HomeMy WebLinkAboutStaff Report 2411-3763CITY OF PALO ALTO
CITY COUNCIL
Special Meeting
Monday, December 16, 2024
Council Chambers & Hybrid
5:30 PM
Agenda Item
9.Approve a Grant Agreement with the Federal Highway Administration for the South Palo
Alto Bikeways Demonstration Project for the receipt of $888,000 in Federal Funds and
Requiring $222,000 in City Matching Funds over Four Years; CEQA status – not a project.
City Council
Staff Report
From: City Manager
Report Type: CONSENT CALENDAR
Lead Department: Transportation
Meeting Date: December 16, 2024
Report #:2411-3763
TITLE
Approve a Grant Agreement with the Federal Highway Administration for the South Palo Alto
Bikeways Demonstration Project for the receipt of $888,000 in Federal Funds and Requiring
$222,000 in City Matching Funds over Four Years; CEQA status – not a project.
RECOMMENDATION
Staff recommends that Council approve and authorize the City Manager or their designee to
execute a funding agreement (attached) with the Federal Highway Administration (FHWA) for
the South Palo Alto Bikeways Demonstration Project. The agreement will provide up $888,000
in funding, and the City will be required to match up to $222,000 or 20% of the actual project
cost over four years.
EXECUTIVE SUMMARY
This item approves and authorizes the City Manager to execute a grant agreement (Attachment
A) to receive $888,000 in funding from the Federal Highway Administration for the South Palo
Alto Bikeways Demonstration Project. This project will use quick-build treatments to improve
bikeways and crossings on East Meadow Drive (between Alma Street and Fabian Way) and
Fabian Way (between East Meadow Drive and East Charleston Road). The City is responsible for
a 20% matching portion of the total project cost ($222,000) that will be funded from the Safe
Routes to School Capital Improvement Fund (PL-00026).
The Safe Streets and Roads for All (SS4A) Planning and Demonstration Grant will also fund
educational activities with community members and data collection/analysis to evaluate the
project. The SS4A grant also includes funds to conduct the first update of Palo Alto’s Safety
Action Plan.
BACKGROUND
The Bipartisan Infrastructure Law1 (BIL) established the new SS4A discretionary program with
$5 billion in appropriated funds over 5 years. The SS4A program funds regional, local, and Tribal
initiatives through grants to prevent roadway deaths and serious injuries. The SS4A program
supports the U.S. Department of Transportation’s National Roadway Safety Strategy2 and the
goal of zero roadway deaths.
The SS4A program provides funding for two types of grants:
•Planning and Demonstration Grants provide Federal funds to develop, complete, or
supplement a comprehensive safety action plan. Having an Action Plan in place is the
foundation of the SS4A grant program. The goal of an Action Plan is to develop a
holistic, well-defined strategy to prevent roadway fatalities and serious injuries in a
locality, Tribe, or region. The City was eligible for the SS4A Planning & Demonstration
Grant because of our draft Safety Action Plan.
•Implementation Grants provide Federal funds to implement projects and strategies
identified in an Action Plan to address a roadway safety problem. Projects and strategies
may be infrastructure, behavioral, and/ or operational activities. Applicants must have a
qualifying Action Plan that meets the eligibility requirements to apply for
Implementation Grants.
The Federal Notice of Funding Opportunity (NOFO)3 was released in early 2024, making
available $1.261 billion for distribution. The City applied for a grant on April 4, 2024, for the
South Palo Alto Bikeways Demonstration project and was notified of grant award on May 20,
2024.
ANALYSIS
The South Palo Alto Bikeways Demonstration Project supports the Sustainability and Climate
Action Plan, as improving safety for vulnerable road users is key to reducing vehicle miles
traveled (VMT) and increasing sustainable travel mode shares.
