HomeMy WebLinkAbout980094.tiff RESOLUTION
RE: APPROVE EMERGENCY FLOOD REPAIR CONTRACT WITH COLORADO
DEPARTMENT OF TRANSPORTATION AND AUTHORIZE CHAIR TO SIGN
WHEREAS, the Board of County Commissioners of Weld County, Colorado, pursuant to
Colorado statute and the Weld County Home Rule Charter, is vested with the authority of
administering the affairs of Weld County, Colorado, and
WHEREAS, the Board has been presented with an Emergency Flood Repair Contract
between the County of Weld, State of Colorado, by and through the Board of County
Commissioners of Weld County, on behalf of the Engineering Department, and the Colorado
Department of Transportation, commencing upon full execution of said contract by the State
Controller, and ending upon final payment by the State to the County, with further terms and
conditions being as stated in said contract, and
WHEREAS, after review, the Board deems it advisable to approve said contract, a copy
of which is attached hereto and incorporated herein by reference.
NOW, THEREFORE, BE IT RESOLVED by the Board of County Commissioners of
Weld County, Colorado, that the Emergency Flood Repair Contract between the County of
Weld, State of Colorado, by and through the Board of County Commissioners of Weld County,
on behalf of the Engineering Department, and the Colorado Department of Transportation be,
and hereby is, approved.
BE IT FURTHER RESOLVED by the Board that the Chair be, and hereby is, authorized
to sign said contract.
The above and foregoing Resolution was, on motion duly made and seconded, adopted
by the following vote on the 21st day of January, A.D., 1998.
BOARD OF COUNTY COMMISSIONERS
WELD COUNTY, COLORADO
'
ATTEST: � U../2---7 _27:;_4.2-,,
f �I /
Constance L. Hargert, Chair
Weld Counf CI=( ���1861 ij �0 1/42 N �, .,W. H. eb , o /�//j//yJ/•BY: :_�:r;,_ �r .^..i_. ., J.
Deputy d � „ : - .. ar•
/Georg . Baxter
7R V TO FORM: EXCUSED
Dale K. Hall
ounty A orne� thmee/
/��
980094
le: PCv)6DOT EG0037
ER R400-063(11991) 98 I1A4 01054
EMERGENCY FLOOD REPAIR:
WELD COUNTY ROADS 37,22,and 129
Weld County/CDOT(KEK/TDR)
CONTRACT
THIS CONTRACT, made this aZ of 197 by and between the
State of Colorado for the use and benefit of THE COLO DO DEPARTMENT OF
TRANSPORTATION,hereinafter referred to as the State or CDOT,and WELD COUNTY, STATE
OF COLORADO,P.O. Box 758, Greeley, CO 80632, FEIN: 846000813, hereinafter referred to as
the County, or the contractor.
FACTUAL RECITALS.
1. Authority exists in the law and funds have been budgeted, appropriated and otherwise made
available and a sufficient unencumbered balance thereof remains available for payment of project
and County costs in Fund 400, Approp. 010, Org. 9991, Prog. 2000, Function 3301, Obj. 2312 1P,
Rept. Category 4340, Contract Encumbrance No. 11991, (Contract Encumbrance Amount:
$168,880.50).
2. Required approval, clearance and coordination has been accomplished from and with
appropriate agencies.
3. On Monday, July 28, 1997, an intense storm produced record amounts of rainfall and
significant flooding in northeastern Colorado.
4. In response to the extensive flooding and resultant damage the Governor of Colorado, the
Honorable Roy Romer, issued a written Executive Order on July 30, 1997, declaring a Disaster
Emergency. (a copy of this Executive Order is attached)
5. On August 1, 1997, the President of the United States, the Honorable William Clinton,
declared a major disaster under the Stafford Act, authorizing federal relief and recovery assistance
in the affected area. (a copy of the Presidential disaster declaration is attached)
-1-
6. Based upon the State and federal emergency declarations Federal Emergency Relief(ER)
funds were made available through FHWA to CDOT to reimburse affected counties and cities for
emergency highway repairs.
7. The federal ER funds are being administered regionwide by CDOT under a project identified
as ER R400-063 (11991).
8. The County sustained major damage from the July 28, 1997 storm to portions of Weld
County Road 37, Weld County Road 22, and Weld County Road 129.
9. Detailed Damage Estimate Reports (Form FHWA-1547)were completed August 14, 1997
for damage to the aforementioned roads (DIRS 11991-2, 11991-3, and 11991-4, respectively).
