HomeMy WebLinkAboutU.S. Department of Transportation - 2025-12-16 •
pNTit�GT 2000 Main Street,
� sewMr�1 Huntington Beach,CA
92648
cs! s City of Huntington Beach
�- _ APPROVED 6-0-1
4 , (TWINING-ABSENT)
�UNTV
File #: 25-850 MEETING DATE: 12/16/2025,
REQUEST FOR CITY COUNCIL ACTION
SUBMITTED TO: Honorable Mayor and City Council Members
SUBMITTED BY: Travis Hopkins, City Manager
VIA: Chau Vu, Director of Public Works
PREPARED BY: William Janusz, Principal Civil Engineer
Subject:
Approve the Grant Agreement for the Fiscal Year 2024 Safe Streets and Roads for All Program
through the U.S. Department of Transportation, and authorize the City Manager to execute the
agreement (CC-1830)
Statement of Issue:
The City has been awarded a grant through the U.S. Department of Transportation for the
development of a Citywide Safe Routes to School Plan under the Safe Streets and Roads for All
(SS4A) grant program. City Council action is requested to approve the grant agreement and
authorize the City Manager to execute the agreement.
Financial Impact:
The total estimated cost of the plan is $625,000. The grant award covers 80% of the cost, up to
$500,000. Grant funds in the amount of$500,000 are available in the Citywide Safe Routes to School
Grant account 130390001.82300, and local funds in the amount of$125,000 are available in the
Infrastructure Fund account 31490030.82300.
Recommended Action:
A) Approve and authorize the City Manager to execute the Grant Agreement under the Fiscal Year
2024 Safe Streets and Roads for All (SS4A) Grant Program, Federal Award Number 693JJ32640015;
and
B) Authorize the City Manager to execute the agreement (CC-1830).
Alternative Action(s):
Deny approval of the grant agreement and forgo the City's eligibility to receive funds through the Safe
Streets and Roads for All (SS4A) Grant Program.
Analysis:
City of Huntington Beach Page 1 of 2 Printed on 12/10/2025
powered by LegistarTM
1387
File #: 25-850 MEETING DATE: 12/16/2025
The City has been awarded a grant through the U.S. Department of Transportation for the
development of a Citywide Safe Routes to School Plan under the Safe Streets and Roads for All
(SS4A) grant program.
The plan is focused on helping to make Huntington Beach a safer and more pleasant place for
walking, biking and rolling to school for students of all ages and abilities. The overall project effort
includes all five school districts in the city totaling up to 40 individual schools and their surrounding
areas. The project will identify network gaps and create recommendations in the pedestrian and
bicycling network within 0.5 miles of each school. The project is expected to identify a series of
strategies and physical improvements to be used as a master plan for funding and implementing
improvements in each school area.
The City requested a total project amount $625,000. The grant award covers 80% of the cost, up to
$500,000, with the City providing $125,000 in matching funds.
Environmental Status:
Pursuant to CEQA Guidelines Section 15378(b)(5), administrative activities of governments that will
not result in direct or indirect physical changes in the environment do not constitute a project.
Strategic Plan Goal:
Non Applicable -Administrative Item
For details, visit www.huntingtonbeachca.gov/strategicplan.
Attachment(s):
1. Grant Agreement under the Fiscal Year 2024 Safe Streets and Roads for All Grant Program
2. PowerPoint Presentation
City of Huntington Beach Page 2 of 2 Printed on 12/10/2025
powered by LegistarTM
1388
1. Federal Award No. 2. Effective Date 3. Assistance Listings No.
693JJ32640015 See No. 16 Below 20.939
4. Award To 5. Sponsoring Office
City of Huntington Beach U.S. Department of Transportation
2000 Main St. Federal Highway Administration
Huntington Beach,CA 92648 Office of Safety
1200 New Jersey Avenue,SE
Unique Entity Id.: LKKFRC4PW7L4 HSSA-1,Mail Drop E71-117
TIN No.: 95-6000723 Washington,DC 20590
6. Period of Performance 7. Total Amount
Effective Date of Award—36 months Federal Share: $500,000
Recipient Share: $125,000
Other Federal Funds: $ 0
Other Funds: $ 0
Total: $625,000
8. Type of Agreement 9. Authority
Grant Section 24112 of the Infrastructure Investment and Jobs Act
(IIJA, Pub. L. 117-58,November 15,2021)
10. Procurement Request No. 11. Federal Funds Obligated
HSA250282PR $500,000
12. Submit Payment Requests To 13. Accounting and Appropriations Data
See Article 5. 15X0174E50.0000.055SR30500.5592000000.1010.61006600
14. Description of the Project
Supplemental planning,pilot program safety training,and demonstration pop-up activities related to a SRTS Plan
encompassing 40 schools in 5 school districts.
