Loading...
CC Resolution 13264 - Fund Agreement and Budget Adjustment for Comprehensive Traffic Safety Action Plan RESOLUTION NO. 13264 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF CAMPBELL APPROVING AND AUTHORIZING THE CITY MANAGER TO EXECUTE PROJECT FUND AGREEMENT FOR THE COMPREHENSIVE TRAFFIC SAFETY ACTION PLAN PROJECT AND FOR THE FINANCE DIRECTOR TO PREPARE AN ASSOCIATED BUDGET ADJUSTMENT WHEREAS, On August 20, 2024, the City Council adopted Resolution No. 13194 authorizing the Public Works Director to submit a Safe Streets for All (SS4A) Program planning grant application to the United States Department of Transportation (USDOT)for the Comprehensive Traffic Safety Action Plan; and WHEREAS, on August 29, 2024, staff submitted to the USDOT a grant application requesting a grant of$100,000; and WHEREAS, on November 15, 2024, the USDOT notified the City that the City had been awarded $100,000 in SS4A funding to prepare the Action Plan; and WHEREAS, the Comprehensive Traffic Safety Action Plan Project will develop a plan that will identify traffic safety policies, processes, and projects that will reduce fatal and severe injury crashes on city streets; and WHEREAS, a fund agreement between the USDOT and the City must be executed before the City can commence work on this project. WHEREAS, the Comprehensive Traffic Safety Action Plan Project is estimated to cost$125,000; and WHEREAS, the grant award was $100,000 and a local match of$25,000'is required; and NOW, THEREFORE, BE IT RESOLVED, by the City Council of the City of Campbell does hereby approve and authorize the City Manager to execute the project fund agreement for the Comprehensive Traffic Safety Action Plan. BE IT FURTHER RESOLVED that the City Council approves the budget adjustment allocating $25,000 in Vehicle Impact Fees to the Comprehensive Traffic Safety Action Plan Project and other related transfers. PASSED AND ADOPTED this 4th day of March, 2025, by the following roll call vote: AYES: COUNCILMEMBERS: Hines, Scozzola, Furtado, Lopez NOES: COUNCILMEMBERS: None ABSENT: COUNCILMEMBERS: Bybee APPRO Sergio Lopez, yor ATTEST boa Andrea Sander iity Clerk City of Campbell Request for Budget Adjustments Department/Program Division Date Request No. 25-PP-Comprehensive Traffic Safety Action Public Works Plan March 4,2025 BA-17 Budget to be Reduced Fund/Program Account Number Description Amount Budget to be Increased Fund/Program Account Number Description Amount REVENUE 218.535 4523 Safe Streets for All(SS4A)Program planning grant(USDOT) 100,000 435.990 6999 Capital Transfer In(Capital Projects Fund) 100,000 435.990 6999 Capital Transfer In(Capital Projects Fund) 25,000 EXPENDITURES 218.990 9999 Capital Transfer Out(Other Federal Grants fund) 100,000 202.990 9999 Capital Transfer Out(VIF fund) 25,000 435.25PP 7130 Project Salary 25,000 435.25PP 7430 Professional Services 100,000 REASON FOR REQUEST-BE SPECIFIC: Appropriate$125,000 towards the Comprehensive Traffic Safety Action Plan(25-PP).$100,000 will be funded by the SS4A grant awarded by the DOT on 11/15/24.Remaining$25,000 in funding will be sourced by matching Vehicle Impact Fee funds.The Comprehensive Traffic Safety Action Plan(Action Plan)Project will develop a plan that will identify traffic,safety policies,processes,and projects that will reduce fatal and severe injury crashes on city streets.Based on the preliminary project schedule it is estimated to be fully completed by February 2028. Will Fuentes Todd Capurso Brian Loventhal Finance Director Public Works Director City Manager ATTACHMENT 2 PROJECT FUND AGREEMENT • 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 Campbell] (the"Recipient"). This agreement reflects the selection of the Recipient to receive a Safe Streets and Roads for All ("SS4A") Grant for the Comprehensive Traffic 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,",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. 