10. Eligibility of the County to receive federal ER funds for Weld County Road 37 was
determined by the FHWA representative on August 21, 1997, and DIR 11991-2 identified the total
estimated cost of the damage eligible for ER funds to be $11,925.00.
11. Eligibility of the County to receive federal ER funds for Weld County Road 22 was
determined by the FHWA representative on August 21, 1997, and DIR 11991-3 identified the total
estimated cost of the damage eligible for ER funds to be $76,336.00.
12. Eligibility of the County Road to receive ER funds for Weld County Road 129 was
determined by the FHWA representative on November 4, 1997,and DIR 11991-4 identified the total
estimated cost of the damage eligible for ER to be $80,619.50.
13. The total estimated cost of the damage eligible for Emergency Relief(ER) from the three
aforementioned DIRS is $168,880.50
14. The County has complied with the federal provisions and other applicable requirements,
including those involving the State's general administration of the federal ER program, and is
eligible to receive federal ER funds at the rate of 100% of the estimated total damage cost.
15. The State and the County now desire to enter into a contract to establish the terms and
conditions for the State to reimburse the County for its emergency repair work with federal ER funds
that have been authorized.
16. This contract is executed under the authority of Sections 29-1-203, 43-1-110, 43-1-116, and
43-2-101(4)(c), C.R.S., as amended, and the County's ordinance/resolution.
-2-
NOW, THEREFORE, it is hereby agreed that:
I. EMERGENCY REPAIR WORK
A. Based on the State and federal disaster declarations of July 30, 1997 and August 1, 1997
(copies of which are attached hereto and made a part hereof, as Exhibit A and Exhibit B,
respectively), federal emergency relief funds were authorized to reimburse Colorado local
governments for the cost of emergency repair performed by these local entities and/or their
contractor(s).
B. The Emergency Repair work under this contract involves portions of Weld County Road 37,
Weld County Road 22, and Weld County Road 129 in Weld County, Colorado.
C. The Emergency Repair Work under this contract to Weld County Road 37 includes:
1. Reworking the embankment of an approximately 350' length roadway section, 1.8
miles north of Highway 52,which was damaged by a wash of material from the roadway into
the drainage ditch; and
2. Reworking the embankment of an approximately 350' length roadway section, 2.6 miles
north of Highway 52, which was damaged by a gravel wash from the roadway and filled
drainage ditches; and
3. Embankment placement and restoration of the aggregate base to an approximately
100' length damaged roadway section, 3.0 miles north of Highway 52, which was damaged
by a wash of gravel and embankment from the roadway into ditches; and
4. Embankment placement and restoration of the aggregate base, of an approximately
150' length damaged roadway section, 3.4 miles north of Highway 52, which was damaged
by a wash of material from the roadway into the ditch and fields.
D. All the foregoing emergency repair work to Weld County Road 37 is more specifically
described in the Exhibit C,which is the DIR 11991-2,completed August 14, 1997,with an eligibility
determination by the FHWA representative on August 21, 1997. Exhibit C is attached hereto and
incorporated herein.
E. The Emergency Repair Work under this contract to Weld County Road 22 includes:
-3-
1. Reworking the embankment and restoration of the aggregate base, of an approximately
550' length damaged roadway section, 2.8 miles east of Highway 85, which was damaged
by drainage ditch erosion along the edge of the roadway; and
2. Repairing the damage to the edge of the roadway, including reworking the embankment,
restoration of the aggregate base, and asphalt repair, of an approximately 200' length
damaged roadway section, 4.65 miles east of Highway 85, which was damaged by minor
asphalt loss; and
3. Reworking the embankment,restoration of the aggregate base,asphalt repair, and top soil
repair, of an approximately 800' length damaged roadway and ditch work section, 6.3 miles
east of Highway 85.
F. All the foregoing emergency repair work to Weld County Road 37 is more specifically
described in the Exhibit D, which is the DIR 11991-3, completed August 14, 1997, with an
eligibility determination by the FHWA representative on August 21, 1997. Exhibit D is attached
hereto and incorporated herein.
