BUSINESSES,
WOMEN'S BUSINESS ENTERPRISES AND LABOR SURPLUS AREA FIRMS
a. If the SUBRECIPIENT ENTITY/USF,with the funds authorized by this Agreement,
seeks to subcontract goods or services,then,in accordance with 2 C.F.R. §200.321,the SUBRECIPIENT
ENTITY/USF shall take the following affirmative steps to assure that minority businesses,women's
business enterprises,and labor surplus area firms are used whenever possible.
b. Affirmative steps must include:
(1) Placing qualified small and minority businesses and women's business enterprises on solicitation
lists;
(2) Assuring that small and minority businesses,and women's business enterprises are
solicited whenever they are potential sources;
(3) Dividing total requirements,when economically feasible,into smaller tasks or quantities to
permit maximum participation by small and minority businesses,and women's business
enterprises;
(4) Establishing delivery schedules,where the requirement permits,which encourage
participation by small and minority businesses,and women's business enterprises;
(5) Using the services and assistance,as appropriate,of such organizations as the Small Business
Administration and the Minority Business Development Agency of the Department of
Commerce.
(6) Requiring the Prime contractor,if subcontractor are to be let, to take the affnnative steps listed
in paragraph(1)through (5) of this section.
Energy Efficiency- SUBRECIPIENT ENTITY/USF will comply with the Energy Policy and
Conservation Act(P.L. 94-163; 42 U.S.C. 6201-6422) and with all mandatory standards and policies
relating to energy efficiency and the provisions of the state Energy Conservation Plan adopted pursuant
thereto.
4968
COUNTY,MONROE FLOREDA
E ST F OR WAIVER .. e T
It is requested that the insurance requirements, as specified in the ounnty's Schedule of I ns asks
Requirements,be waived or modified on the following contract.
rnraaetrns/tteraatrns: lrniivelr iity of South IFlloiriid (Keys I lriilrne)
I �tlrnlroe County or ll I e for Hoi n Project Ir lrnt IPIR01
se�eet Service,., ......................... ......... ......... .........
ContraetorNendor Ulrniivelr iity of South Floirlida Board of Flru tee (Keys I lriilrne)
.Address&Phone :
4,202 IE Fowllelr Avenue, "Fanrnp , F11 33620
General Scope ofWork: Illrntlr N tlructulre con tlrlLuuic-Hoirn, eq ulllpinrneint llrn t llll Hoi n, an b uuliIld out of
lrnew .. ...P-Se w t lr y 1birti"n`an—d. l lr rli ai lr menr n of exii kulrn
IL.Seawater y feu o ® asap eu�oe l�jp,ip nse an cor ll
lre for tuolrn effort for two years..
Reason for WaiverOr USIF's iilrn ulr lrnce polliiicy imiilrniilr�nt<ur n its set t 66,666„66
Modification: Dif;� ' h �dddl lf�5'6 �e ll�ililfiilll�uUifnn lr� uUlllf lfh'nelrnt illrn the
.Grant r perk , ( I6.- Lung
-waiver fear h ,, 66g ,, 6 rend, —.
Policies waiver or "Fh e c� e of work lIdenfified lllrn tlh e t<ulb award
Mrn¢�ifneatirn�n will atrotrot�v try: �
agreementt between„ �Keys*IVlarine and Nic�lrorce
C,,o,u,n'ty �.�.
D9 Wluo 1g,ed f, St r.ita�oe
Signature of Contractor/Vendor. Steplhainll e R csD.,.asaoea 4 saw 9W 00
Date: 6/ 4/ 4 Approved . .., of Approved
Risk Management Signature:
Data:
County Administrator appeal
Approved-, .�.� Prot Approved: .,
Data:
Board of County Commissioners appeal:
Approved: ......................�a............. Not Approved: �.....................�o
Meeting Date: ........ ......... ........
Administrative I1hW uctarrrm 7500,7
04
4969
Docusign Envelope ID:7CB4F8DE-BB11-43136-8C86-526C09230CC8
LOCALLY FUNDED AGREEMENT
BETWEEN
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION
AND MONROE COUNTY
THIS AGREEMENT is made and entered into this 5 day of september , 20 24 (the "Effective
Date"), between the Florida Department of Transportation, a component agency of the State of Florida,
hereinafter referred to as the "Department", and Monroe County, a political subdivision of the State of
Florida, existing under the Laws of the State of Florida, hereinafter referred to as the "County" or
"Participant".
RECITALS
WHEREAS,the Participant has jurisdiction over and maintains Bridge Number 904990 Card Sound
Bridge from south of Milepost 5 to Milepost 6.242 (Miami-Dade/Monroe County Line); and
WHEREAS, at the Participant's request,the Department will administer on behalf of the Participant,
a National Environmental Policy Act ("NEPA") Project Development and Environment Study ("PD&E
Study"), for Card Sound Bridge, project FM 453765-1 (the "Project"), to determine a range of reasonable
bridge project alternatives, and ultimately a Preferred Alternative, that is acceptable from an engineering
and operational standpoint,the individual elements of which are outlined in the attached Exhibit"A", `Scope
of Services', which is herein incorporated by reference; and
WHEREAS, the PD&E Study is anticipated to contain commitments for the County to assure that
resource agencies and other stakeholder's issues that are identified in the PD&E study will be addressed
in future phases of Project delivery in compliance with NEPA and applicable state and federal laws; and
WHEREAS, the Department and the Participant are entering into this Agreement to memorialize
the Participant's obligations to implement the commitments as contained in the final approved NEPA
document for the Project, (hereinafter the "Approved NEPA Document"); and
WHEREAS, the Department will utilize federal funds that have been congressionally appropriated
and Participant funds for the completion of the PD&E Study; and
WHEREAS, the Participant shall deposit funds in escrow with the State of Florida, Department of
Financial Services, Division of Treasury, in the amount set forth in Exhibit "D"; and
WHEREAS, the parties hereto mutually recognize the need for entering into an Agreement
designating and setting forth the responsibilities of each party; and
WHEREAS,the parties are authorized to enter into this Agreement pursuant to Section 334.044(7)
and 339.12, Florida Statutes (F.S.).
Page 1 of 66
4970
Docusign Envelope ID:7CB4F8DE-BB11-43136-8C86-526C09230CC8
LOCALLY FUNDED AGREEMENT
BETWEEN
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION
AND MONROE COUNTY
NOW, THEREFORE, BE IT RESOLVED THAT the Department and the County agree as follows:
1. The above-stated recitals are true and correct, and incorporated herein.
2. The County will prepare all NEPA Re-evaluations necessary to advance the Project,
as required by 23 C.F.R. §771.129, and the Department's PD&E Manual, Effective
July 1, 2023, as may be subsequently amended, and coordinate these NEPA Re-
evaluations with the Department.
3. The County shall further be obligated to perform or cause to be performed any new
project commitments that may arise from public involvement or agency coordination
subsequent to the Approved NEPA Document and/or be identified in the Project's
NEPA Re-evaluations.
4. The County shall comply or shall cause the compliance with all Federal and State law
requirements applicable to the development of the Project, including but not limited to,
requirements pertaining to Final Design, NEPA Re-evaluations, Design Changes,
Permitting, and ROW Acquisition.
5. Prior to the County advancing the Project to construction, the County shall complete a
NEPA Re-evaluation to confirm the validity of the project findings, as well as to update
any changes in existing conditions, applicable laws and/or commitments.
6. This Agreement may be amended when such an amendment is agreed to in writing by all
signatories. The Department and the County may hereafter enter into future
agreement(s) concerning the Project that may amend the terms of this Agreement, but no
such amendment shall modify the County's obligation to perform the commitments unless
such commitment is modified and/or released by the affected stakeholder or changes in
law. Such agreement(s)shall refer to this Agreement, and specifically state an intention
to modify identified terms of this Agreement.
7. This Agreement will become effective when all the parties have signed it. The date this
agreement is signed by the last party to sign it (as indicated by the date associated with
that party's signature)will be deemed the effective date of this agreement.
Page 2 of 66
4971
Docusign Envelope ID:7CB4F8DE-BB11-43136-8C86-526C09230CC8
LOCALLY FUNDED AGREEMENT
BETWEEN
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION
AND MONROE COUNTY
NOW, THEREFORE, in consideration of the premises, the mutual covenants and other valuable
considerations contained herein, the receipt and sufficiency of which are hereby acknowledged, the parties
agree as follows:
1. INCORPORATION OF RECITALS
The foregoing recitals are true and correct and are incorporated into the body of this Agreement,
as if fully set forth herein.
2. GENERAL REQUIREMENTS
a. A true and correct copy of the Resolution of the Participant's Commission approving this
Agreement is attached hereto as Exhibit"C", 'Participant's Resolution', and is incorporated
herein by reference.
b. The Department will administer the PD&E Study in accordance with the attached Exhibit
"A", 'Scope of Services'. The Department will complete the PD&E Study utilizing the funds
provided by the Participant.
c. The Participant will provide funding to the Department, in the aggregate amount of One
Million Four Hundred Forty-Seven Thousand Eight Hundred Dollars ($1,447,800) for the
PD&E Study, subject further to the provisions in Section 3 of this Agreement and as
outlined in the attachment Exhibit "B", "Financial Summary", which is herein incorporated
by reference.
d. The Department will not be obligated to commence any services or work until Participant's
funding for the PD&E Study is on deposit with the Department.
3. FINANCIAL PROVISIONS
a. The Participant agrees that it will, prior to PD&E Advertisement , furnish the Department
an advance deposit in the amount of One Million and Four Hundred Forty-Seven Thousand
Eight Hundred Dollars ($1,447,800) (hereinafter, the "Advance Deposit") for full payment
of the estimated PD&E Study cost.
b. If the total amount for the PD&E Study agreed upon between the Department and the
Department's PD&E consultant (the "Negotiated Amount") is in excess of the Advance
Deposit amount, the Participant will provide an additional deposit within fourteen (14)
calendar days of notification from the Department so that the total deposit is equal to the
Page 3 of 66
4972
Docusign Envelope ID:7CB4F8DE-BB11-43136-8C86-526C09230CC8
LOCALLY FUNDED AGREEMENT
BETWEEN
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION
AND MONROE COUNTY
Negotiated Amount. The Department will notify the Participant as soon as it becomes
apparent that the Negotiated Amount is in excess of the Advance Deposit amount.
However, failure of the Department to so notify the Participant shall not relieve the
Participant from its obligation to pay the total PD&E Study cost on final accounting as
provided herein below. If the Participant cannot provide the additional deposit within
fourteen (14)days, a letter must be submitted to and approved by the Department's Project
Manager indicating when the deposit will be made. The Participant understands the
request and approval of the additional time could delay the PD&E Study, and additional
costs may be incurred due to a delay of the PD&E Study.
c. If the Negotiated Amount is less than the Advance Deposit amount, the Department will
refund the amount that the Advance Deposit exceeds the Negotiated Amount if such refund
is requested by the Participant in writing.
d. Should there be modifications to the Scope of Services during the PD&E Study that
increase the total estimated PD&E Study cost set forth in Exhibit"B", the Participant will be
notified by the Department accordingly. The Participant agrees to provide, without delay,
in advance of the additional services or work being performed, adequate funds to ensure
that cash on deposit with the Department is sufficient to fully fund the PD&E Study. The
Department shall notify the Participant as soon as it becomes apparent the actual costs
will overrun the total estimated total PD&E Study cost. However, failure of the Department
to so notify the Participant shall not relieve the Participant from its obligation to pay the
total PD&E Study cost amount and on final accounting as provided herein below. Funds
due from the Participant during the PD&E Study not paid within forty (40) calendar days
from the date of the invoice are subject to an interest charge at a rate established pursuant
to Section 55.03, Florida Statutes (F.S.).
e. The Department intends to have its final and complete accounting of all costs incurred in
connection with the work performed hereunder within three hundred and sixty days (360)
of final payment to the Department's PD&E Study consultant. The Department considers
the PD&E Study complete when the final payment has been made to the Department's
PD&E Study consultant, not when the work under this Agreement is complete. All PD&E
Study cost records and accounts shall be subject to audit by a representative of the
Participant for a period of three (3) years after final close out of the PD&E Study. The
Participant will be notified of the final cost. Both parties agree that in the event the final
Page 4 of 66
4973
Docusign Envelope ID:7CB4F8DE-BB11-43136-8C86-526C09230CC8
LOCALLY FUNDED AGREEMENT
BETWEEN
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION
AND MONROE COUNTY
accounting of total PD&E Study costs pursuant to the terms of this Agreement is less than
the total deposits to date, a refund of the excess will be made by the Department to the
Participant. Notwithstanding, if the final accounting is not performed within three hundred
and sixty (360)days, the Participant is not relieved from its obligation to pay.
f. In the event the final accounting of total PD&E Study cost is greater than the total deposits
to date, the Participant will pay the additional amount within forty (40) calendar days from
the date of the invoice from the Department. The Participant agrees to pay interest at a
rate as established pursuant to Section 55.03, F. S., on any invoice not paid within forty
(40)calendar days until the invoice is paid.
g. The payment of funds under this Agreement will be made directly to the Department for
deposit and as provided in the attached Escrow Agreement between Participant,
Department, and the State of Florida, Department of Financial Services, Division of
Treasury.
h. Contact Persons:
PARTICIPANT: Monroe County
Address: 1100 Simonton Street, Key West, FL 33040
Contact Person: Judith Clarke
Telephone#: 305-295-4329
Fax#: 305-295-4321
Federal Employer ID # (FEIN): 596000749
DEPARTMENT:
District Contact: Paola Martinez
Telephone#: 305-470-5210
4. EFFECTIVE DATE OF THIS AGREEMENT
This Agreement shall become effective on the Effective Date set forth on page one (1) hereof.
Page 5 of 66
4974
Docusign Envelope ID:7CB4F8DE-BB11-43136-8C86-526C09230CC8
LOCALLY FUNDED AGREEMENT
BETWEEN
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION
AND MONROE COUNTY
5. PROVISIONS SEPARABLE
The provisions of this Agreement are independent of and separable from each other, and no
provision shall be affected or rendered invalid or unenforceable by virtue of the fact that for any
reason any other or others of them may be invalid or unenforceable in whole or in part.
6. AMENDMENT OF AGREEMENT
This Agreement may only be amended by mutual agreement of the Department and the Participant,
expressed in writing, and executed and delivered by each.
7. NOTICES
All notices, requests, demands and other communications required or permitted under this
Agreement shall be in writing and shall be deemed to have been duly given, made and received
when delivered (personally, by courier service such as Federal Express, or by other messenger)
against receipt or upon actual receipt of registered or certified mail, postage prepaid, return receipt
requested, addressed as set forth below:
a. If to the Participant:
Monroe County
1100 Simonton Street
Key West, Florida, 33040
Attention: Judith Clark, Director of Engineering Services
b. If to the Department:
Florida Department of Transportation
1000 NW 111 Avenue
Miami, Florida 33172
Attention: Dat Huynh, District Planning and Environmental Administrator
Any party may alter the address to which communications or copies are to be sent by giving notice
of such change of address in conformity with the provisions of this paragraph for the giving of notice.
Page 6 of 66
4975
Docusign Envelope ID:7CB4F8DE-BB11-43136-8C86-526C09230CC8
LOCALLY FUNDED AGREEMENT
BETWEEN
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION
AND MONROE COUNTY
8. ENTIRE AGREEMENT
This Agreement, including its attached Exhibits, contain the sole and entire Agreement between
the parties with respect to such subject matter and supersede any and all other prior written or oral
agreements between them with respect to such subject matter.
9. BINDING EFFECT
This Agreement shall be binding upon the parties and their respective representatives, successors,
and assigns.
10. WAIVER
Waiver by either party of any breach of any provision of this Agreement shall not be considered as
or constitute a continuing waiver or a waiver of any other breach of the same or any other provision
of this Agreement.
11. CAPTIONS
The captions contained in this Agreement are inserted only as a matter of convenience or reference
and in no way define, limit, extend or describe the scope of this Agreement or the intent of any of
its provisions.
12. ABSENCE OF THIRD-PARTY BENEFICIARIES
Nothing in this Agreement, express or implied, is intended to (a) confer upon any entity or person
other than the parties and their permitted successors and assigns any rights or remedies under or
by reason of this Agreement as a third-party beneficiary or otherwise except as specifically provided
in this Agreement; or (b) authorize anyone not a party to this Agreement to maintain an action
pursuant to or based upon this Agreement.
13. OTHER DOCUMENTS
The parties shall take all such actions and execute all such documents which may be reasonably
necessary to carry out the purposes of this Agreement, whether or not specifically provided for in
this Agreement; provided that the parties further acknowledge that certain additional actions by the
Participant may require approval by the Participant's Commission, and, to the extent such approval
is required by applicable law, obtaining such approval shall be a condition to the obligations of the
Participant under this Section.
