HomeMy WebLinkAboutR-2025-017 Resolution authorizing an agreement with the United States Bureau of Reclamation (BOR) for the Water/Irrigation and Wastewater Divisions Low-income and Unserved Utility Areas RESOLUTION NO. R-2025-017
A RESOLUTION authorizing an Agreement with the United States Bureau of Reclamation
(BOR) for a grant of $4,949,298 for the Water/Irrigation and Wastewater
Divisions Low-income and Unserved Utility Areas Project No. AC2570 and
SC2650.
WHEREAS, the City of Yakima owns, operates and maintains the domestic water
treatment, storage, and distribution supply systems in accordance with applicable Federal, State
and Local regulations; and
WHEREAS, the City of Yakima owns, operates and maintains the wastewater collections
and treatment systems in accordance with applicable Federal, State and Local regulations; and
WHEREAS, the City of Yakima, along with their consultant HLA Engineering and Land
Surveying, Inc. have designed domestic water and wastewater systems to provide service to
existing residents who are not currently served with said systems; and
WHEREAS, the City of Yakima, along with their consultant HLA Engineering and Land
Surveying, Inc. applied for grant funding to the BOR for the construction of the new domestic
water and wastewater systems; and
WHEREAS, the BOR has accepted the grant application and provided an award of
$4,949,298 through the WaterSMART Drought Response Program: Drought Resiliency Projects
for Fiscal Year 2024 for the Water/Irrigation and Wastewater Divisions Low-income and Unserved
Utility Areas Project No. AC2570 and SC2650, grant no. R24AP00579-00 attached hereto and
incorporated herein by this reference; and
WHEREAS, said WaterSMART Drought Response Program: Drought Resiliency Projects
for Fiscal Year 2024 is a cost-shared program emphasizing drought resiliency; and
WHEREAS, the City of Yakima can provide the amount of matching funds of up to
$260,489.00 in cash and/or in-kind contributions specified in the grant's funding plan; and
WHEREAS, the City Council finds and determines that approval of said grant agreement
is in the best interests of residents of the City and the City of Yakima; now, therefore
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF YAKIMA:
The City Council approves the agreement and authorizes the City Manager to enter into grant
agreement no. R24AP00579-00 with the United State Bureau of Reclamation, attached hereto
and incorporated by this reference, to fund the Water/Irrigation and Wastewater Divisions Low-
income and Unserved Utility Areas Project No. AC2570 and SC2650.
ADOPTED BY THE CITY COUNCIL this 7th day of January, 2025.
Nt AK/4,/
ATTEST: ; .`SEAL : Patricia Byersr ayor
•
-*..
Rosalinda Ibarra, City Clerk
1.DATE ISSUED MM/DD/YYYY 1a.SUPERSEDES AWARD NOTICE dated
except that any additions or restrictions previously imposed NOTICE OF AWARD
12/17/2024 remain in effect unless specifically rescinded
2.ASSISTANCE LISTING NUMBER ¢'(0ENT OF Ty
15 514-Reclamation States Emergency Drought Relief QP 'r g F4
3.ASSISTANCE TYPE Project Grant cri p
4.GRANT NO.R24AP00579-00 5. TYPE OF AWARD
Originating MCA# Other
4a.FAIN R24AP00579 5a.ACTION TYPE New 19 p°'
6. PROJECT PERIOD MM/DD/YYYY MM/DD/YYYY 4/CH 3.\$
From 12/17/2024 Through 12/31/2025 AUTHORIZATION(Legislation/Regulations)
7.BUDGET PERIOD MM/DD/YYYY MM/DD/YYYY Inflation Reduction Act,2022(P.L. 117-169)
From 12/17/2024 Through 12/31/2025
8.TITLE OF PROJECT(OR PROGRAM)
Expanding Water and Wastewater Access to Underserved Communities
9a.GRANTEE NAME AND ADDRESS 9b.GRANTEE PROJECT DIRECTOR
Mr Mike Shane
CITY OF YAKIMA
129 N 2nd St 129 North 2nd Street
Yakima,WA,98901-2613 Yakima,WA,98901-2613
Phone:509.576 6480
10a.GRANTEE AUTHORIZING OFFICIAL 10b FEDERAL PROJECT OFFICER
Ms Vicki Baker Ms Karen Shubert
129 North 2nd Street Bureau of Reclamation
Yakima,WA,98901-2613 125 South State Street
Phone 509-575-6272 Salt Lake City,UT,84138
Phone:8015243663
ALL AMOUNTS ARE SHOWN IN USD
11.APPROVED BUDGET(Excludes Direct Assistance) 12.AWARD COMPUTATION
I Financial Assistance from the Federal Awarding Agency Only a.Amount of Federal Financial Assistance(from item 11m) $ 4,949,298.00
II Total project costs including grant funds and all other financial participation (I b.Less Unobligated Balance From Prior Budget Periods $ 0 00
a, Salaries and Wages $ 0 00 c Less Cumulative Prior Award(s)This Budget Penod $ 0.00
d.AMOUNT OF FINANCIAL ASSISTANCE THIS ACTION $ 4,949,298.00
b Fringe Benefits $ 0 00
13.Total Federal Funds Awarded to Date for Project Period $ 4,949,298 00
c Total Personnel Costs $ 0.00 14.RECOMMENDED FUTURE SUPPORT
d Equipment $ 0 00 (Subject to the availability of funds and satisfactory progress of the project)
0 00 YEAR TOTAL DIRECT COSTS YEAR TOTAL DIRECT COSTS
e Supplies $ a 2 $ d 5 $
f. Travel $ 0 00
b.3 $ e. 6 $
9• Construction $ 4,527,758 00 c. 4 $ f 7 $
h. Other $ 0.00 15.PROGRAM INCOME SHALL BE USED IN ACCORD WTI ONE OF THE FOLLOWING
ALTERNATIVES.
