HomeMy WebLinkAboutGrant Agreement_Signed 8.2.2023.pdf 1. Award No. 2. Effective Date 3. Assistance
693JJ32340201 See No. 17 Below Listings No.
20.939
4. Award To 5. Sponsoring Office
County of Fresno U.S. Department of Transportation
Department of Public Works and Planning Design Federal Highway Administration
2220 Tulare St. 7th Floor Office of Safety
Fresno,CA 93721 1200 New Jersey Avenue, SE
HSSA-1,Mail Drop E71-117
Washington, DC 20590
Unique Entity Id.: LGJ 1 SMMN9XR6
TIN No.: 94-6000512
6. Period of Performance 7. Total Amount
Effective Date of Award through 14 Federal Share: $302,720.00
Months— Recipient Share: $75,680.00
Other Federal Funds: $0
Other Funds: $0
Total: $378,400.00
8. Type of Agreement 9. Authority
Grant Section 24112 of the Infrastructure Investment
and Jobs Act(Pub. L. 117-58,November 15,
2021;also referred to as the"Bipartisan
Infrastructure Law"or`BIL")
10. Procurement Request No. 11. Federal Funds Obligated
HSSP230248PR $302.720.00
12. Submit Payment Requests To 13. Payment Office
See article 20. See article 20.
14. Accounting and Appropriations Data
15X0173 E50.0000.055 SR I0500.5592000000.25305.610066
15. Description of Project
The County of Fresno will upgrade the existing Local Road Safety Plan to include measurable
outputs and outcomes for implementing safety countermeasures,create a task force of internal and
external stakeholders to develop and monitor the plan,and assess current policies and processes
(including a financial analysis of road safety resource allocation),to ensure accountability, identify
priorities and improve processes. As part of the LRSP update,the County will perform an updated
safety analysis which utilizes innovative technology at high-priority locations and analyzes crash
causes and conditions to evaluate the highest-impact, lowest-cost systemic solutions. In addition,an
in-depth equity assessment is essential to address and remediate a legacy of harm and provide
disadvantaged residents an opportunity to engage actively in road and pedestrian safety.
1 of 15
RECIPIENT FEDERAL HIGHWAY ADMINISTRATION
16. Signature of Person nth ized to Sign 17. Signature of Agreement Officer
OKPEMITORITSE DigitallysignedbyOKPEMITORITSE
UTIEYIN ONUWAJE
UTIEYIN O N U WAJ E Date:2023.08.02 08:34:43-06'00'
Signature D to Signature Date
Name: Steven E White Name:
Title: Director of Public Works and Title: Agreement Officer
Planning
2 of 15
U.S. DEPARTMENT OF TRANSPORTATION
GRANT AGREEMENT UNDER THE
FISCAL YEAR 2022 SAFE STREETS AND ROADS FOR ALL GRANT PROGRAM
This agreement is between the [United States Department of Transportation (the "USDOT")]
[Federal Highway Administration(the"FHWA") and the County of Fresno (the "Recipient").
This agreement reflects the selection of the Recipient to receive a Safe Streets and Roads for
All ("SS4A") Grant for the SS4A Action Plan Grant for County of Fresno, California.
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 2022 Safe Streets and Roads
for All Grant Program," dated February 8, 2023, which is available at
https://www.transportation.gov/grants/ss4a/grant-agreements. Articles 7-30 are in the
General Terms and Conditions. The General Terms and Conditions are part of this
agreement.
(b) The Recipient states 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(BIL, 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 USDOT, FHWA
the SS4A Grant, and reporting the non-compliance in the Federal-government-wide
integrity and performance system.
3of15
ARTICLE 2
APPLICATION, PROJECT,AND AWARD
2.1 Application.
Application Title: SS4A Action Plan Grant for County of Fresno, California
Application Date: [9/15/2022]
2.2 Award Amount.
SS4A Grant Amount: [$302,720.00]
2.3 Award Dates.
Period of Performance End Date:
See section 6 on page 1
2.4 Budget Period
Budget Period End Date: See section 6 on page 1
2.5 Action Plan Grant or Implementation Grant Designation.
Designation: [Action Plan]
2.6 Federal Award Identification Number. The Federal Award Identification
Number is listed on page 1, line 1.