Page 7 of 66
4976
Docusign Envelope ID:7CB4F8DE-BB11-43136-8C86-526C09230CC8
LOCALLY FUNDED AGREEMENT
BETWEEN
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION
AND MONROE COUNTY
14. GOVERNING LAW
This Agreement and the interpretation of its terms shall be governed by the laws of the State of
Florida, without application of conflicts of law principles. Venue for any judicial, administrative, or
other action to enforce or construe any term of this Agreement or arising from or relating to this
Agreement shall lie exclusively in Leon County, Florida.
[signatures on following page]
Page 8 of 66
4977
Docusign Envelope ID:7CB4F8DE-BB11-43136-8C86-526C09230CC8
LOCALLY FUNDED AGREEMENT
BETWEEN
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION
AND MONROE COUNTY
IN WITNESS WHEREOF, the parties hereto have executed this Agreement, on the day and year
above written.
MONROE COUNTY: STATE OF FLORIDA, DEPARTMENT OF
TRANSPORTATION:
1DocuSigned by:
V6A23331EC56748A.
BY. .
COUNTY MAYOR DISTRICT DIRECTOR OF TRANSPORTATION
DEVELOPMENT
IN MADOK
a
DocuSigned by:
�m
a6k -V °� ATTEST: BDE818C95DB54D8...
,mom AS DEPUTY CLERK 4 EXECUTIVE SECRETARY
LEGAL REVIEW
F"PRvk.D A5 t'E f1 ', DocuSigned by:
CSSIS b'INI CO'E4E.R'f.g3AR,RCb FY QU60, ThIt'
assssrax`rrcourvl•rarrotdvsv u (,h
R-TE . .1,
-"""" 12CAFOE1 B1 DB4BC...
COUNTY ATTORNEY DISTRICT CHIEF COUNSEL
Page 9 of 66
4978
Docusign Envelope ID:7CB4F8DE-BB11-43136-8C86-526C09230CC8
LOCALLY FUNDED AGREEMENT
BETWEEN
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION
AND MONROE COUNTY
EXHIBIT "A"
SCOPE OF SERVICES
Project Description:
This project involves the potential replacement of Card Sound Bridge (Bridge Identification Number
904990), a high-level fixed bridge located over the Atlantic Intracoastal Waterway (ICWW) within
Monroe County. The bridge is part of County Road (CR)905A/Card Sound Road, a roadway classified
as "Rural Minor Arterial" connecting Miami-Dade County to Monroe County between Florida City and
North Key Largo. The bridge provides one of two roadways in and out of the Florida Keys and serves
as an emergency evacuation route designated by the Florida Division of Emergency Management
(FDEM) Statewide Regional Evacuation Study Program and by the county for the residents of the
Florida Keys.The specific limits of the project extend from south of Milepost 5 to Milepost 6.242(Miami-
Dade/Monroe County Line), for a total distance of 1.242 miles (including the bridge).
Connecting Florida City and North Key Largo, the current 2,775-foot-long bridge structure consists of
two 12-foot wide travel lanes (one lane in each direction), 2-foot paved shoulders and raised curbs
which vary in width from 1'-7"to 4'-1"on both sides. There are no dedicated sidewalks or bicycle lanes
on the bridge. On the western end of the project, there are some small sections that provide shoulder
widths greater than two feet on both sides which are used for Alabama Jack's restaurant parking and
the toll gantry. Crossing over the Atlantic ICWW, the Card Sound Bridge has a vertical clearance of
65.9 feet and a horizontal clearance of 90 feet. The Atlantic ICWW is deemed a navigable waterway
by the United States Coast Guard (USCG) and a USCG Bridge Permit will be required.
A Life-Cycle Cost Analysis was conducted by Monroe County Engineering Services in August 2022 to
evaluate repair/rehabilitation versus replacement of the existing bridge. Based on the findings in the
report, bridge replacement is the recommended course of action for the bridge improvements.Alternate
alignments parallel to the existing bridge, as well as alternate vertical alignments and structure types,
may be evaluated during the Project Development and Environment (PD&E) Study. Wider paved
shoulders and enhanced/new bicycle and pedestrian facilities are also to be considered with the
improvements. Additional right-of-way is not expected to complete this project. Vessel traffic may be
disrupted intermittently as temporary closures of the waterway under the bridge occur during project
construction. The existing right-of-way is approximately 100 feet on the southern side of the bridge,
Page 10 of 66
4979
Docusign Envelope ID:7CB4F8DE-BB11-43136-8C86-526C09230CC8
LOCALLY FUNDED AGREEMENT
BETWEEN
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION
AND MONROE COUNTY
varies on the northern side with a minimum of 70 feet provided, and 30 feet at the center of the bridge.
Specific right-of-way requirements for the project will be determined during the PD&E Study.
Project Limits: South of Milepost 5 to Milepost 6.242 (MiamiODade/Monroe County Line)
FDOT Financial Project Number: 453765-1-22-01
County: Monroe County
FDOT Project Manager: Paola Martinez
Participant's Project Manager: Judith Clarke
Page 11 of 66
4980
Docusign Envelope ID:7CB4F8DE-BB11-43136-8C86-526C09230CC8
LOCALLY FUNDED AGREEMENT
BETWEEN
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION
AND MONROE COUNTY
EXHIBIT A
FD
SCOPE OF SERVICES
FOR
PROJECT DEVELOPMENT AND ENVIRONMENT (PD&E) STUDIES
CARD SOUND ROAD BRIDGE FROM MILEPOST 5 TO MILEPOST 6.242
FDOT District 6
Monroe County
This Scope of Services is an attachment which is incorporated into the agreement between the
State of Florida Department of Transportation (hereinafter referred to as the DEPARTMENT or
FDOT) and f�] (hereinafter referred to as the CONSULTANT)relative to the
transportation facility described as follows:
Financial Project ID: 453765-1-22-01
Federal Aid Project No.:
ETDM No.: 14539
County Section No.: 90509000
Bridge No.: 904990
Railroad Crossing No.:NA
Project Type: Highway
Lead Agency: FL Department of Transportation
Federal Funding: Yes
Anticipated Class ofAction: Environmental Assessment
Page 12 of 66
4981
Docusign Envelope ID:7CB4F8DE-BB11-43136-8C86-526C09230CC8
LOCALLY FUNDED AGREEMENT
BETWEEN
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION
AND MONROE COUNTY
Table of Contents
1.0 SCOPE OF SERVICES PURPOSE ....................................................................................... 18
2.0 PROJECT DESCRIPTION AND OBJECTIVES .................................................................. 19
2.1 PROJECT OBJECTIVES................................................................................................... 20
2.2 PROJECT REQUIREMENTS AND PROVISIONS FOR WORK.................................... 22
2.2.1 Governing Regulations ................................................................................................ 23
2.2.2 Liaison Office .............................................................................................................. 24
2.2.3 Personnel...................................................................................................................... 24
2.2.4 Subconsultant............................................................................................................... 25
2.2.5 Lead Agency, Cooperating Agencies and Participating Agencies .............................. 26
2.2.6 Meetings and Presentations.......................................................................................... 26
2.2.7 Communication............................................................................................................ 26
2.2.8 Quality Control ............................................................................................................ 27
2.2.9 Schedule....................................................................................................................... 27
2.2.10 Submittals .................................................................................................................. 28
2.2.11 Computer Automation ............................................................................................... 30
2.2.12 Conflict of Interest..................................................................................................... 31
2.3 COORDINATION WITH OTHER CONSULTANTS AND ENTITIES.......................... 31
2.4 CONTRACT MANAGEMENT......................................................................................... 32
2.5 ADDITIONAL SERVICES................................................................................................ 32
2.5.1 Alternative Corridor Evaluation .................................................................................. 32
2.5.2 Advance Notification................................................................................................... 32
2.5.3 Scoping ........................................................................................................................ 32
2.5.4 Notice of Intent............................................................................................................ 32
2.5.5 Transit Coordination Plan............................................................................................ 32
2.6 SERVICES TO BE PERFORMED BY THE DEPARTMENT......................................... 33
2.7 OPTIONAL SERVICES..................................................................................................... 34
3.0 PUBLIC INVOLVEMENT.................................................................................................... 34
3.1 PUBLIC INVOLVEMENT PLAN ELEMENTS............................................................... 35
3.1.1 Public Involvement Plan.............................................................................................. 35
3.1.2 Public Involvement Data Collection............................................................................ 36
Page 13 of 66
4982
Docusign Envelope ID:7CB4F8DE-BB11-43136-8C86-526C09230CC8
LOCALLY FUNDED AGREEMENT
BETWEEN
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION
AND MONROE COUNTY
3.2 SCHEDULED PUBLIC MEETINGS ................................................................................ 36
3.3 PUBLIC HEARING ........................................................................................................... 38
3.4 COMMENTS AND COORDINATION REPORT............................................................ 39
3.5 NOTIFICATION OF APPROVED ENVIRONMENTAL DOCUMENT......................... 39
3.6 ADDITIONAL PUBLIC INVOLVEMENT REQUIREMENTS ...................................... 39
4.0 ENGINEERING ANALYSES AND CONSIDERATIONS .................................................. 40
4.1 REVIEW OF PREVIOUS PLANNING STUDIES ........................................................... 40
4.2 EXISTING CONDITIONS ANALYSIS............................................................................ 40
4.3 SURVEY............................................................................................................................. 41
4.4 GEOTECHNICAL INVESTIGATION.............................................................................. 41
4.5 TRAFFIC ANALYSIS ....................................................................................................... 41
4.5.1 Traffic Analysis Methodology..................................................................................... 41
4.5.2 Turning Movement Counts.......................................................................................... 42
4.5.3 Vehicle Classification Counts on Roadway Segments and Ramps ............................. 42
4.5.4 Pedestrian, Bicycle, and Other Multimodal Data........................................................ 42
4.5.5 Microscopic Calibration and Validation Data Collection............................................ 42
4.5.6 Existing Traffic Operational Analysis ......................................................................... 42
4.5.7 Microscopic Calibration and Validation...................................................................... 43
4.5.8 Future Demand Forecasting......................................................................................... 43
4.5.9 No Build Analysis........................................................................................................ 43
4.5.10 Development and Screening of Alternatives ............................................................. 43
4.5.11 Operational Evaluation of Build Alternatives............................................................ 44
4.5.12 Project Traffic Analysis Report................................................................................. 44
4.5.13 Interchange Access Request ...................................................................................... 44
4.5.14 Traffic Data for Noise Study...................................................................................... 44
4.5.15 Traffic Data for Air Analysis..................................................................................... 44
4.5.16 Signalization Analysis ............................................................................................... 45
4.6 SIGNAGE........................................................................................................................... 45
4.7 TOLLING CONCEPTS...................................................................................................... 45
4.8 SAFETY ............................................................................................................................. 45
4.8.1 Crash Data.................................................................................................................... 45
Page 14 of 66
4983
Docusign Envelope ID:7CB4F8DE-BB11-43136-8C86-526C09230CC8
LOCALLY FUNDED AGREEMENT
BETWEEN
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION
AND MONROE COUNTY
4.8.2 Safety Analysis ............................................................................................................ 45
4.8.3 Documentation of Safety Analysis .............................................................................. 45
4.9 UTILITIES AND RAILROAD .......................................................................................... 45
4.9.1 Utilities......................................................................................................................... 46
4.9.2 Railroads ...................................................................................................................... 46
4.10 ROADWAY ANALYSIS................................................................................................. 46
4.10.1 Design Controls and Criteria ..................................................................................... 46
4.10.2 Typical Section Analysis ........................................................................................... 47
4.10.3 Geometric Design ...................................................................................................... 47
4.10.4 Intersections and Interchange Evaluation.................................................................. 47
4.10.5 Access Management.................................................................................................. 47
4.10.6 Multimodal Accommodations ................................................................................... 47
4.10.7 Maintenance of Traffic .............................................................................................. 48
4.10.8 Lighting...................................................................................................................... 48
4.11 IDENTIFY CONSTRUCTION SEGMENTS .................................................................. 48
4.12 TRANSPORTATION SYSTEMS MANAGEMENT AND OPERATIONS .................. 48
4.13 STRUCTURES................................................................................................................. 49
4.13.1 Existing Structures..................................................................................................... 49
4.13.2 Structure Typical Sections......................................................................................... 49
4.13.3 Structure Design Alternatives.................................................................................... 50
4.14 DRAINAGE...................................................................................................................... 50
4.14.1 Floodplain and Environmental Permit Data Collection............................................. 50
4.14.2 Drainage Analysis...................................................................................................... 50
4.14.3 Floodplain Compensation Analysis........................................................................... 50
4.14.4 Stormwater Management Analysis............................................................................ 51
4.14.5 Drainage Design......................................................................................................... 51
4.14.6 Location Hydraulics Report....................................................................................... 51
4.14.7 Bridge Hydraulic Evaluation ..................................................................................... 51
4.15 LANDSCAPING ANALYSIS.......................................................................................... 51
4.16 CONSTRUCTION AND RIGHT OF WAY COST ESTIMATES.................................. 52
4.16.1 Construction Cost Estimates...................................................................................... 52
Page 15 of 66
4984
Docusign Envelope ID:7CB4F8DE-BB11-43136-8C86-526C09230CC8
LOCALLY FUNDED AGREEMENT
BETWEEN
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION
AND MONROE COUNTY
4.16.2 Right of Way Cost Estimates..................................................................................... 52
4.17 ALTERNATIVES EVALUATION.................................................................................. 53
4.17.1 Comparative Alternatives Evaluation........................................................................ 53
4.17.2 Selection of Recommended Alternative .................................................................... 53
4.17.3 Value Engineering ..................................................................................................... 53
4.18 CONCEPT PLANS........................................................................................................... 54
4.18.1 Base Map ................................................................................................................... 54
4.18.2 Alternatives Concept Plans........................................................................................ 54
4.18.3 Preferred Alternative.................................................................................................. 54
4.18.4 Typical Section Package............................................................................................ 54
4.18.5 Design Exceptions and Design Variations................................................................. 55
4.19 TRANSPORTATION MANAGEMENT PLAN ............................................................. 55
4.20 RISK MANAGEMENT.................................................................................................... 55
4.21 ENGINEERING ANALYSIS DOCUMENTATION....................................................... 55
4.22 PLANNING CONSISTENCY.......................................................................................... 55
4.22.1 Transportation Plans .................................................................................................. 55
4.22.2 Planning Consistency Form....................................................................................... 56
5.0 ENVIRONMENTAL ANALYSIS AND REPORTS............................................................. 56
5.1 SOCIOCULTURAL EFFECTS.......................................................................................... 56
5.1.1 Social............................................................................................................................ 57
5.1.2 Economic ..................................................................................................................... 57
5.1.3 Land Use Changes ....................................................................................................... 57
5.1.4 Mobility........................................................................................................................ 57
5.1.5 Aesthetics..................................................................................................................... 57
5.1.6 Relocation Potential..................................................................................................... 58
5.2 CULTURAL RESOURCES............................................................................................... 58
5.2.1 Archaeological and Historic Resources....................................................................... 58
5.2.2 Recreational, Section 4(f) ............................................................................................ 59
5.3 NATURAL RESOURCES ................................................................................................. 59
5.3.1 Wetlands ...................................................................................................................... 59
5.3.2 Essential Fish Habitat.................................................................................................. 59
Page 16 of 66
4985
Docusign Envelope ID:7CB4F8DE-BB11-43136-8C86-526C09230CC8
LOCALLY FUNDED AGREEMENT
BETWEEN
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION
AND MONROE COUNTY
5.3.3 Wildlife and Habitat..................................................................................................... 60
5.3.4 Natural Resource Evaluation Report ........................................................................... 60
5.3.5 Water Quality............................................................................................................... 60
5.3.6 Special Designations.................................................................................................... 60
5.3.7 Identify Permit Needs .................................................................................................. 60
5.3.8 Farmland...................................................................................................................... 61
5.4 PHYSICAL EFFECTS ....................................................................................................... 61
5.4.1 Noise............................................................................................................................ 61
5.4.2 Transit Noise and Vibration Analysis.......................................................................... 61
5.4.3 Air Quality ................................................................................................................... 62
5.4.4 Construction Impact Analysis...................................................................................... 62
5.4.5 Contamination.............................................................................................................. 62
5.5 CUMULATIVE EFFECTS EVALUATION ..................................................................... 62
5.6 PROJECT COMMITMENTS RECORD ........................................................................... 62
6.0 ENVIRONMENTAL DOCUMENT...................................................................................... 62
7.0 METHOD OF COMPENSATION......................................................................................... 63
Page 17 of 66
4986
Docusign Envelope ID:7CB4F8DE-BB11-43136-8C86-526C09230CC8
LOCALLY FUNDED AGREEMENT
BETWEEN
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION
AND MONROE COUNTY
1.0 SCOPE OF SERVICES PURPOSE
The Scope of Services describes the responsibilities of the CONSULTANT and the Florida
Department of Transportation (FDOT or DEPARTMENT)when conducting Project
Development and Environment(PD&E) Studies necessary to comply with DEPARTMENT
procedures and underlying laws and regulations and to obtain FL Department of
Transportation approval of the Environmental Document.
