HomeMy WebLinkAboutU.S. Department of Transportation - Grant Agreement for $144,000 through the Safe Streets and Roads for All Grant Program - 20261. Federal Award No.
693JJ32640345
4. Award To
City of National City
1243 National City Blvd
National City, CA 91950
Unique Entity Id.: DWSKT6H5J5F3
TIN No.: 95-6000749
6. Period of Performance
Effective date of award — 36 months
8. Type of Agreement
Grant
10. Procurement Request No.
HSA250299PR
2. Effective Date 3. Assistance Listings No.
See No. 16 Below 20.939
5. Sponsoring Office
U.S. Department of Transportation
Federal Highway Administration
Office of Safety
1200 New Jersey Avenue, SE
HSSA-1, Mail Drop E71-117
Washington, DC 20590
7. Total Amount
Federal Share: $144,000
Recipient Share: $ 36,000
Other Federal Funds: $ 0
Other Funds: $ 0
Total: $180,000
9. Authority
Section 24112 of the Infrastructure Investment and Jobs Act
(IIJA, Pub. L. 117-58, November 15, 2021)
11. Federal Funds Obligated
$144,000
12. Submit Payment Requests To 13. Accounting and Appropriations Data
See Article 5. 15XO I 74E50.0000.055SR30500.5592000000.41010.61006600
14. Description of the Project
Update the safety data analysis and public engagement of the City's Systemic Safety Analysis Report Program
(SSARP)/Local Roadway Safety Plan (LRSP).
RECIP NT FEDERAL HIGHWAY ADMINISTRATION
15. Si nature of Person Authorized to Sign 16. Signature of Agreement Officer
S i t re
Name: Alejandro Hernandez
Title: Acting City Manager
VERONICA R
6 3 '03 -2t JACOBSON
Date
Digitally signed by VERONICA R
JACOBSON
Date: 2026.03.11 10:21:03 -06'00'
Signature
Name: Veronica R. Jacobson
Title: Agreement Officer
Date
1 of 14
U.S. DEPARTMENT OF TRANSPORTATION
GRANT AGREEMENT UNDER THE
FISCAL YEAR 2024 SAFE STREETS AND ROADS FOR ALL GRANT PROGRAM
This agreement is between the United States Department of Transportation's (the "USDOT") Federal Highway
Administration (the "FHWA") and the City of National City (the "Recipient").
This agreement reflects the selection of the Recipient to receive a Safe Streets and Roads for All ("SS4A")
Grant for the 8th Street and Roosevelt Avenue Transportation Corridor Safety Project.
The parties therefore agree to the following:
ARTICLE 1
GENERAL TERMS AND CONDITIONS
1.1 General Terms and Conditions.
(a) In this agreement, "General Terms and Conditions" means the content of the document titled "General
Terms and Conditions Under the Fiscal Year 2024 Safe Streets and Roads for All ("SS4A") Grant
Program," dated November 4, 2025, which is available at
https://www.transl2ortation.gov/grants/ss4a/ rg ant -agreements under "Fiscal Year 2024." Articles 7-33
are in the General Terms and Conditions. The General Terms and Conditions are part of this agreement.
(b) The Recipient acknowledges that it has knowledge of the General Terms and Conditions. Recipient also
states that it is required to comply with all applicable Federal laws and regulations including, but not
limited to, the Uniform Administrative Requirements, Cost Principles, and Audit Requirements for
Federal Awards (2 CFR part 200); National Environmental Policy Act (NEPA) (42 U.S.C. § 4321 et
seq.); and Build America, Buy America Act (IIJA, div. G §§ 70901-27).
(c) The Recipient acknowledges that the General Terms and Conditions impose obligations on the Recipient
and that the Recipient's non-compliance with the General Terms and Conditions may result in remedial
action, termination of the SS4A Grant, disallowing costs incurred for the Project, requiring the Recipient
to refund to the FHWA the SS4A Grant, and reporting the non-compliance in the Federal -government -
wide integrity and performance system.
