Loading...
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]