Loading...
HomeMy WebLinkAboutIowa Flood Mitigation Board - Hawthorne Relief Wells - 8.18.2025Docusign Envelope ID: 1A9COD47-B21B-427C-A35E-B54EO2104AA3 IOWA LEVEE IMPROVEMENT FUND AWARD AGREEMENT Between Iowa Flood Mitigation Board And City of Waterloo PROJECT TITLE: City of Waterloo Hawthorne Relief Wells AGREEMENT NO: S17 FIPS NUMBER: 013-82425-00 AWARD DATE: 06/25/2025 DATE OF FUNDING AGREEMENT: 7/29/2025 PERFORMANCE PERIOD END DATE: 7/29/2027 STATE FUNDS OBLIGATED AMOUNT: $280,000.00 I. SCOPE OF WORK: This Award Agreement (AGREEMENT) is to provide the City of Waterloo (SUBRECIPIENT) with financial assistance from the Iowa Levee Improvement Fund. Total Project Budget is $560,000.00. The total award is $280,000.00. Project Costs — The state share shall not exceed $280,000.00 or (50%) of actual allowable award costs, whichever is less. These funds are to assist the SUBRECIPIENT with completing the approved scope of work in accordance with the work schedule, milestones, and budget that were submitted to and approved by Iowa Department of Homeland Security and Emergency Management (HSEM) and the Iowa Flood Mitigation Board (FMB). Any modifications to the approved scope must be submitted and approved by HSEM and changes to budget must be submitted to and approved by the FMB prior to executing the changes. The SUBRECIPIENT is required to obtain all necessary permits before any construction begins. EHP Standard Conditions: Any change to the approved scope of work will require re-evaluation for compliance with NEPA and other Laws and Executive Orders. Page 1 of 11 Docusign Envelope ID: 1A9COD47-B21B-427C-A35E-B54EO2104AA3 Acceptance of funding obligates the subrecipient to comply with all applicable federal, state, and local requirements. If the subrecipient is subject to regulations from a federal agency or other cognizant agencies, they must ensure compliance accordingly. If not, they are only required to meet state and local requirements. Failure to secure the necessary environmental permits and clearances at any required level may put state funding at risk. II. AGREEMENTS HSEM will provide financial oversight and management in the role of recipient/pass-through entity based on the grant guidance in 2 CFR, Part 200, the grant financial guide and other state and federal guidelines. HSEM will provide technical assistance and direction to the SUBRECIPIENT on programmatic and financial requirements. HSEM will provide agreement documents and quarterly reporting documents. all appropriate documents and forms and make payments to the SUBRECIPIENT to complete the approved scope of work. HSEM is responsible for monitoring the SUBRECIPIENT's activities to provide reasonable assurance that the SUBRECIPIENT administers this award in compliance with HSEM requirements. Responsibilities include reviewing the SUBRECIPIENT's records that support receipts and expenditures, financial records are maintained and adequate for audit, proper cash management, and expenditures are eligible and allowable. A pre -award risk assessment is completed for each subrecipient to assist HSEM in determining the minimum level of monitoring that will be needed throughout the life of this award. Additionally, the SUBRECIPIENT will be monitored periodically by HSEM to ensure that the program goals, objectives, timelines, budgets, and other related program criteria are being met. Monitoring will be accomplished through a combination of office -based and on-site monitoring visits. Monitoring will involve the review and analysis of the financial, programmatic, and administrative records relative to each program, and will identify areas where technical assistance and other support may be needed. The SUBRECIPIENT will allow HSEM and auditors to access any necessary records and financial information. The SUBRECIPIENT must disclose in writing any potential conflicts of interest to HSEM. The SUBRECIPIENT must disclose in writing to HSEM all violations of Federal and State criminal law involving fraud, bribery, or gratuity violations potentially affecting the state award. Failure to make required disclosures can result in any of the remedies described in 2 CFR, Part 200, Subpart D, Section 200.339, Remedies for noncompliance, including suspension or debarment. (See also 2 CFR, Part 180 and 31 U.S.C. 3321.) The SUBRECIPIENT and the SUBRECIPIENT's authorized representative agree to provide all supervision, inspection, accounting, and other services necessary to complete the scope of work from inception to closeout with the requirements set forth below. Page 2 of 11 Docusign Envelope ID: 1A9COD47-B21B-427C-A35E-B54EO2104AA3 III. PERIOD OF PERFORMANCE The approved Period of Performance for this award is from July 2025 through July 2027. All work must be completed prior to the end