HomeMy WebLinkAboutR-01-0747J-01-617
7/25/01
•
•
01- hl i7
RESOLUTION NO. _
A RESOLUTION OF THE MIAMI CITY COMMISSION, WITH
ATTACHMENT(S), AUTHORIZING THE CITY MANAGER TO
EXECUTE A GRANT AGREEMFNT, IN SUBSTANTIALLY THE
ATTACHED FORM, W17H THE FEDERAL HIGHWAY
ADM INISTRA'iION; AND 7CRTHER AUTHORIZING THE
CITY MANAGER TO EXECUTE A JOINT PARTICTPAT10N
AGREEMENT, IN SUBSTANTIALLY THE ATTACHED FORM,
WITH THE FLORIDA. DEPARTMENT OF TRANSPORTATION
TO IMPLEMENT A PILOT COMMUNITY TRANSPORTATION
PROGRAM FOR 'l HE NORTHWEST 71h AVENUE CORRIDOR
STUDY, 1N AN AMOUNT NOT TO EXCEED $93,950;
ALLOCATING FUNDS FROM FEDERAL DISCRETIONARY
FUNllS.
BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI,
FLORIDA:
Section 1. The City Manager is authorized' --1 to enter
into a Grant Agreement, in substantially the attached form, with
the Federal Highway Administration.
Section 2. The City Manager is further authorized!' to
execute a Joint Participation Agreement, in substantially the
=` The herein authorization is farther subject to compliance with all
requirements that may be imposed by the City Attorney, including but nor -
limited to those prescribed by applicable City Charter and Code
provisions.
ATTACHMIN ' to)
Off TAI NED
�'itY Q�Of�d�fQti
a o�
JUI. 2 6 2001
�wolut►uw lva
01- 747
0 •
attached form, with the Florida Department of Transportation for
the implementation of a pilot community transportation program
for the Northwest 7t" Avenue Corridor Study, in an amount not: to
exceed $93,950.
Section 3. This Resolution shall become effective
immediately upon its adoption and signature of the Nitayor.21
PASSED AND ADOPTSD this 26th . day of_Jud_ _ �, 2001.
JOE CAROLLO, MAYOR
In a000rdanoe with Miami Code Sea. 2.38, sine tho Mayor did not Indicate aprA" of
this legislation by signing It in the designated place provided, said legislation now
becomes oftective with the elapse of ten (10) days from the date of Commission action
ATTEST: repn1ing am, wfth0ut the Maya' exerolaing a vow.
Ver J. Foeman, M Mk
WALTER J. FOE,MAN
CITY CLERK
APPROVED AS O FORM AND CORRECTNESS:
�ld,&, /ij 1
%�
4JAN DRO V I LAR}' LO
C Y ATTORNEY
W5481:db:LB
?� If the Mayor does not sign thi.s Resolution, it shall be<;ome effective at
the end of ten calendar days from the date it was passed and adopted.
Tf the Mayor vetoes this Resolution, it shall become effective
immediately upon override u1: thc: veto by the City Corrmi.:as on.
Page 2 of 2 747
aRsram
0 0
ATTACHMENT A
Grant Agreement No. TCSP-017
Grant Administered by: The Federal Highway Administration
U.S. Department of
Transportation
Federal Highway
Administration
Transportation and Community and
System Preservation Pilot Program (TCSP)
GRANT AGREEMENT
Between: The Federal Highway Administration
and
Grantee: City of Miami Planning and 'Zoning Department
444 S.W. 2 a Ave. 3rd Fl.
Miami, FL 33130
Attention: Clark P. Turner, Chief of Community Planning and
Lilia Medina, Senior Planner
1. AUTHORITY AND PURPOSE
This grant is awarded pursuant to the authority contained in Title 1, Subtitle B, of the Transportation
Equity Act for the 21" Century of 1998, and its subsequent amendments referred to as "TEA -21." In
accordance with Section 1221 of the TEA -21, the Federal Highway Administration (here -in- after
referred to as "FI I WA") hereby awards the sum of S 93,950 to provide support for a Transportation
and Community and System Preservation Pilot Program (TCSP) project titled NW 7a' Avenue
Corridor Improvement Project as described in the approved application.
2. GRANT AMOUNT AND BUDGET
The funds awarded to this project must be expended according to the approved application. The
federal share of the approved costs shall be 100 percent to the maximum of the grant unless
otherwise authorized. Any revisions to the grant budget must be approved by FIIWA and made in
accordance with 49 CFk 18. FIIWA will not reimburse the recipient for any costs in excess of the
Hifi - 747
0
awarded amount. These funds must be obligated by September 30, 2001. Afler obligation, these
funds are available until expended.