RECIPIENT FEDERAL HIGHWAY ADMINISTRATION
15. Signature of Person Authorized to Sign 16. Signature of Agreement Officer
Signature 12411.125 Date Signature Date
Name:Travis Hopkins Name: Veronica Jacobson
Title:City Manager Title:Agreement Officer
APPROVED AS TO FORM
By: F.2' .
-f.r• MICHAEL J.VIGLIOTTA
CITY ATTORNEY
CITY OF HUNTINGTON BEACH
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 Huntington Beach (the"Recipient"),
This agreement reflects the selection of the Recipient to receive a Safe Streets and Roads for All ("SS4A")
Grant for the Huntington Beach Safe Routes to School Plan.
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.transportation.gov/grants/ss4a/grant-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 FI-IWA the SS4A Grant,and reporting the non-compliance in
the Federal-government-wide integrity and performance system.
2 of 14
ARTICLE 2
APPLICATION, PROJECT,AND AWARD
2.1 Application.
Application Title: Huntington Beach Citywide Safe Routes to School Plan
Application Date: May 15,2024
2.2 Award Amount.
SS4A Grant Amount: $500,000
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.
Planning and Demonstration Narrative:
The project will be completed in one phase as follows:
Project will conduct safety audits at participating schools, identifying connectivity gaps, safety issues,
and specific transportation needs for each school's student population. Project will engage with
individual school stakeholders through public outreach meetings.Project will identify improvement
projects for each participating school, factoring in existing conditions, safety audits, and engagement
with individual schools. Project will identify non-engineering programming opportunities,such as e-
bike safety trainings and safe routes to school pop-up events on school campuses. Project will develop a
Safe Routes to School Plan.No changes to the built environment are expected as a result of this project..
3.2 Project's Estimated Schedule.
Supplemental Planning Schedule
Milestone Schedule Date
Planned Final Plan Publicly Available Date: 06/30/2028
Planned SS4A Final Report Date: 07/31/2028
3 of 14
Project's Estimated Costs.
(a) Eligible Project Costs
Eligible Project Costs
SS4A Grant Amount: $500,000.
Other Federal Funds: $0
State Funds: $0
Local Funds: $125,000
In-Kind Match: $0
Other Funds: $0
Total Eligible Project Cost: $625,000
(b) Cost Classification Table—For Planning and Demonstration Grants with demonstration activities
and Implementation Grants Only.
Reserved
(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 FI-IWA 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).
Chau Vu
Director of Public Works
City of Huntington Beach
2000 Main St, Huntington Beach, CA 92648
(714) 374-5345
Chau.Vu@surfcity-hb.org
4 of 14
4.2 Recipient Key Personnel.
Name Title or Position
Chau Vu Director of Public Works
Bob Stachelski Traffic&Transportation Manager
Megan LeNoue Funding Consultant
4.3 USDOT Project Contact(s).
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
Agreement Officer(AO)
Federal Highway Administration
Office of Acquisition and Grants Management
HCFA-42, Mail Stop E62-310
1200 New Jersey Avenue, S.E.
Washington, DC 20590
202-493-2402
HCFASS4A@dot.gov
and
Division Administrator—California
Agreement Officer's Representative(AOR)
650 Capitol Mall, Suite 4-100
Sacramento, CA 95814
916-498-5001
hdaca@dot.gov
and
Maria Bhatti
California Division Office Lead Point of Contact
Safety Program Manager
650 Capitol Mall, Suite 4-100
Sacramento, CA 95814
916-498-5002
Maria.Bhatti@dot.gov
5 of 14
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.
• 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.
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 DELPI-JI 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.
6 of 14
(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 rightsg obligations and nondiscrimination
P
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 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 PIan 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 Huntington Beach—40 schools across five school districts
Table 1: Performance Measure Table
Measurement
Measure Category and Description Frequency and
Reporting
Deadline
Project Costs; Quantification of the cost of
Within 120 days
Costs each eligible project carried out using the after the end of the
period of
grant
performance
Lessons Learned and Recommendations:
Description of lessons learned and any Within 120 days
Lessons Learned and after the end of the
relatingto future projects or
recommendations es toinjury
eriod of
Recommendations strategies prevent death and serious p
g performance
on roads and streets.
8of14
ATTACHMENT B
CHANGES FROM APPLICATION
Scope: N/A
Schedule: The schedule times in block 6 of page one and in Article 3.2 of this agreement are different from the
schedule in the application narrative and SF-424 submitted with the application materials. The schedule time
frame was adjusted to align with the anticipated grant execution and schedule contingency, and to complete a
thorough comprehensive safety action plan. The adjusted timeline is now"Effective date of award to 36
months.
Budget:N/A
The table below provides a summary comparison of the project budget.
Application Section 3.3
Fund Source $ % $
�k 'a"",. ?