i. Contractual •$ 682,029 00 a DEDUCTION b
b. ADDITIONAL COSTS
C MATCHING
). TOTAL DIRECT COSTS $ 5,209,787.00 d OTHER RESEARCH(Add/Dedud Option)
e. OTHER(See REMARKS)
k. INDIRECT COSTS $ 0 00
16.THIS AWARD IS BASED ON AN APPLICATION SUBMITTED TO,AND AS APPROVED BY,THE FEDERAL AWARDING AGENCY
ON THE ABOVE TITLED PROJECT AND IS SUBJECT TO THE TERMS AND CONDITIONS INCORPORATED EITHER DIRECTLY
I TOTAL APPROVED BUDGET $ 5,209,787 00 OR BY REFERENCE IN THE FOLLOWING.
a The grant program legislation
0 The grant program regulations.
C. This award noIRe including terns and conditions,if any,noted below under REMARKS
m. Federal Share $ 4,949,298.00 d Federal administrative requirements,wet principles and audit requirements applicable to this grant.
In the event there are conflicting or otherwise inconsistent policies applicable to the grant,the above order of precedence shall
n. Non-Federal Share $ 260,489 00 prevail Acceptance of the grant teens and conditions is acknowledged by the grantee when funds are drawn or otherwise
obtained from the grant payment system
REMARKS (Other Terms and Conditions Attached- O Yes O No)
See attached agreement.
GRANTS MANAGEMENT OFFICIAL.
Karen Shubert,Grants Management Specialist
Bureau of Reclamation
125 South State Street
Salt Lake City,UT,84138
Phone:8015243663
17. VENDOR CODE 0071340010 18a.UEI FJNNX1XFJ9K3 18b.DUNS 19. CONG.DIST. 04
LINE# FINANCIAL ACCT AMT OF FIN ASST START DATE END DATE TAS ACCT PO LINE DESCRIPTION
2 0051049866-00010 $4,949,298.00 12/17/2024 12/31/2025 0680 R-DO-2024-004815 DRP City of Yakima
PAGE 2 of 2 DATE ISSUED
NOTICE OF AWARD (Continuation Sheet) 12/17/2024
GRANT NO. R24AP00579-00
Federal Financial Report Cycle
Reporting Period Start Date Reporting Period End Date Reporting Type Reporting Period Due Date
12/17/2024 03/31/2025 Semi-Annual 04/30/2025
04/01/2025 09/30/2025 Semi-Annual 10/30/2025
10/01/2025 12/31/2025 Final 04/30/2026
Performance Progress Report Cycle
Reporting Period Start Date Reporting Penod End Date Reporting Type Reporting Period Due Date
12/17/2024 03/31/2025 Semi-Annual 04/30/2025
04/01/2025 ,09/30/2025 Semi-Annual 10/30/2025
10/01/2025 12/31/2025 Final 04/30/2026
2
AWARD ATTACHMENTS
CITY OF YAKIMA R24AP00579-00
1. Agreement R24AP00579
1
0 — BUREAUOF —
RECLAMATION
Federal Financial Assistance Terms and Conditions of Award
Table of Contents
I. Award Administration and Overview 3
1. Authority 3
2. Public Purpose of Support 3
3. Background and Objectives 3
4. Financial Assistance Administrative Regulations 4
5. Regulatory Compliance 4
6. Acceptance 4
7. Amendments 5
II. Project Performance 5
1. Project Narrative and Milestones 5
2. Recipient Responsibilities 5
2.1 Interim Performance Reports 6
2.2 Final Project Report 6
2.3 Official Resolution 6
3. Reclamation Responsibilities 6
III. Financial Assistance 7
1. Available Funding 7
2. Approved Budget 7
3. Cost Sharing Requirement 7
4. Pre-Award Incurrence of Costs 8
5. Indirect Costs 8
IV. Payment Information 8
1. Payment Method 8
2. Payment 8
3. Return of Funds, Interest or Excess Cash 8
V. Reporting Requirements 9
1. Reclamation Required Reports and Submission 9
November 1, 2024
1.1 Financial Reporting Requirements 9
1.2 Performance Progress Reporting Requirements 10
2. Federal-wide Reports and Disclosures 10
2.1 System for Award Management 10
2.2 Subawards and Executive Compensation 10
2.3 Reporting Recipient Integrity and Performance 11
2.4 Conflicts of Interest 11
2.5 Trafficking Victims Protection 12
3. Remedies for Noncompliance 12
VI. Program or Project Specific Terms and Conditions 13
1. Buy America Preference for Infrastructure Projects 13
2. Liability 16
VII. Reclamation Contacts 17
1. Grants Officer 17
2. Grants Management Specialist 17
3. Grants Officer's Technical Representative 17
VIII. Department of Interior Standard Terms and Conditions 17
I. Award Administration and Overview
1. Authority
This Financial Assistance Agreement (Agreement) is entered into between the Bureau of
Reclamation (Reclamation) and City of Yakima (Recipient), pursuant to Public Law 117-169,
Section 50231, Drought Response and Preparedness.
2. Public Purpose of Support
The Expanding Water and Wastewater Access to Underserved Communities Project (Project) will
increase the reliability of water supplies and improve water management to build long-term
water resiliency due to drought and other environmental factors affecting water supply.