G. The Emergency Repair Work under the contract to Weld County Road 129 includes:
1. Reworking the embankment and restoration of the aggregate base, of damaged roadway
3.3 miles north of Highway 14, which was damaged by several large holes in the roadway
at the east shoulder and large amounts of erosion in the drainage ditch;
2. Reworking the embankment and repair involving pit run, grouted rip rap, geotile, asphalt
on bridge, and dewatering, of damaged roadway 3.8 miles north of Highway 14, which was
damaged by erosion on the edge of the roadway and loss of all rip rap at the bridge wingwalls
and loss of abutment; and
3. Reworking the embankment, restoration of the aggregate base, and repair involving 24"
C.M.P.,of damaged roadway 4.2 miles north of Highway 14,which was damaged by a large
erosion hole on the west side of the roadway, ditch erosion on both sides of the roadway
approximately 450' in length, and culvert in the roadway completely buried by silt.
H. All the foregoing emergency repair work to Weld County Road 129, is more specifically
described in the Exhibit E,which is the DIR 11991-4,completed August 14, 1997,with an eligibility
-4-
determination by the FHWA representative on November 4, 1997. Exhibit E is attached hereto and
incorporated herein.
II. WORK RESPONSIBILITY
The County and/or its contractor has undertaken and completed the emergency repair work identified
in the Detailed Damage Inspection Reports of August 15, 1997 (Eligibility of such reports was
determined August 21, 1997 for Weld County Road 37 and Weld County Road 22 and determined
November 4, 1997 for Weld County Road 129 by the FHWA representative) within the applicable
time period of 180 days,has documented the costs of this repair work, and has otherwise complied
with all applicable requirements to be eligible to receive federal Emergency Relief funds.
III PAYMENT PROVISIONS
A. The emergency repair work under this contract is 100%federally funded. No State funds are
obligated under this contract.
B. Pursuant to the terms of the federal disaster relief program, federal emergency relief funds
have been authorized to be paid through CDOT by the FHWA to reimburse local government entities
for the costs they incurred in making emergency repairs to local highways that were damaged by the
severe storm of July 28, 1997.
C. Based on the estimated total damage repair costs established by the DIRS of August 15, 1997
the State will reimburse the County with federal emergency relief funds for the County's temporary
repairs to damage to Weld County Roads 37, 22, and 129 at the rate of 100% of the actual total
cost up to a maximum amount of$168,880.50. If the County's documented actual total cost is less
than$168,880.50,only its actual total cost shall be paid. If the County's total actual cost is in excess
of$168,880.50 the excess cost shall be totally the County's responsibility, unless this amount is
modified by written supplemental agreement or by a funding letter. The funding letter will be in a
form substantially equivalent to Exhibit D,and shall not be deemed to be effective until it shall have
been signed by the County and approved by the State Controller or such assistant as he may
designate.
-5-
D. Reimbursement shall be made to the County,after execution of this contract,upon the State's
receipt,review and approval of the County's documentation of its final total actual emergency repair
costs.
IV. COUNTY COMMITMENTS
A. The County will provide liaison with CDOT through Mr.Drew Scheltinga,County Engineer,
P.O. Box 758, Weld County, Greeley, CO 80632, (970) 356-4000 x3750.
B. To the extent that it has not already done so, the County shall provide to the State
documentation of the actual total cost of emergency repairs incurred by the County in repairing the
damage to Weld County Roads 37, 22, and 129. The CDOT project coordinator shall identify the
nature of and format for such documentation. By executing this contract the County certifies the
accuracy of any documentation of its costs which have been and/or which will be submitted to obtain
reimbursement.
C. The County shall retain all books,documents,papers accounting records and other evidence
pertaining to the costs incurred for the emergency repair work and shall make such materials
available for a period of 3 years from the date of final payment to the County. Copies of such
records shall be furnished by the County if requested.
D. The County shall at all times during the execution of this contract strictly adhere to, and
comply with, all applicable federal and state laws, and their implementing regulations, as they
currently exist and may hereafter be amended, which are incorporated herein by this reference as
terms and conditions of this contract. The County shall also require compliance with these statutes
and regulations in subgrant and/or subcontract agreements permitted under this contract. A listing
of some of the federal and state laws that may be applicable, depending on the County/Contractor
work responsibilities under this contract, are described in ADDENDUM A.
V. STATE COMMITMENTS
A. The State will provide liaison with the County through John Kessenich, CDOT's Region 4
Emergency Project Coordinator, 1420 2nd Street,Greeley,CO 80631 (970)350-2147. Said Director
will issue a"Notice to Proceed"to the County for commencement of the Work.
-6-
B. The State shall monitor the County's performance of its responsibilities under this contract
to ensure compliance with all applicable federal and state statutes, regulations, standards and
requirements.