3. PAYMENT
Payment will be made to the recipient in accordance with procedures set forth in the Federal —Aid
and federal Highway Acts, as amended. A list must be provided to the grantor of every person
authorized by the grantee to request funds.
4. REPORTING AND EVALUATION
The Recipient must submit an original and one copy of the quarterly Financial and Narrative reports
to the F1 IWA I� lorida Division, 227 N. Bronough, Suite 2015, Tallahasse, FL 3.2301 and one copy to
FHWA, Office of Iluman Environment, HEP11-20, Room 3301, 400 7th Strert SW, Washington,
DC 20590.
A sample template of the Evaluation report is described in grant application. "Che evaluation report
must be submitted annually within 90 days after the fiscal year to FHWA Division and the Office of
Human Environment.
The Reporting Schedule for this Grant is as follows:
Period Renort Covers Report Is DUS
July 1 — September 30, 2001 October 31, 2001
Annual Report 90 days after the fiscal year
Final Report 90 days after the project Is completed
5. TERMINATION
This agreement is subject to termination by either party as described in Grant Provision 8, Appendix
A, 49 CFR 18, Paragraph 44. The City of Miami Planning and Zoning Department agrees to give
FHWA at least 90 days notice of intent to terminate this agreement.
6. RESPONSIBILITIES AND GRANT P OVISIO S
This agreement is made on condition that these funds will be administered in accordance with the
terms and conditions as set forth in this agreement. The catalog of Federal Domestic Assistance
number for this project is 20.205.
Authon7.ed Relmvmtativc
Title: Cathy Kendall, AICD, Community Planner Datc:
FEDERAL HIGHWAY ADMINISTRATION -FL Division rrt�*7 mak;
N ¢ .;2
n-rr
ACKNOWLEDGED
City of Miami Planning and Zoning Department
H � f
Authorized Representative
nsr7i�
By: Clark P. Turner `� ' f aEry
'r moi+ rYFE 1F '�
Title: Chief of Community Planning
Date: i a is w` cM 9t a 1F i vNuu $°} q„�� alp
C'�3,. A 1
4"
.€uXvau t
'i�"Mir
: ,.».�" �.d.V,•,pi. ,Yr* "st 7 d.
tt,�, ;
fiLF�` P i'twE ,t!
¢ ar `R^ 4 '': r x a I•-'�'t a "'�!���c+t+^ti #'� =3' IMP,
'
RN
c y g xc° Gu1X bye �a++ o& kYs k.a
Yxxrar�a'flrrXahu* "t,` Kd. XacrrA',,.t^ft6i' trxft a'tr`Ar.
..,�� 9x•`hr t��d tic 1
i t
eA y .r• k i i v ":- i z ai.. h s §'`kti r# 1iN t y "{4,r r4.J 9' k
ryd's�a;r-�'J'�,��.�°1�� �
'� - iU f e #' Y t t u r z T' l •,*arid' � zz' v �:a �,�,. � t X,. r,� 3 2`^ ,. iZ {� d y�tj
'v ca "iX s
a Kf r� �P1Y
§.,
'frt'MN
viy^$ r' 1.y�rrC
r titsk t ii r ,x§ry t » II xt" -0x^ssTF rx. >'+f #'4:�
'tsrr r:
, ra a
n`„ccity'S,l�a�g�.'�%4ii�'°i-t!iiwi�r�
c syC1��d,`bf' •` #a^ J a r�,¢! �g p xn,Y.f k4,{�s
A*4Y t,
° �3 ,}.yYr aFT•l'1�.{'i r,s
�w
y .. �.+t�
§r h.
a � . � - gr 'r r T � � ,�" � � �� .r a �, v a r c ✓ .'� r r�S t � y '� � 1
Jxa4uR. lxrrLuCMI
'( '
+5, -
n, 5",
swr� a� �tt�`ir k
c 3 tti r a c a €b Fa r s
,.r. S. + as "td; z e r 3q,� t,, u r .. �z�.,6 n y't'§' a r + �i' Y,W�r'F
yp 'R3tdy.
r
747
p i
U i
• �TIA-DMCNT- t�,
r.A. No: 1`!A
Flvt No. 411410-1-14-01
Fund Cude: TCSP
C'ontract No: _
Vendor No:
STATE OF FLORIDA DEPARTMENTOF TRANSPORTATION
AND
THE CITY OF MIAMI
JOINT PARTICIPATION AGREEMENT
This AGREEMENT, made and entered into this day of ____, 2001, by afid
between the STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION, hereinafter
referred to as the DEPARTMENT, and the CITY OF MIAMI , hereinafter retched to as the
CITY.