3. Background and Objectives
Through WaterSMART (Sustain and Manage America's Resources for Tomorrow), Reclamation
leverages Federal and non-Federal funding to work cooperatively with states, tribes, and local
entities as they plan for and implement actions to increase water supply reliability through
investments and attention to local water conflicts.
Reclamation's WaterSMART Drought Response Program supports a proactive approach to
drought by providing financial assistance to water managers to develop and update
comprehensive drought plans (Drought Contingency Planning) and implement projects that will
build long-term resiliency to drought (Drought Resiliency Projects).
Through the Drought Response Program, Reclamation invites states, tribes, irrigation districts,
water districts, organizations with water or power delivery authority, and non-profit conservation
groups to leverage their money and resources by cost sharing with Reclamation on Drought
Resiliency Projects that will increase the reliability of water supplies and improve water
management.
The City of Yakima, located in southern Washington, will construct domestic water and sanitary
sewer infrastructure to two distinct disadvantaged and underserved areas in the City where City
utility services currently do not exist to fully connect 85 residential properties to the City's
resilient, safe, and reliable potable water and sanitary sewer systems. In these areas, individual
wells serve each parcel and septic systems accompany each parcel for the wastewater
discharges. These wells are very shallow, ranging from 25 feet to 80 feet below the ground
surface. With parcel sizes being relatively small with limited landscaped areas, the septic systems
including drain field locations are typically directly adjacent to the wells. With septic drain fields
above the groundwater wells intake, this poses a grave public health concern for contaminated
water in these two disadvantaged communities. The use of shallow wells and individual septic
tanks has been challenged with the frequency and durations of recent droughts in Washington
State. This project is identified and prioritized in the City's 2017 Water System Plan. With the
addition of City water services, water supplies will be more reliable and water quality will no
longer be in danger of being contaminated, posing a risk to public health.
4. Financial Assistance Administrative Regulations
All recipients are required to follow the applicable federal, Department of Interior, and
Reclamation financial assistance regulations. The provisions of the "Uniform Administrative
Requirements, Cost Principles, and Audit Requirements for Federal Financial Assistance" located
at Title 2 CFR Part 200, the Department of the Interior Federal Agency Regulations for Grants
and Agreements at Title 2 CFR Subtitle B, Part 1400-1499, and the Financial Assistance Interior
Regulations (or FAIR) at Title 2 CFR Subtitle B, Parts 1402-1402.499, are hereby incorporated by
reference as though set forth in full text.
5. Regulatory Compliance
All recipients must comply, or assist Reclamation, with all regulatory compliance requirements
and all applicable state, federal, and local environmental, cultural, and paleontological resource
protection laws and regulations, as applicable to this Agreement. These may include, but are not
limited to, the National Environmental Policy Act (NEPA), including the Council on Environmental
Quality and Department of the Interior regulations implementing NEPA, the Clean Water Act, the
Endangered Species Act, consultation with potentially affected Tribes, and consultation with the
State Historic Preservation Office. If the Recipient begins project activities that require
environmental or other regulatory compliance approval, prior to written notice from the GO that
all such clearances have been obtained, Reclamation reserves the right to initiate remedies for
non-compliance as defined by 2 CFR 200.339-340, including termination of this Agreement.
6. Acceptance
Recipients of Reclamation financial assistance awards must comply with the applicable terms
and conditions incorporated, either directly or by reference, in their Notice of Funding
Opportunity No. R24AS00007 WaterSMART Drought Response Program: Drought Resiliency
Projects for Fiscal Year 2024, program announcements, and this Notice of Award. These terms
and conditions are in addition to the assurances and certifications made as part of the award
application process through submission of the Standard Forms SF-424B Assurances for Non-
Construction Programs, SF-424D Assurances for Construction Programs, and Certifications
Regarding Lobbying (see SF-424 Family I Grants.gov), or through acceptance of certifications
and representations in the System for Award Management (SAM.gov).
Acceptance of a financial assistance award, including any amendments, from Reclamation carries
with it the responsibility to be aware of and comply with all terms and conditions applicable to
the award. Acceptance means starting work, drawing down or requesting funds, or accepting
the award via electronic means. Accepting the award constitutes a consent to fulfill and comply
with all terms and conditions by the recipient.
7. Amendments
Any changes to this Agreement shall be made in writing by the Grants Officer (GO), unless
determined by Reclamation to be administrative corrections which do not impact the terms and
conditions of the Agreement. No statement made by any person, or in writing, other than the
GO shall be allowed to amend, modify, or otherwise affect the Agreement.
All recipient requests for amendment of the Agreement, including prior approval requirements
set forth in 2 CFR 200.308, such as no-cost extensions and changes to key personnel, or the
addition of previously agreed upon funding, are addressed to the GO and submitted in writing
(including via email) and will include a full description of the reason for the request.
Amendment requests can be submitted to the Grants Management Specialist (GMS) or to the
GO identified on the NOA page.
II. Project Performance
1. Project Narrative and Milestones
Under this Agreement, the Recipient shall construct domestic water and sanitary sewer
infrastructure to serve two underserved areas of the city of Yakima, connecting 85 residences to
potable water and a sanitary sewer system.
This project will be located in the City of Yakima, Washington, in Yakima County, approximately
142 miles southeast of Seattle. The project latitude is 46°37' N and longitude is 120°30' W. This
project will service tracts 53077000200 and 53077001201.