C. Upon execution of this contract and the State's receipt,review and approval of the County's
documentation of its final total actual emergency repair costs for damage to Weld County Roads 37,
22, and 129, the State shall promptly reimburse the County for its total actual damage repair costs
up to a maximum amount of $168,880.50 as set forth in Section III, C, unless this amount is
modified by written supplemental agreement or by a funding letter.
VI. GENERAL PROVISIONS
A. The parties hereto expressly recognize that the County is to be paid,reimbursed,or otherwise
compensated with federal funds which are available to the State for the purposes of contracting for
the work provided for herein, and therefore,the County expressly understands and agrees that all its
rights, demands and claims to compensation arising under this contract are contingent upon
availability of such funds to the State. In the event that such funds or any part thereof are not
available to the State, the State may immediately terminate or amend this contract.
B. If, through any cause, the County shall fail to fulfill, in a timely and proper manner, its
obligations under this contract, or if the County shall violate any of the covenants, agreements, or
stipulations of this contract, the State shall thereupon have the right to terminate this contract for
cause by giving written notice to the County of its intent to terminate and at least ten (10) days
opportunity to cure the default or show cause why termination is otherwise not appropriate. In the
event of termination,.the County shall be obligated to return any federal funds that have be disbursed
to the County under this contract. Notwithstanding above, the County shall not be relieved of
liability to the State for any damages sustained by the State by virtue of any breach of the contract
by the County.
C. Notwithstanding anything herein to the contrary, the parties understand and agree that all
terms and conditions of this contract and attachments hereto which may require continued
performance or compliance beyond the termination date of the contract shall survive such
-7-
termination date and shall be enforceable by the State as provided herein in the event of such failure
to perform or comply by the County.
D. This contract is subject to such modifications as may be required by changes in federal or
State law, or their implementing regulations. Any such required modification shall automatically
be incorporated into and be part of this contract on the effective date of such change as if fully set
forth herein. Except as specifically provided otherwise herein, no modification of this contract shall
be effective unless agreed to in writing by both parties in an amendment to this contract that is
properly executed and approved in accordance with applicable law.
E. To the extent that this contract may be executed and performance of the obligations of the
parties may be accomplished within the intent of the contract, the terms of this contract are
severable,and should any term or provision hereof be declared invalid or become inoperative for any
reason, such invalidity or failure shall not affect the validity of any other term or provision hereof.
The waiver of any breach of a term hereof shall not be construed as a waiver of any other term, or
the same term upon subsequent breach.
F. This contract is intended as the complete integration of all understandings between the
parties. No prior or contemporaneous addition,deletion, or other amendment hereto shall have any
force or effect whatsoever, unless embodied herein by writing. No subsequent novation, renewal,
addition, deletion, or other amendment hereto shall have any force or effect unless embodied in a
written contract executed and approved pursuant to the State Fiscal Rules.
G. Except as herein otherwise provided,this contract shall inure to the benefit of and be binding
upon the parties hereto and their respective successors and assigns.
H. This contract shall become "effective" only upon the date it is executed by the State
Controller,or designee. The term of this contract shall begin on the date first written above and shall
continue through the final payment by the State to the County.
I. The Special Provisions attached hereto are hereby made a part of this contract. The County
shall comply with all applicable terms and conditions of these attachments.
J. If a conflict occurs between the provisions of this contract proper and the attachments hereto,
the priority to be used to resolve such a conflict shall be as follows:
1. The Special Provisions; and
-8-
2. This contract proper; and
3. Other contract attachments and exhibits, in their respective order.
K. It is expressly understood and agreed that the enforcement of the terms and conditions of this
contract, and all rights of action relating to such enforcement, shall be strictly reserved to the parties
hereto, and nothing contained in this contract shall give or allow any such claim or right of action
by any other or third person on such contract. It is the express intention of the parties that any person
or entity other than the parties receiving services or benefits under this contract be deemed to be an
incidental beneficiary only.
L. The County assures and guarantees that it possesses the legal authority to enter into this
contract. The County warrants that it has taken all actions required by its procedures, by-laws,
and/or applicable law to exercise that authority,and to lawfully authorize its undersigned signatory
to execute this contract and to bind the County to its terms. The person(s) executing this contract
on behalf of the County warrants that they have full authorization to execute this contract.
-9-
IN WITNESS WHEREOF,the parties hereto have executed this contract the day and
year first above written.