WITNESSETH
WHEREAS, the CITY has the authority to enter into said AGREEMENT and to
undertake the project hereinafter described. and the DEPARTMENT has been granted the
authority to iiunction adequately in all areas of appropriate jurisdiction. including the
implementation of an integrated and balanced transportation system and is authorized under
section 339.175, Florida Statutes, to enter into this AGREEMENT ; and
WHEREAS, the CITY by resolution_____, a copy of which is attached hereto and
make a part of, is authorized to enter into this AGREEMENT.
NOW 'THEREFORE, in consideration of the mutual covenants promises and
representations herein, the parties agree to the following:
1. The above recitals are true and correct and are deemed incorporated herein. •
2. '1'lte purpose of this agreement is to provide for the development of a Master Plan along
the State Road 7 corridor to improve the efficiency of the transportation system including
the transit service; address the mobility needs of the community; improve sidewalks and
other pedestrian ways; plan for hike paths, pedestrian illumination, signalization; and
other means to provide accesi to jobs, services and centers of trade. In addition, the
project will analyze approaches to reduce environmental impacts of transportation,
reduce the need for costly fume infrastructure investments and idkntify strategies to
encourage private sector de%,elopment patterns including transit -oriented development
that achieve these goals. The Master Plan's strategies and recommendations will also
include improvements and enhancements to be implemented in the corridor and evaluated
as a pilot that can be applied in other communities. The Scope of Services for the
development of the Master Pian is pro%ided as Attachment I to this AGREEMENT.
lof5 j1— 74
/TH�I►L7�C
•
0
The TOTAL FSTIMATLI) COST OF THE PROJECT IS NINF'1 Y T1110,'E
'THOUSAND NfNL [1(INDUD F1111Y TI[RUL DOLLARS ($93,950). The
DEPARTMENT shall not provide the CITY a participating amount for the services
herein described and detailed in the AGREEMENT.
4. The DEPARTMENT shall provide progress payments to the CITY for related costs �
based on services associated with the PROJECTas outlined in .Attachment 1, that have
been completed and accepted by the DEPARTMENT during the billing period. The
CITY shall submit a Progress Report at the completion of each of Inc eight (8) phases,
which %will include a copy of the deliverables outlined for each phase: and attached to a
properly documented invoice.
Reimbursement shall be made in accordance with Section 251.422 Florida Statutes. Bills
for fees or other compensation for services or expenses shall he submitted in deL�til
sufficient for a proper preaudit and postaudit thereon. Bills for trav,l expenses are not
authorized in this AGREEMENT.
Agencies providing goods and services to the DEPARTMENT should be aware of the
following time frames. Upon receipt. the DEPARTMENT has 5 (five) working days to
inspect and approve the goods and services, unless the AGREEMENT specilics
otherwise. The DEPARTMENT has 20 (twenty) days to deliver a request for payment
(voucher) to the Department of Banking and finance. The twenty days are measured
from the latter of the date the invoice is received or the goods or services are received,
inspected and approved.
6. If a payment is not available within 40 days, a separate interest penalty at a rate as
established pursuant to Section 215.422(3)(b), Florida Statutes, will he due and payable
to the CITY, in addition to the invoice amount. Interest penalties of less that I (one)
dollar will not be enforced unless the CITY requests payment. Invoices that have to be
returned to the CITY, because of CITY preparation errors, will result in a delay in the
payment. The invoice payment requirements do not start until a properly completed
invoice is provided to the DEPAR'I'MF.NT.
7. A Vendor Ombudsman has been established within the Department of Banking and
Finance. The dirties of this individual include acting as an advocate for agencies/vendors
who may be experiencing problems in obtaining timely payments from a state agency.
The Vendor Ombudsman may be contacted at (850) 410-9724 or by calling the State
Comptroller's Hotline at 1-800-848-3792.
8. Should the DEPARTMENT and the CITY decide to proceed with subsequent phases of
the project, this AGREEMENT shall he amended to identify the respective
responsibilities and the financial arrangements between the parties.
9. This AGREEMENT shall continue in effect and be binding to both the CITY and the
DEPARTMENT until the project is completed.
2of5 01— 747
10. The CITY warrants that it has not employed or obtained any company or person, other
than bona fide employees of the C11'Y to solicit or secure this AGRi ENIENT and it has
not paid or agreed to pay any company. corporation, individual or firm, other than a bona
fide employee employed by the CiTY. For breach or violations of this provision, the
DEPAlIT,MF.N7' shall have the right to terminate the AGRE'EMEN'T without liability.