All activities encompassed by this Scope of Services include:
• Major work groups include: 2.0 -Project Development& Environmental (PD&E)
Studies; 3.2—Major Highway Design; 4.2.1 —Major Bridge Design— Concrete;
4.2.2—Major Bridge Design - Steel
• Minor work groups include: 4.1.1- Miscellaneous Structures and Minor Bridge
Design; 6.1 - Traffic Engineering Studies; 6.3.1 - Intelligent Transportation
Systems Analysis & Design; 6.3.3 - Intelligent Transportation Traffic Engineering
Systems Communications; 7.1 - Signing, Pavement Marking & Channelization;
7.2 - Lighting; 7.3 - Signalization; 8.2 - Design, Right of Way & Construction
Surveying; 9.1 - Soil Exploration; 9.2 - Geotechnical Classification Lab Testing;
.94.1 - Standard Foundation Studies; 9.4.2 -Non-redundant Drilled Shaft Bridge
Foundation Studies; 15.0 —Landscape Architect
The Project development process and all tasks identified in this Scope of Services must
follow the guidance provided in the DEPARTMENT's current version of the PD&E Manual
and FDOT Design Manual (FDM). As discussed in Part 1, Chapter 1, of the PD&E
Manual, the PD&E Manual satisfies state and federal processes and incorporates the
requirements of the National Environmental Policy Act(NEPA); federal law, regulations,
and Executive Orders included in the FHWA Federal-Aid Policy Guide; and applicable state
laws and regulations including Section 339.155 of the Florida Statutes and Rule Chapter 14
of the Florida Administrative Code. As such, Project documents prepared by the
CONSULTANT must comply with all applicable state and federal laws, regulations, and
Executive Orders.
The Scope of Services defines the Project tasks to be performed consistent with the PD&E
Manual and other pertinent manuals as specifically prescribed in Section 2. The Scope of
Services also outlines work activities that will be the responsibility of the CONSULTANT
and/ or the DEPARTMENT.
The CONSULTANT must demonstrate good project management practices while working
on this Project, including effective communication with the DEPARTMENT and others as
necessary, effective management of time and resources, and quality of documentation.
Throughout the PD&E Study, the CONSULTANT shall set up and maintain a contract file in
accordance with DEPARTMENT procedures. The CONSULTANT and any subconsultants
are expected to know the laws and rules governing their profession and are expected to
Page 18 of 66
4987
Docusign Envelope ID:7CB4F8DE-BB11-43136-8C86-526C09230CC8
LOCALLY FUNDED AGREEMENT
BETWEEN
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION
AND MONROE COUNTY
provide professional services in accordance with current and applicable regulations, codes,
ordinances, and standards.
The DEPARTMENT will provide contract administration and management, as well as
technical reviews of all work associated with the development of this Project and performed
under this Scope of Services. The DEPARTMENT's technical reviews will focus on high-
level conformance and are not meant to substitute CONSULTANT quality reviews of
deliverables. The CONSULTANT is fully responsible for all work performed and work
products developed under this Scope of Services. The DEPARTMENT may provide task-
specific information as outlined in this Scope of Services.
2.0 PROJECT DESCRIPTION AND OBJECTIVES
This project involves the potential replacement of Card Sound Bridge (Bridge Identification
Number 904990), a high-level fixed bridge located over the Atlantic Intracoastal Waterway
(ICWW) within Monroe County. The bridge is part of County Road(CR) 905A/Card Sound
Road, a roadway classified as "Rural Minor Arterial" connecting Miami-Dade County to
Monroe County between Florida City and North Key Largo. The bridge provides one of two
roadways in and out of the Florida Keys and serves as an emergency evacuation route
designated by the Florida Division of Emergency Management(FDEM) Statewide Regional
Evacuation Study Program and by the county for the residents of the Florida Keys. The
specific limits of the project extend from south of Milepost 5 to Milepost 6.242 (Miami-
Dade/Monroe County Line), for a total distance of 1.242 miles (including the bridge).
Connecting Florida City and North Key Largo, the current 2,775-foot-long bridge structure
consists of two 12-foot wide travel lanes (one lane in each direction), 2-foot paved shoulders
and raised curbs which vary in width from P-7" to 4'-1" on both sides. There are no dedicated
sidewalks or bicycle lanes on the bridge. On the western end of the project, there are some
small sections that provide shoulder widths greater than two feet on both sides which are
used for Alabama Jack's restaurant parking and the toll gantry. Crossing over the Atlantic
ICWW, the Card Sound Bridge has a vertical clearance of 65.9 feet and a horizontal
clearance of 90 feet. The Atlantic ICWW is deemed a navigable waterway by the United
States Coast Guard (USCG) and a USCG Bridge Permit will be required.
A Life-Cycle Cost Analysis was conducted by Monroe County Engineering Services in
August 2022 to evaluate repair/rehabilitation versus replacement of the existing bridge.
Based on the findings in the report, bridge replacement is the recommended course of action
for the bridge improvements. Alternate alignments parallel to the existing bridge, as well as
alternate vertical alignments and structure types, may be evaluated during the Project
Development and Environment(PD&E) Study. Wider paved shoulders and enhanced/new
bicycle and pedestrian facilities are also to be considered with the improvements. Additional
right-of-way is not expected to complete this project. Vessel traffic may be disrupted
intermittently as temporary closures of the waterway under the bridge occur during project
Page 19 of 66
4988
Docusign Envelope ID:7CB4F8DE-BB11-43136-8C86-526C09230CC8
LOCALLY FUNDED AGREEMENT
BETWEEN
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION
AND MONROE COUNTY
construction. The existing right-of-way is approximately 100 feet on the southern side of the
bridge, varies on the northern side with a minimum of 70 feet provided, and 30 feet at the
center of the bridge. Specific right-of-way requirements for the project will be determined
during the PD&E Study.
2.1 PROJECT OBJECTIVES
The PD&E Study has the following project objectives:
The purpose of this project is to address the structural degradation and substandard
design elements of the existing Card Sound Bridge along CR 905A/Card Sound Road.
The alternatives will also evaluate improving emergency evacuation/response times and
providing enhanced or new bicycle and pedestrian facilities.
The need for the project is based on the following criteria:
PRIMARY NEEDS:
BRIDGE DEFICIENCIES: Address Structural Degradation & Substandard Design
Elements
Card Sound Bridge (Bridge Identification Number 904990)was constructed in 1969 and
has been repaired and rehabilitated many times since construction, most recently in 2016.
Previous repairs include spall repairs, crack injection, steel repairs and painting, cathodic
protection pile jackets, deck sealing, fender repairs, and various other rehabilitation
activities.
Based on the latest FDOT Bridge Inspection Report conducted in 2024, the Card Sound
Bridge received a Sufficiency Rating of 48.7 (on a scale of 0-100). The Sufficiency
Rating is essentially an overall rating of a bridge's fitness to remain in service and
indicates the bridge's structural adequacy, serviceability and also serves as a factor when
evaluating replacement versus rehabilitation. A Sufficiency Rating below 50.0 may
qualify a bridge for replacement funding.
The bridge inspection report further examined a number of components and assigned a
rank or condition to each. The ranks/conditions were based on a scale of zero (0) through
nine (9). A ranking of zero (0) generally means that the bridge is out of service, beyond
corrective action, and in need of replacement; a ranking of nine (9) means that the bridge
is in excellent condition and no deficiencies have been identified. The
rankings/conditions for components of the bridge examined in the report are as follows:
-Deck: 6 Satisfactory
-Superstructure: 5 Fair
Page 20 of 66
4989
Docusign Envelope ID:7CB4F8DE-BB11-43136-8C86-526C09230CC8
LOCALLY FUNDED AGREEMENT
BETWEEN
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION
AND MONROE COUNTY
-Substructure: 6 Satisfactory
-Channel: 7 Minor Damage
-Performance Rating: Fair
The Card Sound Bridge is not considered structurally deficient. Should one of the above
rankings go below a five (5) during a future inspection, the bridge would then qualify as
structurally deficient.
While the bridge is not designated as functionally obsolete based on the latest Bridge
Inspection Report, the existing Card Sound Bridge does not meet current FDOT design
standards as it has narrow shoulders and lacks bicycle and pedestrian facilities.
According to the 2023 Florida Design Manual, the typical section for this type of bridge
should feature 12-foot travel lanes and 10-foot outside shoulders. In addition, the bridge
is classified as containing Non-Redundant Steel Tension Members and is fracture and
scour critical.
PROJECT STATUS
This project was initiated by Monroe County and federal (FHWA) funds have been
congressionally appropriated for the Project Development and Environment(PD&E)
phase. As such, FDOT District Six will be conducting the PD&E Study consistent with
the National Environmental Policy Act(NEPA) on the County's behalf. The Card Sound
Bridge project is currently included as a candidate project in the FDOT Work Program
with $1,863,200 programmed for the PD&E phase. In addition, the Card Sound Bridge
Replacement PD&E Study is included in the Monroe County 2030 Comprehensive Plan
with funding shown in Fiscal Years (FYs) 2023-2025.
SECONDARY NEEDS:
MODAL INTERRELATIONSHIPS: Accommodate Pedestrian and Bicycle Activity
No sidewalks or bicycle lanes exist on either side of the bridge structure or the
approaches, with a lack of pedestrian/bicycle access provided between Florida City and
North Key Largo. The addition of sidewalks and/or bicycle facilities, including
potentially a shared-use path, will be considered in the bridge alternatives to allow for the
safe movement of pedestrians/bicyclists across Little Card Sound.
SAFETY: Improve Evacuation and Emergency Response Times
Serving as part of the emergency evacuation route network designated by the Florida
Division of Emergency Management(FDEM), Monroe County, and Miami-Dade
County, CR 905A/Card Sound Road [including Card Sound Bridge] plays a critical role
Page 21 of 66
4990
Docusign Envelope ID:7CB4F8DE-BB11-43136-8C86-526C09230CC8
LOCALLY FUNDED AGREEMENT
BETWEEN
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION
AND MONROE COUNTY
in facilitating traffic during emergency evacuation periods. CR 905A/Card Sound Road
and Card Sound Bridge provide a connection into and out of mainland Florida for the
residents of Monroe County and, more specifically, the residents and visitors of Ocean
Reef Club. The existing bridge has 2-foot paved shoulders and does not meet current
design standards; it cannot accommodate emergency service vehicles, maintenance
vehicles, and/or disabled vehicles. As such, wider paved shoulders (which could be
converted to travel lanes in emergency situations)will potentially be considered with the
bridge improvements to help facilitate higher traffic volumes during evacuation events
and emergency service vehicles during traffic incidents.
The CONSULTANT will analyze and assess the Project's impact on the social,
economic, cultural, natural, and physical environment, in order to develop the Location
and Design Concept of the Project in accordance with FDOT policy,procedures, and
requirements.
The CONSULTANT shall review and become familiar with Project documents and
materials that have been prepared prior to the PD&E phase. The CONSULTANT will
review the Efficient Transportation Decision Making Process (ETDM)Programming
Screen Summary Report, including comments received from the Environmental
Technical Advisory Team (ETAT), Lead Agency, and/or any responses from the
District pertaining to this Project. The CONSULTANT shall also review concepts and
reports (e.g., typical sections, alignments, planning reports) developed from prior
planning studies. The CONSULTANT shall use resource agencies' comments to assess
the level of effort for work activities required to adequately address potential resources of
concern to this Project.
2.2 PROJECT REQUIREMENTS AND PROVISIONS FOR WORK
The CONSULTANT will conduct the appropriate level of engineering and environmental
analyses related to the anticipated Class of Action for this Project, as outlined in the
PD&E Manual, the FDM, and directed by the Project objectives. The level of analysis
depends on complexity of the Project, level of controversy,potential for significant
impacts, and degree and quality of information/ data available. If the Class of Action for
the Project was not determined during ETDM screening, the Lead Agency will determine
it after completion of the environmental analyses.
The CONSULTANT upon direction from DEPARTMENT will assist with updating data,
technical studies or Environmental Document to ensure compliance with NEPA, other
federal laws, regulations and Executive Orders.
The CONSULTANT will maximize the use of existing information available from State,
regional, local agencies,private sources, and its own files. Examples include the
Programming Screen Summary Report, Concept Reports,previously completed planning
Page 22 of 66
4991
Docusign Envelope ID:7CB4F8DE-BB11-43136-8C86-526C09230CC8
LOCALLY FUNDED AGREEMENT
BETWEEN
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION
AND MONROE COUNTY
products, listed species reports, Florida Department of Environmental Protection
OCULUS Electronic Document Management System, and other sources as appropriate.
The DEPARTMENT will allow the CONSULTANT to use the DEPARTMENT's
computer facilities upon proper authorization as described in DEPARTMENT Procedure
No. 325-060-401; Planning studies relevant to this project which the CONSULTANT is
required to review include:
• Bridge Inspection Reports
• As-Built Plans
• Life-Cycle Cost Analysis CR 905A (Card Sound Road) Over Card Sound Bridge No.
904990, Monroe County, August 2022
2.2.1 Governing Regulations
Services performed by the CONSULTANT must comply with all applicable
DEPARTMENT Manuals and Guidelines. The CONSULTANT will use the latest
editions of the following Manuals and Guidelines to perform work for this Project.
• Florida Statutes
• Florida Administrative Codes
• Applicable Federal Regulations, U.S. Codes, and Technical Advisories
• PD&E Manual
• ETDM Manual
• SocioCultural Effects Evaluation Handbook
• Public Involvement Handbook
• FDOT Design Manual (FDM)
• Interchange Access Request User's Guide
• Highway Capacity Manual (HCM)
• Manual on Uniform Traffic Studies (MUTS)
• Manual of Uniform Traffic Control Devices (MUTCD)
• Minimum Standards for Design, Construction, and Maintenance Streets and
Highways (Florida Greenbook)
• A Policy on Geometric Design of Highways and Streets
• AASHTO Guide for the Development of Bicycle Facilities
• AASHTO Guide for the Development of Pedestrian Facilities
• Highway Safety Manual (HSM)
• Right of Way Mapping Handbook
• Right of Way Procedures Manual
• Survey and Mapping Handbook
• Soils and Foundation Handbook
• Electronic Field Book (EFB)User Handbook
Page 23 of 66
4992
Docusign Envelope ID:7CB4F8DE-BB11-43136-8C86-526C09230CC8
LOCALLY FUNDED AGREEMENT
BETWEEN
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION
AND MONROE COUNTY
• Drainage Manual
• FDOT Drainage Design Guide
• Structures Manual
• CADD Manual
• Quality/Level of Service Handbook
• Project Traffic Forecasting Handbook& Project Traffic Forecasting Procedure
No. 525-030-120
• Traffic Analysis Handbook
• Florida Highway Landscape Guide
• Basis of Estimates Manual
• Project Management Handbook
• FDOT Traffic Engineering Manual
2.2.2 Liaison Office
The DEPARTMENT and the CONSULTANT will designate their respective Liaison
Offices for this Project.
2.2.3 Personnel
The DEPARTMENT will designate a Project Manager to represent the
DEPARTMENT for this Project. The DEPARTMENT Project Manager shall be
responsible for coordination with the CONSULTANT pertaining to all contractual
matters, invoicing and reporting. The DEPARTMENT Project Manager shall also be
responsible for approval of any additional staffing to be provided (approval must be
coordinated with the Procurement Office), and shall give approval of all products and
services. The CONSULTANT will assign a Project Manager who will communicate
regularly with the DEPARTMENT Project Manager regarding development of this
Project. Final direction on all matters of this Project remains with the
DEPARTMENT Project Manager.
The CONSULTANT must maintain staffing levels and personnel qualifications
necessary to complete the required activities for this Scope of Services. The
CONSULTANT's work must be performed to DEPARTMENT standards and
procedures by personnel identified in the contract. Any changes in the identified
personnel will be subject to review and approval by the DEPARTMENT. To the
extent possible, the CONSULTANT must minimize the DEPARTMENT's need to
apply its own resources to the Scope of Services activities unless otherwise identified.
The CONSULTANT shall assign only competent technical and professional
personnel qualified by the necessary experience and education to perform assigned
work. The CONSULTANT is responsible for ensuring that staff assigned to work
Page 24 of 66
4993
Docusign Envelope ID:7CB4F8DE-BB11-43136-8C86-526C09230CC8
LOCALLY FUNDED AGREEMENT
BETWEEN
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION
AND MONROE COUNTY
under this Agreement has the training established by the DEPARTMENT as a
prerequisite for CONSULTANT staff to perform work. If the required training is such
that it can be applied by the trainee to work on other contracts, (regardless of whether
or not the trainee would work on other agreements), the cost of the trainee's time and
expenses associated with the training is not directly billable to the DEPARTMENT
on this contract, and shall only be recoverable through overhead for the
CONSULTANT firm.
The CONSULTANT must request approval from the DEPARTMENT's Project
Manager for any modifications or additions to the list of available staff prior to the
initiation of any work by that individual. If applicable, new job classifications may be
added to the contract via contract amendment and must be approved by Procurement.