of the Period of Performance. HSEM will not reimburse the SUBRECIPIENT for costs that are encumbered before the award agreement date or after the project close date. If a time extension is needed, one must be requested at least 90 days prior to the end of the Period of Performance. All requests must be supported by adequate justification submitted to HSEM in order to be processed. This justification is a written explanation of the reason or reasons for the delay; an outline of remaining funds available to support the extended performance period; milestones that are unmet; and a description of performance measures necessary to complete the award. Without the justification, time extension requests will not be processed. IV. AUTHORITIES AND REFERENCES The SUBRECIPIENT shall comply with all applicable laws and regulations. A non-exclusive list of laws and regulations commonly applicable to state grants follows hereto for reference only. • 2 CFR, Part 200 - https://www.ecfr.gov/current/title-2/subtitle-A/chapter-II/part- 200?toc=1 • Iowa Code CH 418A- Iowa Levee Improvement Program • SUBRECIPIENT's application that was received and approved by HSEM V. GRANT MANAGEMENT SYSTEM To ensure state funds are awarded and expended appropriately, the SUBRECIPIENT will establish and maintain a grant management system as outlined in 2 CFR, Part 200, Subpart D, Section 200.302 and internal controls in section 200.303. The standards for SUBRECIPIENT organizations stem from the Office of Management and Budget's (OMB) uniform administrative requirements and the cost principles in 2 CFR, Part 200, Subpart E. State, local and tribal organizations must follow the uniform administrative requirements standards in 2 CFR Part 200. These standards combined with the audit standards provided within 2 CFR, Part 200, Subpart F plus the requirements of the Generally Accepted Accounting Principles constitute the basis for all policies, processes and procedures set forth in this grant management system for the SUBRECIPIENT. The SUBRECIPIENT's grant management system must include: • internal controls based on the American Institute for Certified Public Accountants (AICPA) definitions and requirements in the government -wide administrative requirements and cost principles • a chart of accounts that includes a separate cost center, fund, or accounting codes for each federal grant, program, or funding source • procedures to minimize cash on hand in compliance with the Cash Management Improvement Act (CMIA) and good business processes Page 3 of 11 Docusign Envelope ID: 1A9COD47-B21B-427C-A35E-B54E02104AA3 • the ability to track expenditures on a cash or accrual basis • the ability to track expenditures in both financial and program budgets • procedures to document all grant -related expenditures, broken down by budget line items • procedures to ensure expenditures are eligible and allowable • the ability to fulfill government -required financial reporting forms VI. PROCUREMENT This AGREEMENT requires that all procurement be executed by the SUBRECIPIENT within the guidelines of 2 CFR, Part 200 Subpart D, Section 200.318 through Section 200.326 including Appendix II which coinsides with Iowa Department of Administrative Services (DAS) guidelines. Procurement standards must be in accordance with the written adopted procedures of the SUBRECIPIENT, provided that the local procurement standards conform to applicable State and Federal law and the standards identified in 2 CFR, Part 200. The SUBRECIPIENT must maintain written standards of conduct covering conflicts of interest as outlined in 2 CFR, Part 200 Subpart D, Section 200.318. The SUBRECIPIENT will ensure that every purchase order or other contract includes clauses required by Federal statutes and executive orders and their implementing regulations. The SUBRECIPIENT must submit copies of its own written procurement guidelines, written conflict of interest guidelines, bid documents and contract documents to HSEM prior to awarding or executing contracts. No contract will be accepted without HSEM's prior review. VII. PAYMENT REQUEST PROCESS The SUBRECIPIENT may submit a payment request up to 30 days prior to an anticipated expenditure or disbursement. The SUBRECIPIENT must be able to account for the receipt, obligation, and expenditure of funds. Payments to subrecipients are based on eligible expenditures that are specifically related to the approved award budget and scope of work. The SUBRECIPIENT has two options available to them when requesting payments from HSEM. Subrecipients can request Reimbursement for allowable expenditures already paid, or request an Advance for expenditures to be paid within 30 days. Payments shall be limited to the documented cash requirements submitted by the SUBRECIPIENT. The SUBRECIPIENT