Loading...
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