This grant-funded project enables the City to improve bike lanes and crossings on East Meadow
Drive and Fabian Way. The City will pilot buffered and separated bike lanes and improved
crossings on the two corridors. Per the Planning and Demonstration grant’s requirements,4
demonstration projects must use temporary infrastructure. This project will feature separated
bike lanes using parked vehicles or flex posts as a barrier, buffered bike lanes, green bike lanes,
1 Infrastructure Investment and Jobs Act, 2021; https://www.congress.gov/bill/117th-congress/house-
bill/3684/text#:~:text=SEC.%2024112.%20%3C%3E%20%20SAFE,135%20STAT.%20818%5D%5D
2 National Roadway Safety Strategy, U.S. Department of Transportation; https://www.transportation.gov/NRSS
3 Safe Streets for All Notice of Funding Opportunity, 2024; https://www.transportation.gov/grants/ss4a/fy24-nofo
4 Safe Streets for All, Planning and Demonstration Activities;
https://www.transportation.gov/grants/ss4a/planning-and-demonstration-activities#demonstration-activity-
requirements
dashed green bike lanes at intersections, curb extensions using plastic delineators, bike boxes,
and high visibility enhancements to existing crosswalks.
The demonstration will last two years. City staff will evaluate the project by using pedestrian,
bicycle, and vehicle counts, crash data, a survey for the public, and feedback from standing
committees and City Council. Upon the completion of the demonstration, the City will update
its Safety Action Plan. This will involve reassessing project prioritization, revisiting project
descriptions, and updating the content to reflect the latest findings and recommendations.
Upon execution of the grant agreement (Attachment A), the City will prepare and publish a
Request for Proposal (RFP) document to hire a transportation planning firm to develop the
design and conduct community engagement. The City will also prepare a RFP for a construction
firm to construct and remove, if necessary, the infrastructure. Staff will return to the Council for
approval of both vendor contracts. Staff target construction before students return to school in
Fall 2025. SS4A funds must be spent within five years of grant execution, though the City
expects to complete the project in less than four years from grant agreement execution.
The City will submit quarterly financial reports and performance progress reports to the U.S.
Department of Transportation. The City will also submit a final performance progress report no
later than 120 days after the end of the period of performance.
Table 1. Schedule of Grant Activities
Month and Year Phase Activities
Dec 2024 Before Pilot Begin community notifications.
Notify standing committees and Council.
Jan 2025 Before Pilot Procure design contractor and construction contractor.
Apr 2025 Before Pilot Collect vehicle, bicycle, & pedestrian counts.
July 2025 Construction Start
Begin Pilot Period
Install quick-build pilot striping project.
Oct 2025 & Feb
2026
Pilot Period:
Outreach/Education
Provide lessons & bike tours to school communities on how to
navigate new infrastructure. Survey participating families.
Apr & Sep 2026
Apr & Sep 2027
Pilot Period:
Data Collection
Collect vehicle, bicycle, & pedestrian counts and take photos.
Collect near-miss data and survey users via QR codes on
signage
Dec 2027-Jan 2028 Pilot End:
Evaluation
Collect & analyze collision data.
Analyze count, user survey, & near-miss data.
Feb-Mar 2028 Update Safety Action
Plan
Reassess project prioritization, revisit project descriptions, &
update project appendix/chapter content.
Apr-Jun 2028 Approve Safety Action
Plan
Review & approval by standing committees & the City Council.
Remove pilot infrastructure if unsuccessful.
FISCAL/RESOURCE IMPACT
The FY 2025 Adopted Capital Improvement Plan Safe Routes to School Project (PL-00026) has
sufficient funding for the required city contribution of $222,000 with no additional budgetary
action required. The additional revenue and expense adjustments will be incorporated as a
part of the FY 2025 Mid-Year Budget Review.
STAKEHOLDER ENGAGEMENT
To promote the proper use of the new striping infrastructure and to enhance community
awareness and safety, the City will organize one educational bike ride with the public and two
bike rides for local school communities. City staff will hire a League Certified Instructor5 to host
these bike rides.