STATE OF COLORADO
ATTEST: ROY ROMER, GOVERNOR
By 1&_2_t -' By
Chief Clerk ice Executive irector
DEPARTMENT OF TRANSPORTATION
APPROVED:
CLIFFORD W. HALL GALE A. NORTON
State Controller Attorney General
By ((bf 1'
GJWbIJL BY 1/WCAAA1Qr
BARRY B. RYAN
Assistant Attorney General
Civil Litigation Section
E �1
ATTEST (S', rtl Ij,� WELD COUNTY, COLORADO
cs
Clerk . t
By //c �r. B . -
Constance L. Harbert (01/21/98)
Title De.ut Title Chair, Board of County Commissioners
Federal Employer Identification
Number: 846000813
-10-
ADDENDUM A: FEDERAL REQUIREMENTS
Federal laws and regulations that may be applicable to the Work include:
A. The "Uniform Administrative Requirements for Grants and Cooperative Agreements to
State and Local Governments (Common Rule), at 49 Code of Federal Regulations, Part 18,
except to the extent that other applicable federal requirements (including the
provisions of 23 CFR Parts 172 or 633 or 635) are more specific than provisions of
Part 18 and therefore supersede such Part 18 provisions. The requirements of 49 CFR
18 include, without limitation:
1) the County/Contractor shall follow applicable procurement procedures, as required by
section 18.36(d);
2) the County/Contractor shall request and obtain prior CDOT approval of changes to any
subcontracts in the manner, and to the extent required by, applicable provisions of section
18.30;
3) the County/Contractor shall comply with section 18.37 concerning any subgrants;
4) to expedite any CDOT approval, the County/Contractor's attorney, or other authorized
representative, shall also submit a letter to CDOT certifying County/Contractor compliance
with section 18.30 change order procedures, and with 18.36(d) procurement procedures,
and with 18.37 subgrant procedures, as applicable;
5) the County/Contractor shall incorporate the specific contract provisions described in
18.36O) (which are also deemed incorporated herein) into any subcontract(s) for such
services as terms and conditions of those subcontracts.
B. Executive Order 11246 of September 24, 1965 entitled "Equal Employment Opportunity,"
as amended by Executive Order 11375 of October 13, 1967 and as supplemented in
Department of Labor regulations (41 CFR Chapter 60) (All construction contracts awarded
in excess of$10,000 by grantees and their contractors or subgrantees).
C. The Copeland "Anti-Kickback" Act (18 U.S.C. 874) as supplemented in Department of
Labor regulations (29 CFR Part 3) (All contracts and subgrants for construction or repair).
D. The Davis-Bacon Act (40 U.S.C. 276a to a-7) as supplemented by Department of Labor
regulations (29 CFR Part 5) (Construction contracts in excess of$2,000 awarded by
grantees and subgrantees when required by Federal grant program legislation. This act
requires that all laborers and mechanics employed by contractors or sub-contractors to
work on construction projects financed by federal assistance must be paid wages not less
than those established for the locality of the project by the Secretary of Labor).
-11-
980094
E. Sections 103 and 107 of the Contract Work Hours and Safety Standards Act (40 U.S.C.
327-330) as supplemented by Department of Labor regulations (29 CFR Part 5).
(Construction contracts awarded by grantees and subgrantees in excess of$2,000, and in
excess of$2,500 for other contracts which involve the employment of mechanics or
laborers).
F. Standards, orders, or requirements issued under section 306 of the Clear Air Act (42 U.S.C.
1857(h), section 508 of the Clean Water Act (33 U.S.C. 1368). Executive Order 11738,
and Environmental Protection Agency regulations (40 CFR Part 15) (contracts,
subcontracts, and subgrants of amounts in excess of$100,000).
G. Mandatory standards and policies relating to energy efficiency which are contained in the
state energy conservation plan issued in compliance with the Energy Policy and
Conservation Act (Pub. L. 94-163).
H. Office of Management and Budget Circulars A-87, A-2I or A-122, and A-102 or A-110,
whichever is applicable.
I. The Hatch Act (5 USC 1501-1508) and Public Law 95-454 Section 4728. These statutes
state that federal funds cannot be used for partisan political purposes of any kind by any
person or organization involved in the administration of federally-assisted programs.
J. 42 USC 6101 et seq. 42 USC 2000d, 29 USC 794, and implementing regulation, 45 C.F.R.
Part 80 et. seq.. These acts require that no person shall, on the grounds of race, color,
national origin, age, or handicap, be excluded from participation in or be subjected to
discrimination in any program or activity funded, in whole or part, by federal funds;
K. The Americans with Disabilities Act (Public Law 101-336; 42 USC 12101, 12102, 12111-
12117, 12131-12134, 12141-12150, 12161-12165, 12181-12189, 12201-12213 47 USC
225 and 47 USC 611.