ARTICLE 2
APPLICATION, PROJECT, AND AWARD
2.1 Application.
Application Title: 81h Street and Roosevelt Avenue Transportation Corridor Safety Project
Application Date: 05/16/2024
2.2 Award Amount.
SS4A Grant Amount: $144,000
2of14
2.3 Federal Obligation Information.
Federal Obligation Type: Single
2.4 Budget Period.
Budget Period: See Block 6 of Page 1
2.5 Grant Designation.
Designation: Planning and Demonstration
ARTICLE 3
SUMMARY PROJECT INFORMATION
3.1 Summary of Project's Statement of Work.
The project will be completed in one phase as follows:
The City of National City will hire an engineer to update the safety data analysis and conduct public
engagement of the City's Systemic Safety Analysis Report Program (SSARP)/Local Roadway Safety
Plan (LRSP).
3.2 Project's Estimated Schedule.
Supplemental Planning Schedule
Milestone
Schedule Date
Planned Final Plan Publicly Available Date:
10/30/2028
Planned SS4A Final Report Date:
11/30/2028
3.3 Project's Estimated Costs.
(a) Eligible Project Costs
Eligible Project Costs
SS4A Grant Amount: $144.000
Other Federal Funds: $0
State Funds: $0
Local Funds: $36,000
In -Kind Match: $0
Other Funds: $0
Total Eligible Project Cost: $180,000
(b) [RESERVED]
3of14
(c) Indirect Costs
Indirect costs are allowable under this Agreement in accordance with 2 CFR part 200 and the
Recipient's approved Budget Application. In the event the Recipient's indirect cost rate changes, the
Recipient will notify FHWA of the planned adjustment and provide supporting documentation for such
adjustment. This Indirect Cost provision does not operate to waive the limitations on Federal funding
provided in this document. The Recipient's indirect costs are allowable only insofar as they do not cause
the Recipient to exceed the total obligated funding.
ARTICLE 4
CONTACT INFORMATION
4.1 Recipient Contact(s).
Stephen Manganiello
Director Public Works/City Engineer
City of National City
1243 National City Blvd
National City, CA 91950
619-336-4383
SManganiello@nationalcityca.gov
4.2 Recipient Key Personnel.
Name
Stephen Manganiello
Martha Juarez
Luca Zappiello
4.3 USDOT Project Contact(s).
Title or Position
Director Public Works/City Engineer
Asst. Director of Engineering/Public Works
Associate Engineer - Civil
Safe Streets and Roads for All Program Manager
Federal Highway Administration
Office of Safety
HSSA-1, Mail Stop: E71-117
1200 New Jersey Avenue, S.E.
Washington, DC 20590
202-366-2822
SS4A.FHWA(&dot.gov
and
4of14
Agreement Officer (AO)
Federal Highway Administration
Office of Acquisition and Grants Management
HCFA-42, Mail Stop W51-232
1200 New Jersey Avenue, S.E.
Washington, DC 20590
HCFASS4AQdot.2ov
and
Division Administrator — California -
Agreement Officer's Representative (AOR)
650 Capitol Mall, Ste. 4-100
Sacramento, CA 95814
916-498-5015
Hdaca e,dot.gov
and
Mike Shami
California Division Office Lead Point of Contact
Competitive Grant Manager
650 Capitol Mall, Suite 4-100, Sacramento, CA 95814
(916) 498-5853
Mike.shami@dot.gov
ARTICLE 5
USDOT ADMINISTRATIVE INFORMATION
5.1 Office for Subaward and Contract Authorization.
USDOT Office for Subaward and Contract Authorization: FHWA Office of Acquisition and Grants
Management
SUBAWARDS AND CONTRACTS APPROVAL
Note: See 2 CFR § 200.331, Subrecipient and contractor determinations, for definitions of subrecipient
(who is awarded a subaward) versus contractor (who is awarded a contract).
Note: Recipients with a procurement system deemed approved and accepted by the Government or by
the Agreement Officer (the "AO") are exempt from the requirements of this clause. See 2 CFR 200.317
through 200.327.
In accordance with 2 CFR 200.308(f)(6), the recipient or subrecipient shall obtain prior written approval
from the USDOT agreement officer for the subaward, if the subaward activities were not proposed in the
application or approved in the Federal award. This provision is in accordance with 2 CFR 200.308 (f)
(6) and does not apply to procurement transactions for goods and services. Approval will be issued
through written notification from the AO or a formal amendment to the Agreement.