The major components of the project include but are not limited to:
• Connecting 85 residents to reliable water and sewer systems
The milestones for completing the scope of work are:
Milestone/Task/Activity Planned Planned
Start Date Completion Date
Complete environmental and cultural compliance June 2024 February 2025
Procure consulting contract August 2024 September 2024
Procure construction contract October 2024 January 2025
Construction: Northeast Neighborhood March 2025 July 2025
Construction: South Central Neighborhood July 2025 December 2025
2. Recipient Responsibilities
The Recipient shall carry out the approved project in accordance with the terms and conditions
stated herein, 2 CFR Part 200 (including procurement requirements at 200.320), adherence to
Federal, state, and local laws, regulations, and codes, as applicable, and shall obtain all required
approvals and permits. If the approved project contains construction activities, the Recipient is
responsible for construction inspection, oversight, and acceptance. If applicable, the Recipient
shall also coordinate and obtain approvals from site owners and operators.
2.1 Interim Performance Reports
The Recipient shall prepare and submit to Reclamation interim Project performance reports
(Interim Performance Reports) as required in the reporting section of this Agreement. Each
Interim Performance Report will include (but is not limited to) the information identified below:
• A comparison of actual accomplishments to the milestones established by the financial
assistance agreement for the reporting period
• The reasons why established milestones were not met, if applicable
• The status of milestones from the previous reporting period that were not met, if
applicable
• Whether the Project is on schedule and within the original cost estimate
• Any additional pertinent information or issues related to the status of the Project
2.2 Final Project Report
The Recipient shall prepare and submit to Reclamation a final Project performance report (Final
Project Report) as required by the reporting section of this Agreement. The Final Project Report
will include (but is not limited to) the information identified below:
• Whether the Project objectives and goals were met
• Discussion of the benefits achieved by the Project, including information and/or
calculations supporting the benefits
• How the Project improves long-term resiliency to drought
• How the Project demonstrates collaboration, if applicable
Photographs documenting the project are also appreciated. Recipient understands that
Reclamation may print photos with appropriate credit to Recipient. Recipient also
understands that the Final Project Report is a public document and may be made
available on Reclamation's website, www.usbr.gov/drought.
2.3 Official Resolution
The Recipient shall prepare and submit an Official Resolution adopted by the organization's
board of directors within 30 days of receipt of agreement.
3. Reclamation Responsibilities
Reclamation monitoring and oversight of this award includes review and approval of financial
and performance reports, and other deliverables identified as part of the project scope.
Additional monitoring activities may include drawdown approvals, site visits, conference calls,
and other on-site and off-site monitoring activities such as inspections or evaluation on
Recipient and subrecipient premises. At the Recipient's request, Reclamation may also provide
technical support to the Recipient for the approved project and objectives of this Agreement.
III. Financial Assistance
1. Available Funding
The total estimated project cost for this Agreement is $5,209,787.00.
The amount of federal funds issued with this action is $4,949,298.00, as indicated by "Amount of
Financial Assistance This Action" within block 12 of the NOA.
The Recipient shall not incur costs or obligate funds for any purpose pertaining to operation of
the program or activities beyond the period of performance end date. The only costs which are
authorized for a period of up to 120 days following the period of performance are those strictly
associated with closeout activities for preparation of the final reports.
2. Approved Budget
The total approved budget summarizes the financial aspects of the project. It is detailed by
category in block 11 of the NOA page and/or below. Final costs incurred within budget
categories listed may be either higher or lower than the estimated costs. All costs incurred by
the Recipient under this Agreement must be in accordance with budget submitted to
Reclamation, and any pre-award clarifications conducted between the Recipient and
Reclamation.
The Recipient is responsible for ensuring federal funds are managed in a manner consistent with
2 CFR Part 200 Subpart E, the approved budget, approved project activities, and terms and
conditions of award. Recipients are encouraged to direct questions regarding allowability,
allocability or reasonableness of costs to the GO for review prior to incurrence of the costs in
question.
3. Cost Sharing Requirement
At least 5% non-federal cost-share is required for costs incurred under this Agreement. If pre-
award costs are authorized, reimbursement of these costs is limited to federal cost share
percentage identified in this Agreement.
The federal share of allowable costs shall not be expended in advance of the Recipient's non-
federal share. The expenditure of federal and non-federal funds based upon the cost share
percentage above shall occur concurrently. If a bona fide need arises which requires the
expenditure of federal funds in advance of the Recipient share, then the Recipient must request
written approval from the GO prior to the expenditure. Recipient's may expend their agreed
upon share of costs in advance of the expenditure of federal funds without prior written
approval.
4. Pre-Award Incurrence of Costs
The Recipient shall be entitled to reimbursement for costs incurred on or after June 1, 2024
which if had been incurred after the start date of the period of performance, would have been
allowable, allocable, and reasonable under the terms and conditions of this Agreement.
5. Indirect Costs
Indirect costs are not approved for this Agreement.
IV. Payment Information
1. Payment Method
Recipients must utilize the Department of Treasury Automated Standard Application for
Payments (ASAP) payment system to request payments. ASAP is a Recipient-initiated payment
and information system designed to provide a single point of contact for the request and
delivery of federal funds. ASAP is the only allowable method for request and receipt of payment.
Recipient procedures must minimize the time elapsing between the drawdown of federal funds
and the disbursement for Agreement purposes.
2. Payment
Financial assistance recipients are paid in advance by electronic drawdown, provided they
maintain written procedures that minimize the time elapse between transfer of funds from ASAP
accounts and disbursements, and they have financial management systems that meet standards
for fund control and accountability. Advance payments are limited to the immediate cash
requirements to carry out the purpose of the approved program or project.