ARTICLE 3
SUMMARY PROJECT INFORMATION
3.1 Summary of Project's Statement of Work.
The award will be used by the County of Fresno to develop a comprehensive safety
action plan.
4 of 15
3.2 Project's Estimated Schedule.
Drafting Instructions: If the Grant is for an Action Plan or Supplemental Action Plan,
complete the Action Plan Schedule and remove the Implementation Schedule. If the
Grant is for an Implementation project, complete the Implementation Schedule and
remove the "Action Plan Schedule, "
ACTION PLAN SCHEDULE
Milestone Schedule Date
Planned Draft Action Plan Completion December 2024
Date:
Planned Action Plan Completion Date: August 2025
Planned Action Plan Adoption Date: November 2025
Planned SS4A Final Report Date: June 2026
3.3 Project's Estimated Costs.
(a) Eligible Project Costs
Eligible Project Costs
SS4A Grant Amount: [$302,720.00]
Other Federal Funds: [$XXX]
State Funds: [$XXX]
Local Funds: [$75,680.00]
In-Kind Match: [$XXX]
Other Funds: [$XXX]
Total Eligible Project Cost: [$378,400.00]
(b) Supplemental Estimated Budget-
If this is an Action Plan Grant, delete the row for Construction.
Cost Element Federal Share Non-Federal Share Total Budget
Amount
Direct Labor $59,200.00 $14,800.00 $74,000.00
5of15
Fringe Benefits $45,600.00 $11,400.00 $57,000.00
Travel $2,400.00 $600.00 $3,000.00
Equipment $2,720.00 $680.00 $3,400.00
Supplies $800.00 $200.00 $1,000.00
Contractual/Consultant $192,000.00 $48,000.00 $240,000.00
Other $0.00 $0.00 $0.00
Indirect Costs $0.00 $0.00 $0.00
Total Budget $302,720.00 $75,680.00 $378,400.00
ARTICLE 4
RECIPIENT INFORMATION
4.1 Recipient's Unique Entity Identifier.
LGJ 1 SMMN9XR6
4.2 Recipient Contact(s).
Erin Haagenson
Principal Staff Analyst
County of Fresno, Public Works and Planning Department
2220 Tulare Street, 6th Floor, Fresno, CA 93721
559-600-9908
ehaagenson@fresnocountyca.gov
4.3 Recipient Key Personnel.
Name i Title or Position
Steven E. White Director, Public Works and Planning
Department
Mohammad Alimi Design Division Engineer
Erin Haagenson Principal Staff Analyst
6 of 15
Name Title or Position
Jeffrey Martin Senior Staff Analyst
------------ ------------
Diana Nuttman I Staff Analyst
Harsharn Dhah Staff Analyst
Sandy Huerta Staff Analyst
Jennica Geddert Senior Staff Analyst
I Sebastian Artal Supervising Engineer
Wendy Nakagawa Interim Road Maintenance Division
Engineer
I Ryan Cardoza Engineer, Traffic
Soutchai Vongsa Engineer, Traffic
-------------------
James Garcia Senior Engineer, Road Maintenance
---------------
4.4 USDOT Project Contact(s).
Darren Thacker
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) 366-6409
darren.thackergdot.gov
and
Hector Santamaria
Agreement Officer(AO)
Federal Highway Administration
Office of Acquisition and Grants Management
HCFA-33, Mail Stop E62-3 10
1200 New Jersey Avenue, S.E.
Washington, DC 20590
(202) 493-2402
Hector.Santamariagdot.gov
7 of 15
and
Ashley M. Cucchiarelli
Agreement Specialist(AS)