L. The Uniform Relocation Assistance and Real Property Acquisition Policies Act, as
amended (Public Law 91-646, as amended and Public Law 100-17, 101 Stat. 246-256). (If
the contractor is acquiring real property and displacing households or businesses in the
performance of this contract.)
M. The Drug-Free Workplace Act(Public Law 100-690 Title V, subtitle D, 41 USC 701 et
5a)
N. The Age Discrimination Act of 1975, 42 U.S.C. Sections 6101 et. seq. and its
implementing regulation, 45 C.F.R. Part 91; Section 504 of the Rehabilitation Act of 1973,
29 U.S.C. 794, as amended, and implementing regulation 45 C.F.R. Part 84.
-12-
980094
O. 23 C.F.R. Part 172, concerning "Administration of Engineering and Design Related
Contracts".
P. 23 C.F.R Part 633, concerning "Required Contract Provisions for Federal-Aid Construction
Contracts".
Q. 23 C.F.R. Part 635, concerning "Construction and Maintenance Provisions".
-13-
980094
r. 1-U4. JI INIV UO IU
r, uc
STATE OF COLORADO
EXECUTIVE CHAMBERS
•co
136 State Capitol - t
Denver,Colorado 80203-1792 D O o i O
Phone(3031866-2471 9 7 - e
•� r
lBf4�
EXECUTIVE ORDER Roy Romer
Governer
DECLARING A DISASTER EMERGENCY
DUE TO EXTREME FLOODING CONDITIONS
WHEREAS, on Monday, July 28, 1997, an intense storm produced record amounts of
rainfall in Fort Collins and unincorporated Larimer County, Colorado; and
WHEREAS, this amount of rain produced heavy flooding that resulted in deaths and
injuries, damaged homes and businesses and buildings on the Colorado State
University campus; and
WHEREAS, these conditions have resulted in significant impacts requiring the assistance
of the state and such impacts from rain and flooding may continue in the -
Fort Collins area and in other areas in northeastern Colorado; and
WHEREAS, the demands placed on disaster emergency funds to state and local agencies
to address this emergency are unreasonably great, and the moneys available
to the local community and the state to address the impacts are insufficient
to cope with this emergency; and
WHEREAS, there exists a need for disaster emergency funds to mitigate, prepare for,
respond to, and recover from these actual occurrences and potential threats;
and
WHEREAS, the Colorado General Assembly is currently not in session; and
WHEREAS, pursuant to section 24-32-2106, C.R.S., the Governor may make funds
available from the state Disaster Emergency Fund and may transfer and
expend moneys appropriated for other purposes to meet the needs of the
disaster emergency, if the funds regularly appropriated to state and local
agencies are insufficient; and
WHEREAS, the Governor's Disaster Emergency Council concurs with the findings and
actions set forth in this Executive Order; and
WHEREAS, the conditions under which funds can be made available and used to meet the
needs of a disaster emergency have been satisfied as a result of the
occurrence and imminent threat of emergency described herein.
980094
Executive Order D 0 O O
July 30, 1997 '97
Page 2
NOW THEREFORE, I, Roy Romer, Governor of the State of Colorado, under the
authority vested in me by the Constitution and laws of the State of Colorado, including
section 24-32-2104, C.R.S., the Colorado Disaster Emergency Act of 1992, Do Hereby
Declare that a state of disaster emergency exists in the State of Colorado, due to the
reasons set forth above, and DO HEREBY ORDER THAT:
1. The State Emergency Operations Plan be activated.
2. Any and all unspent funds currently existing in the state Disaster Emergency
Fund, pursuant to Executive Order D0009 96, plus any additional funds which
may be in the fund, shall remain in this account to be used to address the
consequences of the existing and potential threats.
3. Up to Four Million Five Hundred Thousand Dollars($4,500,000) of unspent
general fund appropriations for fiscal year 1996-97 shall be transferred into the
state Disaster Emergency Fund from state departments to address the •
consequences of the existing and potential threats.
4. All expenditures from the fund for the purposes intended will be based upon the
recommendations of the Director of the Colorado Office of Emergency
Management and with the approval of the Chief of Staff of the Office of the
Governor or the Director of the Office of State Planning and Budgeting.