5of14
The following subawards and contracts are currently approved under the Agreement by the AO. This list
does not include supplies, material, equipment, or general support services which are exempt from the
pre -approval requirements of this clause.
N/A
5.2 Reimbursement Requests
(a) The Recipient may request reimbursement of costs incurred within the budget period of this
agreement if those costs do not exceed the amount of funds obligated and are allowable under the
applicable cost provisions of 2 C.F.R. Part 200, Subpart E. The Recipient shall not request
reimbursement more frequently than monthly.
(b) The Recipient shall use the DELPHI iSupplier System to submit requests for reimbursement to the
payment office. When requesting reimbursement of costs incurred or credit for cost share incurred,
the Recipient shall electronically submit supporting cost detail with the SF-270 (Request for
Advance or Reimbursement) or SF-271 (Outlay Report and Request for Reimbursement for
Construction Programs) to clearly document all costs incurred.
(c) The Recipient's supporting cost detail shall include a detailed breakout of all costs incurred,
including direct labor, indirect costs, other direct costs, travel, etc., and the Recipient shall identify
the Federal share and the Recipient's share of costs. If the Recipient does not provide sufficient
detail in a request for reimbursement, the Agreement Officer's Representative (the "AOR") may
withhold processing that request until the Recipient provides sufficient detail.
(d) The USDOT shall not reimburse costs unless the AOR reviews and approves the costs to ensure
that progress on this agreement is sufficient to substantiate payment.
(e) In the rare instance the Recipient is unable to receive electronic funds transfers (EFT), payment by
EFT would impose a hardship on the Recipient because of their inability to manage an account at
a financial institution, and/or the Recipient is unable to use the DELPHI iSupplier System to
submit their requests for disbursement, the FHWA may waive the requirement that the Recipient
use the DELPHI iSupplier System. The Recipient shall contact the Division Office Lead Point of
Contact for instructions on and requirements related to pursuing a waiver.
(f) The requirements set forth in these terms and conditions supersede previous financial invoicing
requirements for Recipients.
ARTICLE 6
SPECIAL GRANT TERMS
6.1 SS4A funds must be expended within five years after the grant agreement is executed and DOT
obligates the funds, which is the budget period end date in section 10.3 of the Terms and
Conditions and section 2.4 in this agreement.
6.2 The Recipient demonstrates compliance with civil rights obligations and nondiscrimination laws,
including Titles VI of the Civil Rights Act of 1964, the Americans with Disabilities Act (ADA),
and Section 504 of the Rehabilitation Act, and accompanying regulations. Recipients of Federal
transportation funding will also be required to comply fully with regulations and guidance for the
6 of 14
ADA, Title VI of the Civil Rights Act of 1964, Section 504 of the Rehabilitation Act of 1973,
and all other civil rights requirements.
6.3 SS4A Funds will be allocated to the Recipient and made available to the Recipient in accordance
with FHWA procedures.
6.4 The Recipient of a Planning and Demonstration Grant acknowledges that the Supplemental
Action Plan will be made publicly available and agrees that it will publish the final Supplemental
Action Plan on a publicly available website.
6.5 There are no other special grant requirements.
7 of 14
ATTACHMENT A
PERFORMANCE MEASUREMENT INFORMATION
Study Area: City of National City, California
Table 1: Performance Measure Table
Measure
Category and Description
Measurement
Frequency and
Reporting
Deadline
Project Costs: Quantification of the cost
Within 120 days
Costs
of each eligible project carried out using
after the end of the
the grant
period of
performance
Lessons Learned and Recommendations:
Within 120 days
Lessons Learned and
Description of lessons learned and any
after the end of the
Recommendations
recommendations relating to future
period of
projects or strategies to prevent death and
performance
serious injury on roads and streets.