3. Return of Funds, Interest or Excess Cash
Payment Method ASAP
The Recipient must direct returns of funds not spent, excess cash on hand, interest owed to the
federal government, and principal to the ASAP system. Returns should include:
- The agency to credit the funding (i.e. Reclamation)
- The relevant ASAP account numbers
- The reason for the return
Payment Method Electronic Transfer
If the Recipient is unable to return funds owed to the federal government through ASAP, the
following electronic transfer information should be utilized:
ACH Returns:
ABA Routing Number: 051036706
Account number: 312018
Bank Name and Location: Credit Gateway, Federal Reserve Bank, Richmond, VA
Agreement Number: Reclamation Grant or Cooperative Agreement Number
Fedwire Returns:
ABA Routing Number: 021030004
ABA Short Name: TREAS NYC
Account number: 14060905
Beneficiary Name: Bureau of Reclamation
Bank Name and Location: Federal Reserve Bank, 33 Liberty Street, Federal Reserve Post
Office Station, New York, NY 10045
Agreement Number: Reclamation Grant or Cooperative Agreement Number
Payment Method US Mail
For Recipients that do not have electronic remittance capability, please make check payable to:
"Bureau of Reclamation" and include the following in the memo lines of the check:
- The Reclamation award number
- The ASAP account number
Mail (by USPS only) the check to Treasury approved lockbox:
DOI-BOR-Region: Denver
P.O. Box 6200-21
Portland, OR
97228-6200
V. Reporting Requirements
1. Reclamation Required Reports and Submission
Reports can be submitted to the GMS via FAReporting@usbr.gov or GrantSolutions.
1.1 Financial Reporting Requirements
The interim Federal Financial Report (SF-425) shall be submitted semi-annually, according to the
Report Frequency and Submission schedule noted under the Federal Financial Report Cycle,
following the Notice of Award page. All financial reports shall be signed by an Authorized
Certifying Official for the Recipient's organization.
Per 2 CFR Part 200.344, the Final Federal Financial Report (SF-425) shall be submitted within 120
days of the period of performance end date. The recipient shall not incur costs or obligate funds
for any purpose pertaining to the operation of the program or activities beyond the period of
performance end date and must liquidate all financial obligations incurred under the award. The
only costs which are authorized for 120 days following the period of performance end date are
those strictly associated with closeout activities in preparation of final reports. All sections of the
Final SF-425 must be complete.
1.2 Performance Progress Reporting Requirements
Reclamation requires Performance Reports to be submitted semi-annually, according to the
Report Frequency and Submission schedule noted under the Performance Progress Report Cycle,
following the Notice of Award page. Reclamation may utilize standard, OMB-approved forms for
the collection of performance information, or no specific format, as identified in the NOFO or
program announcement.
For Construction and non-construction, the minimum information to include in Performance
Reports are:
• Report identification; recipient name, agreement number, project title.
• A comparison of actual accomplishments to the objectives of the federal award for the
reporting period
• Where accomplishments can be quantified, or performance data and analysis informative
to Reclamation, if applicable
• A reason(s) why any established goals/objectives were not met, if applicable
• Pertinent information on overall activity such as cost overruns, or high unit costs
• Significant developments such as problems, delays, or adverse conditions, if applicable
• Favorable developments such as objectives ahead of schedule, or less cost than
anticipated, if applicable
Per 2 CFR Part 200.344, the Final Performance Progress Report shall be submitted within 120
days of the period of performance end date. The Final Performance Report shall include a
summary of all activities completed during the entire period of performance with the minimum
information stated above, and any Program Specific or Data Collection report requirements as
stated within the NOFO and this Agreement.
2. Federal-wide Reports and Disclosures
2.1 System for Award Management
Unless exempted by 2 CFR 25.110, recipients must maintain current information in the System
for Award Management (SAM) until the final financial report required under the Award is
submitted, or the final payment is received, whichever is later, per Appendix A to Part 25, Title 2.
This requires recipients to review and update information at least annually after the initial
registration, or more frequently if required by changes in your information. See SAM.gov I
Home. If a recipient allows their SAM registration to lapse, they will be prevented from
submitting applications for funding opportunities in Grants.gov, and ASAP accounts are
suspended, among other federal financial assistance restrictions.
2.2 Subawards and Executive Compensation
Unless exempted by 2 CFR Part 170.105, Recipients are required to report information on
subawards and executive total compensation to meet the requirements of the federal Funding
Accountability and Transparency Act of 2006. Recipients can review Appendix A to Part 170, Title
2 for information on what, where, and when to report.
2.3 Reporting Recipient Integrity and Performance
Recipients that have active financial assistance and procurement contracts from federal agencies
exceeding $10,000,000 for any period of time during the period of performance of this
Agreement must maintain current information in SAM about civil, criminal, or administrative
proceedings as outlined in Appendix XII to Part 200.
2.4 Conflicts of Interest
The Recipient must establish safeguards to prohibit its employees and Subrecipients from using
their positions for purposes that constitute or present the appearance of a personal or
organizational conflict of interest. The Recipient is responsible for notifying the Grants Officer in
writing of any actual or potential conflicts of interest that may arise during the life of this award.
Conflicts of interest include any relationship or matter which might place the Recipient or its
employees in a position of conflict, real or apparent, between their responsibilities under the
agreement and any other outside interests. Conflicts of interest may also include, but are not
limited to, direct or indirect financial interests, close personal relationships, positions of trust in
outside organizations, consideration of future employment arrangements with a different
organization, or decision-making affecting the award that would cause a reasonable person with
knowledge of the relevant facts to question the impartiality of the Recipient and/or Recipient's
employees and Subrecipients in the matter.