Office of Acquisition and Grants Management
HCFA-33, Mail Stop E62-204
1200 New Jersey Avenue, S.E.
Washington, DC 20590
(720) 963-3589
ashley.cucchiarelli@dot. ov
and
Vince Mammano
Agreement Officer's Representative (AOR)
Division Administrator
FHWA California Division Office
650 Capitol Mall, Ste, 4-100
Sacramento, CA 95814
916-498-5015
Hdacagdot.gov
and
Michael Shami
CA Division Office Point of Contact
Safety and Operations Engineer
650 Capitol Mall, Suite 4-100
916-498-5853]
mike.shami@dot.gov
8 of 15
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 AO are exempt from the requirements of this clause. See 2 CFR 200.317 through
200.327.
Note: This clause is only applicable to Action Plan Grants.
Unless described in the application and funded in the approved award, the Recipient must obtain
prior written approval from the AO for the subaward, transfer, or contracting out of any work
under this award above the Simplified Acquisition Threshold. This provision does not apply
to the acquisition of supplies, material, equipment, or general support services. Approval of
each subaward or contract is contingent upon the Recipient's submittal of a written fair and
reasonable price determination, and approval by the AO for each proposed contractor/sub-
recipient. Consent to enter into subawards or contracts 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.
(Fill in at award or by amendment)
5.2 Reimbursement Requests
(a) The Recipient may request reimbursement of costs incurred in the performance of this
agreement if those costs do not exceed the funds available under section 2.2 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 elnvoicing 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 271 (Outlay Report and Request for Reimbursement
for Construction Programs)to clearly document all costs incurred.
9 of 15
(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 AO may
withhold processing that request until the Recipient provides sufficient detail.
(d) The USDOT shall not reimburse costs unless the Agreement Officer's Representative
(the"AOR") reviews and approves the costs to ensure that progress on this agreement
is sufficient to substantiate payment.
(e) The USDOT may waive the requirement that the Recipient use the DELPHI eInvoicing
System. The Recipient may obtain waiver request forms on the DELPHI eInvoicing
website (http://www.dot.gov/cfo/delphi-eInvoicing-system.html) or by contacting the
AO.A Recipient who seeks a waiver shall explain why they are unable to use or access
the Internet to register and enter payment requests and send a waiver request to
Director of the Office of Financial Management
US Department of Transportation,
Office of Financial Management B-30, Room W93-431
1200 New Jersey Avenue SE
Washington DC 20590-0001
or
DOTElectroniclnvoicingkdot, ov.
If the USDOT grants the Recipient a waiver,the Recipient shall submit SF 271 s directly
to:
DOT/FAA
P.O. Box 268865
Oklahoma City, OK 73125-8865
Attn: Ashley M. Cucchiarelli
(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 [wherever the date it is in this agreement].
10 of 15
6.2 The Recipient acknowledges that the [Action Plan] will be made publicly available, and
the Recipient agrees that it will publish the final [Action Plan] on a publicly available
website.
6.3 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 ADA, Title VI of the Civil Rights Act of 1964, Section 504 of the
Rehabilitation Act of 1973, and all other civil rights requirements.
6.4 There are no other special grant requirements for this [award].
llof15
DRAFT
TEMPLATE;NOT INTENDED FOR EXECUTION WITHOUT MODIFICATION
Revised 2023-3-9
ATTACHMENT A
PERFORMANCE MEASUREMENT INFORMATION
Study Area: [The unincorporated areas of Fresno County, CA.]
Baseline Measurement Date: July 2024
Baseline Report Date: September 2024
Table 1: Performance Measure Table
Measure Category and Description Measurement
Frequency
Percent of Funds to Underserved
Equity Communities: Funding amount(of total End of period of
project amount) benefitting underserved performance
communities, as defined by USDOT
Project Costs: Quantification of the cost
Costs of each eligible project carried out using End of period of
performance
the grant
Lessons Learned and Recommendations:
Description of lessons learned and any
Lessons Learned and End of period of
recommendations relating to future
Recommendations performance
projects of strategies to prevent death and
serious injury on roads and streets.