11. This AGREEMENT is governed by and in accordance with the laws of the State of
Florida.
12. This document incorporates and includes all prior negotiations. correspondence,
agreements, or understanding applicable to the matters contained herein and the parties
agree that there are no commitments, agreements or understanding concerning the subject
matter of this AGRF.L•;IMENT that re not contained in this document. Accordingly, it is
agreed that no deviation for the terms hereof shall be predicated upon any prir
representation or agreements whether oral or written. It is further agreed that no
modification. amendment, or alteration in the terms and conditions contained herein shall
be effective unless contained in a written document executed with the same formality and
of equal dignity herewith.
13. Records of cost incurred under the terms of this AGREF.MEN1' shall be maintained and
made available upon request to the DEPAR•T:biF:N'I' at all times during the period ofthis
AGREEMENT and 1br three years after the final payment is mude.
Copies of these documents and records shall be furnished to the DEPARTNIEN7' upon
request. Records of costs incurred includes the CI'1'Y's general accounting records and
the project records, together with supporting documents and records, of the CITY and
any subconsultants performing work on the project, and all other records of the CiTY
and/or subconsultants considered necessary by the DEPARTMENT fir a proper audit of
costs.
14. A person or affiliate who has been placed on the convicted vendor list following a
conviction for a public entity crime may not submit a bid on a contract to provide any
goods or services to a public entity, may not submit a bid on a contract with a public
entity for the construction or repair of a public building or public work, may not submit
bids or leases of real property to a public entity, may not be awarded or perform work as
a contractor, supplier, subcontractor, or consultant under a contract with a public entity,
and may not transact business with any public entity in excess of the threshold amount
provided in Section 287.017 fir CATEGORY TWO for a period of 36 months front the
date being placed on the convicted vendor list.
15. Section 339.1350)(a), Florida Statutes (1993), is incorporated herein verbatim, to -wit.
-The DEPARTMENT, during any fiscal year, shall not expend money, incur liability, or
enter into any contract which, by the terms, involves the expenditure of money in excess
of the amounts budgeted as available for expenditure during such fiscal year. Any
contract, verbal or written, ntadc in violation of this subsection is null and void, and no
money may be paid on such contract. The DEPARTMENT shall require a statement
3of-5 01+ 747
•
•
from the ('omptroller of the DEPARTMENT that funds are available prior to entering
into such contract or other binding commitment of funds. Nothing herein contained shall
prevent the making of contracts Ibr periods exceeding one 91) year, but any contract so
made shall be executory only for the value of the services to be rendered or agreed to be
paid for in succeeding fiscal years"; The parties agree that in the event funds are not
appropriated to the DEPARTMENT for the Project, this AGREEMENT may he
terminated, which shall be effective upon either party giving notice to the other to that
effect.
16. The DEPARTMENT's obligation to pay under this section is contingent upon an annual
appropriation by the Florida Legislature.
17. To the extent allowed by Laws of Florida, the CITY hereby agrees to indemnify, defend,
save and hold harmless the DEPARTMENT from all claims, demands, liabilities, and
suits of any nature arising out of, because or or due to any intentional and/or negligent act
or occurrences, omission or commission of the CITY, its agents or employees. It is
specifically understood and agreed that this indemnification clause dues not cover or
indemnify the DEPARTMENT FOR its own negligence.
18. 'Phis AGREEMENT or any interest herein shall not be assigned, transferred or otherwise
encumbered by the CITY under any circumstances without the prior written consent of
the DEPARTMENT. However, this AGREEMENT shall run to the DEAPRTMENT
and its successors.
19. Any or all notices (except invoices) given or required under this AGREEMENT shall be
in writing and either personally delivered with receipt acknowledged or sent by certified
mail, return receipt request. All notices delivered shall be sent to the following
addresses:
If to the DEPARTMENT:
Florida Department of Transportation — District Six
602 S. Miami Ave.
Miami, FL 33130
Attention: Ron Fountain, Professional Services Unit
With a copy to: Marie S. Ladouccur, FDOT Project Manager
A second copy to: District general Counsel
If to the CITY
City of Miami Commissioners
444 SW 2nd Avenue,
Miami, Fl. 33130
Attention: Ms. Lilia Medina, Senior Planner
With a copy to: City Attorney
4of5 01— 747
1
IN WITNESS WHEREOF, the CITY has caused this Joint Participation Agreement to he
.IN
in its behalf this Day of _ _ 2001, by the Chairperson,
authorised to cuter into and execute same by Resolution No. and the
DEPARTMENT has executed this AGREEMENT through its District Secretary for District
Six Florida Department of Transportation this Day of of 2001. The
effective date of this AGREEMENT shall be the date the last party to this AGREEMENT has
signed.
