Loading...
2022 Boating Infrastructure Tier 1 Grant- Dredge Dubuque Marina: Approve Iowa Department of Natural Resources Subrecipient Grant AgreementCity of Dubuque City Council Meeting Consent Items # 014. Copyrighted November 20, 2023 ITEM TITLE: 2022 Boating Infrastructure Tier 1 Grant- Dredge Dubuque Marina: Approve Iowa Department of Natural Resources Subrecipient Grant Agreement- Iowa DNR Agreement No. 24CRDFBGSCHO-0002; USFWS Agreement No. F23AP03493 SUMMARY: City Manager recommending City Council adopt the resolution and authorize the Mayor to execute the Subrecipient Grant Agreement (Agreement No. 24CRDFBGSCHO-0002) with the Iowa Department of Natural Recourses (Iowa DNR)for the 2022 Boating Infrastructure Tier 1 Grant (B I G Tier 1) to assist with funding to perform maintenance dredging at Dubuque Marina. RESOLUTION Approving a 2022 Boating Infrastructure Tier 1 Grant Subrecipient Agreement (Agreement No. 24CRDFBGSCHO-0002) with the Iowa Department of Natural Resources to assist with maintenance dredging at Dubuque Marina SUGGESTED Suggested Disposition: Receive and File; Adopt Resolution(s) DISPOSITION: ATTACHMENTS: Description Type MVM Memo City Manager Memo Staff Memo Staff Memo Resolution Resolutions Agreement Supporting Documentation THE CITY OF Dubuque DUB TEE1. All -America City Masterpiece on the Mississippi � pp zoo�•*o 13 zoi720zoi9 TO: The Honorable Mayor and City Council Members FROM: Michael C. Van Milligen, City Manager SUBJECT: 2022 Boating Infrastructure Tier 1 Grant - Dredge Dubuque Marina Approve Iowa Department of Natural Resources Subrecipient Grant Agreement Iowa DNR Agreement No. 24CRDFBGSCHO-0002 USFWS Agreement No. F23AP03493 DATE: November 15, 2023 Assistant City Engineer Robert Schiesl is recommending City Council adopt the resolution and authorize the Mayor to execute the Subrecipient Grant Agreement (Agreement No. 24CRDFBGSCHO-0002) with the Iowa Department of Natural Recourses (Iowa DNR) for the 2022 Boating Infrastructure Tier 1 Grant (BIG Tier 1) to assist with funding to perform maintenance dredging at Dubuque Marina. I concur with the recommendation and respectfully request Mayor and City Council approval. v Mic ael C. Van Milligen kTA 140kTA WA Attachment cc: Crenna Brumwell, City Attorney Cori Burbach, Assistant City Manager Gus Psihoyos, City Engineer Robert Schiesl, Assistant City Engineer Jenny Larson, Chief Financial Officer Teri Goodmann, Director of Strategic Partnerships Nathan Kelleher, Grant, Budget/Financial Analyst Nathan Steffen, Civil Engineer THE CITY OF DUB E Masterpiece on the Mississippi TO: Michael C. Van Milligen, City Manager Gus Psihoyos, City Engineer FROM: Robert Schiesl, Assistant City Engineer DATE: November 14, 2023 Dubuque AII•Amarica Ciq 2-007.2012.2013 2017*2019 RE: 2022 Boating Infrastructure Tier 1 Grant - Dredge Dubuque Marina Approve Iowa Department of Natural Resources Subrecipient Grant Agreement Iowa DNR Agreement No. 24CRDFBGSCHO-0002 USFWS Agreement No. F23AP03493 INTRODUCTION The purpose of this memorandum is to provide information and to request City Council approval and authorization for the Mayor to execute the Subrecipient Grant Agreement (Agreement No. 24CRDFBGSCHO-0002) with the Iowa Department of Natural Recourses (Iowa DNR) for the 2022 Boating Infrastructure Tier 1 Grant (BIG Tier 1) to assist with funding to perform maintenance dredging at Dubuque Marina. BACKGROUND The Sportfishing and Boating Safety Act - BIG Tier 1 grant funding supports boating as a popular recreational activity; there are approximately 11.8 million registered recreational boats in the United States. Of this total, an estimated 584,000 are at least 26 feet long. The Sportfishing and Boating Safety Act of 1998 (Public Law 105-178) established the Boating Infrastructure Grants (BIG) Program (16 U.S.C. 777g-1) to provide funding to the 50 States, for the construction, renovation, and maintenance of boating infrastructure facilities for transient recreational vessels at least 26 feet long that are operated, leased, rented, or chartered primarily for pleasure. In the fall of 2022, Dubuque Marina submitted a BIG Tier 1 grant application to the Iowa DNR for dredging the marina to provide transient boaters, and boaters who operate vessels 26 feet or larger, access to docking and safe harbor facilities, including fueling, pump -out, bathroom and shower facilities, access to clean water, electricity, and other utilities. In February 2023, Dubuque Marina was notified by the Iowa DNR that they were awarded $200,000 in BIG Tier 1 grant funding. During the grant development process, it became apparent that it would be challenging for Dubuque Marina to administer and comply with all the federal grant requirements. Based on the potential challenges for Dubuque Marina to successfully administer a federal BIG Tier 1 grant funded project, the Iowa DNR approached the City to inquire if 1 the City would be interested in becoming the BIG Tier 1 Grant Recipient and be the responsible lead agency for administering the federal grant. Since the City regularly performs maintenance dredging projects and has successfully completed two (2) previous BIG grant funded project, City staff supports assuming the lead agency role for the 2022 BIG Tier 1 grant to perform maintenance dredging at Dubuque Marina. BIG TIER 1 GRANT APPLICATION Since the Dubuque Marina was the original grant applicant, for the City to become the Grant Recipient, the City was required to submit a new, separate application to the FWS and Iowa DNR for the 2022 Boating Infrastructure Tier 1 Grant. On August 7t", 2023, per Resolution 248-23, the City Council authorized staff to submit the 2022 Boating Infrastructure Tier 1 Grant application. On November 3rd, 3023, the City received the Notice of Award from the Iowa DNR / USFWS for the BIG Tier 1 Grant. On November 9t", 2023, the Iowa DNR Commission approved the Subrecipient Grant Agreement. PROJECT DEVELOPMENT TIMELINE DATE PROJECT DEVELOPMENT ACTIVITY March 30, 2023 Environmental Clearance, COE Regional Permit Issued ✓ Completed July 19 City Submittal 2022 BIG Tier 1 Grant Application ✓ Completed August 1 FWS 2022 BIG Tier 1 Grant TRACS Portal Submittal ✓ Completed 90 Day Review FWS Review Period ✓ Completed November 3 FWS BIG Grant Notice of Award ✓ Completed November 9 DNR Commission Meeting Approve City Grant Agreement ✓ Completed November 20 City Approve DNR / City BIG Grant Agreement November 20 City Approve City / Dubuque Marina Funding Agreement January 2024 City Prepare Construction Plans for Dredging February 2024 City Complete Public Bidding Process April - May 2024 Complete Maintenance Dredging Project June 2024 Project Close Out December 2024 BIG Grant Close Out BIG TIER 1 GRANTS - DREDGING PLAN Upon reviewing the BIG grant eligible scope of work for maintenance dredging, and after discussions with Dubuque Marina and Iowa DNR staff, City staff is proposing a 2- phase dredging project to support the local and regional transient boating at the marina. The objective and scope of work for the 2022 BIG TIER 1 Grant funding that was awarded is to perform maintenance dredging within the area shown in Figure 1, to an approximate river bottom elevation of 586-Ft., which will provide adequate depth for transient boats 26 feet in length or greater and will create a safe open water for navigating vessels from the Peosta Channel to and from the marina transient docks. 1 LEGEND At ZOO' River Stage Above Water O' - V Deep T - 2' Deep T 2' - 3' Deep 3'- 4' Deep 4' - 5' Deep GASITRANSIENT - . � DOCK r 'CDOCK 2024 BIG GRANT � DREDGE AREA -",� Figure 1 - Dubuque Marina Areas to be Dredged r y TRANSIENT DOCK SPRING 20,-r+ 2022 BIG GRANT DREDGE AREA �i W 2022 BIG Tier 1 Grant Funding will be used to perform maintenance dredging within the area outlined in RED. City of Dubuque submitted a 2024 BIG Tier 1 Grant Application to assist in funding to perform maintenance dredging within the area outlined in GREEN. On September 5t", 2023, per Resolution 284-23, the City Council authorized staff to submit the 2024 Boating Infrastructure Tier 1 Grant application. The objective and scope of work for the proposed 2024 BIG Grant funding is to continue with the completion of maintenance dredging within the area shown in Figure 1, to an 3 approximate river bottom elevation of 586-Ft. This will create a larger open waterway for navigating transient vessels from the Peosta Channel to and from the marina transient docks and provide safe access to the existing transient dock for fuel, water, and holding tank pump -out. The proposed 2-phase dredging project will provide adequate depth and an improved open waterway for safely navigating transient vessels. By dredging and creating the open waterway from the Peosta Channel to the marina transient docks, this will create improved water flow and water circulation which will reduce the potential for future sediment siltation within the proposed dredge location. The proposed dredged open waterway will be more sustainable long-term and will maximize the return on the investment of federal BIG funding with a long-term solution in providing safe harbor access for daily and overnight transient boaters. BIG TIER 1 - PROJECT FUNDING With the original BIG Tier 1 grant application submitted by Dubuque Marina, the application requested $200,000 in grant funds along with $117,500 to be contributed by Dubuque Marina