Loading...
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)