CITY OF MIAMI
HOARD OF CITY COMMISSIONERS
AY:
C4wirp�eeou
ATt sT: SF.A—L
City Cleric
APPROVED: (as to form)
flY:
City Aftornsy
Sots
STATE OF FLORIDA
DEPARTMENT OF TRANSPORTATION
BY:
Jose Aht'+ett
District Six Saretwy
ATTEST:. SEAL
Executive Socremy
APPROVED
BY:
District Dieec or ofAJL--1 Mra--
DATE OF FJ=UTION:
APPROVED: (a to gum)
BY:
District Lepl Couned
tai- 747
•
•
TCSP - DEPARTMENT OF TRANSPORTATION [4910-22-Pj
Federal Highway Administration [FHWA Docket No. FHWA-98-4370]
FY 2001 TRANSPOTATION AND COMMUNITY AND SYSTEM PRESERVATION PILOT
PROGRAM (TCSP) GRANT EARMARK APPLICATION
PROJECT INFORMATION & PROJECT ABSTRACT
PART A. PROJECT INFORMATION
Project Location (City/ County, State): Miami/Miami-Dade County, Florida
Project Title: NW 7T" AVENUE CORRIDOR IMPROVEMENT PROJECT
r
Key Contact Name: Lilia Medina Title: Senior Planner
Agency: City of Miami Planning and Zoning Department
Mailing Address (Street/ PO Box): 444 SW 2nd Avenue, 3`d Fl.
City, State, Zip code: Miami, FI. 33130
Phone: 305-416-1400 or -1429 Fax: 305-416-2155
E -Mail: limedina@ci.miami.fl.us
Web site: http://www.ci.miami.fl.us
Applicant Category (check one)
Planning _X_ Implementation
Project Type (i.e., planning transit -oriented development (TOD), brownfield development, job
access): planning TOD, job access
Congressional District(s) and Congressional Representative name(s)in which the project is
located. List in order:
Honorable Carrie P. Meek, Member of Congress, Florida, 17`h District
TCSP Funds Requested: $ 93,950
Matching Funds/Services value: In-kind City of Miami staff
TCSP-related Project Costs: $ 93,950
ABSTRACT
The main purpose of the project is to provide for the development of a Master Pian to improve
the efficiency of the transportation system including the transit service; address the mobility
needs of the community; improve sidewalks and other pedestrian ways; plan for bike paths,
pedestrian illumination, signalization; and other means to provide access to jobs, services and
centers of trade. In addition, the project will analyze approaches to .reduce environmental
impacts of transportation, reduce the need for costly future infrastructure investments and
identify strategies to encourage private sector development patterns including transit -oriented
development that achieve these goals. The expected results, the Master Plan's strategies and
recommendations will also include improvements and enhancements to be implemented in the
corridor and evaluated as a pilot project that can be applied in other communities. The scale of
activity is a corridor improvement study along NW7th Avenue (State Road 7) between NW 54`'
and 951h Streets (city roadways) in the City of Miami. The project is located in the Liberty
NW 7'h Avenue Corridor Improvement Project Miami, Florida 7 1
City/Model City neighborhood and includes the Liberty City/Model City Empowerment Zone.
The neighborhood is a predominantly African-American community; ninety-eight (98) percent of
the population is non -Hispanic Black, thirty-four (34) percent of the housing units are owner
occupied, overcrowded, and the median household income is one-third of the average for
Miami -Dade County. The study area residents are largely dependent on mass -transit to reach
their destinations. The study area is a mix of residential, institutional and commercial land
uses. The geographic focus of the study will be the Edison Business District along NW 7th
Avenue (State Road 7) and NW 62"a Street (city street). The project is a collaboration between
the local development corporations and non-profit associations in the study area, the City of
Miami Planning and Zoning Department, the relevant transportation agencies and an
independent transportation consultant with specialization in transit greenways.