as the local match grant funds. With the City's Notice of Award for the 2022 BIG Tier 1 grant funding and will be responsible for the lead agency role for administering the federal grant, Dubuque Marina has agreed to contribute the $117,500 local match funds as committed to in the original grant application. If the City is successful in being awarded the 2024 BIG Tier 1 grant funding, the proposed project funding is summarized as follows: Description Fund Amount 2022 BIG Tier 1 Grant - Notice of Award $ 200,000.00 Private Participation - Dubuque Marina (Local Match) 117,500.00 2024 BIG Tier 1 Grant - Application Request Pending 170,271.00 Private Participation - Dubuque Marina (Local Match) 100,000.00 Total Dredge Funding $ 587,771.00 DUBUQUE MARINA FUNDING AGREEMENT City staff has worked with the Legal Department to develop a project Funding Agreement between the City and Dubuque Marina for providing the required private participation local funding ($117,500) for the 2022 BIG Tier 1 grant. The City / Dubuque Marina Funding Agreement is a separate action item on the November 20, 2023, council meeting agenda. If the City is awarded the 2024 BIG Tier 1 grant, the plan would be for the City Council to consider approving and concurrently executing both the Iowa DNR Subrecipient Grant Agreement and the City / Dubuque Marina Funding Agreement at a future date. ISI RECOMMENDATION I recommend that the City Council adopt the enclosed resolution and authorize the Mayor to sign the Subrecipient Grant Agreement (Agreement No. 24CRDFBGSCHO-0002) with the Iowa Department of Natural Recourses for the 2022 BIG Tier 1 Grant to assist with funding to perform maintenance dredging at Dubuque Marina. ACTION TO BE TAKEN I respectfully request that the City Council adopt the attached resolution and authorize the Mayor to sign the Subrecipient Grant Agreement (Agreement No. 24CRDFBGSCHO-0002) with the Iowa Department of Natural Recourses for the 2022 Boating Infrastructure Tier 1 Grant (BIG Tier 1) to assist with funding to perform maintenance dredging at Dubuque Marina. cc: Jenny Larson, Chief Financial Officer Teri Goodmann, Director of Strategic Partnerships Nathan Kelleher, Grant, Budget/Financial Analyst Nathan Steffen, Civil Engineer Dubuque Marina George Scholten, Grant Project Manager, Iowa DNR Attachment F:\PROJECTS\DREDGING PROJECTS\2024 Maintenance Dredge\2022 DNR BIG Tier 1 Grant\DNR BIG Tier 1 Grant Funding Agreement G� Prepared by Robert Schiesl City of Dutruaue Engineering 5011V. 130 St. Dubuque, IA 52001 f563) 589-4270 Return to Adrienne N. Breit#elder City Clerk City of Dubuque, 50 W. 1311 St. Dubuque, IA 52001 (563) 589-4100 RESOLUTION APPROVING A 2022 BOATING INFRASTRUCTURE TIER 1 GRANT SUBRECIPIENT AGREEMENT (AGREEMENT NO. 24CRDFBGSCHO-0002) WITH THE IOWA DEPARTMENT OF NATURAL RESOURCES TO ASSIST WITH MAINTENANCE DREDGING AT DUBUQUE MARINA WHEREAS, on August 7th, 2023, per Resolution 248-23, the City Council authorized staff to submit the 2022 Boating Infrastructure (BIG) Tier 1 Grant application to the Iowa DNR for dredging Dubuque Marina to provide transient boaters, and boaters who operate vessels 26 feet or larger, access to docking and safe harbor facilities; and WHEREAS, on November 3rd, 3023, the City received the Notice of Award from the Iowa DNR for the 2022 BIG Tier 1 Grant in the amount of $200,000; and WHEREAS, on November 9th, 2023, the Iowa DNR Commission approved the 2022 BIG Tier 1 Subrecipient Grant Agreement with the City of Dubuque; and WHEREAS, the City will be responsible for the lead agency role for administering the federal 2022 BIG Tier 1 grant; and WHEREAS, Dubuque Marina has agreed to contribute the $117,500 local match funds as committed to in the original grant application. NOW THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF DUBUQE, IOWA, THAT: SECTION 1. That said 2022 BIG Tier 1 Subrecipient Grant Agreement (Agreement No. 24CRDFBGSCHO-0002) with the Iowa Department of Natural Recourses to assist with funding to perform maintenance dredging at Dubuque Marina is hereby approved. SECTION 2. That the Mayor be authorized and directed to execute the 2022 BIG Tier 1 Subrecipient Grant Agreement (Agreement No. 24CRDFBGSCHO-0002) with the Iowa Department of Natural Recourses. Passed, approved and adopted this 20th day of November 2023. Attest: Brad M. Cav gl'i, Mayor Adrienne N. Breitfelder, City Clerk Iowa Department of Natural Resources SUBRECIPIENT GRANT AGREEMENT 24CRDFBGSCHO-0002 PROJECT TITLE: 2022 BIG Tier 1— Dubuque Marina SUBAWARD BUDGET PERIOD AND PROJECT PERIOD OF PERFORMANCE: August 1, 2023 — December 31, 2024 FEDERAL AWARDING AGENCY: U.S. Fish and Wildlife Service FEDERAL AWARD NUMBER: F23AP03493 NOT TO EXCEED AMOUNT OF REIMBURSEMENT TO SUBRECIPIENT: $200,000.00 This Contract was approved by the Natural Resource Commission on November 9, 2023. IN WITNESSTHEREOF, the parties hereto have entered into this Agreement on the day and year last specified below. DEPARTMENT OF NATURAL RESOURCES Digitally signed by Kayla Lyon By: Date: 2023.11.09 15:58:34 -06'00' Date: Kayla Lyon, Director SUBRECIPIENT—CIT U By: Date: 11 /07/2023 Cavana yor For DNR use only: 1. Retain a signed copy of the Agreement in the project file and send a copy (hardcopy or electronic) within 10 days of DNR Agreement signature to Kara.Bryant@dnr.iowa.gov. Agreement # 24CRDFBGSCHO-0002 1. Parties and Authority. The parties to this Subaward Grant Agreement (Agreement) are the Iowa Department of Natural Resources (DNR), an agency of the State of Iowa and the Pass -Through Entity (PTE), and City of Dubuque, Iowa (the Subrecipient). The parties make this Agreement under the authority of Iowa Code section 455A.4(6) and 456A.24. 1.1 Project Managers. Each party has designated a Project Manager, who shall be responsible for oversight of this Agreement and shall be involved in negotiating any Agreement modifications: DNR Project Manager: George Scholten, Fisheries Supervisor 502 E. 91" St. Des Moines, Iowa 50319 515-371-6915 Reorge.scholten@dnr.iowa.gov DNR Administration: Kara Bryant, Federal Aid Coordinator 502 E. 91" St. Des Moines, Iowa 50319 515-587-7409 kara.bryant@dnr.iowa.gov Subrecipient Administration and Project Manager: Robert Schiesl, P.E. Assistant City Engineer City of Dubuque, Iowa City Hall, 50 W 13th Street, Dubuque, IA 52001 563-589-4270 bschiesl@citvofdubuque.org Purpose. Expenditures for this Agreement are partially funded by federal funds. The DNR has received a federal grant under the terms and conditions of Sportfishing and Boating Safety Act (CFDA # 15.622) awarded by U.S. Fish and Wildlife Service. The DNR hereby awards a cost -reimbursable Subaward to Subrecipient. The parties have entered into this Agreement to conduct the following Project: The objective is to dredge areas near and around the existing transient dock and continuing southeast toward the existing transient/fuel/water/pump-out dock. This will provide boaters safe access to the amenities of the Dubuque Marina and the City of Dubuque. It will also provide safe harbor for daily and overnight docking. Bathroom and shower facilities are currently available to these transient boaters. 2. Term of Agreement. The term of this Agreement shall be August 1, 2023, through December 31, 2024, unless terminated earlier in accordance with the Termination section. However, payment for any work performed under this Agreement shall not be made until it has been signed by both parties. All costs incurred prior to execution are at the Subrecipient's risk. No costs shall be incurred by the Subrecipient before August 1, 2023, or after December 31, 2024; and the Subrecipient shall submit all invoices and supporting documentation by February 28, 2025. 3. Definitions. "Budget Period" means the time interval from the start date of a funded portion of an award to the end date of that funded portion during which recipients are authorized to expend the funds awarded, including any funds carried forward or other revisions pursuant to 2 CFR § 200.308. Agreement # 24CRDFBGSCHO-0002 "Deliverables" means the services to be delivered to the DNR by Subrecipient, or on behalf of Subrecipient pursuant to this Agreement. Deliverables shall include the tasks set out in this Agreement and everything delivered to the DNR by Subrecipient that is related to the tasks, such as reports, documentation, designs, copy, artwork, data, information, graphics, images, processes, techniques, materials, plans, papers, forms, studies, modifications, content, concepts, and all other tangible works, materials and property of every kind and nature. "Project Period" means the time during which the non -Federal entity may incur new obligations to carry out the work authorized under the Federal award. 