12 of 15
DRAFT
TEMPLATE;NOT INTENDED FOR EXECUTION WITHOUT MODIFICATION
Revised 2023-3-9
ATTACHMENT B
CHANGES FROM APPLICATION
INSTRUCTIONS FOR COMPLETING ATTACHMENT B: Describe all material
differences between the scope, schedule, and budget described in the application and the scope,
schedule, and budget described in Article 3. The purpose of this attachment B is to document the
differences clearly and accurately in scope, schedule, and budget to establish the parties'
knowledge and acceptance of those differences. See section 10.1.
Scope:
Schedule:
Budget:
The table below provides a summary comparison of the project budget.
Application Section 3.3
Fund Source $ % $ %
Previously Incurred Costs
(Non-Eligible Project Costs
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
13 of 15
DRAFT
TEMPLATE;NOT INTENDED FOR EXECUTION WITHOUT MODIFICATION
Revised 2023-3-9
ATTACHMENT C
RACIAL EQUITY AND BARRIERS TO OPPORTUNITY
1. Efforts to Improve Racial Equity and Reduce Barriers to Opportunity.
The Recipient states that rows marked with"X" in the following table are accurate:
A racial equity impact analysis has been completed for the Project. (Identify a
report on that analysis or, if no report was produced, describe the analysis and
its results in the supporting narrative below.
The Recipient or a project partner has adopted an equity and inclusion
program/plan or has otherwise instituted equity-focused policies related to
X project procurement, material sourcing, construction, inspection, hiring, or
other activities designed to ensure racial equity in the overall delivery and
implementation of the Project. (Identify the relevant programs,plans, or
policies in the supporting narrative below.
The Project includes physical-barrier-mitigating land bridges, caps, lids, linear
parks, and multimodal mobility investments that either redress past barriers to
opportunity or that proactively create new connections and opportunities for
underserved communities that are underserved by transportation. (Identify the
relevant investments in the supporting narrative below.
The Project includes new or improved walking, biking, and rolling access for
individuals with disabilities, especially access that reverses the disproportional
impacts of crashes on people of color and mitigates neighborhood bifurcation.
(Identify the new or improved access in the supporting narrative below.
The Project includes new or improved freight access to underserved
communities to increase access to goods and job opportunities for those
underserved communities. (Identify the new or improved access in the
supporting narrative below.
The Recipient has taken other actions related to the Project to improve racial
equity and reduce barriers to opportunity, as described in the supporting
narrative below.
The Recipient has not yet taken actions related to the Project to improve racial
equity and reduce barriers to opportunity but, before beginning construction of
the project, will take relevant actions described in the supporting narrative
below
The Recipient has not taken actions related to the Project to improve racial
equity and reduce barriers to opportunity and will not take those actions under
this award.
2. Supporting Narrative.
The County of Fresno uses Disadvantaged Business Enterprise goals in procurement of
contractors and consultants in Federally awarded projects. During the public engagement
process, we will work with community-based organizations to reach out to impacted
disadvantaged groups. We provide language interpreters for events and outreach to
ensure full participation. The identification of future projects incorporated in the finished
14 of 15
DRAFT
TEMPLATE;NOT INTENDED FOR EXECUTION WITHOUT MODIFICATION
Revised 2023-3-9
action plan will also include areas that need ADA improvements to improve access for
people with disabilities.
15 of 15
SAFE STREETS AND ROADS FOR ALL FY2022
COUNTY OF FRESNO GRANT AGREEMENT WITH FEDERAL HIGHWAY
ADMINISTRATION
APPROVED AS TO LEGAL FORM:
Daniel C. Cederborg, County Counsel
By:
Deputy
Date: J 1W `Dl, 202�
APPROVED AS TO ACCOUNTING
FORM:
Oscar J. Garcia, CPA,
Auditor-Controller/Treasurer-
Tax Collector
By: ��
Date:
FOR ACCOUNTING USE ONLY:
Fund: 0010
Subclass: 11000
Org: 45104513
Account: 4375