PART B. PROJECT NARRATIVE
r -
The geographic scale of the project is a corridor improvement study along NW 7`h Avenue
between NW 541h and 95th Streets. The overall project goal is to improve the efficiency of the
transportation system in the study area, the Model City/Liberty City neighborhood which
includes the underutilized Edison Business District (EDB). It is anticipated that the work
performed under this TCSP grant will be closely coordinated within a comprehensive planning
and design effort for the larger Model City/Liberty City neighborhood of which the EDB is a
component of the effort. The Edison Business District, primarily between NW 58'h Street and
NW 71 Street along NW 7`h Avenue (see maps attached) is a commercial district and the
subject of several potential infill developments. These developments include the demolition of
the existing Martin Luther King (MLK) Business Center and the new construction of an
expanded center on the same site, the Carver Theater Restoration and addition of artists
live/work lofts, a Cultural Center/Museum and residential townhomes. The site of the MLK
Business Center will be studied for a potential mixed-use facility with liner buildings, parking
and other multi -modal uses.
The project will identify innovative approaches to mobility along the north/south NW7th Avenue
as well as the east/west NW 62nu Street corridor. The existing Miami -Dade County Community
College Entrepreneurial Center on NW 7`h Avenue is a major institution and traffic generator
and its traffic patterns will be analyzed in the corridor project. Therefore, an important aspect of
the study is to address transit -oriented development projects (TOD).
The newly released Liberty City/Model City Empowerment Zone Neighborhood 2001 Strategic
Implementation Recommendations, April 2001, will be used as part of the analysis in the
corridor study. The Empowerment Zone (EZ) Neighborhood Assembly, composed of
neighborhood stakeholders has recommended NW 7th Avenue improvements and
landscaping. The streetscape improvements project has an approved budget. These
recommendations will be incorporated into the corridor study.
The Master Plan for the area will include a vision for the ultimate impact of pedestrian, bicycle
and transit improvements and transportation enhancements for the corridor. The Master Plan's
strategies and recommendations will also include probable estimates of cost for the
implementation phase of the plan and preliminary conceptual design.
The project goals and objectives are to analyze and make recommendations for the NW 71h
Avenue Corridor to promote infill development, adaptive reuse of commercial buildings and new
construction using design guidelines and development standards that recognize the benefit of
NW 7°i Avenue Corridor Improvement Project Miami, Florida 2
01- 747
pedestrian, bicycle and transit patterns of development since the transportation infrastructure
will become increasingly. congested and has been poorly maintained.
This project fulfills requests from the neighborhood's Local Development Corporations for
assistance in implementing the principles of transportation efficiency through model ordinances,
design guidelines and implementation strategies. After completion of the Master Plan, the City
of Miami will participate in pilot projects to implement the new ordinances and strategies in
other communities. During the project and after its completion, the project management team
will be working with the Metropolitan Planning Organization and the Florida Department of
Transportation to share the lessons learned in the project regionally and nationally.
PART G. PROJECT EVALUATION PLAN
The City of Miami will structure its project evaluation program in conformance With the
requirements of TCSP Guidance for Evaluation Plans.
A summary of preliminary plans for evaluation, including means of monitoring,
indicators and measures of performance, and plans for reporting results follows:
1. The primary measure of results of the NW 7t" Avenue Corridor Improvement
Project will be the completion of the various elements on time and within budget.
Adoption and use of the elements developed as a part of the project as the basis for
future development in the project area will serve as significant milestones. In addition,
the use of the Master Pian results will serve as an important step in the process of
defining and funding the future phases of a Design Development Plan, Final Design
and Construction Documents for the project area. These phases are not part of the
TCSP grant. The deliverables of the TCSP grant are intended to stand-alone and be
completed with the earmarked amount of $93,950. Each of these items provides a
reasonable measure of the effectiveness of the project, although external and
unpredictable variables may affect the ultimate outcome. The accomplishment of the
objectives as outlined in the project narrative will be reflected in technical documents
and periodic reports completed during the grant year, or as otherwise agreed upon by
the City and the TCSP sponsors; and,
2. Measurement of the short- and long-term results of the project will largely be a
function of the acceptance of the deliverables through the public participation process
and review by the participating agencies. The implementation of the project will
succeed in the near term to the extent that its work product is adopted and serves as
the basis for the funding of future project phases. To the extent that the effort will be
translated into the construction, development and operation of improvements to the
transportation system along NW 7th Avenue and adjacent corridors, or that it affects
future development, the project can be evaluated for effectiveness on a long-term
basis.
PURPOSE
NW 7t" Avenue Corridor Improvement Project Miarni, Florida 01— 747
0
Transit oriented development (TOD) have not previously been utilized in the project
area. The project proponents feel strongly that an objective evaluation of the results of
the project, through each of its development phases (conceptual master plan through
construction and operation), is important for a variety of reasons, including: (1) to
identify whether the program achieves the established goals; (2) to identify both
positive and negative impacts of the program so that it can be improved; and, (3) to`
provide accurate and clear information to the public, the development community, and
governmental agencies about the impacts of the program. The agencies involved
require and are interested in an accurate assessment of the program to determine
whether or not future efforts should be made to encourage similar projects having and
TOD elements.