To evaluate the demonstration project, City staff will conduct a survey to collect insight from
users on their experience, safety perceptions, and satisfaction. A QR code to this survey will be
posted along East Meadow Drive and Fabian Way and will be distributed through the City’s
online channels. City staff will also consult the Planning and Transportation Commission, the
Pedestrian and Bicycle Advisory Committee, the City/ School Traffic Safety Committee, and the
City Council. City staff will also request feedback from these groups when updating the Safety
Action Plan. The City will also conduct a focus group with parents/guardians from JLS Middle
School and Fairmeadow Elementary School.
ENVIRONMENTAL REVIEW
Council action on this item is not a project as defined by CEQA because the grant agreement
with the Federal Highway Administration is a government funding mechanism or fiscal activity
which does not involve any commitment to any specific project which may result in a
potentially significant physical impact on the environment. CEQA Guidelines section
15378(b)(4). To the extent the Demonstration Project itself requires CEQA and/or NEPA review,
that work will be carried out by the City and its consultant.
ATTACHMENTS
Attachment A: Grant Agreement Under the Fiscal Year 2024 Safe Streets And Roads For All
Grant Program
APPROVED BY:
Philip Kamhi, Chief Transportation Official
5 Why Become a Cycling Educator?, The League of American Bicyclists; https://bikeleague.org/ridesmart/become-
instructor/
1 of 19
1. Federal Award No.
2. Effective Date
See No. 16 Below
3. Assistance
Listings No.
20.939
4. Award To
City of Palo Alto
250 Hamilton Avenue
Office of Transportation, 5th Floor
Palo Alto, CA
94301-2531
Unique Entity Id.: W1ZRG61RG5V7
TIN No.: 946000389
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
Award Date – 12/31/2029
7. Total Amount
Federal Share:
Recipient Share:
Other Federal Funds:
Other Funds:
Total:
$888,000.00
$222,000.00
$0
$0
$1,110,000.00
8. Type of Agreement
Grant
9. Authority
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.
[insert PR Number]
11. Federal Funds Obligated
Base Phase: Pre-NEPA: $ 500,000
12. Submit Payment Requests To
See Article 5.
14. Description of the Project
This award will be used by the City of Palo Alto for a two-year
demonstration project to improve bikeways and crossings on two
congested school routes, and the City will conduct behavioral
activities to teach adjacent communities on how to use the bike
infrastructure. Findings will be used to update the Palo Alto Safety
Action Plan. This is a phased agreement.
13. Accounting and Appropriations Data
[insert data]
RECIPIENT
15. Signature of Person Authorized to Sign
___________________________________
Signature Date
Name: Ed Shikada
Title: City Manager
FEDERAL HIGHWAY ADMINISTRATION
16. Signature of Agreement Officer
______________________________________
Signature Date
Name:
Title: Agreement Officer
2 of 19
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 Palo Alto (the “Recipient”).
This agreement reflects the selection of the Recipient to receive a Safe Streets and Roads for All (“SS4A”)
Grant for the South Palo Alto Bikeways Demonstration Project.
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,”, which is available at https://www.transportation.gov/grants/ss4a/grant-agreements under
“Fiscal Year 2024.” Articles 7–30 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 (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 FHWA the SS4A Grant, and reporting the non-compliance in the Federal-government-
wide integrity and performance system.
ARTICLE 2
APPLICATION, PROJECT, AND AWARD
2.1 Application.
Application Title: South Palo Alto Bikeways Demonstration Project
Application Date: 04/04/2024
2.2 Award Amount.
SS4A Grant Amount: $888,000
2.3 Federal Obligation Information.
Federal Obligation Type: Multiple
3 of 19
Obligation Condition Table
Phase the Project Allocation of
the SS4A
Grant
Obligation Condition
Base Phase: Pre-
NEPA
$ 500,000
Phase 1: Final Design $ 50,000 The Recipient shall not expend any funds (Federal
or non-Federal) for, seek reimbursement of eligible
costs, or otherwise begin any part of the final
design and construction of an Implementation
Project unless and until:
(1) The requirements of the National
Environmental Policy Act (42 U.S.C. § 4321 et
seq.) (“NEPA”), Section 106 of the National
Historic Preservation Act (16 U.S.C. § 470f)
(“NHPA”), and any other applicable
environmental laws and regulations have been
met; and
(2) FHWA, or a State with applicable NEPA
Assignment authority, has approved the NEPA
document for the Project and provided the
Recipient with a written notice that the
environmental review process is complete; and
(3) FHWA has obligated additional funds for this
phase and notified the Recipient in writing that
the Recipient may proceed to the next activity
after NEPA approval, and the Recipient has
acknowledged receipt in writing of FHWA’s
notification. Recipient shall not proceed with
any such activities until (2) and (3) as described
in this section are met. Costs that are incurred
before (2) and (3) as described in this section
are met are not allowable costs under this
agreement.