The CONSULTANT shall submit a copy of the resume and payroll register before
new staff can be added.
The CONSULTANT must have a Licensed Professional Engineer in the State of
Florida to sign and seal all engineering reports, documents, technical special
provisions, and plans as required by DEPARTMENT standards.
The CONSULTANT and its employees, agents, representatives, or subconsultants are
not employees of the DEPARTMENT and are not entitled to the benefits of State of
Florida employees. Except to the extent expressly authorized herein, CONSULTANT
and its employees, agents, representatives, or subconsultants are not agents of the
DEPARTMENT or the State for any purpose or authority such as to bind or represent
the interests thereof, and shall not represent that it is an agent or that it is acting on the
behalf of the DEPARTMENT or the State. The DEPARTMENT shall not be bound
by any unauthorized acts or conduct of CONSULTANT.
2.2.4 Subconsultant
Services assigned to any subconsultants must be approved in writing and in advance
by the DEPARTMENT Project Manager, Procurement Office, and the
CONSULTANT Project Manager in accordance with this Scope of Services. All
subconsultants must be technically qualified by the DEPARTMENT to perform all
work assigned to them. Additional subconsultants with specialized areas of expertise
may be required to complete specific assignments. Any subconsultants to be hired
and all work assignments to be performed, and all rates of compensation shall be
agreed to by the DEPARTMENT Project Manager, Procurement Office and the
CONSULTANT Project Manager and documented in the contract file prior to any
work being performed by the subconsultants.
Page 25 of 66
4994
Docusign Envelope ID:7CB4F8DE-BB11-43136-8C86-526C09230CC8
LOCALLY FUNDED AGREEMENT
BETWEEN
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION
AND MONROE COUNTY
2.2.5 Lead Agency, Cooperating Agencies and Participating Agencies
The CONSULTANT Project Manager will support The DEPARTMENT Project
Manager in coordination with the Lead Agency, Cooperating Agencies and
Participating Agencies.
The Lead Agency for this Project is FL Department of Transportation.
The following will be engaged as a Cooperating Agency:
• US Coast Guard
The following will be engaged as a Participating Agency(s):
• FL Department of Environmental Protection
• US Army Corps of Engineers
• FL Department of State
• South Florida Water Management District
2.2.6 Meetings and Presentations
Led by the DEPARTMENT Project Manager, the CONSULTANT will attend the
Notice to Proceed Meeting, where DEPARTMENT representatives will outline
relevant contract and Project information provided by the DEPARTMENT Project
Manager.
The CONSULTANT shall attend meetings necessary to undertake the activities of
this Scope of Services. This includes meetings with DEPARTMENT staff and/or
resources agency staff, other consultants, or other miscellaneous meetings. It is
anticipated that 36 progress and miscellaneous review meetings will be needed.
The CONSULTANT will attend meetings or make presentations at the request of the
DEPARTMENT with at least five (5)business days' notice. The CONSULTANT will
prepare meeting notes for all meetings identified in this Exhibit and submit within
five (5)working days to the DEPARTMENT's Project Manager for review.
2.2.7 Communication
The DEPARTMENT Project Manager will be the representative of the
DEPARTMENT for the Project. The CONSULTANT must regularly communicate
with the DEPARTMENT Project Manager to discuss and resolve issues or solicit
opinions regarding this Project. The CONSULTANT must include the
DEPARTMENT when seeking and receiving advice from various State, regional,
local agencies, and citizen groups. The final direction on all matters for this Project
remains with the DEPARTMENT Project Manager.
Page 26 of 66
4995
Docusign Envelope ID:7CB4F8DE-BB11-43136-8C86-526C09230CC8
LOCALLY FUNDED AGREEMENT
BETWEEN
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION
AND MONROE COUNTY
All written correspondence between the CONSULTANT and any parry pertaining
specifically to this Project must be reviewed and approved by the DEPARTMENT.
The CONSULTANT must respond to information requests relative to the PD&E
Study from third parties at the direction, and with the approval, of the
DEPARTMENT. The CONSULTANT will assist the DEPARTMENT in preparing
the content of the letters from DEPARTMENT personnel to other agencies,public
officials, and others as needed or requested.
2.2.8 Quality Control
The DEPARTMENT requires that all Project documents, technical studies,
calculations, maps, reports, conceptual plans, design, and the Environmental
Document are correct and complete, appropriate for the intended purposes, and
conform to requirements of this Scope of Services. The CONSULTANT, is
responsible for the quality of all (including the subconsultants) deliverables. The
CONSULTANT will independently and continually review deliverables for accuracy
and completeness. The CONSULTANT must develop and follow an internal Quality
Control (QC)process. The QC process is intended to ensure that quality is achieved
through checking, reviewing, and verifying work activities and deliverables by
qualified individuals who were not directly responsible for performing the initial
work.
Within twenty (20)business days from the Notice to Proceed, the CONSULTANT
must submit its QC Plan to the DEPARTMENT Project Manager for approval. The
QC Plan will identify the deliverables, the personnel to perform the reviews, and the
method of documentation. The QC Plan will be signed by the CONSULTANT
Project Manager and the CONSULTANT QC Manager.
The CONSULTANT must include document reviews and written resolution of
comments with each submittal or deliverable to show the QC process was followed.
At a minimum, a quality review checklist must be provided and should include
letters, exhibits, technical studies, reports, design calculations, Environmental
Document or any documents used or referenced in the QC Plan. The CONSULTANT
must maintain documentation which show the QC Plan process was followed. The
DEPARTMENT Project Manager may request from the CONSULTANT document
reviews and written resolution of comments at any time during the PD&E Study.
2.2.9 Schedule
Within ten (10) business days after the Notice to Proceed, and prior to the
CONSULTANT beginning work, the CONSULTANT shall submit a detailed Project
activity/ event schedule to the DEPARTMENT. The schedule must indicate all
required submittals, critical path activities, and key project milestones / activity
Page 27 of 66
4996
Docusign Envelope ID:7CB4F8DE-BB11-43136-8C86-526C09230CC8
LOCALLY FUNDED AGREEMENT
BETWEEN
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION
AND MONROE COUNTY
codes. When applicable, the CONSULTANT Project Manager will receive a
Statewide Acceleration and Transformation (SWAT)preliminary Project schedule
from the DEPARTMENT Project Manager during the Notice to Proceed meeting.
The Project schedule shall contain at a minimum,the following information for each
schedule activity: project FPID,project description, FDOT activity id with correct
Project Schedule Management(PSM) codes, activity description, original duration,
remaining duration, start date, finish date, activity percent complete and total float.
Only two open-ended activities (the first and the last) are allowed. The project
schedule must include a column displaying each activity's Predecessor and Successor.
The schedule must be based on the DEPARTMENT's expected production date and
must be approved by the DEPARTMENT. The schedule must be based upon
consideration of the Proj ect's environmental issues (social, cultural, natural and
physical resources) and regulatory requirements, and in coordination with the
DEPARTMENT's District Planning and Environmental Management Office
(PLEMO).
The schedule must be accompanied by an anticipated payout and fiscal progress
curve. For the purpose of scheduling, the CONSULTANT shall allow for a review
period of at least 20 days for each draft technical report or memorandum submitted
for District reviews.
In developing the schedule for this Project, the CONSULTANT, in coordination with
the DEPARTMENT, must include adequate time to meet regulatory reviews and
formal consultations timeframes.
Periodically throughout the life of the contract, the CONSULTANT must review the
project schedule,payout, and fiscal progress curves to monitor the progress of the
project. The CONSULTANT shall submit monthly progress reports with the
approved schedule and schedule status report, which includes critical-path review and
progress and payout curves, to the Department Project Manager. Any adjustments or
changes to the approved schedule must be approved by the DEPARTMENT Project
Manager.
2.2.10 Submittals
The CONSULTANT will compile and transmit draft documents identified in this
Scope of Services to the DEPARTMENT for review. For each submittal, the
CONSULTANT will include a Transmittal Cover Letter that includes, at a minimum,
the file name and format of each electronic file and the number of hardcopies (if any)
as directed by the DEPARTMENT Project Manager.
The DEPARTMENT will review draft submittals and provide the CONSULTANT
with review comments. The CONSULTANT will address comments,prepare a
Page 28 of 66
4997
Docusign Envelope ID:7CB4F8DE-BB11-43136-8C86-526C09230CC8
LOCALLY FUNDED AGREEMENT
BETWEEN
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION
AND MONROE COUNTY
matrix of comments and responses as applicable, and submit revised documents. The
CONSULTANT will assist the DEPARTMENT in resolving the comments received
from the Lead Agency, Cooperating Agencies, resource agencies and the public,
including preparation of individual responses.
PD&E Provisions for Work:
• Quality Control Plan
• Project Schedule
Public Involvement:
• Public Involvement Plan
• Public Involvement Comment Database
• Agency Coordination Meeting Summaries
• Public Hearing Transcript
• Meeting Agendas, Handouts, Notes, and Summaries
• Comment and Coordination Report
PD&E Engineering:
• Traffic Analysis Methodology Technical Memorandum
• Project Traffic Analysis Report
• Location Hydraulics Report
• Geotechnical Report
• Bridge Hydraulic Report
• Utilities Assessment Package
• Risk Analysis Report
• Design Variations and Exceptions Package
• Value Engineering Information Report
• Conceptual Design Plan Set
• Typical Section Package
• Utility Request Package
• Bridge Development Report (in lieu of a Preliminary Engineering Report per Part
2, Chapter 3.2.1 in the PD&E Manual)
• Systems Engineering Management Plan
• Conceptual Drainage Report
Environment:
• Draft Environmental Assessment
• Cultural Resource Assessment Survey
• Level I Contamination Assessment Report(Contamination Screening Evaluation
Report)
• Noise Study Report
Page 29 of 66
4998
Docusign Envelope ID:7CB4F8DE-BB11-43136-8C86-526C09230CC8
LOCALLY FUNDED AGREEMENT
BETWEEN
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION
AND MONROE COUNTY
• Water Quality Impact Evaluation
• Conservation Measures and Mitigation Plan
• Section 4(f)Determination of Applicability (DOA)
• Natural Resource Evaluation (Wetlands, Species and EFH)
• Research Design and Survey Methodology
• Section 4(f) "de minimus" Documentation
• Wild and Scenic Rivers, Navigable Waterways, and Coastal Zone Management
Assessment
• Final Environmental Assessment/Finding of No Significant Impact
• SocioCultural Effects Evaluation (SCE)
General:
• Project Commitments Record
Other Submittals:
• Sea-level Impact Projection (SLIP) Study
• USCG Bridge Questionnaire
• Navigation Impact Report
The CONSULTANT will submit to the DEPARTMENT final reports and other
deliverables identified in this section. The CONSULTANT will submit to the
DEPARTMENT two (2) sets of CDs/DVDs or other portable storage drives such as
flash drives or USB drives containing PDFs of all submittals outlined in this section.
Upon completion of the Project, the CONSULTANT will transfer to the
DEPARTMENT, in an organized manner, all project electronic files, data, maps,
sketches, worksheets, and other materials used or generated during the PD&E Study
in an acceptable portable storage drive.
Additionally, the CONSULTANT will upload all final submittals and appropriate
supporting project files to the Statewide Environmental Project Tracker(SWEPT)
upon completion of technical studies and Environmental Document and as directed
by the DEPARTMENT.
2.2.11 Computer Automation
The CONSULTANT shall develop concept plans and alternative designs utilizing
Computer Aided Drafting and Design (CADD) systems. The DEPARTMENT makes
software available to help assure quality and conformance with the policy and
procedures regarding CADD. It is the responsibility of the CONSULTANT to meet
the CADD production requirements in the FDOT CADD Manual. The
CONSULTANT must submit final documents and files as described in the FDOT
CADD Manual. Additional related information is found in the FDM. Concept plans
Page 30 of 66
4999
Docusign Envelope ID:7CB4F8DE-BB11-43136-8C86-526C09230CC8
LOCALLY FUNDED AGREEMENT
BETWEEN
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION
AND MONROE COUNTY
and alternatives designs shall also be displayed using Google Earth-ready KMZ files.
The concept plans must have both existing and proposed engineering and
environmental features.
Upon DEPARTMENT approval, the CONSULTANT may also use computer tools
and software to conduct some of the engineering and environmental analyses. Prior to
using these tools, the CONSULTANT must agree to provide original electronic files
in a format and standard consistent with the DEPARTMENT's policies and
procedures.
All electronic files must be scanned for viruses prior to submitting to the
DEPARTMENT. Failure to scan for viruses may result in a lower CONSULTANT
work performance evaluation.
2.2.12 Conflict of Interest
The CONSULTANT or any affiliate is not eligible to pursue advertised work in the
CONSULTANT's area of oversight or any project for which the CONSULTANT
developed the Scope of Services. Subconsultants are also ineligible to pursue projects
where they participated in the development of the Scope of Services, or have an
oversight responsibility. The term "affiliate" is defined in FDOT Procedure No. 375-
030-006, Conflict of Interest Procedure for Department Contracts.
The CONSULTANT and its subconsultants will not enter into another contract during
the term of the Contract for this Project which would create or involve a conflict of
interest with the services herein. The CONSULTANT and its subconsultants must
comply with FDOT Procedure No. 375-030-006, Conflict of Interest Procedure
for Department Contracts.
2.3 COORDINATION WITH OTHER CONSULTANTS AND ENTITIES
The CONSULTANT will coordinate work activities with any ongoing and/or planned
DEPARTMENT projects that may affect this Project. The DEPARTMENT and
CONSULTANT shall coordinate with local governmental entities to ensure Project
concepts are compatible with local improvements and right of way activities. The
CONSULTANT will inform the DEPARTMENT Project Manager of all coordination
activities with other agencies or entities prior to holding such activities. The
DEPARTMENT Project Manager shall be included in all such coordination activities.
The CONSULTANT shall coordinate with the following pertinent projects and studies:
• 447770-1 Card Sound Road at Mosquito Creek Bridge No. 904984 (bridge
replacement)
Page 31 of 66
5000
Docusign Envelope ID:7CB4F8DE-BB11-43136-8C86-526C09230CC8
LOCALLY FUNDED AGREEMENT
BETWEEN
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION
AND MONROE COUNTY
• 447769-1 Card Sound Road at Tubby's Creek Bridge No. 904982 (bridge
replacement)
• CR905A/Card sound Road Future Conditions Evaluation Update, Miami-Dade
County Department of Transportation and Public Works Department, January 2020
• Miami-Dade TPO 2045 Long Range Transportation Plan Unfunded Need - CR
905A/Card Sound Road from Card Sound Toll Plaza to SR 997 (South Krome
Avenue) Off-Road Bicycle and Pedestrian Facility Improvement
2.4 CONTRACT MANAGEMENT
The CONSULTANT is responsible for maintaining Project files, including copies of
submittals and underlying data, calculations, information and supporting project
documentation. The CONSULTANT is responsible for preparing monthly progress
reports and schedule updates. Progress reports will be delivered to the DEPARTMENT in
a format prescribed by the DEPARTMENT Project Manager with the corresponding
invoice.
The CONSULTANT will regularly communicate the status of the project with the
DEPARTMENT while managing subconsultant efforts and executing subconsultant
agreements.
2.5 ADDITIONAL SERVICES
The CONSULTANT will be requested to provide the following additional services for
this Project.
2.5.1 Alternative Corridor Evaluation
Alternative Corridor Evaluation is not required for this project.
2.5.2 Advance Notification
Advance Notification is not required for this project.
2.5.3 Scoping
Scoping is not applicable for this project.
2.5.4 Notice of Intent
Notice oflntent is not applicable for this project.
2.5.5 Transit Coordination Plan
Agency coordination is covered under Section 3.1 of this Exhibit.
Page 32 of 66
5001
Docusign Envelope ID:7CB4F8DE-BB11-43136-8C86-526C09230CC8
LOCALLY FUNDED AGREEMENT
BETWEEN
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION
AND MONROE COUNTY
2.6 SERVICES TO BE PERFORMED BY THE DEPARTMENT
The DEPARTMENT will provide the following services and materials:
• Lead and participate in coordination efforts with the Public Transit Office, Office of
Environmental Management, Federal Transit Administration, environmental resource
and regulatory agencies, the public, and other stakeholders, as appropriate.