The evaluation plan comprises three elements: (1) process evaluation; (2) product
evaluation; and, (3) outcome evaluation. These are briefly described in the folloVVing: ,
Process Evaluation:
Goal/Objective Performance Measures . Evaluation Method(s)
Involvement of non- Number and variety of groups
traditional Partners involved in creating and pro-
viding input
Consistent with state- Goals of project reflect goals of
and MPO planning statewide plan and long-range
process plan for region
Integrates transportation, Plan includes elements that
community preservation consider land use, environ -
and environmental mental impacts, and private
activities sector activities
Review project planning
implementation records
(including meeting
attendance lists and
minutes, correspondence,
and meeting sponsorship)
to identify groups
involved in the process,
and the roles they have
taken.
Review goals at state and wide
regionai leve!. Identify
how project supports these
goals.
List of plan elements that
address key categories
(e,g., land use, environ-
ment, private sector).
Identification of linkages
between categories.
Achieves stakeholder Adoption of work product. Review project records to
commitment and buy- Letters and resolutions of sup- document evidence of
in port, testimonials, editorials stakeholder buy -in.
and articles supporting the Identify significant stake -
NW 714 Avenue Corridor Improvement Project Miami, Florida 747
» 4
project, sponsorship of events,
holders that have failed to
etc., by a variety of groups
buy in to the project.
Commitment to implement-
Review project records to
ation (through responsibility,
document evidence of
funding, work product, etc.).
Adoption of sponsorship by
Successful implementation of
various groups.
complementary TOD, land
Product Evaluation:
use and design initiatives
ments for continued in -
Goal/Objective Performance Measures
Evaluation Method(s)
Project is innovative and
Successful collaboration of non-
Evidence of documents
and provides a learn-
traditional partners
attesting to project
ing experience
development partnership '
Successful implementation of
between non-traditional
complementary TOD, land
partners; ongoing agree -
use and design initiatives
ments for continued in -
targeted at goals of extending
volvement by partners
the walk and reducing SOV
travel in the project area
Provisions to ensure
Legal authority to implement
Document evidence of the
implementation of the
the transit system
legal authority of the
work product
as described by project
participants to adopt the
implement any
resulting policies, and
prioritize required trans-
portation funding sources.
Funding and other resources
Review project records
identified to implement the
and. document funding for
Master Plan
Master Plan implementation.
Provision for management Review project records
and oversight of Master Plan and document manage -
implementation ment plan.
Feedback process to monitor Review project records to
and adjust implementation document monitoring
as necessary program,
Master Plan is linked to Implementation through col- Document roles played by
transportation policies, laborative partnerships, e.g„ various agencies.
plans and projects involving MPO, FDOT, FDEP,
Miami -Dade County, LDCs,
NW 7"' Avenue Corridor Improvement Project Miami, Florida
oi- 747,
5
Empowerment Zone, and
other non-traditional partners
that may arise in the process
Contributes to alleviation of
project area transportation, land
use, redevelopment, economic
development, and related issues
that have been identified in the
strategic, long-range, and other
planning and visioning docu-
ments
Project successfully Completed on schedule
completed
Completed on budget
Level of program participation
Outcome Evaluation:
Review and revise long-
range transportation plan
for consistency with
transit policies
and priorities. Review
Federal, state, regional and
local policies for consis-
tency with these policies.
Compare proposed pro-
ject schedule to actual
Compare proposed pro-
ject budget to actual
Identify groups and
numbers participating in
the program
Goal/Objective Performance Measures Evaluation Method(s)
Improve efficiency of
the transportation
system
Comparison of transit, bicycle,
pedestrian and non -motorized
mode share and daily travel
activities from residents and
employees in the project area,
as well as businesses and
employers, to the overall pat-
terns for the area, as well as to
existing data for non-TOD and
other similar developments.
Survey of project area
residents and employees
to determine journey to
work and other daily
activity mode split and
other travel and needs
data. Compare to exist-
ing census and other
available survey data.
Increase in transit ridership pro-
Evaluate existing and
jetted as a result of TOD;
projected data, before
projected increase in transit
and after transit green -
riders using non -motorized and
way and TOD imple-
transit access
mentation. Make
comparisons.