must submit a completed Payment Request Form and provide supporting documentation of eligible award costs to receive payment of funds. • Reimbursement requests must include payment verification (i.e. paid invoices, receipts, payroll records with personnel activity reports, cancelled checks, general ledger print outs, etc.). HSEM reserves the right to request that the SUBRECIPIENT submit additional expenditure documentation upon request. • Advance payment requests must include the detailed costs the SUBRECIPIENT is obligated to pay (i.e. invoices, accepted quotes, executed contracts, or other documents). Payment verification documents (same documents required for a Reimbursement request) for the advance must be submitted to HSEM within 30 days after the advance, and before Page 4 of 11 Docusign Envelope ID: 1A9COD47-B21B-427C-A35E-B54E02104AA3 future advances are made. If the SUBRECIPIENT is unable to demonstrate; the willingness to maintain written procedures that minimize the time elapsing between the transfer of funds and disbursement by HSEM; a financial management system that meets the standards for fund control and accountability as established in 2 CFR, Part 200; or is considered a High Risk subrecipient; then reimbursement requests will be required. No more than thirty (30) days should elapse between the date of receipt of a warrant and pay out of the funds by the SUBRECIPIENT. All supporting documentation must be submitted to HSEM immediately following the SUBRECIPIENT's pay out of the funds. Required documents prior to payments from HSEM. Payment of funds will not be made to the SUBRECIPIENT until HSEM has on file the following documents: • Award Notification (attached to this AGREEMENT) • Pre -Award Risk Assessment (attached to this AGREEMENT) • Signed Award Agreement • Substitute W9/Vendor Update Form (if not already on file at HSEM) • Chart of Accounts verifying that unique revenue and expenditure accounts, cost centers or account codes have been established within the SUBRECIPIENT's cash management/accounting system for each program included in this AGREEMENT. • Procurement documents: written procurement and conflict of interest documents, method of procurement, bid specifications reviewed by HSEM, copy of approved and executed contracts between the SUBRECIPIENT and contractor. • Signed certification from the SUBRECIPIENT's authorized representative for the payment request as outlined in 2 CFR, Part 200, Subpart D, Section 200.415. VIII. REPORTING REQUIREMENTS Quarterly programmatic and financial reports are required on the progress relative to the approved scope of work as outlined in 2 CFR, Part 200, Subpart D, Section 200.328. Subrecipients are required to complete the quarterly progress report forms that are provided by HSEM and submit them by the due dates stated by HSEM. Due dates are January 15, April 15, July 15, and October 15. The first report is due following the end of the reporting period in which the funding was awarded by FMB. The reporting periods are January -March, April -June, July -September, and October -December. IX. CLOSE OUT The SUBRECIPIENT must prepare and submit by the end of the Period of Performance, and/or within 60 days of the completion of the approved scope of work; whichever comes first, all required financial, performance and other reports as outlined in 2 CFR, Part 200 Subpart D, Section 200.344 and Section 200.345. The SUBRECIPIENT must liquidate all obligations incurred under the award by the end of the Period of Performance. All accounts must be settled, Page 5 of 11 Docusign Envelope ID: 1A9COD47-B21B-427C-A35E-B54E02104AA3 including reimbursements for any remaining allowable costs and refunds to HSEM of any unobligated cash that was advanced. X. RECORD RETENTION The SUBRECIPIENT must retain records pertinent to the state award for three years after the date of the final expenditure report is submitted. XI. WAIVERS No conditions or provisions of this AGREEMENT can be waived unless approved by HSEM and the SUBRECIPIENT, in writing. Unless otherwise stated in writing, HSEM's failure to insist upon strict performance of any provision of this AGREEMENT, or to exercise any right based upon a breach, shall not constitute a waiver of any right or obligation specified under this AGREEMENT. XII. AMENDMENTS AND MODIFICATIONS This AGREEMENT may be amended or modified in reference to the award funds provided, administrative procedures, or any other necessary matter, but not to take effect until approved, in writing, by FMB and the SUBRECIPIENT. XIII. COMPLIANCE, TERMINATION AND OTHER REMEDIES Unless otherwise stated in writing, HSEM requires strict compliance by the SUBRECIPIENT and its authorized representative(s) with the terms of this AGREEMENT, and the requirements of any applicable