VII.1. Approval of Contract for Safe Streets for All Grant Agreement with the Federal Highway Administration; Gallagher
CITY OF HOPKINS
City Council Report 2025-147
To: Honorable Mayor and Council Members
Mike Mornson, City Manager
From: Sam Gallagher, Associate Planner
Date: October 7, 2025
Subject: Approval of Contract for Safe Streets for All Grant Agreement with the
Federal Highway Administration
_____________________________________________________________________
RECOMMENDED ACTION
MOTION TO approve a contract between the City of Hopkins and U.S. Department of
Transportation Federal Highway Administration for the Safe Streets for All (SS4A) grant.
OVERVIEW
This contract between the City of Hopkins and the Federal Highway Administration is for
a $165,832 SS4A grant that will be used to develop a comprehensive Safety Action
Plan for all modes of transportation in Hopkins. Once there is a contract agreement with
the Federal High Administration, staff will work with the Minnesota Department of
Transportation to secure $41,548 for a total amount of $207,290 to develop the plan.
The Safety Action Plan will incorporate a new era of travel behavior with light rail transit
and safety analysis across 55.2 miles of roads within the City. The plan will address
changes in travel behavior, vehicle habits, and walking and biking patterns. It will also
serve as an update to the City of Hopkins Pedestrian and Bicycle Plan from 2013 and
will include a Safe Routes to School Plan.
The City will hire consultants who specialize in transportation safety countermeasures to
assist in developing the Plan over a 24-month period. A GIS database will be developed
and maintained to analyze crash locations, severity, contributing factors, and crash
types. The Plan’s recommendations will be informed by an evaluation of data, review of
best practices, demonstration projects and a variety of community engagement
activities and events which seek to understand the community’s needs, opportunities,
and barriers to traveling safely in Hopkins.
The Plan will advance several identified goals and strategies from the Comprehensive
Plan, as well as the City Council’s 2025 Goals and Strategic Plan for the City of
Hopkins, including evaluating changes in travel behavior and striving to create better
pedestrian and biking environments in and around future light rail transit.
SUPPORTING INFORMATION
x Hyperlink to U.S. Department of Transportation Safe Streets for All webpage
Planning & Economic
Development
x Proposed Contract for the Safe Streets for All grant
1 of 14
1. Federal Award No.
693JJ32640005
2. Effective Date
See No. 16 Below
3. Assistance
Listings No.
20.939
4. Award To
City of Hopkins
1010 1st St S
Hopkins, MN 55343
Unique Entity Id.: J992CAHM8383
TIN No.: 41-6005247
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
6. Period of Performance
Effective Date of Award – 24 Months
7. Total Amount
Federal Share:
Recipient Share:
Other Federal Funds:
Other Funds:
Total:
$165,832
$ 0
$ 0
$ 41,458
$207,290
8. Type of Agreement
Grant
9. Authority
Section 24112 of the Infrastructure Investment
and Jobs Act (IIJA, Pub. L. 117–58, November
15, 2021)
10. Procurement Request No.
HSA250044PR
11. Federal Funds Obligated
$165,832
12. Submit Payment Requests To
See Article 5.
13. Accounting and Appropriations Data
15X0176E50.0000.055SR50500.5592000000.4101
0.61006600
14. Description of the Project
The City of Hopkins is developing a comprehensive Safety Action Plan to prevent death and serious injuries from
occurring on the City’s transportation system for all modes of transportation.
RECIPIENT
15. Signature of Person Authorized to Sign
______________________________________
Signature Date
Name: Patrick Hanlon
Title: Mayor, City of Hopkins
______________________________________
Signature Date
Name: Mike Mornson
Title: City Manager, City of Hopkins
FEDERAL HIGHWAY ADMINISTRATION
16. Signature of Agreement Officer
______________________________________
Signature Date
Name: Ryan Buck
Title: Agreement Officer
2 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 Hopkins (the “Recipient”).
This agreement reflects the selection of the Recipient to receive a Safe Streets and Roads for All (“SS4A”)
Grant for the City of Hopkins Safety Action 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 March 17, 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 FHWA the SS4A Grant, and reporting the non-compliance in the Federal-government-
wide integrity and performance system.
3 of 14
ARTICLE 2
APPLICATION, PROJECT, AND AWARD
2.1 Application.
Application Title: City of Hopkins Safety Action Plan
Application Date: May 16, 2024
2.2 Award Amount.
SS4A Grant Amount: $165,832
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 Hopkins will develop a comprehensive Safety Action Plan. The City is about to embark on a
new era with light rail transit available starting in 2028, this plan with address changes in travel
behavior, vehicle habits, and walking and biking patterns within the City. The City will hire consultants
who specialize in transportation safety countermeasures to assist in developing the Plan and
supplemental Safe Routes to School Plan update over an 18-month period. The plan will include safety
analysis of crash data across 55.2 centerline miles of roads within the City to establish existing
conditions and historical trends. A GIS database will be developed and maintained to analyze crash
locations, severity, contributing factors, and crash types. Analysis of systemic and specific safety needs
will be performed to generate both reactive as well as proactive solutions. Community engagement will
include three in-person events, several virtual events, an interactive online map, social media, and other
established engagement strategies. An equitable investment assessment based on the results of
engagement and outreach activities will shape the plans strategies and recommendations.