4. Statement of Work. Subrecipient shall perform the following Tasks to complete the Project, consistent with the DNR's Grant Proposal and the Federal Award, which are attached as Attachments A and B, respectively, and are incorporated by reference into this Agreement. Subrecipient shall complete its obligations under this Agreement by the Task Milestone Dates set out in the following table. If Subrecipient is not able to complete Tasks as stated herein or by the Task Milestone Dates stated herein, then Subrecipient shall inform the DNR in writing in the required reports. Project Tasks Task Milestone Date Completion Date Task 1: Review and Approval of Procurement Process Description: In order to be eligible for reimbursement, or for This Task shall occur 30 days before start of costs to be eligible for match, the subrecipient is responsible before work begins on Task 2 for compliance with 2 CFR 200 Subpart D - Procurement Task 2. Standard (200.317 — 200.327). The subrecipient shall document compliance with all applicable sections and provide the DNR with the following documents before proceeding to Task 2: • Bid specifications presented to prospective bidders; • Copy of all bid tabulations; • Copy of executed contracts; • If a single -source procurement was utilized, a statement of justification must be provided as to why the Agreement was not competitively procured. In Subrecipient explanation, please include a reason why these costs are reasonable. The DNR shall review this documentation within 30 days and inform the Subrecipient when work can begin on Task 2. Similarly, the Subrecipient shall provide the DNR with any proposed Agreement amendments or change orders for review and approval prior to execution. Documentation of amendments and change orders shall be provided to the DNR. Task 2: Dredge Marina transient boat dockage area Description: The Subrecipient shall dredge areas near and This Task shall occur December 31, 2024 around the existing transient dock and continuing southeast throughout the term of toward the existing transient/fuel/water/pump-out dock. this Agreement. This will provide boaters safe access to the amenities of the Dubuque Marina and the City of Dubuque. It will also provide safe harbor for daily and overnight docking. Bathroom and shower facilities are currently available to these transient boaters. In the event that this Agreement and Attachments A and B are inconsistent, the following shall be the order of precedence: (1) this Agreement, (2) Attachment A, and (3) Attachment B. Agreement # 24CRDFBGSCHO-0002 5. Budget. Payment shall be for satisfactory completion of the requirements outlined in this Agreement, including Attachments A and B, provided that Subrecipient has complied with the terms of this Agreement. This Federal Sub -Award will become effective on August 1, 2023, with a total Federal share not to exceed $200,000.00. The budget for this Agreement shall be as set out below: Task Unit Amount per Total Cost Subrecipient Costs Eligible Unit (cubic prorated costs for 75% yard) for non- reimbursement transient users (16%) Task 1: NA NA $0 NA $0 Review and Approval of Procurement Process Task 2: Estimated $21.81 $317,500 $50,800 $266,700 Dredge 14,577 cubic Marina yards transient boat dockage area. 6. Submission of Invoices. Invoices shall also serve as project progress reports and financial reports, with the final invoice serving as the final project report and final financial report. Therefore, Invoices shall be submitted to the DNR electronically on the template, which will be provided by the DNR. Invoices shall contain all requested information in the DNR's template with the following certification, signed by an official who is authorized to legally bind the non -Federal entity: By signing this report, I certify to the best of my knowledge and belief that the report is true, complete, and accurate, and the expenditures, disbursements and cash receipts are for the purposes and objectives set forth in the terms and conditions of the Federal award. 1 am aware that any false, fictitious, or fraudulent information, or the omission of any material fact, may subject me to criminal, civil, or administrative penalties for fraud, false statements, false claims or otherwise. (U.S. Code Title 18, Section 1001 and Title 31, Sections 3729-3730 and 3801-3812). The DNR shall have the right to dispute any invoice item submitted for payment and to withhold payment of any disputed amount if the DNR reasonably believes the invoice is inaccurate or incorrect in any way. The Subrecipient shall submit at least two invoices no more than 30 days after the end of the following two periods: Period 1: August 1, 2023, through July 31, 2024; and Period 2: August 1, 2024, through December 31, 2024; however, Subrecipient may invoice more frequently. Original invoices, which shall include the DNR agreement number in a prominent place, shall be submitted electronically to: Iowa Department of Natural Resources Attention: George Scholten, Iowa DNR Email: george.scholten@dnr.iowa.gov DNR Subrecipient Grant Agreement Number: 24CRDFBGSCHO-0002 Agreement # 24CRDFBGSCHO-0002 7. Payment of Invoices. The DNR shall pay approved invoices in arrears and in conformance with Iowa Code section 8A.514. Unless otherwise agreed to in writing by the parties, the Subrecipient shall not be entitled to receive any other payment or compensation from the State for any services provided by or on behalf of the Subrecipient under this Agreement. Payment will be issued to: Nathan Kelleher, CPA City of Dubuque, Iowa City Hall, 50 W 13th Street, Dubuque, IA 52001 563-589-4141 nkellehe@cityofdubuque.org 8. Amendments. Agreement may be amended only by written agreement of the parties. 9. Termination Upon Notice. Any time after signing this Agreement, either the DNR or the Subrecipient may terminate this Agreement, in whole or in part, for any reason whatsoever, upon at least 30 days written notice to the Subrecipient. If the Awarding Agency terminates the Federal Award, the DNR will terminate in accordance with the Awarding Agency requirements. 9.1 If the DNR terminates this Agreement, the Subrecipient will be paid for any non -cancellable obligation properly incurred by the Subrecipient prior to termination. Payment will be made only upon submission of invoices and proper proof of Subrecipient's claim. Subrecipient shall return any unused grant funds to DNR within 30 days of termination. 9.2 If Subrecipient terminations this Agreement, Subrecipient shall not incur any new obligations using grant funds and shall use its reasonable best efforts to cancel as many outstanding obligations of grant funds as possible. Subrecipient shall return any unused grant funds to DNR within 30 days of termination, or the Federal Awarding Agency or the DNR may choose to proceed in compliance with the provisions of 2 CFR § 200.339. 10. Indemnification. Subrecipient agrees to indemnify and hold harmless the State of Iowa and the DNR, its officers, employees and agents appointed and elected and volunteers from any and all costs, expenses, losses, claims, damages, liabilities, settlements and judgments, including reasonable value of the time spent by the Attorney General's Office, and the costs and expenses and reasonable attorneys' fees of other counsel required to defend the State of Iowa or DNR, related to or arising from the Subrecipient's acts or omissions pursuant to this Agreement. Indemnification obligations of the Subrecipient shall survive termination of this Agreement. 11. Right to review and observe; access to records. The DNR shall have the right to review and observe, at any time, completed work or work in progress related to the Agreement. The Subrecipient shall permit the DNR or its agents to access and examine, audit, excerpt and transcribe any directly pertinent books, documents, reports, papers and records of the Subrecipient relating to orders, invoices, or payments or any other documentation or materials pertaining to this Agreement. Upon the request of the DNR, the Subrecipient shall deliver to the DNR or its agents said documentation or materials. 12. Public Records; Records Retention. All records submitted to or inspected by the DNR regarding this Agreement, including this Agreement, shall be public records and subject to the Open Records Law in Iowa Code Chapter 22. All records of the Subrecipient relating to this Agreement shall be retained by Subrecipient for a period of three years following the date of final payment or completion of any required audit, whichever is later. 13. Governing law. This Agreement shall be interpreted in accordance with the law of the State of Iowa, and any action relating to the Agreement shall only be commenced in the Iowa District Court for Polk County or the United States District Court for the Southern District of Iowa. Agreement # 24CRDFBGSCHO-0002 14. Compliance with Laws. The Subrecipient agrees that, during the duration of and as a condition of the state's duty to perform under the terms of this Agreement, it will be in compliance with all applicable laws and regulations of the state and federal government, including but not limited to Title VI of the Civil Rights Act and other Federal statutes and regulations prohibiting discrimination in Federal financial assistance programs, as applicable; 2 CFR Chapter I, Chapter II, Part 200, et al. (Uniform Administrative Requirements, Cost Principles, and Audit Requirements for Federal Awards; Final Rule); Equal Employment Opportunity provisions; Occupational Health and Safety Act; minimum wage requirements; audit requirements; and allowable costs. 15. Certifications and Assurances. By signing this Subaward, the Subrecipient Authorized Official certifies, to the best of his/her knowledge and belief, that no Federal appropriated funds have been paid or will be paid, by or on behalf of the Subrecipient, to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an office or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement in accordance with 2 CFR § 200.450. 