local, state and federal statute, rules, regulations. FMB may suspend or terminate any obligation to provide funding or demand return of any unused funds, following notice from FMB, if the SUBRECIPIENT fails to meet any obligations under this AGREEMENT or fails to make satisfactory progress toward administration or completion of said subaward. The SUBRECIPIENT is responsible for repayment of funds as a result of subsequent refunds, corrections, overpayments, or disallowed costs for ineligible expenditures. The SUBRECIPIENT understands and agrees that FMB may enforce the terms of this AGREEMENT by any combination or all remedies available to FMB under this AGREEMENT, or under any other provision of law, common law, or equity. XIV. INDEMNIFICATION It is understood and agreed by FMB, HSEM, and the SUBRECIPIENT and its agents that this AGREEMENT is solely for the benefit of the parties to this award and gives no right to any other party. No joint venture or partnership is formed as a result of this AGREEMENT. Page 6 of 11 Docusign Envelope ID: 1A9COD47-B21B-427C-A35E-B54E02104AA3 The SUBRECIPIENT, on behalf of itself and its successors and assigns, agrees to protect, save, and hold harmless FMB, HSEM, and the State of Iowa, and their authorized agents and employees, from all claims, actions, costs, damages, or expenses of any nature whatsoever by reason of the negligent acts, errors, or omissions of the SUBRECIPIENT or its authorized representative, its contractors, subcontractors, assigns, agents, licensees, arising out of or in connection with any acts or activities authorized by this AGREEMENT. The SUBRECIPIENT's obligation to protect, save, and hold harmless as herein provided shall not extend to claims or causes of action for costs, damages, or expenses caused by or resulting from the negligent acts, errors, or omissions of FMB, HSEM, the State of Iowa, or any of their authorized agents or employees. The SUBRECIPIENT further agrees to defend FMB, HSEM, the State of Iowa, and their authorized agents and employees against any claim or cause of action, or to pay reasonable attorney's fees incurred in the defense of any such claim or cause of action, as to which the SUBRECIPIENT is required to protect, save, or hold harmless said parties pursuant to paragraph 2 of this part. The SUBRECIPIENT's obligation to defend, or to pay attorney's fees for the defense of such claims or causes of action as herein provided, shall not extend to claims or causes of action for costs, damages, or expenses caused by or resulting from the negligent acts, errors, or omissions of FMB, HSEM, the State of Iowa, or any of their authorized agents or employees. XV. ACKNOWLEDGMENTS The SUBRECIPIENT shall include, in any public or private release of information regarding the activities supported by this award, language that acknowledges the funding contribution by HSEM and the Flood Mitigation Board. XVI. INDEPENDENT CONTRACTOR STATUS OF APPLICANT The SUBRECIPIENT, its officers, employees, agents and council members shall all perform their obligations under this AGREEMENT as an independent contractor and not in any manner as officers, employees or agents of FMB, HSEM or the State of Iowa. All references herein to the SUBRECIPIENT shall include its officers, employees, city counciliboard members, and agents. FMB shall not withhold on behalf of any such officer, employee, city council/board member, or agent, or pay on behalf of any such person, any payroll taxes, insurance, or deductions of any kind from the funds paid to the SUBRECIPIENT for administrative purposes. XVII. GOVERNING LAW, VENUE AND SEVERABILITY The laws of Iowa shall govern this AGREEMENT and venue for any legal action hereunder shall be in the Polk County District Court of Iowa. If any provision under this AGREEMENT or its application to any person or circumstances is held invalid by any court of rightful jurisdiction, said invalidity does not affect other provisions of this AGREEMENT which can be given effect without the invalid provision. Page 7 of 11 Docusign Envelope ID: 1A9COD47-B21B-427C-A35E-B54EO2104AA3 XVIII. NOTICES The SUBRECIPIENT shall comply with all public notices or notices to individuals as required by applicable state and federal laws, rules, and regulations and shall maintain a record of such compliance. XIX. RESPONSIBILITY FOR SUBAWARD While HSEM undertakes to provide technical assistance to the SUBRECIPIENT and its authorized representative in the administration of the award, said award remains the sole responsibility of the SUBRECIPIENT in accomplishing award objectives and goals. HSEM undertakes no responsibility to the SUBRECIPIENT, or any third party, other than what is expressly set out in this AGREEMENT. XX. NOTICES AND COMMUNICATIONS BETWEEN HSEM AND SUBRECIPIENT All