Extent of activities that are permissible before
NEPA is complete are those activities constituting
“preliminary design” as specified in FHWA Order
6640.1A.
4 of 19
Obligation Condition Table
Phase the Project Allocation of
the SS4A
Grant
Obligation Condition
Phase 2: Construction/
Demonstration
Activity
$ 338,000 The Recipient shall not expend any funds (Federal
or non-Federal) for, seek reimbursement of eligible
costs, or otherwise begin any part of the
construction or final design and construction of an
Implementation Project unless and until:
(1) The requirements of the National
Environmental Policy Act (42 U.S.C. § 4321 et
seq.) (“NEPA”), Section 106 of the National
Historic Preservation Act (16 U.S.C. § 470f)
(“NHPA”), and any other applicable environmental
laws and regulations have been met; and
(2) FHWA, or a State with applicable NEPA
Assignment authority, has approved the NEPA
document for the Project and provided the
Recipient with a written notice that the
environmental review process is complete; and
(3) FHWA has obligated additional funds for this
phase and notified the Recipient in writing that
the Recipient may proceed to the next activity
after NEPA approval, and the Recipient has
acknowledged receipt in writing of FHWA’s
notification. Recipient shall not proceed with
any such activities until (2) and (3) as described
in this section are met. Costs that are incurred
before (2) and (3) as described in this section
are met are not allowable costs under this
agreement.
Extent of activities that are permissible before
NEPA is complete are those activities
constituting “preliminary design” as specified
in FHWA Order 6640.1A.
2.4 Budget Period.
Base Phase Budget Period: See block 6 on page 1 – 12/31/2029
Phase 1 Budget Period: 10/01/2025 – 12/31/2026
Phase 2 Budget Period: 10/01/2025 – 12/31/2029
2.5 Grant Designation.
Designation: Planning and Demonstration
5 of 19
ARTICLE 3
SUMMARY PROJECT INFORMATION
3.1 Summary of Project’s Statement of Work.
East Meadow Drive and Fabian Way are school routes and connections to employment centers and
recreational opportunities. The South Palo Alto Bikeways Demonstration Project will pilot buffered and
separated bike lanes and improved crossings on the two corridors using quick-build features, including
separated bike lanes using parked vehicles or flex posts as a barrier, buffered bike lanes, green bike
lanes, dashed green bike lanes at intersections, curb extensions using plastic delineators, bike boxes,
and high visibility enhancements to existing crosswalks. The City of Palo Alto will conduct educational
activities to educate nearby communities on how to use the pilot bike infrastructure. The pilot will last
two years. Upon the completion of the demonstration, the City will update its Safety Action Plan. This
will involve reassessing project prioritization, revisiting project descriptions, and updating the content
to reflect the latest findings and recommendations.
Planning and Demonstration Narrative:
The project will be completed in three phases.
Base Phase: Pre-NEPA:
• Develop NEPA documentation and establish approval
• Develop preliminary concept plan
• Post-construction: Community engagement (including bike ride events and a survey), Data
collection and analysis (including pedestrian, bicycle, and vehicle counts, crash data, survey
results, and parking occupancy study); Presentations to local commissions and City Council;
Update Safety Action Plan; Coordinate with consultant teams.
Phase 1: Final Design: Develop final striping plan; Develop project specifications and estimates.
Phase 2: Construction/Demonstration Activity: Striping of roadway and implementing bollards for
protected bike lanes; Removal of infrastructure after demonstration project is over if unsuccessful.