15.1 If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or intending to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the Subrecipient shall complete and submit Standard Form-LLL, "Disclosure Form to Report Lobbying," to the PTE. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by 31 U.S.C. 1352. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. 15.2 Debarment, Suspension, and Other Responsibility Matters (2 CFR § 200.214 and 2 CFR § 180). By signing this Subaward, the Subrecipient Authorized Official certifies, to the best of his/her knowledge and belief that neither the Subrecipient nor its principals are presently debarred, suspended, proposed for debarment, declared ineligible or voluntarily excluded from participation in this transaction by any federal department or agency, in accordance with 2 CFR § 200.213 and 2 § CFR 180. 15.3 Audit and Access to Records. Subrecipient certifies that it will provide PTE with notice of any adverse findings which impact this Subaward. Subrecipient certifies compliance with applicable provisions of 2 CFR §§ 200.501-200.521. If Subrecipient is not required to have a Single Audit as defined by 200.501, Awarding Agency requirements, or the Single Audit Act, then Subrecipient will provide notice of the completion of any required audits and will provide access to such audits upon request. Subrecipient will provide access to records as required by parts 2 CFR §§ 200.337 and 200.338 as applicable. 15.4 Program for Enhancement of Subrecipient Employee Protections (41 U.S.0 § 4712). Subrecipient is hereby notified that it is required to: inform its employees working on any federal award that they are subject to the whistleblower rights and remedies of the program; inform its employees in writing of employee whistleblower protections under 41 U.S.0 § 4712 in the predominant native language of the workforce; and include such requirements in any agreement made with a subcontractor or subgrantee. The Subrecipient shall require that the language of the certifications and assurances of this part be included in the award documents for all subawards at all tiers (including subcontracts, subgrants, and contracts under grants, loans, and cooperative agreements) and that all subrecipients shall certify and disclose accordingly. Agreement # 24CRDFBGSCHO-0002 15.5 Use of Name. Neither party shall use the other party's name, trademarks, or other logos in any publicity, advertising, or news release without the prior written approval of an authorized representative of that party. The parties agree that each party may use factual information regarding the existence and purpose of the relationship that is the subject of this Subaward for legitimate business purposes, to satisfy any reporting and funding obligations, or as required by applicable law or regulation without written permission from the other party. In any such statement, the relationship of the parties shall be accurately and appropriately described. 15.6 Prohibition on Certain Telecommunication and Video Surveillance Services or Equipment. Pursuant to 2 CFR § 200.216, Subrecipient will not obligate or expend funds received under this Subaward to: (1) procure or obtain; (2) extend or renew a contract to procure or obtain; or (3) enter into a contract (or extend or renew a contract) to procure or obtain equipment, services, or systems that uses covered telecommunications equipment or services (as described in Public Law 115-232, section 889) as a substantial or essential component of any system, or as a critical technology as part of any system. 16. Assignment and Delegation. The Subrecipient may not assign, transfer, or convey in whole or in part this Agreement without the prior written consent of the DNR. For the purpose of construing this clause, a transfer of a controlling interest in the Subrecipient shall be considered an assignment. The Subrecipient may not delegate any of its obligations or duties under this Agreement without the prior written consent of the DNR. 17. Repayment Obligation. In the event that any funds are deferred and/or disallowed as a result of any audits or expended in violation of this Agreement or the laws applicable to the expenditure of such funds, the Subrecipient shall be liable to the DNR for the full amount of any claim disallowed and for all related penalties incurred. If the DNR determines at any time, whether through monitoring, audit, closeout procedures or by other means that the Subrecipient has received funds or requested reimbursement for costs which are unallowable under the terms of this Agreement or applicable laws, the Subrecipient will be notified of the questioned costs and given an opportunity to justify questioned costs prior to the DNR's final determination of the disallowance of costs. If it is the DNR's final determination that costs previously paid by the DNR are unallowable under the terms of the Agreement, the expenditures will be disallowed and the Subrecipient shall immediately repay to the DNR any and all disallowed costs. 18. Survival of Agreement. If any portion of this Agreement is held to be invalid or unenforceable, the remainder shall be valid and enforceable. 19. Independent Contractor. The status of the Subrecipient shall be that of an independent contractor. The Subrecipient, its employees, agents, and any subcontractors performing under this Agreement are not by reason of this Agreement employees of agents of the State of Iowa or any agency, division or department of the state. Neither the Subrecipient nor its employees shall be considered employees of the DNR or the State of Iowa for federal or state tax purposes by reason of this Agreement. DNR will not withhold taxes on behalf of the Subrecipient. The Subrecipient shall be responsible for payment of any and all applicable taxes in connection with any income earned from performing this Contract. 20. Execution: By signing this Agreement, the Subrecipient agrees to the terms and conditions set forth in this Agreement; failure to meet the terms and conditions of this Agreement may be cause for repayment of all or part of the subaward. Agreement # 24CRDFBGSCHO-0002 [THIS AREA INTENTIONALLY LEFT BLANK] NOTICE OF AWARD 1. DATE ISSUED MM/DD/YYYY la. SUPERSEDES AWARD NOTICE dated except that any additions or restrictions previously imposed 09/19/2023 remain in effect unless specifically rescinded 2. CFDA NO. 15.622 - Sportfishing and Boating Safety Act 3. ASSISTANCE TYPE Project Grant 4. GRANT NO. F23AP03493-00 Originating MCA # 4a.FAIN F23AP03493 6. PROJECT PERIOD MM/DD/YYYY From 08/01/2023 7. BUDGET PERIOD MM/DD/YYYY From 08/01/2023 8. TITLE OF PROJECT (OR PROGRAM) Iowa-2022 BIG Tier 1-Dubuque Marina 5. TYPE OF AWARD Other 5a. ACTION TYPE New MM/DD/YYYY Through 12/31/2024 MM/DD/YYYY Through 12/31/2024 "CH 3, "o AUTHORIZATION (Legislation/Regulations) Sportfishing and Boating Safety Act -Boating infrastructure (16 U.S.C. § 777g-1) 9a. GRANTEE NAME AND ADDRESS 9b. GRANTEE PROJECT DIRECTOR Ms. Kara Bryant IOWA DEPARTMENT OF NATURAL RESOURCES 502 East 9th Street 502E 9th St Des Moines, IA, 50319-5005 Des Moines, IA, 50319-5005 Phone:515-587-7409 10a. GRANTEE AUTHORIZING OFFICIAL 10b. FEDERAL PROJECT OFFICER Ms. Kara Bryant Dr. Thomas Weathers (Casey) 502 East 9th Street 5600 American Blvd West Suite 990 Des Moines, IA, 50319-5005 Bloomington, MN, 55437-5543 Phone:515-587-7409 Phone:612-283-1878 ALL AMOUNTS ARE SHOWN IN USD 11. APPROVED BUDGET (Excludes Direct Assistance) 112. AWARD COMPUTATION I Financial Assistance from the Federal Awarding Agency Only a. Amount of Federal Financial Assistance (from item 11m) $ 200,000.00 II Total project costs including grant funds and all other financial participation �I b. Less Unobligated Balance From Prior Budget Periods $ 0.00 c. Less Cumulative Prior Award(s) This Budget Period $ 0.00 a, Salaries and Wages $ 0.00 d. AMOUNT OF FINANCIAL ASSISTANCE THIS ACTION 200,000.00 b, Fringe Benefits $ 0.00 13. Total Federal Funds Awarded to Date for Project Period Is 200,000.00 C. Total Personnel Costs ................$ 0.00 14. RECOMMENDED FUTURE SUPPORT 0.00 (Subject to the availability of funds and satisfactory progress of the project): d. Equipment $ YEAR TOTAL DIRECT COSTS YEAR TOTAL DIRECT COSTS e. Supplies .................................$ 0.00 a. 2 $ f. Travel .................................$ 0.00 b.3 $ e. 6 $ 9. Construction ••• ..............................$ 0.00 c. 4 $ f. 7 $ h. Other .................................