5. The Fund balance shall remain in this account until June 30, 1998, when funds
not expended for the purposes intended herein shall revert to the state General
Fund.
6. On or before July 31, 1998, a report shall be provided to the Governor, the State
Disaster Emergency Council, and the General Assembly detailing the
expenditures from the Disaster Emergency Fund.
7. All state departments and institutions are directed to intensify their preparedness
and mitigation efforts to address the impacts of this emergency and to respond to
events that may occur. These efforts shall be coordinated with the Office of
Emergency Management.
8. I hereby confirm my verbal orders issued on July 28, 1997, that under the
provisions of 28-3-104, C.R.S., the Adjutant General of Colorado order to State
Active Duty sufficient forces, with pay, for a period not to exceed five (5) days
to respond to this emergency; the Adjutant General shall determine the number of
individuals assigned to this duty and equipment deployed.
980094
� •....• .... . . I . VY
Executive Order 00010 97
July 30, 1997
Page 3
9. This Executive Order shall expire in thirty (30) days unless otherwise extended.
GIVEN under my hand and the
Executive Seal of the tat f
Colorado on this%.7o4
of
July, 1997.
i
ryt Via._, \ \'..•! _.�e !' I�n,� Roy xo er
'` / ,• 'c,17;"
\ Governor
980094
THE WHITE HOUSE
•
WASHINGTON
August 1 , 1997
The Honorable Roy Romer
Governor of Colorado
136 State Capitol
Denver, Colorado 80203-1792
Dear Governor Romer:
As requested, I have declared a major disaster under the Robert T.
Stafford Disaster Relief and Emergency Assistance Act (the
Stafford Act) for the State of Colorado due to damage resulting
from severe storms, heavy rain., flash floods, flooding, mudslides,
landslides, and severe ground saturation beginning on July 28,
1997, and continuing. 1 have authorized Federal relief and
recovery assistance in the affected area.
Individual Assistance, Public Assistance, and Hazard Mitigation
will be provided. Consistent with the requirement that Federal
assistance be supplemental, any Federal funds provided under the
Stafford Act for Public Assistance and Hazard Mitigation will be
limited to 75 percent of the total eligible costs in the
designated areas.
The Federal Emergency Management Agency (FEMA) will coordinate
Federal assistance efforts and designate specific areas eligible
for such assistance. The Federal Coordinating Officer will be
Mr. David P. Grier of FEMA. He will consult with you and assist
in the execution of the FEMA-State Disaster Assistance Agreement
governing the expenditure of Federal funds.
Sincerely,
•
980094
COLORADO DEPARTMENT OF TRANSPORTATION AUTHORITY:
CONTRACT FUNDING INCREASE/DECREASE AND APPROVAL LETTER State Controller Policy letter on June 12. 1996
Region:Complete section 1 and submit to CDOT Controllers office. COOT Controller letter on May 23, 1996.
This loin to be used for the following contracts/situations only(check the appropriate situation):
' _indefinite quantity, order more/add more _utility/railroad, underestimated total cost
CDOT construction.sum of CMO's _LA construction,underestimated cost
war construction. underestimated total cost CDOT consultant underestimated cost
SECTION 1 (Region use)
Date: Project code
To: CDOT Controller (FAX #(303)757-9573 or e-mail CONTROLLER) Project N
From: Office: Phone * FAX if
Region 8
COOT has executed a contract with:
Address:
FEIN M - Contract routing # COFRS encumbrancer(Indicate PO.SC or PG I)
Fund Orpn. Appro. Prgrm. Func Objectraub-obi NR GBL Reporting Cate. ProySub/Phase
f
Original contract amount Has a Budget Request been processed to cover the contract amount increase?
$ _yes_no
Previous Funding Letter(s)total Preparers name
$
rs„nenp cow n s u r-) PHONE NO:
This Funding Letter total Contract Administrators/Business Managers Approval
$
t*J PHONE NO:
Adjusted contract amount CDOT Designee Approval
5
Local Agency approval
SECTION 2(Controller's Office use)
Total allotment amount Commission budget
$ $
II construction: CE charges Indirect chgs Ar{usted contract amount plus total CE a indirect
_CE pool elig. $ $ charges calculation$
I have reviewed the financial status of the project, organization,grant and have determined that sufficient funds are available to cover
this increase, effective as of
COOT Controllers approval signature Date
COOT Form*11964
1,91
950094
SPECIAL PROVISIONS
CONTROLLER'S APPROVAL
1 .This contract shall not be deemed valid until it shall have been approved by the Controller of the State of Colorado or such assistant as he may designate.