written notices and communications to the SUBRECIPIENT by HSEM shall be to: Jamie Knutson, City Engineer City of Waterloo 715 Mulberry Street Waterloo, IA 50703 Or the Alternate Point of Contact, Wayne Castle, Assistant City Engineer City of Waterloo 715 Mulberry Street Waterloo, IA 50703 All written communications to HSEM by the SUBRECIPIENT and its authorized representative shall be to: Jeff Jackson Office of Levee Safety Iowa Department of Homeland Security and Emergency Management 7900 Hickman Road, Suite 500 Windsor Heights, IA 50324 Page 8 of 11 Docusign Envelope ID: 1A9COD47-B21B-427C-A35E-B54EO2104AA3 ENTIRE SUBAWARD AGREEMENT This AGREEMENT sets forth the entire AGREEMENT between FMB and the SUBRECIPIENT with respect to subject matter hereof. Commitments, warranties, representations and understandings or agreements not contained, or referred to, herein or amended thereto shall not be binding on either FMB or the SUBRECIPIENT. Except as may be expressly provided herein, no alteration of any of the terms or conditions of this AGREEMENT will be effective without written consent of both parties. IN WITNESS WHEREOF, FMB and the SUBRECIPIENT have executed this AGREEMENT by the signatures of authorized persons of both entities and on the dates indicated below: Iowa Flood Mitigation Board: SPONSOR: John Benson, Chair City E&dlneer 8/5/2025 Date Date DocuSigned by: Signature o Authorized Representative (optional) 8/18/2025 Date Attachments: Exhibit A: Award Notification Exhibit B: Scope of Work Page 9 of 11 Docusign Envelope ID: 1A9COD47-B21B-427C-A35E-B54EO2104AA3 Exhibit A: Award Notification Award Letter Docusign Envelope ID: 1A9COD47-B21B-427C-A35E-B54EO2104AA3 IOWA. KIM REYNOLDS GOVERNOR July 1, 2025 Jamie Knutson City Engineer City of Waterloo 715 Mulberry Street Waterloo, IA 50703 SUBJECT: Iowa Levee Improvement Fund Dear Mr. Knutson: Homeland Security and Emergency Management JOHN R. BENSON, HOMELAND SECURITY ADVISOR AND EMERGENCY MANAGEMENT DIRECTOR The Iowa Flood Mitigation Board, on June 25, 2025, approved the Levee Improvement Fund project application submitted by the City of Waterloo awarding the district $280,000 in matching funds for the approved project. Per the application you have requested: • $280,000 from the Levee Improvement Fund ($560,000 total project cost) to complete testing of the Hawthorne Avenue storm water lift station relief wells and replacement. We will be reaching out in the near future with a Funding Agreement and other required documents that must be signed prior to the issuance of funds. Funds will be disbursed as reimbursement for project costs incurred. Any modifications to the scope of work or budget must have prior approval of the Flood Mitigation Board. Please notify us if there are any anticipated changes. If you have any questions or need assistance, please do not hesitate to call us at 515-725-3231, or e-mail us at officeofleveesafety�ic,iowa.gov. Sincerely, John R. Benson Flood Mitigation Board Chair 7900 HICKMAN ROAD I SUITE 500 1 WINDSOR HEIGHTS, IOWA 50324 1 515-725-3231 homelandsecurity. Iowa. gov Docusign Envelope ID: 1A9COD47-B21B-427C-A35E-B54EO2104AA3 Exhibit B: Scope of Work Scope of Work from Application Scope of Work: Description of the Solution & Mitigation Proposed: This project will replace the existing north relief well and complete required flow testing of the south relief well at the Hawthorne Avenue storm water lift station. Rehabilitation efforts to the north well proved ineffective and the Army Corps of Engineers is requiring the well to be replaced. Concurrent flow testing of the south well would allow both wells to be on the same required 5 -year testing cycle. Description of the Proposed Project: The City is seeking financial assistance in the amount of $280,000.00 to ensure the testing, abandonment, and construction of new relief wells can be completed. The relief wells are located adjacent to the Hawthorne Avenue storm water lift station, approximately 1,500 feet east of the La Porte Road & Hawthorne Avenue intersection. They are located on the west toe of the levee prism. Approved Budget Cost Type Description Amount Geotechnical Services Testing, Cleaning, Geotechnical $115,000.00 Engineering CE Engineering Design, Project Management, Environmental Permitting, Construction m Administration & Inspection $45,000.00 Construction Project Construction $400,000.00 Total Project Cost: $560,000.00 Total Award State Cost Share/Funding Request $280,000.00 Docusign Envelope ID: 1A9COD47-B21B-427C-A35E-B54E02104AA3 Pursuant to 2008 Iowa Acts, HF 2393, Iowa Code Section 8.11, all grant applications submitted to the State of Iowa shall include a Minority Impact Statement. This is the state's mechanism to require grant applicants to consider the potential impact of the