The Grants Officer and the servicing Ethics Counselor will determine if a conflict of interest
exists. If a conflict of interest exists, the Grants Officer will determine whether a mitigation
plan is feasible. Mitigation plans must be approved by the Grants Officer in writing. Failure to
resolve conflicts of interest in a manner that satisfies the government may be cause for
termination of the award.
Definitions:
This section incorporates by reference 2 CFR Part 200, Subpart A, Acronyms and Definitions
including, but not limited to the following additional terms:
A. Conflict of Interest is defined as any relationship or matter which might place the Recipient,
its employees, and/or its Subrecipients in a position of conflict, real or apparent, between
their responsibilities under the agreement and any other outside interests. Conflicts of
interest may also include, but are not limited to, direct or indirect financial interests, close
personal relationships, positions of trust in outside organizations, consideration of future
employment arrangements with a different organization, or decision-making affecting the award
that would cause a reasonable person with knowledge of the relevant facts to question the
impartiality of the Recipient and/or Recipient's employees and Subrecipients in the matter.
B. Close Personal Relationship means a federal award program employee's childhood or
other friend, sibling, or other family relations that may compromise or impair the fairness
and impartiality of the Proposal Evaluator and Advisor and Grants Officer in the review,
selection, award, and management of a financial assistance award.
C. Discretionary Federal Financial Assistance means Federal awards including grants and
agreements that are awarded at the discretion of the agency.
D. Employment means:
1. In any capacity, even if otherwise permissible, by any applicant or potential
applicant for a Federal financial assistance award;
2. Employment within the last 12 months with a different organization applying for
some portion of the award's approved project activities and funding to complete
them OR expected to apply for and to receive some portion of the award; and/or
3. Employment with a different organization of any member of the organization
employee's household or a relative with whom the organization's employee has a
close personal relationship who is applying for some portion of the award's
approved project activities and funding to complete them OR expected to apply for
and to receive some portion of the award.
E. Non-federal entity means a State, local government, Indian tribe, institution of higher
education, or nonprofit organization that carries out a Federal award as a Recipient or
Subrecipient.
F. Recipient means a non-federal entity that receives a federal award directly from a
federal awarding agency to carry out an activity under a federal program. The term
Recipient does not include Subrecipients.
G. Subrecipient means a non-federal entity that receives a subaward from a pass-through
entity to carry out part of a federal program, but does not include an individual who is a
beneficiary of such program. A Subrecipient may also be a recipient of other federal
awards directly from a federal awarding agency.
2.5 Trafficking Victims Protection
The Recipient, its employees, and its subrecipients under this award may not engage in human
trafficking, procuring commercial sex acts, or using forced labor during the performance of the
award, or any subawards. Recipients must inform Reclamation immediately of any allegation of
such activity. Reclamation may unilaterally terminate this award, without penalty, in addition to
other remedies for noncompliance, if a violation of the Trafficking Victims Protection Act of 2000
(TVPA), codified at 2 CFR Part 175.15 for financial assistance awards, is determined. Recipients
will ensure this provision is included in any agreements entered into for award activities.
3. Remedies for Noncompliance
Failure to comply with the recipient reporting, disclosure, and notice requirements contained in
this Agreement, terms and conditions, or federal financial assistance regulations, may be
considered a material noncompliance with the terms and conditions of the award.
Noncompliance may result in withholding of payments, denying both the use of federal funds
and recipient cost-share for all or part of a cost, activity or action not in compliance, whole or
partial suspension or termination of the Agreement, recovery of funds paid under the
Agreement, withholding of future awards, or other legal remedies in accordance with 2 CFR
200.339-340.
VI. Program or Project Specific Terms and Conditions
1. Buy America Preference for Infrastructure Projects
Recipients of an award of Federal financial assistance from a program for infrastructure are
hereby notified that none of the funds provided under this award may be used for an
infrastructure project unless:
(1) All iron and steel used in the project are produced in the United States—this means
all manufacturing processes, from the initial melting stage through the application of
coatings, occurred in the United States;
(2) All manufactured products used in the project are produced in the United States—
this means the manufactured product was manufactured in the United States; and the
cost of the components of the manufactured product that are mined, produced, or
manufactured in the United States is greater than 55 percent of the total cost of all
components of the manufactured product, unless another standard that meets or
exceeds this standard has been established under applicable law or regulation for
determining the minimum amount of domestic content of the manufactured product;
and
(3) All construction materials are manufactured in the United States—this means that all
manufacturing processes for the construction material occurred in the United States.
The construction material standards are listed below.
Incorporation into an infrastructure project. The Buy America Preference only applies to
articles, materials, and supplies that are consumed in, incorporated into, or affixed to an
infrastructure project. As such, it does not apply to tools, equipment, and supplies, such as
temporary scaffolding, brought to the construction site and removed at or before the
completion of the infrastructure project. Nor does a Buy America Preference apply to equipment
and furnishings, such as movable chairs, desks, and portable computer equipment, that are used
at or within the finished infrastructure project but are not an integral part of the structure or
permanently affixed to the infrastructure project.
Categorization of articles, materials, and supplies. An article, material, or supply should
only be classified into one of the following categories: (i) Iron or steel products; (ii) 15
Manufactured products; (iii) Construction materials; or (iv) Section 70917(c) materials. An
article, material, or supply should not be considered to fall into multiple categories. In some
cases, an article, material, or supply may not fall under any of the categories listed in this
paragraph. The classification of an article, material, or supply as falling into one of the categories
listed in this paragraph must be made based on its status at the time it is brought to the work
site for incorporation into an infrastructure project. In general, the work site is the location of the
infrastructure project at which the iron, steel, manufactured products, and construction materials
will be incorporated.