3.2 Project’s Estimated Schedule.
Demonstration Activity Schedule
Milestone Schedule Date
Planned NEPA Completion Date: 10/01/2025
Planned Construction Substantial
Completion and Open to Public Use Date:
12/15/2029
Planned SS4A Final Report Date: 12/31/2029
Updated Action Plan Schedule
Milestone Schedule Date
6 of 19
Planned Final Plan Publicly Available
Date:
12/01/2028
Planned SS4A Final Report Date: 12/15/2029
3.3 Project’s Estimated Costs.
(a) Eligible Project Costs
Eligible Project Costs
SS4A Grant Amount: $888,000.00
Local Funds: $222,000.00
Total Eligible Project Cost: $1,110,000.00
(b) Cost Classification Table – For Planning and Demonstration Grants with demonstration activities
and Implementation Grants Only
Cost Classification Total Costs
Non-SS4A
Previously
Incurred
Costs Eligible Costs
Architectural and engineering fees $ 1,110,000.00 $ 0.00 $ 888,000.00
Project Total $ 1,110,000.00 $ 0.00 $ 888,000.00
(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).
Sylvia Star-Lack
Transportation Planning Manager
City of Palo Alto
250 Hamilton Ave, Palo Alto, CA 94301
(650) 329-2546
sylvia.star-lack@cityofpaloalto.org
7 of 19
4.2 Recipient Key Personnel.
Name Title or Position
Katie Heuser Senior Transportation Planner, City of
Palo Alto
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
Elissa Konove
Agreement Officer’s Representative (AOR)
650 Capitol Mall, Ste. 4-100, Sacramento CA 95814-4708
(916) 498-5001
Hdaca@dot.gov
and
Mike Shami
California Division Office Lead Point of Contact
Safety/Operations Engineer
650 Capitol Mall, Ste. 4-100, Sacramento CA 95814-4708
(916) 498-5853
Mike.Shami@dot.gov
8 of 19
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. Note: This clause is only applicable to grants that do not include construction.
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.
9 of 19
(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 Updated Action
Plan will be made publicly available and agrees that it will publish the final Updated Action
Plan on a publicly available website.
6.5 The Recipient of a Planning and Demonstration Grant that involves a demonstration activity
agrees to provide an assessment of each demonstration activity and update the existing Action
Plan, which will incorporate the information gathered in the Action Plan’s list of projects or
strategies and/or inform another part of the existing Action Plan. The Recipient also agrees
that demonstration activities are temporary in nature and must be removed and/or ended
following the conclusion of the project if the assessment of the demonstration activities does
not affirm that the activities provide safety benefits.
6.6 The Recipient acknowledges that it is required to conduct certain environmental analyses and
to prepare and submit to FHWA, or State with applicable NEPA Assignment authority,
documents required under NEPA, and other applicable environmental statutes and regulations
before the Government will obligate funds for Option Phase 1 under this agreement and
provide the Recipient with a written notice to proceed with Option Phase 1.
6.7 The Government’s execution of this agreement does not in any way constitute pre-approval or
waiver of any of the regulations imposed upon Recipient under the applicable Federal rules,
regulations and laws regarding SS4A projects undertaken in accordance with the terms and
conditions of this agreement. The Recipient shall comply with all applicable Federal
requirements before incurring any costs under this agreement.