Previously Incurred Costs .. . . � � L '
(Non-Eligible Project Costs) , g t,,,sg�� �h p -iv �
Federal Funds
Non-Federal Funds
Total Previously Incurred Costs
Future Eligible Project Costs -_:_1:1 x v ` fi
SS4AFunds
Other Federal Funds
Non-Federal Funds
Total Future Eligible Project
Costs
Total Project Costs
9 of 14
ATTACHMENT C
[RESERVED]
10of14
ATTACHMENT D
[RESERVED]
11 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.
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.
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.
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.
The Recipient or a project partner will partner with communities or community groups to develop
workforce strategies.
x 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.
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.
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.
All work for this Project will be conducted consistent with the recipient's hiring, employment, and
procurement standards and thus support good-paying jobs.The Project will allow for free and fair
choice to join a union, consistent with applicable law. Project does not include construction that will
change the built environment. However, the City will implement actions during the procurement
process of a planning consultant to create good-paying jobs and support strong labor standards by:
using formal advertising and publicly soliciting proposals; advertising the RFP to a broad array of
local firms; including a preference for the utilization of DBEs, MBEs, and WBEs; conducting the
procurement process in a way that ensures fair and open competition; awarding a firm fixed price
contract to a responsible bidder meeting needed requirements for the equipment, material or services
to be rendered; acquiring City Council approval for purchases and contract awards; and requesting a
contract be drafted by the City Attorney for the contractor providing goods and/or services. The City
• will place qualified DBEs,MBEs, and WBEs on solicitation lists; assure that those businesses are
solicited whenever they are potential sources; divide total requirements, when economically feasible,
into smaller tasks to permit maximum participation by DBEs, MBEs,and/or WBEs; establish
delivery schedules, where the requirements permit, which encourage participation by DBEs, MBEs,
and/or WBEs;and use the services and assistance, as appropriate, of such organizations as the
Minority Business Development Agency of the Department of Commerce.. •
12 of 14
ATTACHMENT F
CRITICAL SECURITY INFRASTRUCTURE 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]
14of14
,►,///I.r,, ,„„
W"c IN T
0:4°41bANft.
GSafe Streets
...„,
........
�•• T \
••• ,pRP ORq �---- --,7_1- ------T- --- ---:- a n d Ro a s fo r. ___ •
CI N All sS4A Grant
, -, i (e si,
_ i _ , �•
-� --_ - - --� Citywide Safe Routes to School Plan
�'� = f'% 12/16/2025
ap. 00%. i
'` • 17 19 p 9 , ••
sees•
C . 0
0UNTN i
111.0. "Al
''►•►.r►//''r
1403
Project
• City has been awarded a grant through the USDOT
Safe Streets and Roads for All Program (SS4A).
• A citywide Safe Routes to School Plan will be
developed covering up to 40 schools in the City's 5
school districts
• Plan will identify opportunities for improvements to
pedestrian and bicycle networks within 1/2 mile of each
public school in the City. \,\, Ti000000
r°�
• Plan will be utilized as future funding opportunities
are identified . � ' isqs
�QUNTY �pL
1404
Project
• Total cost estimated at $625 , 000 .
• Federal SS4A grant award of $500 ,000 .
• City matching fund requirement of $ 125 ,000 .
• Available Matching Funds in the amount of $ 125,000
available in Infrastructure Fund , 31490030 .82300 .
•I U�1TINGT"
1 +
,' O`... GOR RgrFO.•• `„
s i
;.uuNTY � 9-/
1405
y,
y ,g 0 klyii.r. " ''I1) �S 1 '- is p S *'i �O 1' e' 'sew
-e'f - "i ,,,, - (r + Lf,r a/1, M 1" t,.is'4r ., V 4 % 1�r
4 Sy%;. .pit ,, g“4"` s 'SSi v 6 f .�!"
i3� 1 A,r jA -yT. 't q
'II.*' tt 1-7:ic'
.: ,."'. "`.-' t, ,,sir -1 qi�I ,t
t
c, .
(111)
O
miNia
a)
M
I II
Mr. Amory Hanson
8102 Ellis Avenue Apartment 121
Huntington Beach CA 92646
December 16, 2025
The Mayor Of Huntington Beach
2000 Main Street
Huntington Beach CA 92648
My Dear Mister Mayor,
I would like to express my support for Item XXX, the safe streets and roads for all grant.
Sincerely Yours,
Mr.Amory Hanson
CC: The Honorable E. M. Twining
CC: The Honorable Patrick Burns
CC: The Honorable Andrew Gruel
CC:The Honorable Donald C. Kennedy
CC: The Honorable Grace Vandermark
CC: The Honorable Chad Williams
SUPPLEMENTAL
COMMUNICATION
Meeting Date: 12/16/2025
Agenda Item No. #30 (25-850)