Application of the Buy America Preference by category. An article, material, or supply
incorporated into an infrastructure project must meet the Buy America Preference for only the
single category in which it is classified.
Determining the cost of components for manufactured products. In determining whether
the cost of components for manufactured products is greater than 55 percent of the total cost
of all components, use the following instructions:
(a) For components purchased by the manufacturer, the acquisition cost, including
transportation costs to the place of incorporation into the manufactured product
(whether or not such costs are paid to a domestic firm), and any applicable duty
(whether or not a duty-free entry certificate is issued); or
(b) For components manufactured by the manufacturer, all costs associated with the
manufacture of the component, including transportation costs as described in paragraph
(a), plus allocable overhead costs, but excluding profit. Cost of components does not
include any costs associated with the manufacture of the manufactured product.
Construction material standards. The Buy America Preference applies to the following
construction materials incorporated into infrastructure projects. Each construction material is
followed by a standard for the material to be considered "produced in the United States." Except
as specifically provided, only a single standard should be applied to a single construction
material.
(1) Non-ferrous metals. All manufacturing processes, from initial smelting or melting
through final shaping, coating, and assembly, occurred in the United States.
(2) Plastic and polymer-based products. All manufacturing processes, from initial
combination of constituent plastic or polymer-based inputs, or, where applicable,
constituent composite materials, until the item is in its final form, occurred in the United
States.
(3) Glass. All manufacturing processes, from initial batching and melting of raw
materials through annealing, cooling, and cutting, occurred in the United States.
(4) Fiber optic cable (including drop cable). All manufacturing processes, from the initial
ribboning (if applicable), through buffering, fiber stranding and jacketing, occurred in the
United States. All manufacturing processes also include the standards for glass and
optical fiber, but not for non-ferrous metals, plastic and polymer-based products, or any
others.
(5) Optical fiber. All manufacturing processes, from the initial preform fabrication stage
through the completion of the draw, occurred in the United States.
(6) Lumber. All manufacturing processes, from initial debarking through treatment and
planing, occurred in the United States.
(7) Drywall. All manufacturing processes, from initial blending of mined or synthetic
gypsum plaster and additives through cutting and drying of sandwiched panels,
occurred in the United States.
(8) Engineered wood. All manufacturing processes from the initial combination of
constituent materials until the wood product is in its final form, occurred in the United
States.
Waivers. When necessary, recipients may apply for, and the agency may grant, a waiver from
these requirements. Information on the process for requesting a waiver from these requirements
can be found at https://www.doi.gov/grants/buyamerica.
When DOI has determined that one of the following exceptions applies, the awarding official
may waive the application of the Buy America Preference in any case in which the agency
determines that:
(1) applying the Buy America Preference would be inconsistent with the public interest;
(2) the types of iron, steel, manufactured products, or construction materials are not
produced in the United States in sufficient and reasonably available quantities or of a
satisfactory quality; or
(3) the inclusion of iron, steel, manufactured products, or construction materials
produced in the United States will increase the cost of the overall project by more than
25 percent.
A request to waive the application of the Buy America Preference must be in writing. The agency
will provide instructions on the format, contents, and supporting materials required for any
waiver request. Waiver requests are subject to public comment periods of no less than 15 days
and must be reviewed by the Office of Management and Budget (OMB) Made in America Office.
There may be instances where an award qualifies, in whole or in part, for an existing waiver
described at the Approved DOI General Applicability Waivers website located at
https://www.doi.gov/grants/BuyAmerica/GeneralApplicabi lityWaivers.
Definitions
"Buy America Preference" means the "domestic content procurement preference" set forth in
section 70914 of the Build America, Buy America Act, which requires the head of each Federal
agency to ensure that none of the funds made available for a Federal award for an infrastructure
project may be obligated unless all of the iron, steel, manufactured products, and construction
materials incorporated into the project are produced in the United States.
"Construction materials" means articles, materials, or supplies that consist of only one of the
items listed in paragraph (1) of this definition, except as provided in paragraph (2) of this
definition. To the extent one of the items listed in paragraph (1) contains as inputs other items
listed in paragraph (1), it is nonetheless a construction material.
(1) The listed items are:
(i) Non-ferrous metals;
(ii) Plastic and polymer-based products (including polyvinylchloride, composite
building materials, and polymers used in fiber optic cables);
(iii) Glass (including optic glass);
(iv) Fiber optic cable (including drop cable);
(v) Optical fiber;
(vi) Lumber;
(vii) Engineered wood; and
(viii) Drywall.
(2) Minor additions of articles, materials, supplies, or binding agents to a construction
material do not change the categorization of the construction material.
"Infrastructure" means public infrastructure projects in the United States, which includes, at a
minimum, the structures, facilities, and equipment for roads, highways, and bridges; public
transportation; dams, ports, harbors, and other maritime facilities; intercity passenger and freight
railroads; freight and intermodal facilities; airports; water systems, including drinking water and
wastewater systems; electrical transmission facilities and systems; utilities; broadband
infrastructure; and buildings and real property; and structures, facilities, and equipment that
generate, transport, and distribute energy including electric vehicle (EV) charging.
"Infrastructure project" means any activity related to the construction, alteration, maintenance,
or repair of infrastructure in the United States regardless of whether infrastructure is the primary
purpose of the project. See also paragraphs (c) and (d) of 2 CFR 184.4.