$ 266,700.00 15. PROGRAM INCOME SHALL BE USED IN ACCORD WITH ONE OF THE FOLLOWING i. Contractual """"""" $ 0.00 ALTERNATIVES: a. DEDUCTION b. ADDITIONAL COSTS [b] j. TOTAL DIRECT COSTS 10 $ 266,700.00 c. MATCHING d. OTHER RESEARCH (Add / Deduct 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 $ 266,700.00 OR BY REFERENCE IN THE FOLLOWING: a. The grant program legislation b. The grant program regulations. This award notice including terms and conditions, if any, noted below under REMARKS. m. Federal Share $ 200,000.00 d. Federal administrative requirements, cost 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 $ 66,700.00 prevail. Acceptance of the grant terns 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 - Yes O No) GRANTS MANAGEMENT OFFICIAL: Jim Hodgson, REGIONAL MANAGER 5600 AMERICAN BLVD. WEST, SUITE 990 BLOOMINGTON, MN, 55437 Phone:612-713-5131 17. VENDOR CODE 0070137860 18a. UEI MTXKH9WP4JN6 18b. DUNS 010272532 19. CONG. DIST. 03 LINE# FINANCIAL ACCT AMT OF FIN ASST START DATE END DATE TAS ACCT PO LINE DESCRIPTION 1 0051042202-00010 $200,000.00 08/01/2023 12/31/2024 8151 WSFR Grant NOTICE OF AWARD (Continuation Sheet) PAGE 2 of 10 DATE ISSUED 09/19/2023 GRANT NO. F23AP03493-00 Federal Financial Report Cycle Reporting Period Start Date Reporting Period End Date Reporting Type Reporting Period Due Date 08/01/2023 07/31/2024 Annual 10/29/2024 08/01/2024 12/31/2024 Final 04/30/2025 Performance Progress Report Cycle Reporting Period Start Date Reporting Period End Date Reporting Type Reporting Period Due Date 08/01/2023 07/31/2024 Annual 10/29/2024 08/01/2024 12/31/2024 Final 04/30/2025 BUDGET AND PROGRAM REVISIONS 1. WSFR Budget and Program Revisions The recipient is permitted to re -budget within the approved direct cost budget to meet unanticipated requirements and may make limited program changes to the approved project. However, certain types of post -award changes in budgets and projects shall require the prior written approval of the Service. Refer to 2 CFR 200.308 for additional information on the types of changes that require prior written approval. Recipient does not need prior written approval from the service to make a cumulative transfer among direct categories or programs,functions, activities which exceed, or are expected to exceed, 10 percent of the total approved budget. AWARD CONDITIONS 1. WSFR TRACS Grant Entry The recipient is responsible for entering grant and project statement information for this award into the Service's electronic performance reporting system — TRACS (https://tracs.fws.gov). This information must be entered in TRACS within 60 calendar days of the latter: (a) period of performance start date; or (b) the date the award was approved. The grant and project statement information entered in TRACS must be consistent with the approved Project Statement (narrative) in GrantSolutions. If you need assistance, please contact the WSFR Federal Project Officer identified in this Notice of Award. 2. WSFR Cost Accounting Cost accounting is at the Grant/project/subaccount level. 3. WSFR Small Grants Match The federal share of the total project costs cannot exceed L#%. The Grant Recipient is eligible to request Federal obligated funds up to but not in excess of an amount equal to =of the total project expenditures. See also 2 CFR §200.306. PAYMENTS 1. Domestic Recipients Enrolled in Treasury's ASAP System The recipient will request payments under this award in the U.S. Treasury's Automated Standard Application for Payment ASAP system. When requesting payment in ASAP, your Payment Requestor will be required to enter an Account ID. The number assigned to this award is the partial Account ID in ASAP. When entering the Account ID in ASAP, the Payment NOTICE OF AWARD (Continuation Sheet) PAGE 3 of 10 DATE ISSUED 09/19/2023 GRANT NO. F23AP03493-00 Requestor should enter the award number identified in the notice of award, followed by a percent sign (%). Refer to the ASAP.gov Help menu for detailed instructions on requesting payments in ASAP. REPORT 1. WSFR Interim Financial Reports The recipient is required to submit interim financial reports on an annual basis directly in GrantSolutions. The recipient must follow the financial reporting period end dates and due dates provided in GrantSolutions. The interim reporting due dates are available by signing in to GrantSolutions and selecting the menu for Reports>Federal Financial Report. The GrantSolutions financial report data entry fields are the same as those on the SF-425, "Federal Financial Report" form. See also our instructional video on "Completing the Federal Financial Report(SF-425)". 2. WSFR Interim Performance Reports The recipient is required to submit interim performance reports on an annual basis directly in GrantSolutions. The recipient must follow the performance reporting period end dates and due dates provided in GrantSolutions. The interim reporting due dates are available by signing in to GrantSolutions and selecting the menu for Reports>FPR. 3. Final Reports The recipient must liquidate all obligations incurred under the award and submit a final financial report in GrantSolutions no later than 120 calendar days after the award period of performance end date. The GrantSolutions financial report data entry fields are the same as those on the SF-425, Federal Financial Report form, h!Ws://www. rg ants.2ov/web/grants/forms/post-award-reporting` forms.html . See also our instructional video on "Completing the Federal Financial Report (SF425) hUs://fawiki.fws.gov/display/VLSV#VirtualLeamin2SeriesVideosHome-Completin2theFederalFinancialReport(SF- 425) The recipient must submit a final performance report no later than 120 calendar days after the award period of performance end date. Performance reports must contain: 1) a comparison of actual accomplishments with the goals and objectives of the award as detailed in the approved scope of work; 2) a description of reasons why established goals were not met, if appropriate; and 3) any other pertinent information relevant to the project results. Please include the Service award number on all reports. The recipient must follow the final Federal Financial Report and the final Performance Report reporting period end dates and due dates provided in GrantSolutions. The final reporting due dates are available by signing in to GrantSolutions and selecting the menu for Reports>Federal Financial Report or Reports>FPR. 4. Reporting Due Date Extensions Reporting due dates may be extended for an award upon request to the Service Project Officer identified in the notice of award. The request should be sent by selecting the award in GrantSolutions and selecting send message. The message must include the type of report to be extended, the requested revised due date, and a justification for the extension. The Service may approve an additional extension if justified by a catastrophe that significantly impairs the award Recipient's operations. The recipient must submit reporting due date extension requests through GrantSolutions to the Service Project Officer identified in their notice of award before the original due date. The Service Project Officer will respond to the recipient after approval or denial of the extension request. NOTICE OF AWARD (Continuation Sheet) 5. WSFR TRACS Reporting PAGE 4 of 10 DATE ISSUED 09/19/2023 GRANT NO. F23AP03493-00 The recipient is responsible for entering interim (if required) and final performance report information for this award into the Service's electronic performance reporting system — TRACS (httns://tracs.fws. og_v) and attaching those reports from TRACS into GrantSolutions by the report due date(s) as specified in GrantSolutions. Performance information entered in TRACS must provide quantitative outputs to the approved Standard Objectives and narrative responses to the following questions. If the award includes multiple project statements, the recipient must answer these questions for each project statement. If you need assistance, please contact the WSFR Federal Project Officer identified in this Notice of Award. 1. What progress has been made towards completing the objective(s) of the project? 2. Please describe and justify any changes in the implementation of your objective(s) or approach(es) 3. If applicable, please share if the project resulted in any unexpected benefits, promising practices, new understandings, cost efficiencies, management recommendations, or lessons learned. 4. For survey projects only: If applicable, does this project continue work from a previous award? If so, how do the current results compare to prior results? (Recipients may elect to add attachments such as tables, figures, or graphs to provide further detail when answering this question). 5. If applicable, identify and attach selected publications, photographs, screenshots of websites, or other documentation (including articles in popular literature, scientific literature, or other public information products) that have resulted from this project that highlight the accomplishments of the project. 6. Is this a project that you wish to highlight for communication purposes? 7. For CMS State fish and wildlife agencies only: If the grant is a CMS, has the agency submitted an update report every 3 years detailing the CMS components: (a) inventory and scanning; (b) strategic plan; (c) operational plan; and (d) evaluation and control have been reviewed and summaries included which provide detailed review results and recommendations? 