• Provide project data currently on file and available from study partners, such as:
o Travel market analysis or ridership forecasting;
o Planned new development or redevelopment including Developments of
Regional Impact(DRIB) data, Community Reinvestment Act(CRA)plans,
streetscape, landscape, road diet, or context sensitive design efforts;
o ACER,planning studies, environmental evaluations, etc.
o Efficient Transportation Decision Making (ETDM)Programming Summary
Report;
o Recently completed roadway studies for the study area including PD&E
studies, access management, intersection plans, design files, and capacity
improvements;
o Multimodal or small area studies including freight, interchange, intersection,
transit,pedestrian, bicycle, land use, and signal priority, Transportation
Management Plan;
o Traffic analyses for the study area/corridors;
o Previously conducted transit vision plans, transit feasibility studies,
comprehensive operations analyses, transit development plans, etc.;
o All information in its the possession of the DEPARTMENT pertaining to
prior and on-going studies that may affect the project such as existing
construction and as-built plans, bridge inspection reports and load ratings,
prior environmental studies, existing permit information, existing drainage
and geotechnical reports and any agreements with third parties related to the
Project corridor
o All available information in the possession of the DEPARTMENT pertaining
to utility companies whose facilities may be affected by the proposed
construction;
o All future information that is in possession or may become available to the
DEPARTMENT pertaining to subdivision plans, so that the CONSULTANT
may take advantage of additional areas that can be utilized as part of the
existing right of way;
o Advance Notification and all environmental and engineering documents
including the Permit Coordination Packages;
o Coordination with the State Historic Preservation Officer;
Page 33 of 66
5002
Docusign Envelope ID:7CB4F8DE-BB11-43136-8C86-526C09230CC8
LOCALLY FUNDED AGREEMENT
BETWEEN
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION
AND MONROE COUNTY
o Existing FDOT right of way maps and information on existing surplus right of
way under ownership by the DEPARTMENT or participating local agency
(counties and cities partnering with FDOT for the PD&E Study);
o Existing Horizontal Network Control;
o FDOT crash data;
o Available traffic and planning data;
o Proposed right of way cost data;
o Construction cost database, as applicable;
o Project Electronic File Root Directory Structure for delivery of project design
files to the DEPARTMENT;
o All applicable DEPARTMENT agreements with Utility Agency Owners;
o Letters of authorization designating the CONSULTANT as an agent of the
DEPARTMENT to enter lands, waters, and premises of another in the
performance of duties in accordance with Section 337.274, F.S.;
o Reviews of technical reports and Environmental Documents;
2.7 OPTIONAL SERVICES
At the DEPARTMENT'S option, the CONSULTANT may be requested to provide
professional services not explicitly outlined in this Exhibit. These services may include
but are not limited to re-evaluation of previous PD&E Studies, environmental analysis
not specifically listed in this Scope of Services, final design services, expert witness
services for right of way acquisition, additional design analysis, and design plan
preparation for utilities review. CONSULTANT may also be requested to provide
services for Request for Proposal (RFP) development for Design-Build Procurement and
/or support the DEPARTMENT in the acquisition of a Design-Build contract. The fee
for such services shall be negotiated in accordance with the terms detailed in Exhibit B,
method of compensation, for a fair, competitive and reasonable cost, considering the
scope and complexity of the project. A supplemental agreement for the optional services
shall be executed in accordance with Section 2 of the Standard Professional Services
Agreement Terms.
3.0 PUBLIC INVOLVEMENT
Public involvement includes communicating to and receiving input from all interested and
affected persons, groups, business owners, and government organizations regarding the
development of the project. The CONSULTANT will coordinate and perform the appropriate
level of public involvement for this Project as outlined in Part 1, Chapterl1, and Part 2,
Chapter 4 of the PD&E Manual, and the FDOT Public Involvement Handbook.
The CONSULTANT will provide the DEPARTMENT drafts of all public involvement
materials (e.g., newsletters,property owner letters, advertisements, handouts, exhibits)
Page 34 of 66
5003
Docusign Envelope ID:7CB4F8DE-BB11-43136-8C86-526C09230CC8
LOCALLY FUNDED AGREEMENT
BETWEEN
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION
AND MONROE COUNTY
associated with the following tasks for review and approval at least 15 business days prior to
printing and/ or distribution.
3.1 PUBLIC INVOLVEMENT PLAN ELEMENTS
3.1.1 Public Involvement Plan
The CONSULTANT is responsible for creating the PIP using existing work
developed by the DEPARTMENT as a starting reference. The PIP must include a
public involvement schedule and identify potentially affected stakeholders and
communities in the vicinity of the project to establish the appropriate outreach
methods. This includes consideration of the demographics of the Study Area and any
reasonable accommodations including, but not limited to, disabled, transit-dependent,
limited English proficient(LEP), elderly, low income, or minority. The
CONSULTANT will review and attach the Sociocultural Data Report (SDR)to the
PIP. A sample template for the PIP is located in Part 1, Chapter 11 of the PD&E
Manual. At a minimum,the PIP must include the following:
• Project background
• Project goals
• Identification of elected officials and agencies
• Identification of affected communities and stakeholders
• Identification of media(e.g. television, radio, newspaper) for news and/or
advertisement
• Proposed involvement activities
• Anticipated schedule of involvement activities
• Methodology for collecting and responding to public comments
• Discussion of public comments will be analyzed and incorporated, as appropriate
As part of the Project's PIP the CONSULTANT will develop public involvement
materials using the DEPARTMENT's approved template and submit the information
to be uploaded to the DEPARTMENT's project website. The website will be created
and maintained by the DEPARTMENT. The website must meet FDOT requirements.
The DEPARTMENT requires that the CONSULTANT create and submit a Public
Involvement Plan that identifies potentially affected people in a community and
defines the outreach methods and schedule to involve and gain their input. The
Sample Public Involvement Plan may be found in Part 1, Chapter 11 of the PD&E
Manual and the FDOT Public Involvement Handbook.
No work may begin prior to the submission and approval of the Project Public
Involvement Plan. After the Project Public Involvement Plan is approved, the
CONSULTANT shall keep the Project Public Involvement Plan updated as necessary
or upon notification by the DEPARTMENT of a deficiency in the Project Public
Page 35 of 66
5004
Docusign Envelope ID:7CB4F8DE-BB11-43136-8C86-526C09230CC8
LOCALLY FUNDED AGREEMENT
BETWEEN
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION
AND MONROE COUNTY
Involvement Plan. Any change to the Project Public Involvement Plan must be
approved by the DEPARTMENT.
3.1.2 Public Involvement Data Collection
The CONSULTANT will assist the DEPARTMENT with collecting data specific to
the public involvement process and preparing responses to any public inquiries
received throughout the Project. The CONSULTANT will maintain and regularly
update both an electronic and paper public involvement project file, which will
document a record of all public involvement activities for this project.
The CONSULTANT is responsible for identifying and maintaining the Project
mailing list that may include officials and interested parties (any person or institution
expressing an interest in the project), affected parties, and potential permit and review
agencies.
The CONSULTANT will work with the DEPARTMENT to generate or obtain
mailing labels of property owners using the ETDM Environmental Screening Tool
(EST) or the County Property Appraisers' Offices.
The CONSULTANT will investigate potential meeting locations to advise the
DEPARTMENT of their suitability. The DEPARTMENT will ultimately approve the
meeting location. The CONSULTANT will pay all costs for meeting location rental
and insurance (if required). The CONSULTANT will be responsible for logistics
associated with setting up the meeting.
3.2 SCHEDULED PUBLIC MEETINGS
The CONSULTANT will actively support the DEPARTMENT in conducting various
public meetings, which may be conducted during weekends or after normal working
hours. The CONSULTANT will support the DEPARTMENT in preparation, scheduling,
attendance, note taking, documentation, and follow-up services for each meeting, which
may include:
• 1 Project Kick-off Meeting (hybrid format)
• 6 Total presentations to the Miami-Dade TPO TAC, CAC, and Board, before the
Alternatives Public Information Meeting and the Public Hearing.
• 10 Total presentations to Monroe County Board of County Commissioners (BCC)
and associated committees (as applicable)before the Alternatives Public Information
Meeting and the Public Hearing. County committees include Florida Keys
Transportation Coordination Committee, Development Review Committee, Planning
Commission, Land Authority Advisory Committee, and Tourist Development
Council
• 1 Alternatives Public Information Meeting (hybrid format)
Page 36 of 66
5005
Docusign Envelope ID:7CB4F8DE-BB11-43136-8C86-526C09230CC8
LOCALLY FUNDED AGREEMENT
BETWEEN
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION
AND MONROE COUNTY
• 20 Other Public and Agency Meetings (FDEP (including Acquisition Restoration
Council), SFWMD, Florida Keys National Marine Sanctuary, USCG, USAGE, and
Miami-Dade Transit Authority) or informal meetings
For any of the listed meetings, the CONSULTANT will prepare and/or be responsible for
the following:
• Agenda
• Presentation scripts
• Handouts
• Graphics for presentation
• Meeting equipment set-up and tear-down
• Display advertisements (The CONSULTANT will pay the cost of publishing)
• Letters for notification of elected and appointed officials,property owners, and other
interested parties (the CONSULTANT will pay the cost of first class postage)
• News releases or project fact sheets. The DEPARTMENT must review new releases
and fact sheets at least two (2)weeks before the meeting or mail out
• Meeting summaries provided to the DEPARTMENT no later than five (5)business
days after the meeting
• Preparation of response letters for DEPARTMENT signature on public comments
Any materials prepared by the CONSULTANT for such meetings as listed above are
subject to review and approval by the DEPARTMENT. The CONSULTANT shall
provide the DEPARTMENT with a draft of any proposed materials at least two weeks
prior to the meeting.
The CONSULTANT will assist the DEPARTMENT when facilitating the public
information meeting/workshop to present Project results and obtain comments related to
the Project and/or Project alternatives.
The meeting format will be developed by the CONSULTANT and approved by the
DEPARTMENT upon review. The CONSULTANT will participate in briefing and
debriefing meetings with the DEPARTMENT staff related to the public meeting.
The CONSULTANT will attend the meetings with a suitable number of personnel with
appropriate technical expertise (based on project issues), as authorized by the
DEPARTMENT Project Manager, to assist the DEPARTMENT in such meetings.
The DEPARTMENT may request the CONSULTANT to identify the effect of the
Project to individual properties on aerial maps or plans in response to requests from
property owners. The DEPARTMENT may also request the CONSULTANT to meet
with individual property owners.
Page 37 of 66
5006
Docusign Envelope ID:7CB4F8DE-BB11-43136-8C86-526C09230CC8
LOCALLY FUNDED AGREEMENT
BETWEEN
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION
AND MONROE COUNTY
3.3 PUBLIC HEARING
A Public Hearing in hybrid format is required for this project.
The CONSULTANT will send notifications to the Lead Agency, local governments, and
regulatory agencies at least 25 but no more than 30 calendar days prior to the Public
Hearing date.
The CONSULTANT will prepare the Public Hearing notifications on the
DEPARTMENT's letterhead for DEPARTMENT review and signature 15 days prior to
mailing or as directed by the DEPARTMENT. The CONSULTANT will first prepare an
initial sample draft notification for review and approval by the DEPARTMENT prior to
submitting all notifications for review.
Notifications to elected officials will be signed by the District Secretary. All other
notifications may be signed by the DEPARTMENT Project Manager. The notification
letters must have the DEPARTMENT's return address. After the DEPARTMENT signs
the notifications, the CONSULTANT will send them by First Class US Mail. The
DEPARTMENT Project Manager will also send the notification letters by email.
The CONSULTANT will prepare the Public Hearing notifications to property owners on
the DEPARTMENT's letterhead for DEPARTMENT review and signature 15 days prior
to mailing or as directed by the DEPARTMENT. After the DEPARTMENT Project
Manager signs the letters, the CONSULTANT will send them by First Class US Mail.
The CONSULTANT will obtain a list of names and addresses of property owners from
the Environmental Screening Tool (EST) and/or Property Appraisers' Offices. The letters
must have the DEPARTMENT's return address. The CONSULTANT will send
notification letters to property owners at least 17 to 24 calendar days prior to the Public
Hearing.
The CONSULTANT will provide the following:
• Public Hearing Notice and publication in the Florida Administrative Register (FAR)
• Proposed typical sections and aerials depicting alternative corridors and alternative
alignments, as specified by the DEPARTMENT
• Identification of the website(s) and/or locations where the technical reports and
Environmental Documents will be available for public view
• NEPA Assignment compliance signs
• Display advertisements; any press releases and/ or advertisements will indicate that
the meeting is a DEPARTMENT activity; the CONSULTANT will pay the cost of
publishing
• Response to public comments
• Notification on the Department's Public Notices webpages through the District Public
Information Officer (PIO)
Page 38 of 66
5007
Docusign Envelope ID:7CB4F8DE-BB11-43136-8C86-526C09230CC8
LOCALLY FUNDED AGREEMENT
BETWEEN
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION
AND MONROE COUNTY
• Presentation with script
• Meeting location signs
• Title VI compliance signs
• Security (off-duty law enforcement), if needed
• Expenses associated with arranging for a court reporter to be present and obtaining
transcripts of comments made during the Public Hearing
• Brochures or handouts
• Two (2)Newsletters (color) -note that hand delivery may be required
• One (1)project fact sheet
• Public Hearing materials will support a hybrid meeting format
The CONSULTANT will participate in briefing and debriefing meetings with the
DEPARTMENT related to the Public Hearing (hybrid format). The CONSULTANT will
prepare response letters for DEPARTMENT signature for all public comments. Any such
response letters would need to be reviewed and approved by the DEPARTMENT Project
Manager.
3.4 COMMENTS AND COORDINATION REPORT
The CONSULTANT will prepare Comments and Coordination Report containing
transcript, errata, and signed certification, as well as documentation for all public
involvement activities conducted throughout the project in accordance with Part 1,
Chapter 11 of the PD&E Manual.
3.5 NOTIFICATION OF APPROVED ENVIRONMENTAL DOCUMENT
The CONSULTANT shall prepare a display advertisement for the notification of the
Approved Environmental Document. The CONSULTANT will pay for the cost of
publishing. The DEPARTMENT must review and approve the notice prior to publication.
3.6 ADDITIONAL PUBLIC INVOLVEMENT REQUIREMENTS
The DEPARTMENT will identify and list any special or additional public involvement
requirements.
• General Public Correspondence
• Frequent Asked Questions (FAQs)
• Renderings
• Provide website materials for DEPARTMENT to update its website
Page 39 of 66
5008
Docusign Envelope ID:7CB4F8DE-BB11-43136-8C86-526C09230CC8
LOCALLY FUNDED AGREEMENT
BETWEEN
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION
AND MONROE COUNTY
4.0 ENGINEERING ANALYSES AND CONSIDERATIONS
CONSULTANT activities to conduct and prepare engineering analyses and reports shall be
done under the direction of the DEPARTMENT Project Manager. The CONSULTANT shall
perform engineering activities essential to developing and evaluating Project alternatives as
outlined in Part 2, Chapter 3 of the PD&E Manual and as specified in this section. The
CONSULTANT will gather and review existing data from the DEPARTMENT, such as
transportation planning data developed for long range plans or any previously completed
technical studies within the project area. The CONSULTANT will collect additional data
necessary to supplement existing data. The CONSULTANT will use data to evaluate the
Location and Design Concept for this project.
The CONSULTANT will verify the purpose and need for the Project based on the
information obtained from the existing data, safety analysis, evaluation of existing
conditions, evaluation of traffic projections, input received through the public involvement
process and from the Programming Screen Summary Report.
The CONSULTANT shall develop and analyze conceptual design alternatives to address the
Project needs and objectives. Development of the conceptual design alternatives will follow
Context Sensitive Solution and Complete Streets approaches. Based on engineering analysis,
the public involvement process, and environmental analysis, the DEPARTMENT will
recommend a proposed design concept to advance to the Design Phase.
4.1 REVIEW OF PREVIOUS PLANNING STUDIES
The CONSULTANT shall review and summarize previous completed (or concurrent)
planning studies and other studies that are related to this Project and appropriately
incorporate their results in the analysis of the Project as described in the PD&E Manual.
The following studies were conducted for this Project:
• Life-Cycle Cost Analysis CR 905A (Card Sound Road) Over Card Sound Bridge No.
904990, August 2022
• Card Sound Bridge (904990) Load Rating Summary Report
• Bridge Inspection Reports
4.2 EXISTING CONDITIONS ANALYSIS
The CONSULTANT will conduct field observations to review existing field conditions,
verify desktop data, and obtain additional data required to understand the Project area,
assess Project needs, identify physical and environmental constraints, develop and
analyze Project alternatives, and assess constructability issues.
Page 40 of 66
5009
Docusign Envelope ID:7CB4F8DE-BB11-43136-8C86-526C09230CC8
LOCALLY FUNDED AGREEMENT
BETWEEN
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION
AND MONROE COUNTY
The CONSULTANT will collect data describing existing conditions and characteristics
of the Project including roadway geometrics, typical section elements, signalization and
other operational features, access features, right of way requirements, and other data
applicable to modes and sub-modes of transportation, including walking/pedestrians,
bicyclists,public transit users (including transit vehicles and riders),paratransit users
(carpools, vanpools, taxis, shuttles,jitneys, school buses, coach buses), and freight
(including loading/unloading and parking, emergency response vehicles, service vehicles,
and freight handler vehicles).
The CONSULTANT will analyze existing conditions to identify and verify current
transportation deficiencies as they relate to the needs and objectives of this Project.
The CONSULTANT will furnish necessary exhibits for use in this Project, such as a
Project Location Map, Corridor Maps, and Concept Plans.