"Iron or steel products" means articles, materials, or supplies that consist wholly or
predominantly of iron or steel or a combination of both.
"Manufactured products" means:
(1) Articles, materials, or supplies that have been:
(i) Processed into a specific form and shape; or
(ii) Combined with other articles, materials, or supplies to create a product with
different properties than the individual articles, materials, or supplies.
(2) If an item is classified as an iron or steel product, a construction material, or a Section
70917(c) material under 2 CFR 184.4(e) and the definitions set forth in 2 CFR 184.3, then it is not
a manufactured product. However, an article, material, or supply classified as a manufactured
product under 2 CFR 184.4(e) and paragraph (1) of this definition may include components that
are construction materials, iron or steel products, or Section 70917(c) materials.
"Predominantly of iron or steel or a combination of both" means that the cost of the iron and
steel content exceeds 50 percent of the total cost of all its components. The cost of iron and
steel is the cost of the iron or steel mill products (such as bar, billet, slab, wire, plate, or sheet),
castings, or forgings utilized in the manufacture of the product and a good faith estimate of the
cost of iron or steel components.
"Section 70917(c) materials" means cement and cementitious materials; aggregates such as
stone, sand, or gravel; or aggregate binding agents or additives. See Section 70917(c) of the
Build America, Buy America Act.
2. Liability
a. In general, except as provided under 28 U.S.C. Chapter 171 (commonly known as the "Federal
Tort Claims Act"), the United States shall not be liable for monetary damages of any kind for any
injury arising out of an act, omission, or occurrence that arises in relation to any facility created
or improved under this Agreement, the title of which is not held by the United States.
b. Tort Claims Act. Nothing in this section increases the liability of the United States beyond that
provided in 28 U.S.C. Chapter 171, United States Code (commonly known as the "Federal Tort
Claims Act").
VII. Reclamation Contacts
1. Grants Officer
The Reclamation GO is the only official with legal authority to; obligate funds, approve
amendments, interpret financial assistance statutes, regulations, circulars, policies, and terms of
this Agreement. The GO, or Grants Management Official, contact information can be found on
the bottom of the Notice of Award cover page.
2. Grants Management Specialist
The Reclamation GMS works in conjunction with the GO and is the primary administrative point
of contact for this Agreement regarding issues related to the day-to-day management. Requests
for approval regarding changes to the terms and conditions of the Agreement, including but not
limited to amendments and prior approval, may be submitted to a GMS but can only be
approved, in writing, by a Reclamation GO. For some agreements, the Reclamation GO and the
Reclamation GMS may be the same individual.
3. Grants Officer's Technical Representative
The Grants Officer Technical Representative (GOTR), or Federal Project Officer, is the primary
point of contact for the programmatic performance, compliance, and progress for this
Agreement and represents Reclamation in questions regarding interpretation of specifications,
drawings, and other technical matters. The GOTR assists the GO in documenting performance,
resolving compliance issues with project activities/milestones, and other technical conditions of
the Agreement, however only the GO has the legal authority over management of this award.
The GOTR holds no authority to modify, approve, or make determinations related to the terms
and conditions of this award.
VIII. Department of Interior Standard Terms and Conditions
The Department of the Interior (DOI) Standard Award Terms and Conditions found at
https://www.doi.gov/grants/doi-standard-terms-and-conditions are hereby incorporated by
reference as though set forth in full text. The Recipient is responsible for ensuring their
subrecipients and contractors are aware of and comply with applicable statutes, regulations, and
agency requirements.
BUSINESS OF THE CITY COUNCIL
YAKIMA, WASHINGTON
AGENDA STATEMENT
Item No. 9.A.
For Meeting of: January 7, 2025
ITEM TITLE: Resolution authorizing an agreement with the United States Bureau of
Reclamation (BOR) for the Water/Irrigation and Wastewater Divisions
Low-income and Unserved Utility Areas Project No. AC2570 and
SC2650
SUBMITTED BY: Scott Schafer, Public Works Director
Mike Price, Wastewater Manager
*Mike Shane, Water/Irrigation Manager
SUMMARY EXPLANATION:
In 2022, the City of Yakima (City) committed to providing safe and reliable domestic drinking water, along
with the ability to discharge domestic waste in a safe and reliable manner, to residents in areas of the
city that were currently not served by these public services. Residents in these areas currently obtain
their domestic water from individual private wells and discharge waste to individual septic systems. The
City, along with their consultant HLA Engineering and Land Surveying, Inc. began the design of new
domestic water and wastewater systems to provide services to these residents, which was completed in
2023.
A grant application to fund the construction of the water and wastewater systems was submitted to the
United States Bureau of Reclamation as part of their WaterSMART Drought Response Program: Drought
Resiliency Projects for Fiscal Year 2024 program. On May 6, 2024, the City was notified that the
application was chosen for an award of$4,949,298.00 to complete the project.
On December 17, 2024, the City of Yakima was notified that the Grant/Cooperative Agreement for Grant
No. R24AP00579-00 has been awarded and released, aliowing the City to move forward with
construction of the new facilities. Matching funds or in-kind services in the amount of$260,489.00 will be
provided by the Water and Wastewater Divisions as part of the Agreement.
ITEM BUDGETED: Yes
STRATEGIC PRIORITY 24-25: A Safe and Healthy Yakima
RECOMMENDATION: Adopt Resolution.
ATTACHMENTS:
Resolution_USBOR_Grant_Agreement_Unserved_Areas
BOR Grant Agreement R24AP00579 NOA- Water.Wastewater Unserved Area.pdf