1of18 ATTACHMENT 2 PROJECT FUND AGREEMENT ARTICLE 2 APPLICATION,PROJECT,AND AWARD 2.1 Application. Application Title: Comprehensive Traffic Safety Action Plan Application Date: 08/29/24 2.2 Award Amount. SS4A Grant Amount: $100,000 2.3 Federal Obligation Information. Federal Obligation Type: Single 2.4 Budget Period. Budget Period: See Block 6 of Page 1 2.5 Grant Designation. Designation: Planning and Demonstration ARTICLE 3 SUMMARY PROJECT INFORMATION 3.1 Summary of Project's Statement of Work. Planning and Demonstration Narrative: The Comprehensive Traffic Safety Action Plan will serve as a steppingstone to identify high-injury networks and priority projects,with the goal of reducing crashes and improving safety through low-cost, high-impact measures. The preliminary development process of Action Plan will include following tasks: • Procure Consultant Services o The City will procure consultant services to prepare the Action Plan. Consultant services may involve a team of consultants to address various areas of expertise. o The consultant will help Public Works Department staff to address each Action Plan Component in a systematic manner. The consultant will adhere to Safe System Approach. 2of18 ATTACHMENT 2 PROJECT FUND AGREEMENT • Coordination o City will form a task force that coordinates with Consultants for various activities such as coordinating with consultants for public engagement activities, scheduling best possible times with stakeholders, collecting feedback from public, and providing all the required data to the consultants. • Systemic Approach o The Action Plan will be developed based on systemic approach practices, incorporating data analysis,public engagement, equity considerations, collaborative efforts, and continuous evaluation. The City aims to develop a plan that fosters a culture of safety through collaboration, emphasizing that every resident has a role and responsibility. The goal is to reduce traffic fatalities and serious injuries,ultimately striving to eliminate crash fatalities altogether. The first step towards achieving this goal is developing an Action Plan. The project will be completed in one phase. 3.2 Project's Estimated Schedule. Action Plan Schedule Milestone Schedule Date Planned Final Plan Publicly Available September 2027 Date: Planned SS4A Final Report Date: December 2027 3.3 Project's Estimated Costs. (a) Eligible Project Costs Eligible Project Costs SS4A Grant Amount: $100,000 Other Federal Funds: $0 State Funds: $0 Local Funds: $25,000 In-Kind Match: $0 Other Funds: $0 Total Eligible Project Cost: $125,000 3 of 18 ATTACHMENT 2 PROJECT FUND AGREEMENT (b) Cost Classification Table—For Planning and Demonstration Grants with demonstration activities and Implementation Grants Only (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). Matthew Jue Traffic Engineer City of Campbell 70 North First Street, Campbell, CA 95008 408-866-2154 matthewj@campbellca.gov 4.2 Recipient Key Personnel. Name Title or Position Matthew Jue Traffic Engineer Amy Olay Acting Public Works Director Srilakshmi Sakhamuri Assistant Engineer 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 4 of 18 ATTACHMENT 2 PROJECT FUND AGREEMENT 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 Agreement Officer's Representative(AOR) and Division Office Lead Point of Contact 5 of 18 ATTACHMENT 2 PROJECT FUND AGREEMENT 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. 6 of 18 ATTACHMENT 2 PROJECT FUND AGREEMENT (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. (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 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 There are no other special grant requirements. 7 of 18 ATTACHMENT 2 PROJECT FUND AGREEMENT ATTACHMENT A PERFORMANCE MEASUREMENT INFORMATION Study Area: City of Campbell, California Table 1: Performance Measure Table Measurement Measure Category and Description Frequency and Reporting Deadline Safety Performance Annually and [for Implementation Grants within 120 days p Fatalities: Total annual fatalities in the after the end of the and Planning and project location(s) Demonstration Grants with period of demonstration activities] performance Safety Performance Annuallyand Serious Injuries: Total annual serious [for Implementation Grants injuries in the project location(s) [if within 120 days and Planning and available] after the end of the Demonstration Grants with period of demonstration activities] performance Safety Performance Crashes by Road User Category: Total Annually and annual crashes in the project location(s) [for Implementation Grants broken out by types of roadway users within 120 days and Planning and involved(e.g.,pedestrians, bicyclists, after the end of the Demonstration Grants with motorcyclist,passenger vehicle occupant, period of demonstration activities] commercial vehicle occupant) performance Percent of Funds to Underserved Within 120 days Equity Communities: Funding amount(of total after the end of the [for all Grants] project amount)benefitting underserved period of communities, as