4.3 SURVEY
The DEPARTMENT will provide topographic survey and existing project controls such
as benchmarks and reference points for Project baseline of survey. The CONSULTANT
will review survey data for completeness and coordinate with the DEPARTMENT
Project Manager if additional design survey is needed.
4.4 GEOTECHNICAL INVESTIGATION
The CONSULTANT will conduct geotechnical services associated with design activities
related to this Project. Before beginning work and after the Notice to Proceed is issued,
the CONSULTANT shall submit an investigation plan for approval and meet with the
DEPARTMENT's Geotechnical Engineer or representative to review the project scope
and DEPARTMENT requirements.
• Number of borings and other field geotechnical data to be determined after selection
of PD&E Consultant
• CONSULTANT shall receive approval from the Environmental Permitting Office
prior to performing any geotechnical exploration.
4.5 TRAFFIC ANALYSIS
4.5.1 Traffic Analysis Methodology
The CONSULTANT will perform traffic analysis in accordance with guidance from
the PD&E Manual, Traffic Analysis Handbook, and Project Traffic Forecasting
Handbook. The CONSULTANT will prepare a forecast and analysis methodology
which must be agreed upon by the DEPARTMENT prior to beginning any analysis.
The methodology must state the type of documentation, Project Study Area to be
Page 41 of 66
5010
Docusign Envelope ID:7CB4F8DE-BB11-43136-8C86-526C09230CC8
LOCALLY FUNDED AGREEMENT
BETWEEN
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION
AND MONROE COUNTY
analyzed, and method and assumptions that will be used to analyze existing and
future traffic conditions. This is a Non-MPO area. A suitable travel demand model is
not available. Therefore, a rationale must be provided and future travel data will be
developed in accordance with guidance from Chapter 4 of the Project Traffic
Forecasting Handbook.
Capacity analysis will be based on the latest Highway Capacity Manual procedures.
Use of microsimulation traffic analysis software such as SimTraffic, CORSIM, and/or
VISSIM is not anticipated for this Project. Data should be gathered in accordance
with the Traffic Analysis Handbook.
Traffic analysis methodology will include an approach or procedure to forecast future
traffic volumes and evaluate the traffic operations and safety performance of the
project alternatives.
All traffic analysis documentation must be written in plain language and in a format
that can be easily followed. The CONSULTANT must submit all traffic analysis files
for assumptions, inputs, outputs, network data, calculations, and results to the
DEPARTMENT.
4.5.2 Turning Movement Counts
Not applicable for this project.
4.5.3 Vehicle Classification Counts on Roadway Segments and Ramps
The CONSULTANT will collect the following existing vehicle classification count
data.
• 7-day traffic machine counts at the following locations:
o Card Sound Road -northwest and southwest of bridge
4.5.4 Pedestrian, Bicycle, and Other Multimodal Data
The CONSULTANT will collect the following additional existing traffic data.
• Pedestrian Counts
• Bicycle Counts
• Transit data
• Freight movement
4.5.5 Microscopic Calibration and Validation Data Collection
Not applicable for this project.
4.5.6 Existing Traffic Operational Analysis
Page 42 of 66
5011
Docusign Envelope ID:7CB4F8DE-BB11-43136-8C86-526C09230CC8
LOCALLY FUNDED AGREEMENT
BETWEEN
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION
AND MONROE COUNTY
The CONSULTANT will conduct an existing (base year)traffic operational analysis
and report the operational performance measures as agreed upon in the analysis
methodology. The analysis must include bicycle,pedestrian, and transit(if
applicable) operations. The manual count data will be used to obtain the existing
design hourly volumes using historical and seasonal adjustments as appropriate. All
existing design hourly volumes must be balanced before being used in the analysis.
Oversaturated conditions and locations with complex geometry or operations might
require microsimulation.
4.5.7 Microscopic Calibration and Validation
Not applicable for this project.
4.5.8 Future Demand Forecasting
No Build Volumes: The CONSULTANT will develop opening year and design year
design hourly volumes for the No Build Alternative in accordance with the Project
Traffic Forecasting Procedure, Topic No. 525-030-120. The need for interim year
analysis will be determined in the traffic analysis methodology.
Build Alternatives Volumes: The CONSULTANT will develop opening year and
design year design hour volumes only for viable or feasible Build Alternatives. The
CONSULTANT must make sure the future year turning movement volumes are
reasonably balanced at each intersection.
4.5.9 No Build Analysis
The CONSULTANT will analyze the operational performance of the No Build
Alternative for the analysis years to identify deficiencies related to the purpose and
need for the project. The CONSULTANT will evaluate the operational effectiveness
of the No Build Alternative using agreed upon performance measures of effectiveness
(MOEs). The analysis should include multimodal evaluation for pedestrian, bicycle,
freight, and transit modes, as appropriate.
4.5.10 Development and Screening of Alternatives
The CONSULTANT will identify, develop, assess, and screen preliminary potential
Project alternatives that would meet the purpose and need for this Project in
accordance with Part 2, Chapter 3 of the PD&E Manual. Development of
alternatives will consider previously completed planning products.
By considering project goals and objectives,purpose and need, and results of ETDM
Programming screen event, the CONSULTANT in consultation with the
DEPARTMENT, will identify and document alternatives to be eliminated from
Page 43 of 66
5012
Docusign Envelope ID:7CB4F8DE-BB11-43136-8C86-526C09230CC8
LOCALLY FUNDED AGREEMENT
BETWEEN
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION
AND MONROE COUNTY
further detailed study. Only viable or feasible alternatives should be carried forward
for detailed study.
4.5.11 Operational Evaluation of Build Alternatives
The CONSULTANT will analyze the operational performance of viable or feasible
alternative(s) for opening and design years and any interim years as appropriate. The
analysis must include multimodal evaluation for pedestrian, bicycle, and transit
modes as appropriate. The analysis will also include evaluation of access
management in relation to traffic safety and operational efficiency within the Study
Area. The CONSULTANT will evaluate the operational effectiveness of Build
Alternatives using agreed upon performance MOEs.
4.5.12 Project Traffic Analysis Report
As described in Part 2, Chapters 2 and 3 of the PD&E Manual, the
CONSULTANT will prepare the Project Traffic Analysis Report to document
development of design traffic volumes and results of the traffic analysis for No Build
and Build Alternatives, which includes the transit, bicycle, and pedestrian analysis.
The results must be shown on diagrams for each alternative and discussed in the
report. The Project Traffic Analysis Report will also summarize the comparison of
the operational and safety performance of all alternatives evaluated in detail and how
they perform against each other.
4.5.13 Interchange Access Request
This project does not add new or modem interchange.
4.5.14 Traffic Data for Noise Study
The CONSULTANT will provide traffic data required for the noise study and will
include the following data for each road segment(i.e., intersection to intersection),
ramps, cross streets, and frontage roads, for the existing year, opening year, and the
design year for Build and No Build alternatives:
• LOS C directional hourly volumes
• Demand peak hourly volumes (peak and off-peak directions)
• Existing and proposed posted speed
• Percentage of heavy trucks (HT) in the design hour
• Percentage of medium trucks (MT) in the design hour
• Percentage of buses in the design hour
• Percentage of motorcycles (MC) in the design hour
4.5.15 Traffic Data for Air Analysis
Page 44 of 66
5013
Docusign Envelope ID:7CB4F8DE-BB11-43136-8C86-526C09230CC8
LOCALLY FUNDED AGREEMENT
BETWEEN
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION
AND MONROE COUNTY
Not applicable for this project.
4.5.16 Signalization Analysis
Not applicable for this project.
4.6 SIGNAGE
The CONSULTANT will evaluate existing signing and signage requirements for the
project. The CONSULTANT will prepare a Conceptual Signing Plan for this Project.
4.7 TOLLING CONCEPTS
Not applicable for this project.
4.8 SAFETY
4.8.1 Crash Data
The CONSULTANT will obtain the most recent five (5)years of available data from
the DEPARTMENT's crash database and other local sources for this Project. The
crash data will include the number and type of crashes, crash locations, number of
fatalities and injuries, and estimates of property damage and economic loss.
4.8.2 Safety Analysis
The CONSULTANT will perform safety analysis in accordance with Part 1,
Chapter 2 of the PD&E Manual. Based on the information obtained from the crash
data, the CONSULTANT will identify project safety needs associated with the
existing and future conditions. The CONSULTANT will use the Highway Safety
Manual (HSM)procedures to estimate the safety performance of the Project
alternatives as agreed upon in the Traffic Analysis Methodology.
4.8.3 Documentation of Safety Analysis
The CONSULTANT will document the results of the safety analysis in the PTAR or
a stand-alone Safety Analysis Memorandum.
4.9 UTILITIES AND RAILROAD
The CONSULTANT will obtain information regarding utilities and railroad in
accordance with Part 2, Chapter 21 of the PD&E Manual.
Page 45 of 66
5014
Docusign Envelope ID:7CB4F8DE-BB11-43136-8C86-526C09230CC8
LOCALLY FUNDED AGREEMENT
BETWEEN
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION
AND MONROE COUNTY
4.9.1 Utilities
Prior to starting utility coordination, the CONSULTANT and the DEPARTMENT
Project Manager shall meet with the District Utility Office (DUO) for guidance to
ensure that all necessary utility coordination will be accomplished in accordance with
DEPARTMENT procedures.
It is anticipated that the following Utility Agency Owners (UAOs) are within or
adjacent to the Project, but it is the responsibility of the CONSULTANT to determine
the final list of UAOs within the project area:
• FDOT District 6 Intelligent Transportation Systems
• Florida Power & Light
The CONSULTANT will prepare a Utility Assessment Package. The Utility
Assessment Package must contain items specified in Part 2, Chapter 21 of the
PD&E Manual. The CONSULTANT will provide a PD&E Request Package to the
District Utility Office.
The CONSULTANT will notify the UAOs within the Project area and request
existing and planned utility information for major above ground and subsurface
facilities within the Project area.
The CONSULTANT, DEPARTMENT Project Manager and DUO will meet with
each UAO as necessary, separately, or together, to understand utility conflicts and
project potential impacts on utilities. The CONSULTANT will evaluate and consider
potentially significant utility conflicts as they may affect the chosen corridor and/or
alignment. While evaluating potential impacts and recommending mitigation
strategies, the CONSULTANT should refrain from making any compensability
determinations in any of the documentation/assessments that they create.
4.9.2 Railroads
Not applicable for this project.
4.10 ROADWAY ANALYSIS
4.10.1 Design Controls and Criteria
The CONSULTANT will prepare design controls and criteria for developing Project
alternatives and designing initial geometrics and other roadway elements according to
the DEPARTMENT standards.
Page 46 of 66
5015
Docusign Envelope ID:7CB4F8DE-BB11-43136-8C86-526C09230CC8
LOCALLY FUNDED AGREEMENT
BETWEEN
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION
AND MONROE COUNTY
4.10.2 Typical Section Analysis
The CONSULTANT will develop conceptual typical sections for the Project
alternatives which address transportation needs and context. Development of typical
sections must consider Context Sensitive Solutions and Complete Streets approaches
and the needs of all Project users.
4.10.3 Geometric Design
The CONSULTANT will perform geometric design using the established Project
design controls and criteria. The CONSULTANT will also use Project traffic data and
results of traffic analysis to design appropriate roadway elements. The
CONSULTANT will establish both preliminary vertical profile and horizontal
alignments of the mainline. The design of Project alternatives must consider
environmental constraints,physical constraints, Context Sensitive Solutions,
Complete Streets, and any additional information, as required. See Part 2, Chapter 3
of the PD&E Manual for more engineering and design considerations.
For each alternative evaluated in detail, the CONSULTANT shall prepare sketches of
plan,profile, and typical sections as appropriate to show existing features,proposed
geometry, and location of any environmental and geometric design constraints.
4.10.4 Intersections and Interchange Evaluation
Not applicable for this project.
4.10.5 Access Management
The CONSULTANT will review the DEPARTMENT'S State Highway System
Access Management Classification System and Standards and evaluate their
application to the project. The CONSULTANT will recommend the proper access
classification and standard to be applied to the Project.
The proposed access management plan will be presented as part of the public
involvement process. If an Access Management Classification/Reclassification
Public Hearing is required, it will be combined with the PD&E Study Public Hearing.
4.10.6 Multimodal Accommodations
The CONSULTANT will review, evaluate, and document the location and condition
of existing pedestrian, bicycle, and public transit accommodations and freight
services in the Study Area. This activity includes reviewing existing plans, reports,
and studies that outline strategies or define projects associated with alternative modes
of travel.
Page 47 of 66
5016
Docusign Envelope ID:7CB4F8DE-BB11-43136-8C86-526C09230CC8
LOCALLY FUNDED AGREEMENT
BETWEEN
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION
AND MONROE COUNTY
The CONSULTANT will consider freight,pedestrian, bicycle, and transit in the
development and evaluation of Project alternatives commensurate with the context
with a goal of improving overall mobility, access, connectivity, safety and efficiency.
Multimodal accommodation may include analysis of on-street parking and loading
zone modifications and/or removal,park and ride needs, as necessary. The
CONSULTANT will consider and evaluate the existing and anticipated future use of
the Project by bicyclists and pedestrians, the potential impacts of the Project
alternatives on bicycle and pedestrian travel, and propose measures to avoid or reduce
adverse impacts to bicyclists and pedestrians that would use the Project.
The CONSULTANT will also consider supportive Transportation Demand
Management and parking management strategies consistent with the transportation
context and the needs of all users of the project. The CONSULTANT will assist the
DEPARTMENT with coordination with local agencies, transit operators and
Metropolitan Planning Organizations (MPOs) as appropriate.
4.10.7 Maintenance of Traffic
The CONSULTANT will evaluate alternatives for constructability and the ability to
maintain traffic during construction according to Part 2, Chapter 3 of the PD&E
Manual. The CONSULTANT will include the estimated cost to maintain traffic in
the construction cost estimate for the Project alternative.
4.10.8 Lighting
The CONSULTANT will evaluate the need for lighting in accordance with applicable
manuals, guideline, standards and current design memorandums. The
CONSULTANT will include the estimated cost for lighting in the construction cost
estimate for the Project alternative.
4.11 IDENTIFY CONSTRUCTION SEGMENTS
MONORE COUNTY will identify construction segments for this Project.
4.12 TRANSPORTATION SYSTEMS MANAGEMENT AND OPERATIONS
The CONSULTANT will study or investigate a broader range of systems as it relates to
the PD&E study such as traffic signal system, communication system, travel time
systems, Transit Signal Priority (TSP), Adaptive Traffic Control System (ATCS) and
other systems referenced in the ITS Architecture. The CONSULTANT will use a
Systems Engineering approach for determining the Transportation System Management
and Operations (TSM&O) Systems and required systems engineering documents for the
Project.
Page 48 of 66
5017
Docusign Envelope ID:7CB4F8DE-BB11-43136-8C86-526C09230CC8
LOCALLY FUNDED AGREEMENT
BETWEEN
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION
AND MONROE COUNTY
The CONSULTANT will develop a Preliminary Systems Engineering Management Plan
(PSEMP) and a high-level Project ConOps according to Part 2, Chapter 3 of the PD&E
Manual. The ConOps must be reviewed by the District TSM&O engineer.
The CONSULTANT will evaluate the need for improvements,preservations, or
modifications to the existing TSM&O system in relation to the alternatives being
considered. This includes reviewing the existing as-built information provided by the
DEPARTMENT, identifying impacts to the existing TSM&O infrastructure due to the
other project work, identifying opportunities to preserve or enhance TSM&O
infrastructure, and developing a high-level cost estimate for the changes necessary to the
infrastructure in order to meet project TSM&O needs and goals. These items will be
documented in the ConOps.
The CONSULTANT will identify the delivery method for both equipment and
technology and prepare implementation schedule that includes engineering, design,
construction, and Project activation (testing and start-up).
The CONSULTANT will coordinate with both the District TSM&O Engineer and the
County Traffic Engineer concerning existing and proposed Intelligent Transportation
Systems (ITS) and Advanced Traffic Management System (ATMS) infrastructure. The
CONSULTANT will consider the presence of the ITS infrastructure when analyzing the
traffic for the corridor, as well as any proposed improvements that may impact the
underground fiber optic cable infrastructure and associated roadside devices.
4.13 STRUCTURES
4.13.1 Existing Structures
The CONSULTANT will collect the existing structures data as identified in Part 2,
Chapter 3 of the PD&E Manual. The following existing structures have been
identified for evaluation:
• Bridge No. 904990 is a high-level fixed bridge located on Card Sound Road (CR
905A)that spans over the Atlantic Intracoastal Waterway. The bridge was
constructed in 1969 and has an overall length of 2,755 feet. Its typical section
consists of 12-foot-wide travel lanes (one in each direction), 2-foot-wide paved
shoulders and raised curbs which vary in width on both sides.
4.13.2 Structure Typical Sections
The CONSULTANT will develop typical sections options for the bridges. These will
include the DEPARTMENT's standard typical sections, and any typical sections that
may result in minimizing right of way and environmental impacts. Coordination with
the District's Structures Design Engineer is required. A minimum of three (3)bridge
typical sections will be evaluated during the PD&E Study.