6. Significant Developments Reports See 2 CFR §200.329(e). Events may occur between the scheduled performance reporting dates that have significant impact upon the supported activity. In such cases, recipients are required to notify the Service in writing as soon as the recipient becomes aware of any problems, delays, or adverse conditions that will materially impair the ability to meet the objective of the Federal award. This disclosure must include a statement of any corrective action(s) taken or contemplated, and any assistance needed to resolve the situation. The recipient should also notify the Service in writing of any favorable developments that enable meeting time schedules and objectives sooner or at less cost than anticipated or producing more or different beneficial results than originally planned. STAFF CONTACTS 1. Enter Program Officer Contact Information: Program Officer Name Program Officer Email Address Program Officer Phone Number SPECIAL TERMS AND REQUIREMENTS NOTICE OF AWARD (Continuation Sheet) 1. WSFR Awards to States Purchasing Equipment PAGE 5 of 10 DATE ISSUED 09/19/2023 GRANT NO. F23AP03493-00 The U.S. Fish and Wildlife Service approves the acquisition of equipment under this award, as budgeted in the project application. In order to meet the requirements for substantial in character and design, the U.S. Fish and Wildlife Service is applying the additional equipment requirements cited under 2 CFR 200.313(c) as a condition of this award. Beyond the acquisition grant period of performance and throughout the duration of the equipment's useful life, the equipment must continue to be used in the program or project for which it was acquired, as long as needed, whether or not the project or program continues to be supported by the Federal award. When no longer needed for the original program or project, the equipment may be used in other activities in the following order of priority: 1. Activities supported under a Federal award from the Federal awarding agency which funded the original program or project; 2. Activities under Federal awards from other Federal awarding agencies; and then 3. Any activities consistent with the administration of the State fish and wildlife agency. Terms and Conditions 1. Buy America Provision Required Use of American Iron, Steel, Manufactured Products, and Construction Materials for Infrastructure As required by Section 70914 of the Infrastructure Investment and Jobs Act (Pub. L. 117-58), on or after May 14, 2022, none of the funds under a federal award that are part of a Federal financial assistance program for infrastructure may be obligated for a project unless all the iron, steel, manufactured products, and construction materials used in the project are produced in the United States, unless subject to an approved waiver. Recipients must include the requirements in this section all subawards, including all contracts and purchase orders for work or products under this program. None of the funds provided under this award may be used for a project for infrastructure 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, 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 for determining the minimum amount of domestic content of the manufactured product has been established under applicable law or regulation, and all construction materials are manufactured in the United States. This means that all manufacturing processes for the construction material occurred in the United States. This Buy America preference only applies to articles, materials, and supplies 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, used at or within the finished infrastructure project but are not an integral part of the structure or permanently affixed to the infrastructure project. For more information, visit the Department's Buy America site at www.doi.gov/grants/BuyAmerica and the Office of Management and Budget's site at www.whitehouse.Qov/omb/management/made-in-america/. Waivers NOTICE OF AWARD (Continuation Sheet) PAGE 6 of 10 DATE ISSUED 09/19/2023 GRANT NO. F23AP03493-00 There may be instances where an award qualifies, in whole or in part, for an existing DOI general applicability waiver as described at www.doi.2ov/2rants/BuyAmerica/GeneralApl2licabilitvWaivers. If the specific financial assistance agreement, infrastructure project, or non -domestic materials meets the criteria of an existing general applicability waiver within the limitations defined within the waiver, the Recipient does not need to request a separate waiver for non -domestic materials. When necessary, recipients may apply for, and the Department of the Interior (DOI) may grant, a waiver from these requirements, subject to review by the Made in America Office. The DOI may waive the application of the domestic content procurement preference in any case in which it is determined that one of the below circumstances applies: 1. Non -availability Waiver: 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, 2. Unreasonable Cost Waiver: 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, or 3. Public Interest Waiver: applying the domestic content procurement preference would be inconsistent with the public interest. If a general applicability waiver does not already apply, and the Recipient believes that one of the above circumstances applies to an award, the Recipient may submit a request to waive the application of the domestic content procurement preference. Waiver Submission Instructions Recipients must submit all waiver requests to the Service in writing. Email all waiver requests to fwhgfasupportQfws.gov. Please use the subject line: "Buy America Waiver Request". Include the following information with each waiver request: 1. Type of waiver requested (non -availability, unreasonable cost, or public interest) 2. Requesting entity name and Unique Entity Identifier (UEI) 3. Awarding bureau: U.S. Fish and Wildlife Service 4. Awarding program Assistance Listing number and title (Notice of Award, Block 2) 5. Project title (Notice of Award, Block 8) 6. Federal Award Identification Number (Notice of Award, Block 4) 7. Federal award amount (Notice of Award, Block 11) 8. Total infrastructure costs, to the extent know (federal and non-federal funds) 9. Infrastructure project description and location, to the extent known 10. List of iron or steel item(s), manufactured goods, and construction material(s) the recipient seeks to waive from Buy America requirements. Include the name, cost, countries of origin, if known, and relevant PSC or NAICS code for each (see httus://psctool.us/ and hgps://www.census.2ov/naics/). 11. A certification that the Recipient made a good faith effort to solicit bids for domestic products supported by terms included in requests for proposals, contracts, and nonproprietary communications with the prime contractor. 12. A statement of waiver justification, including a description of the Recipient's efforts (e.g., market research, industry outreach) to avoid the need for a waiver. Such a justification may cite, if applicable, the absence of any Buy America- NOTICE OF AWARD (Continuation Sheet) compliant bids received in response to a solicitation. 13. Anticipated impact if no waiver is issued. PAGE 7 of 10 DATE ISSUED 09/19/2023 GRANT NO. F23AP03493-00 Do not include any Privacy Act information, sensitive data, or proprietary information with the waiver request. Waiver Review Process The Department will post waiver requests to www.doi.gov/,giants/buyamerica for the required 15-day public comment period. The Made in America Office will also review all waiver requests. The Department will post approved waivers at www.doi.gov/grantsBuyAmerica/ApprovedWaivers. The Service will notify Recipients of their waiver request determination by email. Definitions Construction materials includes an article, material, or supply that is or consists primarily of. • non-ferrous metals, • plastic and polymer -based products (including polyvinylchloride, composite building materials, and polymers used in fiber optic cables), • glass (including optic glass), • lumber, or • drywall. Construction materials does not include cement and cementitious materials, aggregates such as stone, sand, or gravel, or aggregate binding agents or additives. Domestic content procurement preference means all iron and steel used in the project are produced in the United States; the manufactured products used in the project are produced in the United States; or the construction materials used in the project are produced in the United States. Infrastructure includes, at a minimum, the structures, facilities, and equipment for, in the United States, 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. Infrastructure includes facilities that generate, transport, and distribute energy. Project means the construction, alteration, maintenance, or repair of infrastructure in the United States. 2. U.S. Fish and Wildlife Service General Award Terms and Conditions Recipients of U.S. Fish and Wildlife Service (Service) grant and cooperative agreement awards (hereafter referred to as `awards') are subject to the terms and conditions incorporated into their Notice of Award either by direct citation or by reference to Federal regulations; program legislation or regulation; and special award terms and conditions. Award terms and conditions are applicable unless and until the USFWS removes or revises them in written notice to the recipient. The Service will make such changes by issuing a written notice that describes the change and provides the effective date. NOTICE OF AWARD (Continuation Sheet) PAGE 8 of 10 DATE ISSUED 09/19/2023 GRANT NO. F23AP03493-00 Recipients indicate their acceptance of an award by starting work, drawing down funds, or accepting the award via electronic means. Recipient acceptance of an award carries with it the responsibility to be aware of and comply with all terms and conditions applicable to the award. Recipients are responsible for ensuring that their subrecipients and contractors are aware of and comply with applicable award statutes, regulations, and terms and conditions. Recipient failure to comply with award terms and conditions can result in the Service taking one or more of the remedies and actions described in Title 2 of the Code of Federal Regulations (CFR) §§200.339-343. A PDF of these terms and conditions with embedded links to all regulations is available on the Service's website at: h=s://www.fws.gov/media/fws-financial-assistance-award-terms-and-conditions-2020-12-31. See also the Department of the Interior's General Award Terms and Conditions on their website at: htWs://www.doi.g_ov/grants/doi-standard-terms-and- conditions. Administrative Requirements, Cost Principles, and Audit Requirements These requirements and cost principles are applicable to all awards except those to individuals receiving the award separate from any business or organization they may own or operate. Foreign public entities and foreign organizations must comply with special considerations and requirements specific to their entity type, unless otherwise stated in this section. Foreign public entities must comply with those for states. 