Land consumption per unit
Compare planned land
N W 7'h Avenue Corridor Improvement Project Miami, Florida
� 1 — 747
2
Is
NW 7"' Avenue Corridor Improvement Project Miami, Florida-
development
area per unit of
development within the
project area with transit
and TOD projections and with
similar existing develop-
ments, including FARs.
Reduce impact on
Community satisfaction,
Surveys can be used as
environment
including issues related to
well as meeting minutes,
aesthetics, safety and improved
editorial comments, letters
air quality
and agency actions
Ensure efficient access
Total number of residents and
Projected population and
to jobs, services, and
jobs within walking distance of
employment within one-
centers of trade
transit
half -mile and 3 blocks
(walking distance) as well
as within 3 miles (transit
and pedestrian
travelshed) of transit stops
before and after projected
transit greenway and
TOD development.
Encourage private sec-
Developer endorsement and
Actual interest in design -
for land and business
support for Master Plan,
and development con -
development and job
regulatory actions and design
sistent with Master Plan,
creation to achieve stated
guidelines
Response to agency
objectives
actions and interviews
with affected parties.
Reduce costs of infra-
Cost of local infrastructure in
Compare cost of local in -
structure investment
and serving the project area
frastructure per dwelling
under existing programs
unit or 1,000 square feet
compared to transit greenway
of commercial develop -
and TOD development
ment before and after
TOD projected buildout.
RESPONSIBUTIES
The staff of the
parties involved in the project, together with the project consultant
team, will be responsible for the majority of the project evaluation,
PART H. WORK PLAN AND SCHEDULE OF ACTIVITIES
NW 7"' Avenue Corridor Improvement Project Miami, Florida-
r
Completion of the project is anticipated to occur within ten months of grant fund
availability. Dates of major milestones will be based upon the date of grant fund
availability, as will the relevant evaluation and reporting periods. TCSP funds and
project commencement are anticipated by June, 2001, The City of Miami expects to
complete its NW 7th Avenue Corridor Improvement Project by April, 2002. Final
design and Construction Documents of the ultimate project would need to be funded`
as early as FY 2002. It is anticipated that the overall system, of which the TCSP
funded Master Plan and project is an integral part, will continue in its development
and evaluation for a number of years afterwards as it expands to cover more areas
of the City and the region.
Exhibit l (attached) is the Work Plan and Schedule of Activities.
r-,
PART I. BUDGET AND RESOURCES
Funding for the NW 7'h Avenue Corridor Improvement Project consists primarily of the
TCSP grant ($93,950). In addition, City staff will perform an as yet unspecified amount of
in-kind services in support of the project. These services will include the provision of
guidance and available information, coordination and consultation with the project
consultants and governmental agencies and public meetings. Project partners will expend
staff time and other in-kind resources in support of the project. The MPO, FDOT and other
governmental agency staff will be required to spend time in consultation, provision of
information, study and review, and policy-making tasks that are relevant to the project,
Exhibit II (attached) is the Part I, Budget and Resources
NW 7"' Avenue Corridor Improvement Project Miami, Florida 61—
1— 7478
CITY OF MIAMI, FLORIDA =14
INTER-OFFICE MEMORANDUM
Honorable Mayor and Members JUL 1 6
TO: of the City Commission DATE FILE:
SUBJECT
NW 7`h Avenue Corridor
Study, Agreements with
FHWA and FDOT, City
FROM: REFERENCES: Commission Meeting
ene of July 26, 2001
City AManager ENCLOSURES:
RECOMMENDATION
It is respectfully recommended that the City Commission adopt the attached resolution
authorizing the City Manager to execute a Grant Agreement with the Federal Highway
Administration (FIIWA) and, further, to execute a Joint Participation Agreement with the
State of Florida Department of Transportation approving the City's participation to
implement a Transportation and Community and System (TCSP) Pilot Program for the
N_1A7 7`h Avenue Corridor Study allocated with federal discretionary funds to the amount
of $93,950.
BACKGROUND
The main purpose of the study is to provide for a Master Plan to improve the efficiency of
the transportation system along NW 7`h Avenue (State Road 7) between NW 54th and 95`h
Streets in the Liberty City/Model City neighborhood in the City of Miami. The City's
grant application to the FHWA/TCSP Pilot Program was approved on June 15, 2001. The
project sponsor is Congresswoman U.S. Representative Carrie P. Meek. The project
management is provided by the City of Miaini Planning and Zoning Department. The
attached resolution includes the Grant Earmark: Application, the Grant Agreement with
FHWA, and
FJthe Joint Participation Agreement with FDOT.
B.
01- 747