Page 49 of 66
5018
Docusign Envelope ID:7CB4F8DE-BB11-43136-8C86-526C09230CC8
LOCALLY FUNDED AGREEMENT
BETWEEN
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION
AND MONROE COUNTY
4.13.3 Structure Design Alternatives
The CONSULTANT will evaluate conceptual vertical and horizontal geometry and
clearance requirements for the bridges. The CONSULTANT will document structural
design calculations and design assumptions used in the analysis. A minimum of four
(4)horizontal alignments will be evaluated.
• The CONSULTANT will prepare a Bridge Development Report in accordance
with Topic 4625-000-002 of the FDM 121 Bridge Project Development. The
complexity of the project is considered Major Bridges: The BDR will be an
extensive and comprehensive document that thoroughly considers all viable
structure types and considers all design parameters (such as scour, vessel collision
and wildlife connectivity). This scope should be revised once the PD&E
Consultant is selected to include specific level of structural analysis and
development for the bridge structure(s).
4.14 DRAINAGE
The CONSULTANT will perform Drainage analysis in accordance with the Drainage
Manual and Part 2, Chapters 11 and 13 of the PD&E Manual. The CONSULTANT
shall incorporate/consider the Contamination Screening Evaluation Report and any other
related report findings into the Drainage Reports.
4.14.1 Floodplain and Environmental Permit Data Collection
The CONSULTANT will gather floodplain data from FEMA Flood Insurance Rate
Maps, and other drainage related data needed to obtain permits from relevant sources
including local government, local agencies, and regulatory agencies.
4.14.2 Drainage Analysis
The CONSULTANT will perform drainage analysis by delineating the basin
boundaries by using LiDAR information, existing survey data, and field observations.
The CONSULTANT will analyze and determine high water elevations in each basin
and use the information to establish the preliminary roadway profile. Drainage
analysis will also include checking the capacity and structural adequacy of existing
cross drains,preliminary design of potential cross drains and outfall structures and
identifying the recommended conceptual drainage design for the Project.
4.14.3 Floodplain Compensation Analysis
For each roadway alternative, the CONSULTANT will determine base floodplain
elevations and estimate encroachments and appropriate compensation provisions,
including incorporating floodplain compensation site requirements into the Pond
Siting Report.
Page 50 of 66
5019
Docusign Envelope ID:7CB4F8DE-BB11-43136-8C86-526C09230CC8
LOCALLY FUNDED AGREEMENT
BETWEEN
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION
AND MONROE COUNTY
4.14.4 Stormwater Management Analysis
The CONSULTANT will calculate the stormwater quality and attenuation
requirements, and estimate the stormwater management facility needs for each
roadway alternative.
The CONSULTANT will schedule an Environmental Look-Around (ELA) meeting
(See Part 2, Chapter 11 of the PD&E Manual)with DEPARTMENT staff,
regulatory agencies, local governments, and other stakeholders to discuss regional
stormwater needs and design and permitting approaches that benefit the watershed as
a whole. During the meeting, the CONSULTANT will document the meeting notes in
the project file.
If the ELA reveals no regional pond sites within the Study Area, the CONSULTANT
will identify practical pond sites in each basin for each project alternative, estimate
construction cost, compare the sites, and identify (in coordination with the
DEPARTMENT) a preferred pond site for each basin. Additionally, the
CONSULTANT will identify inflow or outfall easement requirements for each pond
site. If additional pond sites are revealed, they will be used as a potential option.
The CONSULTANT will prepare a Pond Siting Report or Conceptual Drainage
Design Report in accordance with the Drainage Manual and the FDOT Drainage
Design Guide.
4.14.5 Drainage Design
Not applicable for this project.
4.14.6 Location Hydraulics Report
The CONSULTANT will prepare a Location Hydraulics Report for the project in
accordance with Part 2, Chapter 13 of the PD&E Manual.
4.14.7 Bridge Hydraulic Evaluation
The CONSULTANT will evaluate bridge hydraulics to determine the hydraulic
length of the bridge or the length necessary to meet the hydraulic requirement and
document in the Bridge Hydraulics Report. The CONSULTANT will evaluate the
bridge for coastal hydraulics needs. The CONSULTANT will evaluate the bridge for
wave action in the event of a major hurricane. The Consultant will coordinate with
the District's Structures Design Engineer and District Drainage Engineer.
4.15 LANDSCAPING ANALYSIS
Not applicable for this project.
Page 51 of 66
5020
Docusign Envelope ID:7CB4F8DE-BB11-43136-8C86-526C09230CC8
LOCALLY FUNDED AGREEMENT
BETWEEN
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION
AND MONROE COUNTY
4.16 CONSTRUCTION AND RIGHT OF WAY COST ESTIMATES
4.16.1 Construction Cost Estimates
The CONSULTANT will develop construction cost estimates using the Department's
Long Range Estimate (LRE)program. The CONSULTANT will be responsible for
reviewing and updating the cost estimate when scope changes occur, at project
milestones, and during the DEPARTMENT's annual Work Program update cycle.
Construction costs must include traffic management and right of way costs.
4.16.2 Right of Way Cost Estimates
Based on typical section analysis and DEPARTMENT design standards, the
CONSULTANT will establish construction limits and determine the minimum
(proposed) right of way requirements throughout the limits of the Project.
Establishment of construction limits will consider location drainage features, the
transportation management plan, utility relocations, stormwater pond requirements,
and identified environmental issues, among other factors.
The CONSULTANT will compare the existing right of way width with the proposed
right of way requirements to estimate the amount of right of way that the
DEPARTMENT must acquire.
The DEPARTMENT will estimate the cost for right of way acquisition, and cost
estimates for relocations and business damages, if any. The CONSULTANT will
submit concept plans for the Build Alternative that include the parcel identification
number, existing right of way lines,proposed right of way lines and acreage of
property required. Additionally, the CONSULTANT will provide a spreadsheet with
the following parcel information: owner, address, acreage of parent parcel and
required amount of property for the Project, estimated business damages and right of
way property costs.
The DEPARTMENT's Right of Way Office staff and CONSULTANT will conduct
an interactive field trip to review conditions in the corridor as they pertain to actual
conditions that might impact the cost of right of way acquisition for the Project.
The CONSULTANT will jointly meet with the District Roadway Engineer, Traffic
Operations staff, Right of Way Office staff, and DEPARTMENT's Office of General
Counsel staff prior to the development of right of way cost estimates. The purpose of
the meeting is to jointly review the proposed design parameters, the proposed
alternative alignments to identify those alternatives for which right of way cost
estimates will be developed by the DEPARTMENT. The goal is to evaluate the
alternatives necessary to comply with PD&E requirements and to satisfy the
evaluation needed for eminent domain considerations for each alternative.
Page 52 of 66
5021
Docusign Envelope ID:7CB4F8DE-BB11-43136-8C86-526C09230CC8
LOCALLY FUNDED AGREEMENT
BETWEEN
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION
AND MONROE COUNTY
The DEPARTMENT's Right of Way Office will estimate the cost for right of way
acquisition, as well as cost estimates for relocations and business damages, if any.
4.17 ALTERNATIVES EVALUATION
4.17.1 Comparative Alternatives Evaluation
The CONSULTANT will establish evaluation criteria at the beginning of the Project,
which must be agreed upon with the DEPARTMENT before use in the comparative
evaluation of alternatives. After developing the viable alternatives, analyzing
alternatives and estimating costs, the CONSULTANT will prepare a matrix which
compares the impacts,performance, and costs of the alternatives evaluated in detail in
the PD&E Study. The matrix will include the performance of the No Build
Alternative as the baseline for comparison.
4.17.2 Selection of Recommended Alternative
The DEPARTMENT will select a recommended alternative based on review and
analysis of engineering, environmental, and public involvement issues related to this
Project.
4.17.3 Value Engineering
The DEPARTMENT will conduct a Value Engineering (VE) study for the Project
according to Value Engineering Program, Topic No. 625-030-002. The
CONSULTANT will prepare relevant project information and submit to the VE team.
The information will be logically organized to facilitate the VE team's understanding
of the Project development.
The CONSULTANT will submit to the VE team the following minimum information,
if available:
• Project traffic report
• Environmental studies reports
• Environmental document
• Engineering analysis documentation
• Copies of all alternative concept plans/drawings
• Drainage analysis documentation
• Bridge hydraulics report and location hydraulics report
• Typical section package
• Other miscellaneous reports prepared for this project
At the request of the DEPARTMENT, the CONSULTANT will meet with the VE
team to explain development of Project alternatives and rationale of selecting the
Page 53 of 66
5022
Docusign Envelope ID:7CB4F8DE-BB11-43136-8C86-526C09230CC8
LOCALLY FUNDED AGREEMENT
BETWEEN
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION
AND MONROE COUNTY
recommended alternative. The CONSULTANT will be available to the VE team for
clarification of the information used during the VE study. The CONSULTANT will
respond to questions or proposals developed as part of the VE and recommend
inclusion or denial of the VE proposals into the project.
The CONSULTANT will include VE study recommendations concerning modified or
additional concepts, into the comparative evaluation of the alternatives.
4.18 CONCEPT PLANS
The CONSULTANT will prepare concept plans for all viable Project alternatives in
appropriate scales overlaid on the base map.
4.18.1 Base Map
The CONSULTANT will produce a base map of the project area using
DEPARTMENT's CADD standards. The base map will contain an aerial photo and
existing characteristics for the project. The base map must show environmental issues
that are specific to the Study Area such as cemeteries, wetlands, historic properties,
high-risk contamination sites,public parks, and property lines.
The CONSULTANT will prepare base maps for the following uses (at noted scales):
• Overall Project Location Map 1: 500
• Overall Drainage Map 1: 200
• Corridor Maps (Roll Plots) 1: 100
4.18.2 Alternatives Concept Plans
The CONSULTANT will prepare and overlay alternative concept plans on the base
map. The concept plan must show potential location of bridges, culverts, retaining
walls, right of way lines (existing and proposed), major utility facilities, intersection,
critical driveways, and median openings, among other roadway elements, at
appropriate scale according to the DEPARTMENT CADD Manual.
4.18.3 Preferred Alternative
The CONSULTANT will finalize the preferred alternative concept plan by
incorporating comments received from the Public Hearing process as directed by the
DEPARTMENT.
4.18.4 Typical Section Package
The CONSULTANT will prepare the Typical Section Package (excluding pavement
design) in accordance with the FDM.
Page 54 of 66
5023
Docusign Envelope ID:7CB4F8DE-BB11-43136-8C86-526C09230CC8
LOCALLY FUNDED AGREEMENT
BETWEEN
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION
AND MONROE COUNTY
4.18.5 Design Exceptions and Design Variations
The CONSULTANT will prepare Design Exceptions and Design Variations Package
for the preferred alternative for approval in accordance with the FDM.
4.19 TRANSPORTATION MANAGEMENT PLAN
The CONSULTANT will prepare a conceptual Transportation Management Plan in
accordance with as per Part 2, Chapter 3 of the PD&E Manual.
4.20 RISK MANAGEMENT
The DEPARTMENT Project Manager will coordinate with the Cost Risk Assessment
(CRA)regional team and a representative from that team will lead the Risk Assessment
for this Project. The CONSULTANT and key SUBCONSULTATANTS may be asked to
attend and participate in the Risk Assessment Workshop for this Project. The
CONSULTANT will support the Risk Assessment Workshop by providing materials
requested by the DEPARTMENT Project Manager to conduct the Workshop and
associated
4.21 ENGINEERING ANALYSIS DOCUMENTATION
The CONSULTANT will prepare a Preliminary Engineering Report(PER) as per Part 2,
Chapter 3 of the PD&E Manual.
The CONSULTANT shall include sufficient back up information related to all computer
programs and parameters used in the analyses to facilitate the review of the engineering
documentation. The engineering documentation shall be neatly and logically presented.
The final engineering analysis documentation prepared by the CONSULTANT shall be
signed and sealed by a Florida-licensed professional engineer.
4.22 PLANNING CONSISTENCY
4.22.1 Transportation Plans
The CONSULTANT will coordinate with the DEPARTMENT to obtain and review
transportation plans throughout the life of the Project for all modes of transportation
including freight, transit, and non-motorized. The following plans or studies should
be reviewed as appropriate:
• State Transportation Improvement Program (STIP)
• Local Government Comprehensive Plan (LGCP)
• Non-motorized (bicycle and pedestrian)Plans
• MPO's adopted Long Range Transportation Plan (LRTP) Cost Feasible and Needs
Plans
Page 55 of 66
5024
Docusign Envelope ID:7CB4F8DE-BB11-43136-8C86-526C09230CC8
LOCALLY FUNDED AGREEMENT
BETWEEN
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION
AND MONROE COUNTY
• Local Transit Development Plans (TDP) for bus, rail, or other services
4.22.2 Planning Consistency Form
The CONSULTANT will assist the DEPARTMENT's finalization of Planning
Requirements for Environmental Document approval in the appropriate form.
5.0 ENVIRONMENTAL ANALYSIS AND REPORTS
Tasks described within this section direct work efforts applicable to the environmental
analysis and documentation for this Project. Prior to beginning environmental work, the
CONSULTANT must review the ETDM Programming Screen Summary Report, summary
degree of effect, resource agencies' comments,permits that may be required, and GIS
information from the Environmental Screening Tool (EST). This review will support the
CONSULTANT's ability to adequately assess the potential for Project alternatives to affect
known environmental resource issues.
CONSULTANT activities to conduct and prepare environmental analysis and reports shall be
done under the direction of the DEPARTMENT Project Manager. The CONSULTANT will
collect pertinent environmental data, conduct analyses, and document the results of this
analysis within technical reports or memoranda. The analyses and reporting will be
performed and presented in accordance with the procedures in the PD&E Manual. The
CONSULTANT will analyze all Build Alternatives and the No Build Alternative with
respect to impacts to natural, cultural, social and physical resources and document all
analyses in the reports. Wherever appropriate the CONSULTANT will describe proposed
measures to avoid, minimize, or mitigate project impacts on the environmental issues.
Additionally, the CONSULTANT will summarize results of the environmental analysis in
the Environmental Document. The CONSULTANT must verify and record in the
Environmental Document any environmental resource that is identified as "No Involvement".
The CONSULTANT will summarize in the Environmental Document the results of analysis
of environmental resources that were completed as part of another study or performed by
others concurrent with this project.
5.1 SOCIOCULTURAL EFFECTS
THE CONSULTANT will conduct a Sociocultural Effects (SCE) evaluation in
accordance with Part 2, Chapter 4 of the PD&E Manual. The CONSULTANT will
document the results of the SCE Evaluation in the Environmental Document and in the
Project file and/ or complete a stand-alone SCE report if required. If no involvement for
a particular issue is indicated, then standard statements to that effect from Part 2,
Chapter 4 of the PD&E Manual will be included in the Environmental Document.
Page 56 of 66
5025
Docusign Envelope ID:7CB4F8DE-BB11-43136-8C86-526C09230CC8
LOCALLY FUNDED AGREEMENT
BETWEEN
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION
AND MONROE COUNTY
5.1.1 Social
• Community Cohesion: The CONSULTANT will identify and assess potential
Project impacts on physical barriers, traffic pattern changes, social pattern
changes, and loss of connectivity to community features and facilities.
• Special Community Designation: The CONSULTANT will identify and assess
potential Project impacts on schools, churches,parks, emergency facilities, social
services, daycare facilities, retirement centers, community centers, and retail
locations.
• Safety/Emergency Response: The CONSULTANT will identify and assess
potential Project impacts on the creation of isolated areas; emergency response
time changes; and location of police, fire, emergency medical services, healthcare
facilities, and government offices.
• Demographics: The CONSULTANT will identify and assess potential Project
impacts on minority, LEP persons, disabled persons, low-income populations,
and/or special populations within the Project area.
• Community Goals and Quality of Life: The CONSULTANT will identify and
assess potential Project impacts on social value changes and compatibility with
community goals and vision.
5.1.2 Economic
Resource is not present or is present but will not be impacted This resource is not
present or will not be impacted by the project. The CONSULTANT must verify and
record in the Environmental Document.
5.1.3 Land Use Changes
This resource is not present or will not be impacted by the project. The
CONSULTANT must verify and record in the Environmental Document.
5.1.4 Mobility
The CONSULTANT will evaluate potential Project impact on mobility and
accessibility with regard to all transportation modes (i.e.,pedestrian, bicycle, transit
and vehicle) in the Study Area.
5.1.5 Aesthetics
The CONSULTANT will evaluate and summarize the Project's effect on viewshed
and vista, community focal points, historic structures, landmarks, and community
character in accordance with the PD&E Manual.
Page 57 of 66
5026
Docusign Envelope ID:7CB4F8DE-BB11-43136-8C86-526C09230CC8
LOCALLY FUNDED AGREEMENT
BETWEEN
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION
AND MONROE COUNTY
5.1.6 Relocation Potential
This resource is not present or will not be impacted by the project. The
CONSULTANT must verify and record in the Environmental Document.