defined by USDOT performance Costs Project Costs: Quantification of the cost Within 120 days of each eligible project carried out using after the end of the [for all Grants] thegrant period of performance 9 of 18 ATTACHMENT 2 PROJECT FUND AGREEMENT Measurement Measure Category and Description Frequency and Reporting Deadline Outcomes and Benefits [for Implementation Grants Quantitative Project Benefits: Within 120 days and Planning and Quantification of evidence-based projects after the end of the Demonstration Grants with or strategies implemented(e.g., miles of period of demonstration activities] sidewalks installed,number of pedestrian performance crossings upgraded, etc.) Outcomes and Benefits Qualitative Project Benefits: Qualitative description of evidence-based projects or Within 120 days [for Implementation Grants after the end of the and Planning and strategies implemented (e.g., narrative period of descriptions,testimonials, high-quality Demonstration Grants with performance demonstration activities] before and after photos, etc.) Outcomes and Benefits Project Location(s): GIS/geo coordinate Within 120 days [for Implementation Grants after the end of the and Planning and information identifying specific project period of location(s) Demonstration Grants with performance demonstration activities] Lessons Learned and Recommendations: Within 120 Lessons Learned anddays Description of lessons learned and any Recommendations after the end of the recommendations relating to future projects or strategies to prevent death and period of [for all Grants] performance serious injury on roads and streets. 10 of 18 ATTACHMENT 2 PROJECT FUND AGREEMENT 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:N/A Budget:A/A The table below provides a summary comparison of the project budget. Application Section 3.3 Fund Source $ % $ Previously Incurred Costs •(Non-EligibleProject ec t Costs) Pro 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 11 of 18 ATTACHMENT 2 PROJECT FUND AGREEMENT 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. (Ident 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. (Ident the relevant programs,plans, or policies in the supporting narrative below.) The Project includes physical-barrier-mitigating land bridges, caps, lids, linear parks, and multimodal mobility investments that either redress past barriers to opportunity or that proactively create new connections and opportunities for underserved communities that are underserved by transportation. (Ident 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. (Identifi,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 X 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. 12 of 18 ATTACHMENT 2 PROJECT FUND AGREEMENT 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: The Project directly supports a Local/Regional/State Climate Action Plan that results in lower greenhouse gas emissions. (Identib)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. (Identi.b)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. (Ident 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. (Identib)the tool(s) in the supporting narrative below.) 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.) 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.) 13 of 18 ATTACHMENT 2 PROJECT FUND AGREEMENT 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.) 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 X 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. 14 of 18 ATTACHMENT 2 PROJECT FUND AGREEMENT 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. (Identi 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. (Ident the relevant agreements and describe the scope of activities they cover in the supporting narrative below.) 15 of 18 ATTACHMENT 2 PROJECT FUND AGREEMENT 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.) 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- x 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. 16 of 18 ATTACHMENT 2 PROJECT FUND AGREEMENT 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. 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. 17 of 18 ATTACHMENT 2 PROJECT FUND AGREEMENT ATTACHMENT G CIVIL RIGHTS AND TITLE VI 1. Recipient Type Designation. Recipient Type Designation: New 2. Title VI Assessment Information. Title VI Assessment Completion Date: See date of execution of this agreement and Exhibit B, Term B. 1 City of Campbell, California, is a new recipient of SS4A grant program funds. 18 of 18