2 CFR Part 200, Subparts A—D, as supplemented by 2 CFR Part 1402 Foreign public entities must follow payment procedures in 2 CFR §200.305(b). For foreign public entities and foreign organizations, the requirements in 2 CFR §§200.321-323 do not apply. Appendix XII to 2 CFR Part 200—Recipient Integrity and Performance Matters Applicable to awards with a total Federal share of more than $500,000 except for awards of any amount to foreign public entities. 2 CFR Part 200, Subpart E—Cost Principles Applicable to all domestic and foreign non -Federal entities except non-profit organizations identified in Appendix VIII to 2 CFR Part 200. 48 CFR Subpart 31.2—Contracts with Commercial Organizations Applicable to non-profit organizations identified in Appendix VIII to 2 CFR Part 200 and for -profit organizations. Indirect Cost Proposals Requirements for development and submission of indirect cost rate proposals are contained in Appendix III (Institutions of Higher Education), Appendix IV (Nonprofit organizations), and Appendix VII (States, local government agencies, and Indian tribes) to 2 CFR Part 200. See also the DOI negotiated indirect cost rate deviation policies at 2 CFR § 1402.414. For -profit entities should contact the DOI National Business Center, Office of Indirect Cost Rate Services at: htti s://ibc.doi.2ov/ICS/icma. 2 CFR Part 200, Subpart F—Audit Requirements Applicable to U.S. states, local governments, Indian tribes, institutions of higher education, and nonprofit organizations. Not applicable to foreign public entities, foreign organizations, or for -profit entities. Statutory and National Policy Requirements NOTICE OF AWARD (Continuation Sheet) PAGE 9 of 10 DATE ISSUED 09/19/2023 GRANT NO. F23AP03493-00 These requirements are applicable to all awards, including those to individuals, for -profits, foreign public entities, and foreign organizations, unless otherwise stated in this section. Appendix A to 2 CFR Part 25—Universal Identifier and System for Award Management Not applicable to individuals or any entity exempted by the awarding bureau or office prior to award per 2 CFR §25.110(c)(2) and bureau or office policy. Appendix A to 2 CFR Part 170—Award term for reporting subaward and executive compensation Not applicable to individuals. See 2 CFR 170 for other exceptions. 2 CFR §175.15—Award Term for Trafficking in Persons Applicable to private entities as defined in 2 CFR § 175.25(d), states, local governments, and Indian tribes. Applicable to foreign public entities if funding could be provided to a private entity as a subrecipient under the award. 2 CFR Part 1400—Nonprocurement Debarment and Suspension All recipients must ensure they do not enter into any covered transaction with an excluded or disqualified participant or principal. See also 2 CFR Part 180--OMB Guidelines to Agencies on Governmentwide Debarment and Suspension (Nonprocurement). 2 CFR § 180.215 defines nonprocurement transactions that are not covered transactions. 2 CFR Part 1401—Requirements for Drug -Free Workplace (Financial Assistance) Not applicable to foreign public entities or foreign organizations. 43 CFR Part 18—New Restrictions on Lobbying Recipients are prohibited from using any federally appropriated funds (annually appropriated or continuing appropriations) or matching funds under a Federal award to pay any person for lobbying in connection with the award. Lobbying is influencing or attempting to influence an officer or employee of any U.S. agency, a Member of the U.S. Congress, or an officer or employee of a Member of the U.S. Congress in connection with the award. 41 U.S.C. §4712—Whistleblower Protection for Contractor and Grantee Employees 41 U.S.C. §6306—Prohibition on Members of Congress Making contracts with Federal Government Mandatory Disclosures Failure to make required disclosures may result in any of the remedies for noncompliance described in 2 CFR §200.339, including suspension or debarment (see also 2 CFR Part 180). Conflicts of interest: Per 2 CFR § 1402.112, non -Federal entities and their employees must take appropriate steps to avoid conflicts of interest in their responsibilities under or with respect to Federal financial assistance agreements. In the procurement of supplies, equipment, construction, and services by recipients and by subrecipients, the provisions in 2 CFR §200.318 apply. Non - Federal entities, including applicants for financial assistance awards, must disclose in writing any conflict of interest to the DOI awarding agency or pass -through entity in accordance with 2 CFR §200.112. Recipients must establish internal controls that include, at a minimum, procedures to identify, disclose, and mitigate or eliminate identified conflicts of interest. The recipient is responsible for notifying the Service Project Officer identified in their notice of award in writing of any conflicts of interest that may arise during the life of the award, including those that reported by subrecipients. The Service will examine each disclosure to NOTICE OF AWARD (Continuation Sheet) PAGE 10 of 10 DATE ISSUED 09/19/2023 GRANT NO. F23AP03493-00 determine whether a significant potential conflict exists and, if it does, work with the applicant or recipient to develop an appropriate resolution. Failure to resolve conflicts of interest in a manner that satisfies the government may be cause for termination of the award. Lobbying: If the Federal share of the award is more than $100,000, recipients must disclose making or agreeing to make any payment using non -appropriated funds for lobbying in connection with the award. To make such disclosures, recipients must complete and submit the SF-LLL, "Disclosure of Lobbying Activities"form to the USFWS. This form is available at: https://www.grants.gov/web/grants/forms/post-award-reporting-forms.html. For more information on when additional submission of this form is required, see 43 CFR, Subpart 18.100. These restrictions are not applicable to such expenditures by Indian tribe, tribal organization, or any other Indian organization that is specifically permitted by other Federal law. Other Mandatory Disclosures: Recipients and subrecipients must disclose, in a timely manner, in writing to the Service Project Officer identified in their notice of award or pass -through entity all violations of Federal criminal law involving fraud, bribery, or gratuity violations potentially affecting the Federal award. Non -Federal entities subject to the 2 CFR 200, Appendix XII—Award Term and Condition for Recipient Integrity and Performance Matters are required to report certain civil, criminal, or administrative proceedings to SAM. National Policy Encouragements Executive Order 13043—Increasing Seat Belt Use in the United States Non -Federal entities are encouraged to adopt and enforce on-the-job seat belt policies and programs for their employees when operating company -owned, rented, or personally owned vehicles. Individuals are encouraged to use seat belts while driving in connection with award activities. E. O. 13513—Federal Leadership on Reducing Text Messaging While Driving Non -Federal entities are encouraged to adopt and enforce policies that ban text messaging while driving, including conducting initiatives of the type described in section 3(a) of the order. Individuals are encouraged to not text message while driving in connection with award activities. 