8of14
ATTACHMENT B
CHANGES FROM APPLICATION
Scope: N/A
Schedule: The schedule in the application material form SF 424 showed a start date of 10/01/2024 and end date
of 04/30/2029 for a total project duration of 55 months. The revised Period of Performance takes into
consideration information learned since the time of application, such as how long similar SS4A projects are
currently taking and Program Office recommendation. Fifty-five months has been removed from the Period of
Performance for a total of a 36-month Period of Performance. The reduced period of performance is due to the
revised estimate of time it will take to complete the scope within the budget.
Budget: N/A
The table below provides a summary comparison of the project budget.
Fund Source
Previously Incurred Costs
(Non -Eligible Project Costs)
Application
$ %
Section 3.3
$ %
Federal Funds
Non -Federal Funds
Total Previously Incurred Costs
Future Eligible Project Costs
SS4AFunds
Other Federal Funds
Non -Federal Funds
Total Future Eligible Project
Costs
Total Project Costs
9 of 14
ATTACHMENT C
[RESERVED]
10 of 14
ATTACHMENT D
[RESERVED]
I I of 14
ATTACHMENT E
LABOR AND WORK
1. Efforts to Support Good -Paying Jobs and Strong Labor Standards
The Recipient states that rows marked with "X" in the following table are accurate:
The Recipient or a project partner promotes robust job creation by supporting good -
paying jobs directly related to the project with free and fair choice to join a union.
(Describe robust job creation and identify the good paying jobs in the supporting
narrative below)
The Recipient or a project partner will invest in high -quality workforce training programs
such as registered apprenticeship programs to recruit, train, and retain skilled workers,
and implement policies such as targeted hiring preferences. (Describe the training
programs in the supporting narrative below)
The Recipient or a project partner will partner with high -quality workforce development
programs with supportive services to help train, place, and retain workers in good -paying
jobs or registered apprenticeships including through the use of local and economic hiring
preferences, linkage agreements with workforce programs, and proactive plans to prevent
harassment. (Describe the supportive services provided to trainees and employees,
preferences, and policies in the supporting narrative below.)
The Recipient or a project partner will partner and engage with local unions or other
worker -based organizations in the development and lifecycle of the project, including
through evidence of project labor agreements and/or community benefit agreements.
(Describe the partnership or engagement with unions andlor other worker -based
organizations and agreements in the supporting narrative below)
The Recipient or a project partner will partner with communities or community groups to
develop workforce strategies. (Describe the partnership and workforce strategies in the
supporting narrative below)
The Recipient or a project partner has taken other actions related to the Project to create
X
good -paying jobs with the free and fair choice to join a union and incorporate strong labor
standards. (Describe those actions in the supporting narrative below)
The Recipient or a project partner has not yet taken actions related to the Project to create
good -paying jobs with the free and fair choice to join a union and incorporate strong labor
standards but, before beginning construction of the Project, will take relevant actions
described in Attachment B. (Identify the relevant actions from Attachment B in the
supporting narrative below)
The Recipient or a project partner has not taken actions related to the Project to improve
good -paying jobs and strong labor standards and will not take those actions under this
award.
2. Supporting Narrative.
The Recipient or a project partner has taken other actions related to the Project to create good -paying
jobs with the free and fair choice to join a union and incorporate strong labor standards.
This project is in the planning phase, but the City of National City is committed to ensuring that it leads
to good -paying jobs. The City will make sure that employees receive fair wages and that there are no
restrictions on their right to join a union.
12 of 14
ATTACHMENT F
CRITICAL INFRASTRUCTURE SECURITY AND RESILIENCE
1. Efforts to strengthen the Security and Resilience of Critical Infrastructure against both Physical
and Cyber Threats.
The Recipient states that rows marked with "X" in the following table are accurate:
The Recipient demonstrates, prior to the signing of this agreement, effort to
consider and address physical and cyber security risks relevant to the
transportation mode and type and scale of the activities.
The Recipient appropriately considered and addressed physical and cyber
security and resilience in the planning, design and oversight of the project, as
determined by the Department and the Department of Homeland Security.
The Recipient complies with 2 CFR 200.216 and the prohibition on certain
telecommunications and video surveillance services or equipment.
2. Supporting Narrative.
N/A. This grant will not fund the purchase of Information Technology and/or Operational Technology.
13 of 14
ATTACHMENT G
[RESERVED]
14 of 14