5.2 CULTURAL RESOURCES
The CONSULTANT will prepare a Research Design and Survey Methodology for the
project, to be submitted to the DEPARTMENT for approval prior to the initiation of field
work. The CONSULTANT shall identify and map out the zones of probability for the
Project Study Area, and identify any previously recorded resources. The Area of Potential
Effect(APE)will be determined (including pond sites). The CONSULTANT will
summarize each of the cultural resource issues in the Environmental Document. If
noninvolvement for a particular issue is indicated, then a statement to that effect will be
included. The CONSULTANT will use a professional qualified under the provisions of
36 CFR 61 in compliance with the National Historic Preservation Act of 1966(Public
Law 89-665, as amended) and the implementing regulations (36 CFR 800), as well as
with the provisions contained in Chapter 267, Florida Statutes, to perform all work in
this task.
The CONSULTANT will assess the direct and indirect effects and will document the
severity of the following items in the Environmental Document and Project file:
5.2.1 Archaeological and Historic Resources
The CONSULTANT will identify and analyze impacts to archaeological sites and
historic resources within the Project's Area of Potential Effects (APE). The APE must
include potential pond sites. The CONSULTANT will prepare a research design
methodology and perform a Cultural Resources Assessment Survey in accordance
with Part 2, Chapter 8 of the PD&E Manual. All work will be documented and
coordinated with appropriate agencies as per Part 2, Chapter 8 of the PD&E
Manual, and the DEPARTMENT's Cultural Resource Management Handbook. In
addition, attendance at public meetings may be required. The CONSULTANT will
review and address any resources issues or comments by the State Historic
Preservation Office (SHPO) listed in the Programming Screen Summary Report.
The CONSULTANT will assist the DEPARTMENT in meetings by providing
technical support in Section 106 Meetings, such as Cultural Resource Committee
Meeting.
The CONSULTANT will prepare Cultural Resources Assessment Survey (CRAS)
documentation detailing the results of the survey and assessments of resource
significance, including a Florida Master Site File (FMSF) form. The Research Design
Page 58 of 66
5027
Docusign Envelope ID:7CB4F8DE-BB11-43136-8C86-526C09230CC8
LOCALLY FUNDED AGREEMENT
BETWEEN
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION
AND MONROE COUNTY
and Survey Methodology and the Pond Site Technical Memo will be included in the
CRAS appendix.
5.2.2 Recreational, Section 4(f)
• Section 4(f) Determination of Applicability: The CONSULTANT will
complete the documentation and coordination required for a Section 4(f)
Determination of Applicability in accordance with Part 2, Chapter 7 of the
PD&E Manual.
• Section 4(f) "de minimis" Documentation: The CONSULTANT will prepare
Section 4(f) "de minimis" documentation in accordance with Part 2, Chapter 7
of the PD&E Manual.
5.3 NATURAL RESOURCES
The CONSULTANT will assess and summarize each of the natural resource issues in the
Environmental Document. If no involvement for a particular issue is indicated, then a
statement to that effect will be included.
The CONSULTANT will identify the natural resource evaluation area. The
CONSULTANT will assess the direct and indirect effects and will document the severity
of the following items in the Environmental Document and project file:
5.3.1 Wetlands
Wetlands and Surface Waters: The CONSULTANT will identify the type, quality,
and function of wetlands, or reference previously completed documentation relevant
to the Project. The CONSULTANT will establish Uniform Mitigation Assessment
Method (UMAM) for representative wetlands in accordance with Part 2, Chapter 9
of the PD&E Manual. The CONSULTANT will evaluate alternatives that avoid
wetland impacts and, where unavoidable, identify practicable measures to minimize
impacts. Any impact to wetlands requires development of a Conceptual Mitigation
Plan. The CONSULTANT will document the results of a Wetlands Evaluation in the
Natural Resources Evaluation (NRE) Report to document all coordination activities
with resource agencies, wetland impact assessment, and mitigation analysis.
5.3.2 Essential Fish Habitat
The CONSULTANT will conduct field review, survey, and appropriate coordination
with resource agencies to assess impacts to essential fish habitat(EFH) in accordance
with Part 2, Chapter 11 of the PD&E Manual. The CONSULTANT will prepare
the EFH Assessment as a component of the NRE to document potential adverse
effects to EFH and measures to address those effects.
Page 59 of 66
5028
Docusign Envelope ID:7CB4F8DE-BB11-43136-8C86-526C09230CC8
LOCALLY FUNDED AGREEMENT
BETWEEN
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION
AND MONROE COUNTY
5.3.3 Wildlife and Habitat
Analysis and Report: The CONSULTANT will perform research, field reviews,
survey, and coordination necessary to determine Project involvement with and any
potential impacts to federal and state protected, threatened or endangered species and
their habitats. Additionally, the CONSULTANT will develop a study design (which
will be approved by the DEPARTMENT)to evaluate the magnitude of Project
involvement with wildlife and their habitat. If required, the CONSULTANT will
prepare the Biological Assessment as a part of the NRE.
The CONSULTANT will assess project's potential impacts to wildlife and habitat in
accordance with Part 2, Chapter 16 of the PD&E Manual. The CONSULTANT
will assist the DEPARTMENT in consultations, if required.
Conservation Measures and Mitigation Plan: The DEPARTMENT Project
Manager will provide a description of the habitat conservation measures to be
considered. The CONSULTANT will provide an analysis of wildlife and habitat
conservation measures.
5.3.4 Natural Resource Evaluation Report
The CONSULTANT will document the results of the Wetlands and EFH, Wildlife
and Habitat, evaluations in a Natural Resources Evaluation (NRE)report in
accordance with Part 2, Chapter 16 of the PD&E Manual.
5.3.5 Water Quality
The CONSULTANT will evaluate the data for and document water quality in the
Water Quality Impact Evaluation (WQIE) Checklist in accordance with Part 2,
Chapter 11 of the PD&E Manual.
5.3.6 Special Designations
The CONSULTANT will evaluate the data for and document the following special
designations if applicable: Outstanding Florida Waters, Wild and Scenic Rivers,
Aquatic Preserves, Coastal Barrier Resource, and Scenic Highways, in accordance
with Part 2, Chapters 5, 10, 12, and 15 of the PD&E Manual, respectively.
5.3.7 Identify Permit Needs
The CONSULTANT will review the Programming Screen Summary Report and
identify permits required for the project.
Page 60 of 66
5029
Docusign Envelope ID:7CB4F8DE-BB11-43136-8C86-526C09230CC8
LOCALLY FUNDED AGREEMENT
BETWEEN
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION
AND MONROE COUNTY
The CONSULTANT will perform activities that will inform and accelerate the
permitting process, including activities to acquire permits during PD&E(as required
by the DEPARTMENT).
Potential permits include: ERP from SFWMD, Florida Keys National Marine
Sanctuary Permit, FDEP NPDES, FDEP TIITF Easement Modification, USCG
Bridge Permit/Bridge Project Questionnaire, and USACE Section 404 Permit and
Section 10 Permit.
5.3.8 Farmland
This resource is not present or will not be impacted by the project. The
CONSULTANT must verify and record in the Environmental Document.
5.4 PHYSICAL EFFECTS
The CONSULTANT will summarize each of the physical effect issues in the
Environmental Document. If no involvement for a particular issue is indicated, then a
statement to that effect will be included. The CONSULTANT will identify the physical
effect evaluation area. The CONSULTANT will assess the direct and indirect effects and
will document the severity of the following:
5.4.1 Noise
The CONSULTANT will perform the noise analysis, noise abatement evaluation, and
assessment of construction noise and vibration in accordance with the Part 2,
Chapter 18 of the PD&E Manual and the current version of FDOT's Traffic Noise
Modeling and Analysis Practitioner's Handbook. The CONSULTANT will attend a
noise study methodology meeting with the DEPARTMENT prior to beginning
analysis.
The CONSULTANT will document methodology and results of noise analysis and
noise abatement evaluation in the Noise Study Report (NSR). The CONSULTANT
will provide an electronic copy of the NSR, in PDF format, as well as all Traffic
Noise Model (TNM) input/output files, and "readme" file that support the information
documented in the report.
If the Project is determined to be a Type III project, the CONSULTANT will
document that in the Project File.
5.4.2 Transit Noise and Vibration Analysis
This resource is not present or will not be impacted by the project. The
CONSULTANT must verify and record in the Environmental Document.
Page 61 of 66
5030
Docusign Envelope ID:7CB4F8DE-BB11-43136-8C86-526C09230CC8
LOCALLY FUNDED AGREEMENT
BETWEEN
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION
AND MONROE COUNTY
5.4.3 Air Quality
This resource is not present or will not be impacted by the project. The
CONSULTANT must verify and record in the Environmental Document.
5.4.4 Construction Impact Analysis
The CONSULTANT will evaluate and document the potential impacts of
construction of the Project alternatives in accordance with Part 2, Chapter 3 of the
PD&E Manual.
5.4.5 Contamination
The CONSULTANT will gather data, review data, and investigate contamination
issues within the limits of the project and identify potentially contaminated sites in
accordance with Part 2, Chapter 20 of the PD&E Manual.
The CONSULTANT will document data reviewed, findings, risk rating of potential
contamination sites, and recommendation for additional assessment actions in the
Contamination Screening Evaluation Report.
5.5 CUMULATIVE EFFECTS EVALUATION
The CONSULTANT will perform and document cumulative effects evaluation of each
resource of concern identified based on context and in consultation with the
DEPARTMENT as per the process outlined in the Cumulative Effects Evaluation
Handbook. The cumulative effects evaluation should build upon information derived
from the direct and indirect effects analyses.
5.6 PROJECT COMMITMENTS RECORD
The CONSULTANT will assist the DEPARTMENT in filling out Form No. 700-011-35
Project Commitments Record(PCR)to document project commitments in the
Commitments section of the Environmental Document. DEPARTMENT Procedure 700-
011-035 will be used by the CONSULTANT for recording the project commitments. The
CONSULTANT will forward the completed PCR form to the DEPARTMENT Project
Manager.
6.0 ENVIRONMENTAL DOCUMENT
The CONSULTANT will assist the DEPARTMENT in preparing an Environmental
Assessment in accordance with Part 1, Chapter 6 of the PD&E Manual.
If after completing the EA, FDOT Office of Environmental Management determines that
there are no significant impacts resulting from the project, the CONSULTANT under the
Page 62 of 66
5031
Docusign Envelope ID:7CB4F8DE-BB11-43136-8C86-526C09230CC8
LOCALLY FUNDED AGREEMENT
BETWEEN
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION
AND MONROE COUNTY
direction of the Department will prepare a Finding of No Significant Impact(FONSI) in
accordance with Part 1, Chapter 7 of the PD&E Manual for review and approval by FDOT
Office of Environmental Management. If the EA discovered that the project would result in
significant impacts, the DEPARTMENT will upgrade the project to an Environmental Impact
Statement(EIS).
7.0 METHOD OF COMPENSATION
Payment for the work accomplished will be in accordance with Exhibit B of this contract.
The DEPARTMENTS Project Manager and the CONSULTANT will monitor the cumulative
invoiced billings to ensure the reasonableness of the billings compared to the study schedule
and the work accomplished and accepted by the DEPARTMENT. The DEPARTMENT
Project Manager will decide whether work of sufficient quality and quantity has been
accomplished by comparing the reported Scope of Services percent complete against actual
work accomplished.
Payments will not be made that exceed the percentage of work identified in the approved
payout curve and schedule provided. The CONSULTANT shall provide a list of key events
and the associated total percentage of work considered to be complete at each event. This list
shall be used to control invoicing. Payments will not be made that exceed the percentage of
work for any event until those events have actually occurred and the results are acceptable to
the DEPARTMENT.
Page 63 of 66
5032
Docusign Envelope ID:7CB4F8DE-BB11-43136-8C86-526C09230CC8
LOCALLY FUNDED AGREEMENT
BETWEEN
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION
AND MONROE COUNTY
EXHIBIT "B"
FINANCIAL SUMMARY
The Department's Work Program allocates the following funding, programmed under Financial Project
Number 453765-1-22-01 for PD&E Study completion:
Fiscal Year Amount Fund Type
2025 $ 1,863,200 CD23, CONGRESS GF EARMARKS HIP 2023
2025 $ 1,447,800 LF, LOCAL FUNDS
COUNTY's Financial Responsibility: $ 1,447,800
Page 64 of 66
5033
Docusign Envelope ID:7CB4F8DE-BB11-43136-8C86-526C09230CC8
LOCALLY FUNDED AGREEMENT
BETWEEN
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION
AND MONROE COUNTY
EXHIBIT "C"
PARTICIPANT'S RESOLUTION
To be herein incorporated once approved by the Participant's Commission.
Page 65 of 66
5034
Docusign Envelope ID:7CB4F8DE-BB11-43136-8C86-526C09230CC8
LOCALLY FUNDED AGREEMENT
BETWEEN
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION
AND MONROE COUNTY
EXHIBIT "D"
THREE PARTY ESCROW AGREEMENT
To be herein incorporated once approved by the Department's Office of the Comptroller.
Page 66 of 66
5035
Docusign Envelope ID:7CB4F8DE-BB11-43136-8C86-526C09230CC8
RESOLUTION NO. 240 -2024 EXHIBIT C
A RESOLUTION OF THE BOARD OF COUNTY
COMMISSIONERS OF MONROE COUNTY,
FLORIDA, APPROVING A LOCALLY FUNDED
AGREEMENT BETWEEN STATE OF FLORIDA
DEPARTMENT OF TRANSPORTATION AND
MONROE COUNTY FOR FUNDING FOR THE
NATIONAL ENVIRONMENTAL POLICY ACT
(NEPA) PROJECT DEVELOPMENT AND
ENVIRONMENT STUDY (PD&E) FOR CARD
SOUND ROAD BRIDGE #904990.
WHEREAS, Monroe County (the County) has jurisdiction over and maintains
Bridge Number 904990 Card Sound Bridge from south of Milepost 5 to Milepost 6.242
(Miami-Dade/Monroe County Line); and
WHEREAS, at Monroe County's request, the Department will administer on
behalf of Monroe County, a National Environmental Policy Act("NEPA") Project
Development and Environment Study ("PD&E Study"), for Card Sound Bridge,project
FM 453765-1 (the "Project"), to determine a range of reasonable bridge project
alternatives, and ultimately a Preferred Alternative, that is acceptable from an
engineering and operational standpoint, the individual elements of which are outlined in
the attached Exhibit"A", `Scope of Services', which is herein incorporated by reference;
and
WHEREAS, the PD&E Study is anticipated to contain commitments for the
County to assure that resource agencies and other stakeholder's issues that are identified
in the PD&E study will be addressed in future phases of Project delivery in compliance
with NEPA and applicable state and federal laws; and
WHEREAS,the Department and the County are entering into this Agreement to
memorialize the County's obligations to implement the commitments as contained in the
final approved NEPA document for the Project, (hereinafter the "Approved NEPA
Document"); and
WHEREAS, the Department will utilize federal funds that have been
congressionally appropriated and the County funds for the completion of the PD&E
Study; and
WHEREAS, the County shall deposit funds in escrow with the State of Florida,
Department of Financial Services, Division of Treasury, in the amount set forth in
Exhibit"D"; and
WHEREAS,the parties hereto mutually recognize the need for entering into an
Agreement designating and setting forth the responsibilities of each party; and
Card Sound Bridge PD&E
Locally Funded Agreement
August 21,2024
5036
Docusign Envelope ID:7CB4F8DE-BB11-43136-8C86-526C09230CC8
WHEREAS,the parties are authorized to enter into this Agreement pursuant to
Section 334.044(7) and 339.12, Florida Statutes(F.S.).
NOW,THEREFORE,BE IT RESOLVED by the Board of County
Commissioners of Monroe County,Florida,that:
SECTION 1: The Locally Funded Agreement(LFA)between the State of Florida,
Department of Transportation and Monroe County is hereby approved.
SECTION 2: Upon execution,this Resolution shall be marked as Exhibit"C"and
made a part of the Locally Funded Agreement.
PASSED AND ADOPTED by the Board of County Commissioners of Monroe
County,Florida at a regular meeting of said board on the 21 st day of August 2024.
Mayor Holly Merrill Raschein Yes
Mayor Pro Tem James K. Scholl Yes
Commissioner Craig Cates Yes
Commissioner Michelle Lincoln Absent
Commissioner David Rice Yes
R()ARTI ()F COTTXTTV C(-)XTAATQQTnXTPDQ
i t A.0, �A tt st L MADOK Clerk OF MONROE COUNTY FLORIDA
0001
�oy� wA alp By
C`a'As D putylerk Mayor/Chairperson
MONROE.COUNTY ATTORNEY
. � RPPR_VkD AS TO EO is
CHRISTINE LIMBERT•BARROWS
ASSISTANTCOUNTY ATTORNEY
DATE:: 7/12_/24"
- C? €n Z)
raar-
CD
Card Sound Bridge PD&E
Locally Funded Agreement
August 21,2024
5037