6.8 There are no other special grant requirements.
10 of 19
ATTACHMENT A
PERFORMANCE MEASUREMENT INFORMATION
Study Area: East Meadow Drive between Alma Street and Fabian Way; Fabian Way between East Meadow
Drive and East Charleston Road
Baseline Measurement Date: 02/01/2026
Baseline Report Date: 04/01/2025
Table 1: Performance Measure Table
Measure Category and Description
Measurement
Frequency and
Reporting
Deadline
Safety Performance Fatalities: Total annual fatalities in the
project location(s)
Annually and
within 120 days
after the end of the
period of
performance
Safety Performance
Serious Injuries: Total annual serious
injuries in the project location(s) [if
available]
Annually and
within 120 days
after the end of the
period of
performance
Safety Performance
Crashes by Road User Category: Total
annual crashes in the project location(s)
broken out by types of roadway users
involved (e.g., pedestrians, bicyclists,
motorcyclist, passenger vehicle occupant,
commercial vehicle occupant)
Annually and
within 120 days
after the end of the
period of
performance
Equity
Percent of Funds to Underserved
Communities: Funding amount (of total
project amount) benefitting underserved
communities, as defined by USDOT
Within 120 days
after the end of the
period of
performance
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
Outcomes and Benefits Quantitative Project Benefits:
Quantification of evidence-based projects
Within 120 days
after the end of the
11 of 19
Measure Category and Description
Measurement
Frequency and
Reporting
Deadline
or strategies implemented (e.g., miles of
sidewalks installed, number of pedestrian
crossings upgraded, etc.)
period of
performance
Outcomes and Benefits
Qualitative Project Benefits: Qualitative
description of evidence-based projects or
strategies implemented (e.g., narrative
descriptions, testimonials, high-quality
before and after photos, etc.)
Within 120 days
after the end of the
period of
performance
Outcomes and Benefits
Project Location(s): GIS/geo coordinate
information identifying specific project
location(s)
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
12 of 19
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: Proposed end date defined in the grant application (SF-424) was listed as 06/05/2028. New end date
is listed as 12/31/29 to account for time needed to complete the SS4A Final Report.
Budget: The grant application allocated all federal funds to the “Contractual” category.
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
13 of 19
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 align with the application:
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
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.)
X
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 intends to 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.
East Palo Alto, a city adjacent to Palo Alto, is comprised of 100% disadvantaged Census tracts. Over
640 East Palo Alto students attend Palo Alto public schools through the Voluntary Transfer Program.
This project connects to the new US Highway 101 over-crossing at Adobe Creek, connecting East Palo
Alto students and other residents to Palo Alto’s schools and resources. Enhancing infrastructure for East
Palo Alto students is crucial due to longer travel distances and high collision risk. The South Palo Alto
Bikeways Demonstration project will create new, safer walking and bicycling connections for this
underserved community.
14 of 19
ATTACHMENT D
CLIMATE CHANGE AND ENVIRONMENTAL JUSTICE IMPACTS
1. Consideration of Climate Change and Environmental Justice Impacts.
The Recipient states that rows marked with “X” in the following table align with the application:
X The Project directly supports a Local/Regional/State Climate Action Plan that
results in lower greenhouse gas emissions. (Identify the plan in the supporting
narrative below.)
The Project directly supports a Local/Regional/State Equitable Development
Plan that results in lower greenhouse gas emissions. (Identify the plan in the
supporting narrative below.)
The Project directly supports a Local/Regional/State Energy Baseline Study
that results in lower greenhouse gas emissions. (Identify the plan in the
supporting narrative below.)
The Recipient or a project partner used environmental justice tools, such as the
EJScreen, to minimize adverse impacts of the Project on environmental justice
communities. (Identify the tool(s) in the supporting narrative below.)
X The Project supports a modal shift in freight or passenger movement to reduce
emissions or reduce induced travel demand. (Describe that shift in the
supporting narrative below.)
X The Project utilizes demand management strategies to reduce congestion,
induced travel demand, and greenhouse gas emissions. (Describe those
strategies in the supporting narrative below.)
The Project incorporates electrification infrastructure, zero-emission vehicle
infrastructure, or both. (Describe the incorporated infrastructure in the
supporting narrative below.)
The Project supports the installation of electric vehicle charging stations.
(Describe that support in the supporting narrative below.)
The Project promotes energy efficiency. (Describe how in the supporting
narrative below.)
The Project serves the renewable energy supply chain. (Describe how in the
supporting narrative below.)
The Project improves disaster preparedness and resiliency (Describe how in the
supporting narrative below.)