3.2 Project’s Estimated Schedule.
Action Plan Schedule
Milestone Schedule Date
Planned Final Plan Publicly Available Date: January 1, 2027
Planned SS4A Final Report Date: July 31, 2027
4 of 14
3.3 Project’s Estimated Costs.
(a) Eligible Project Costs
Eligible Project Costs
SS4A Grant Amount: $165,832
Other Federal Funds: $0
State Funds: $0
Local Funds: $41,458
In-Kind Match: $0
Other Funds: $0
Total Eligible Project Cost: $207,290
(b) 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 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).
Samantha Gallagher
Associate Planner
City of Hopkins
1010 1st St S Hopkins, MN 55343
952-548-6339
sgallagher@hopkinsmn.com
4.2 Recipient Key Personnel.
Name Title or Position
Samantha Gallagher Associate Planner
Eric Klingbeil City Engineer
5 of 14
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 – Minnesota
Agreement Officer’s Representative (AOR)
FHWA Minnesota Division
180 Fifth Street East, Suite 930
St. Paul, MN 55101
(651) 291-6100
minnesota.fhwa@dot.gov
and
Scott Mareck
FHWA Minnesota Division Office Lead Point of Contact
Traffic Safety and Operation Engineer
180 Fifth Street East, Suite 930
St. Paul, MN 55101
(651) 291-6114
scott.mareck@dot.gov
6 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 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.
7 of 14
(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 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 Action Plan will be made
publicly available and agrees that it will publish the final Action Plan on a publicly available website.
6.5 Pursuant to the court’s preliminary injunction order in State of California v. Duffy, 1:25-cv-00208-JJM-
PAS (D.R.I.) (June 19, 2025), DOT will not impose or enforce the challenged immigration enforcement
condition* or any materially similar terms and conditions, to any grant funds awarded, directly or
indirectly, to Plaintiff States or local government entities within those States (collectively referred to as
“Plaintiff State Entities”), or otherwise rescind, withhold, terminate, or take other adverse action, absent
specific statutory authority, based on the challenged immigration enforcement condition while DOT is
subject to an injunction. DOT will not require Plaintiff State Entities to make any certification or other
representation related to compliance the challenged immigration enforcement condition nor will DOT
construe acceptance of funding from DOT as certification as to the challenged immigration enforcement
condition.
*The challenged immigration enforcement condition:
“[T]he Recipient will cooperate with Federal officials in the enforcement of Federal law, including
cooperating with and not impeding U.S. Immigration and Customs Enforcement (ICE) and other
Federal offices and components of the Department of Homeland Security in the enforcement of
Federal immigration law.”
6.6 There are no other special grant requirements.
8 of 14
ATTACHMENT A
PERFORMANCE MEASUREMENT INFORMATION
Study Area: Streets, trails, and sidewalks within the municipal boundaries of the City of Hopkins
Table 1: Performance Measure Table
Measure Category and Description
Measurement
Frequency and
Reporting
Deadline
Costs
Project Costs: Quantification of the cost
of each eligible project carried out using
the grant
Within 120 days
after the end of the
period of
performance
Lessons Learned and
Recommendations
Lessons Learned and Recommendations:
Description of lessons learned and any
recommendations relating to future
projects or strategies to prevent death and
serious injury on roads and streets.
Within 120 days
after the end of the
period of
performance
9 of 14
ATTACHMENT B
CHANGES FROM APPLICATION
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 Attachment B is to clearly and accurately
document any differences in scope, schedule, and budget to establish the parties’ knowledge and acceptance of
those differences. See Article 11 for the Statement of Work, Schedule, and Budget Changes. If there are no
changes, please insert “N/A” after “Scope,” “Schedule,” or “Budget.” If there are changes to the budget, please
complete the table below. Otherwise, leave the table below blank.
Scope: N/A
Schedule: The proposed project schedule initially anticipated a start date of May 1, 2025, with an end date of
October 31, 2026. To ensure alignment with the final award date and to make full use of the authorized period
of performance, the schedule has been adjusted to begin on the official Date of Award and extend to 24 months
thereafter. The project timeframe has been extended to align the demonstration project schedule, including
implementation and engagement, with the summer months and with an end date of October 31, 2027. This
modification ensures consistency with administrative requirements while preserving the intended scope and
deliverables of the project.
Budget: N/A
The table below provides a summary comparison of the project budget.
Fund Source
Application Section 3.3
$ % $ %
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
10 of 14
ATTACHMENT C
[RESERVED]
11 of 14
ATTACHMENT D
[RESERVED]
12 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 and/or other worker-based organizations and agreements in the
supporting narrative below.)
X
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 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 project team will develop a Safety Plan Stakeholder Group that will involve engaging with a variety
of public and private stakeholders. This group will share workforce needs related to transportation and
transportation industry workforce strategies that align with the safety priorities of the Safety Action
Plan.
13 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.
14 of 14
ATTACHMENT G
[RESERVED]