10 Grant Proposal Report Information Descriptive Name Iowa-2022 BIG Tier 1-Dubuque Marina Report Date Jul 20, 2023 Federal Award Start Date Aug 01, 2023 FederalAward End Date Dec 31, 2024 Location of Work Iowa Grant Number State Grant Number Y-D Recipient Contacts Kara Bryant Randy Schultz Federal Grant Specialists Thomas Weathers Grant Funding Programs Boating Infrastructure Grants Program (Tier I &II) Public Description This project will provide transient boaters, and boaters who operate vessels 26 feet or larger, access to docking and safe harbor facilities, fueling, pump -out, bathroom and shower facilities, access to clean water, electricity, and other utilities, as well as access to the many recreational and cultural amenities of the Dubuque, Iowa. This will be accomplished by dredging areas near and around the existing transient dock to provide safe access to amenities of the City of Dubuque and Dubuque Marina. Additional Information Organization Type State Government Single Audit Statement A State Government that was required to submit a Single Audit report for the organization's most recently closed fiscal year and that report is not available on the Federal Audit Clearinghouse Single Audit Database website. Indirect Cost Statement ArmlicantlndirectCostStatement-GovernmentEntities Conflict of Interest Disclosure Statement There is no conflict of interest now or in the foreseeable future Links to Project Statements Iowa-2022 BIG Tier 1- Dubuaue Marina Report Generated on: 7/20/23 Page 1 of 4 Iowa-2022 BIG Tier 1- Dubuque Marina Point of Contact Randy Schultz Project State Iowa Location Description GPS Location Northing - 42:31:26 Westing - 90:38:35 Statement Narratives Need The Mississippi River borders eastern Iowa for 310 river miles. Located in the heartland of the United States, the river is one of the United States most picturesque regions, offering a unique combination of scenic beauty, history, and outdoor recreational opportunities. Today, recreational boating is still a significant economic activity on the Mississippi River. River cities not only commemorate Iowa history with museums, but they offer plenty of tourism opportunities including minor league baseball games, biking, river boat gambling, sport fishing, boating, swimming, wildlife viewing, interpretive centers, park activities, antique shopping, jazz festivals and dining. Although the Mississippi River supports millions of boating activity days, boating is negatively affected by silting caused by the natural forces of the Mississippi River. This silting can make transient boat docks, fueling stations, pump -out facilities, and other necessary services inaccessible for transient boaters. Unfortunately, those transient boaters require safe navigational access to boat docks, gas pumps, full -service restaurants, pump out facilities, shower facilities, boat repair center and boat hoists, to name a few. The proposed project located at the junction of the Dubuque Marina harbor and the Peosta Channel just below Lock and Dam #11 in the City of Dubuque, Iowa will meet the needs of transient boaters as they travel north or south on the Mississippi River. There are currently two floating docks accessible by transient boaters in the Dubuque Marina. The first is a daily or overnight transient dock equipped to handle up to 14 boats 26ft or longer. The second is a combination transient dock for up to 6 boats 26ft or longer with fuel pumps, convenience store, clean water and pump -out station. Both these docks provide transient boaters with access to full -service shower, laundry, restaurant, repair service and local City of Dubuque amenities. The Dubuque Marina is the first and last full -service marina south of Lock and Dam #11. Lock and Dam #11 provides a navigational channel for all boaters including commercial barges. These barges can take hours to lock through, which can delay transient boaters in either direction for hours. This delay can put a strain on the onboard facilities of the transient boat. Dubuque Marina provides convenient access for these boaters waiting to continue their journey to restock their amenities such as food, fuel, clean water and pump out services. The Dubuque Marina transient docks and amenities also provide these boaters with a safe daily or overnight relief from their trip. This project will ensure transient boaters have safe navigational waters to access amenities they need prior to continuing their journey north or south. The proposed project is a short walking distance from McDonald Park which has several family -oriented amenities such as biking and walking trails, playgrounds, picnic areas, and an outside music venue which hosts several annual festivals. The Dubuque Marina transient boating docks are also within a short taxi ride of downtown Dubuque where visitors will find museums, casinos, retail shops, local breweries, numerous restaurants, and entertainment venues. So, in addition to transient boat amenities, the proposed project will provide transient boaters access to all the recreational and cultural amenities that Dubuque has to offer. It is anticipated that at least 7,500 transient boaters will use the facility on an annual basis. Purpose The ultimate purpose of the project is to provide transient boaters, and boaters who operate vessels 26 feet or larger, access to docking and safe harbor facilities, fueling, pump -out, bathroom and shower facilities, access to clean water, electricity, and other utilities, as well as access to the many recreational and cultural amenities of the Dubuque, Iowa. Results and Benefits Activities completed at the Dubuque Marina will include: • Creating a safe navigational waterway for dockage of transient recreational boats 26 feet or more in length for recreational opportunities and safe harbors. • Ensure safe access to dockage for essential bathroom and shower facilities for transient boaters. • Ensure safe access to fuel, water, pump out, convenience store items, restaurant, boat repair services and emergency pull-out services. • Provide utility services for transient boaters. • Enhance access to recreational, historic, cultural, natural, and scenic resources. • Strengthen local ties to the boating community and its economic benefits. Budget Narrative Report Generated on: 7/20/23 Page 2 of 4 Total Requested Federal Share: $200,000 (75%) Total Non -Federal Share: $66,700 (25%) Estimated Project Budget $317,500 Estimated Eligible BIG Users 84% Eligible Costs for BIG Funding $266,700 BIG Tier 1 Funds $200,000 State Match $0 Sub -recipient 25% Match $66,700 Sub -recipient prorated costs for non -transient users $50,800 Sub -recipient total funds $117,500 This application is requesting funding for dredging services. The project budget was determined from Newt Marine's estimate for removal of 14,557 cubic yards of river bed material. The proposed facilities will be shared use. The marina has 230 slips available for rent with water and electricity included. Annual occupancy is 85% or 195 slips rented. Docks A, B - (25 slips) do not use the dredged area to access the river. Docks C - (40 slips) boats cross loft wide portion of the dredged area to access the river. Docks D, E, F, G, H, I, j - (130 slips) do not use dredged area to access the river. Of the 195 slips, 50% or 98 boats will use the dredged area once a month for access to fuel and/or pump -out. Transient boaters are estimated at 500 per month using the transient docking areas, fuel, water, pump -out, etc. Therefore, 84% of the users of the dredged area are Transient boaters. Program Income: The Dubuque Marina does not anticipate earning any gross income either directly from the grant or as a result of the grant. Overlap or Duplication of Effort Statement: There is currently no other related work funded by Federal grants that is planned, anticipated or underway for the dredging. There were no previous grants relating to this application or work being proposed. Equipment Narrative Not Applicable Useful Life Narrative The estimated useful life of the dredging project is impossible to do. The life of the dredging will be impacted daily by the weather in the upper Mississippi River basin and the resulting water flow that leaves silt and mud behind. Is This a Multipurpose Grant? Not Applicable Relationship to Other Grants Not Applicable Timeline Period of Performance: August 1, 2023 - December 31, 2024 August - October 2023 - Draft and finalize agreement with City of Dubuque August - October 2023 - Environmental compliance and coordination October 2023 - December 2024: Dredging begins and completes Quantitative Performance Reporting Data Objective Name Dredge areas around the existing transient dock and existing transient/fuel/water/pump-out dock Strategy Facilities/Areas Construction, Renovation or Acquisition Proposed Objective Construct, renovate or acquire facilities Report Generated on: 7/20/23 Page 3 of 4 Activity Recreational boating facilities • Docks Proposed # FaciLities 1.0000 Objective Approach The City of Dubuque will contract with a dredging company to remove river bed material near and around the existing transient dock and continuing southeast toward the existing transient/fuel/water/pump-out dock (Figure 4). The Dubuque Marina Project Manager will visually monitor dredging operations on a daily basis to ensure enough material is removed from the correct areas. The Dubuque Marina (dredge location) is not located in a historic preservation area as defined by NHPA. A Regional Permit was granted to the City of Dubuque on March 30, 2023 for continued dredging in the Dubuque Marina; this is a three-year permit that will end on March 29, 2026 (Permit Number: CEMVR-RD-2023-0427). Descriptive Name Field Tags Attachment Type Link BIG City of Dubuque Fig Approach Narrative Project Statement Approach / Engineering Design / Drawing httos://tracs.fws.ciov/tx svc s/sec/attachment/8452681 Project Statement Attachments Descriptive Name Field Tags Attachment Type Link BIG City of Dubuque Fig Project Statement Location Description Project Statement Approach / Map https://tracs.fws.gov/tx svcs /sec/attachment/8452451 BIG City of Dubuque Fig Project Statement Location Description Project Statement Approach / Map https://tracs.fws.gov/tx svcs /sec/attachment/8452471 BIG City of Dubuque Fig Project Statement Location Description Project Statement Approach / Map htt[)s://tracs.fws.gov/tx svcs /sec/attachment/8452461 Report Generated on: 7/20/23 Page 4 of 4