Loading...
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