grant project's proposed programs or policies on minority groups. Please choose the statement(s) that pertains to this grant application. Complete all the information requested for the chosen statement(s). =The proposed grant project programs or policies could have a disproportionate or unique positive impact on minority persons. Describe the positive impact expected from this project Indicate which group is impacted: Women Persons with a Disability Blacks Latinos Asians Pacific Islanders American Indians Alaskan Native Americans Other =The proposed grant project programs or policies could have a disproportionate or unique negative impact on minority persons. Describe the negative impact expected from this project Present the rationale for the existence of the proposed program or policy. Provide evidence of consultation of representatives of the minority groups impacted. Indicate which group is impacted: Women Persons with a Disabi General Project Application Minority Impact Statement (5/20/09) Tab J, Page 1 Docusign Envelope ID: lA9COD47-B21B-427C-A35E-B54E02104AA3 Blacks Latinos Asians Pacific Islanders American Indians Alaskan Native Americans Other The proposed grant project programs or policies are not expected to have a disproportionate or unique impact on minority persons. JPresent the rationale for determining no impact. The flood control system was designed and constructed by the Corps of Engineers and is operated by the Cityl 11 hereby certify that the information on this form is complete and accurate, to the best of my knowledge: (Quentin Hart �DbcuSigned by: 8/18/2025 Definitions "Minority Persons", as defined in Iowa Code Section 8.11, mean individuals who are women, persons with a disability, Blacks, Latinos, Asians or Pacific Islanders, American Indians, and Alaskan Native Americans. "Disability", as defined in Iowa Code Section 15.102, subsection 5, paragraph "b", subparagraph (1): b. As used in this subsection: (1) "Disability" means, with respect to an individual, a physical or mental impairment that substantially limits one or more of the major life activities of the individual, a record of physical or mental impairment that substantially limits one or more of the major life activities of the individual, or being regarded as an individual with a physical or mental impairment that substantially limits one or more of the major life activities of the individual. "Disability" does not include any of the following (a) Homosexual or bisexuality. (b) Transvestism, transsexualism, pedophilia, exhibitionism, voyeurism, gender identity disorders not resulting from physical impairments or other sexual behavior disorders. (c) Compulsive gambling, kleptomania, or pyromania (d) Psychoactive substance abuse disorders resulting from current illegal use of drugs. "State Agency", as defined in Iowa Code Section 8.11, means a department, board, bureau, commission, or other agency or authority of the State of Iowa. General Project Application Minority Impact Statement (5/20/09) Tab J, Page 2 Docusign Envelope ID: 1A9COD47-B21B-427C-A35E-B54EO2104AA3 STATE OF IOWA DESIGNATION OF APPLICANT'S INTERNAL AUTHORIZED REPRESENTATIVE For the purpose of obtaining, complying with requirements of, and/or managing financial assistance under IOWA CODE 29C, 29D, 418 and 418A as well as the Robert T. Stafford Disaster Relief and Emergency Assistance Act (PL 100-707, as amended), the National Flood Insurance Reform Act of 1994 (PL 103-325, as amended), or the High Hazard Potential Dam Program, 33 U.S.C. § 467f-2. Jamie Knutson (Print Name of Authorized Representative) (Signature and Date) is hereby authorized to execute the functions initialed below on behalf of City of Waterloo (Applicant Entity) 8/5/2025 Project City of Waterloo Hawthorne Relief Wells Project S17 Title Hawthorne Avenue Lift Station Releif Well Replacement and Associated Work (Describe the project for which these activities are authorized) Initial Authorized Activities (Only initial next to the activities being assigned) Sign application forms (SF -424, SF -424[A -D], GG &/or FF -104 [lobbying etc.], W9, SF -LLL, & Minority Impact Statement) (does not include local match resolution) Submit applications in online portals (e.g., EMGrants, FEMA GO, eGrants) QH Submit Quarterly Reports to Iowa HSEM and/or FEMA QH Submit Requests for Reimbursement or Advance Payment for subgrantee QH Request Grant Closeout and confirm compliance with grant requirements QH Request Grant Time Extensions QH Request Grant Scope/Budget Adjustments Quentin Hart, Mayor Kelley Felchle, City Clerk Chief Executive Officer (Print Name and Title) DocuSigned by: 66kv- iv, A of 8/18/2025 Signature and Date Attested (Print Name and Title) Signed by: F 8/18/2025 Signa ure and Date HSEM Form updated February 26, 2025