The Project avoids adverse environmental impacts to air or water quality,
wetlands, and endangered species, such as through reduction in Clean Air Act
criteria pollutants and greenhouse gases, improved stormwater management, or
improved habitat connectivity. (Describe how in the supporting narrative
below.)
The Project repairs existing dilapidated or idle infrastructure that is currently
causing environmental harm. (Describe that infrastructure in the supporting
narrative below.)
The Project supports or incorporates the construction of energy- and location-
efficient buildings. (Describe how in the supporting narrative below.)
The Project includes recycling of materials, use of materials known to reduce
or reverse carbon emissions, or both. (Describe the materials in the supporting
narrative below.)
15 of 19
The Recipient has taken other actions to consider climate change and
environmental justice impacts of the Project, as described in the supporting
narrative below.
The Recipient has not yet taken actions to consider climate change and
environmental justice impacts of the Project but will take relevant actions
described in the supporting narrative below.
The Recipient has not taken actions to consider climate change and
environmental justice impacts of the Project and will not take those actions
under this award.
2. Supporting Narrative.
The South Palo Alto Bikeways Demonstration Project supports the Palo Alto Sustainability and Climate
Action Plan (S/CAP). This plan aims to reduce greenhouse gas emissions by 80 percent below 1990
levels by 2030. Improving the safety of people walking and biking on the study corridor will encourage
a shift towards sustainable travel modes and reduce vehicle miles traveled, two of the S/CAP’s Mobility
goals. This project will contribute to a wider City effort that encourages residents and visitors to walk
and bike more to reduce vehicle emissions.
In addition, this project supports a modal shift towards walking and biking. The South Palo Alto
Bikeways Demonstration Project will improve Palo Alto’s network of low-stress routes so that people
will be more likely to leave their car at home. This project is near several schools, and this project will
work with the City’s Safe Routes to School program to ensure that families commuting to school are
knowledgeable of the project and feel more comfortable to walk or bike, instead of driving.
This project uses the transportation demand management strategy of increasing travel choices.
Currently, some school families do not bicycle or walk to school because of safety concerns. This
project will add safety features to the corridor, which will increase the number of people biking on this
corridor, and thus reduce the demand for vehicle travel and resulting traffic congestion.
16 of 19
ATTACHMENT E
LABOR AND WORKFORCE
1. Efforts to Support Good-Paying Jobs and Strong Labor Standards
The Recipient states that rows marked with “X” in the following table align with the application:
The Recipient demonstrate, to the full extent possible consistent with the law, an
effort to create good-paying jobs with the free and fair choice to join a union and
incorporation of high labor standards. (Identify the relevant agreements and
describe the scope of activities they cover in the supporting narrative below.)
The Recipient or a project partner has adopted the use of local and economic
hiring preferences in the overall delivery and implementation of the Project.
(Describe the relevant provisions in the supporting narrative below.)
The Recipient or a project partner has adopted the use of registered
apprenticeships in the overall delivery and implementation of the Project.
(Describe the use of registered apprenticeship in the supporting narrative
below.)
The Recipient or a project partner will provide training and placement
programs for underrepresented workers in the overall delivery and
implementation of the Project. (Describe the training programs in the
supporting narrative below.)
The Recipient or a project partner will support free and fair choice to join a
union in the overall delivery and implementation of the Project by investing in
workforce development services offered by labor-management training
partnerships or setting expectations for contractors to develop labor-management
training programs. (Describe the workforce development services offered by
labor-management training partnerships in the supporting narrative below.)
The Recipient or a project partner will provide supportive services and cash
assistance to address systemic barriers to employment to be able to participate
and thrive in training and employment, including childcare, emergency cash
assistance for items such as tools, work clothing, application fees and other
costs of apprenticeship or required pre-employment training, transportation and
travel to training and work sites, and services aimed at helping to retain
underrepresented groups like mentoring, support groups, and peer networking.
(Describe the supportive services and/or cash assistance provided to trainees
and employees in the supporting narrative below.)
The Recipient or a project partner has documented agreements or ordinances in
place to hire from certain workforce programs that serve underrepresented
groups. (Identify the relevant agreements and describe the scope of activities
they cover in the supporting narrative below.)
17 of 19
The Recipient or a project partner participates in a State/Regional/Local
comprehensive plan to promote equal opportunity, including removing barriers
to hire and preventing harassment on work sites, and that plan demonstrates
action to create an inclusive environment with a commitment to equal
opportunity, including:
a. affirmative efforts to remove barriers to equal employment
opportunity above and beyond complying with Federal law;
b. proactive partnerships with the U.S. Department of Labor’s Office
of Federal Contract Compliance Programs to promote compliance
with EO 11246 Equal Employment Opportunity requirements and
meet the requirements as outlined in the Notice of Funding
Opportunity to make good faith efforts to meet the goals of 6.9
percent of construction project hours being performed by women
and goals that vary based on geography for construction work hours
and for work being performed by people of color;
c. no discriminatory use of criminal background screens and
affirmative steps to recruit and include those with former justice
involvement, in accordance with the Fair Chance Act and equal
opportunity requirements;
d. efforts to prevent harassment based on race, color, religion, sex,
sexual orientation, gender identity, and national origin;
e. training on anti-harassment and third-party reporting procedures
covering employees and contractors; and
f. maintaining robust anti-retaliation measures covering employees
and contractors.
(Describe the equal opportunity plan in the supporting narrative below.)
X
The Recipient 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 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 the supporting narrative below.
The Recipient has not taken actions related to the Project to improving good-
paying jobs and strong labor standards and will not take those actions under
this award.
2. Supporting Narrative.
The City of Palo Alto incorporates language from Caltrans Local Assistance Procedures Manual,
Appendix 12-G1 into contracts for all federally-funded projects. As part of Appendix 12-G, the City
follows prevailing wage and requirements for good-faith efforts with unions from contractors. For this
project, which will be primarily conducted by consulting firms, relevant contracts will include language
relating to nondiscrimination, unions, nonsegregated facilities, Davis-Bacon and Related Act Provisions,
contract work hours and safety standards act provisions, subletting or assigning the contract, and safety
and accident prevention as appropriate depending on the scope of work.
1 https://dot.ca.gov/-/media/dot-media/programs/local-assistance/documents/lapm/c12/12g.pdf
18 of 19
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:
X
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.
X
For projects in floodplains: The Recipient appropriately considered whether
the project was upgraded consistent with the Federal Flood Risk Management
Standard, to the extent consistent with current law, in Executive Order 14030,
Climate-Related Financial Risk (86 FR 27967), and Executive Order 13690,
Establishing a Federal Flood Risk Management Standard and a Process for
Further Solicit and Considering Stakeholder Input (80 FR 6425).
2. Supporting Narrative.
This project will contract out to a vendor that uses video technology to collect bicycle, pedestrian,
parking occupancy counts, and vehicular turning movement counts. It does not collect and retain audio,
electronic, visual, location, and other personally identifiable information of persons or vehicles. These
cameras are temporarily installed only during the data collection period and includes hang-tags visible
from the street that read “TRAFFIC DATA CAMERA [SERVICE PROVIDER NAME] & [PHONE
NUMBER]” listed on it at all times. The City has not received any complaints about video cameras.
This technology provides the City with valuable traffic data; if count data were to be collected manually,
it would be both more expensive and have greater room for error.
This project is within the FEMA Special Flood Hazard Area Zone AE, with the Base Flood Elevation of
10.5. However, this project does not propose to construction any structures within the special flood
hazard area.
19 of 19
ATTACHMENT G
CIVIL RIGHTS AND TITLE VI
1. Recipient Type Designation.
Recipient Type Designation: Existing
Existing Award Program: 2022 SS4A: Palo Alto Safe Streets for All Action Plan
Projects funded by Section 130 through Caltrans:
Charleston Road/Alma Street Railroad Crossing Safety Improvements
Churchill Avenue/Alma St Safety Improvement Project
2. Title VI Assessment Information.
This section is not applicable because the Recipient Type Designation is “Existing.”