This provision is applicable to any contract involving the payment of money by the State.
FUND AVAILABILITY
2.Financial obligations of the State of Colorado payable after the current fiscal year are contingent upon funds for that purpose being appropriated,budgeted,
and otherwise made available.
BOND REQUIREMENT
3.If this contract involves the payment of more than fifty thousand dollars for the construction,erection,repair,maintenance,or improvement of any building,
road.bridge,viaduct,mmtel,excavation or other public work for this State,the contractor shall,before entering upon the performance of any such work included
in this contract,duly execute and deliver to the State official who will sign the contract,a good and sufficient bond or other acceptable surety to be approved
by said official in a penal sum not less than one-half of the total amount payable by the terms of this contract. Such bond shall be duly executed by a qualified
corporate surety conditioned upon the faithful performance of the contract and in addition,shall provide that if the contractor or his subcontractors fail to duly
pay for any labor,materials,team hire,sustenance,provisions,provendor or other supplies used or consumed by such contractor or his subcontractor in
performance of the work contracted to be done or fails to pay any person who supplies rental machinery,tools,or equipment in the prosecution of the work the
surety will pay the same in an amount not exceeding the sum specified in the bond,together with interest at the rate of eight per cent per annum. Unless such
bond is executed,delivered and filed,no claim in favor of the contractor arising under such contract shall be audited,allowed or paid. A certified or cashier's
check or a bank money order payable to the Treasurer of the State of Colorado may be accepted in lieu of a bond. This provision is in compliance with CRS
38-26-106.
INDEMNIFICATION
4.To the extent authorized by law,the contractor shall indemnify,save,and hold harmless the State,its employees and agents,against any and all claims,
damages,liability and court awards including costs,expenses,and attorney fees incurred as a result of any act or omission by the contractor,or its employees,
agents,subcontractors,or assignees pursuant to the terms of this contract
DISCRIMINATION AND AFFIRMATIVE ACTION -
•
5.The contractor agrees to comply with the letter and spirit of the Colorado Antidiscrimination Act of 1957,as amended,and other applicable law respecting
discrimination and unfair employment practices(CRS 24-34-402),and as required by Executive Order,Equal Opportunity and Affirmative Action,dated April
16,1975.Pursuant thereto,the following provisions shall be contained in all State contracts or sub-contracts.
•
During the performance of this contract,the contractor agrees as follows:
(a)The contractor will not discriminate against any employee or applicant for employment because of race,creed,color,national origin,sex,marital status,
religion,ancestry,mental or physical handicap,or age.The contractor will take affirmative action to insure that applicants are employed,and that employees
are treated during employment,without regard to the above mentioned characteristics.Such action shall include,but not be limited to the following:employment
upgrading,demotion,or transfer,recruitment or recruitment advertisings;layoffs or terminations;rates of pay or other forms of compensation;and selection
for training,including apprenticeship.The contractor agrees to post in conspicuous places,available to employees and applicants for employment,notices to
be provided by the contracting officer setting forth provisions of this non-discrimination clause.
(b)The contractor will,in all solicitations or advertisements for employees placed by or on behalf of the contractor,state that all qualified applicants will receive
consideration for employment without regard to race,creed,color,national origin,sex,marital status,religion,ancestry,mental or physical handicap,or age.
(c)The contractor will send to each labor union or representative of workers with whi&h he has a collective bargaining agreement or other contract or
understanding,notice to be provided by the contracting officer,advising the labor union or workers'representative of the contractor's commitment under the
Executive Order,Equal Opportunity and Affirmative Action,dated April 16,1975,and of the rules,regulations,and relevant Orders of the Governor.
(d)The contractor and labor unions will furnish all information and reports required by Executive Order,Equal Opportunity and Affirmative Action of April
16, 1975,and by the rules,regulations and Orders of the Governor,or pursuant thereto,and will permit access to his books,records,and accounts by the
contracting agency and the office of the Governor or his designee for purposes of investigation to ascertain compliance with such rules,regulations and orders.
(e)A labor organization will not exclude any individual otherwise qualified from full membership rights in such labor organization,or expel any such individual
from membership in such labor organization or discriminate against any of its members in the full enjoyment of work opportunity because of race,creed,color,
sex,national origin,or ancestry.
(f)A labor organization,or the employees or members thereof will not aid,abet,incite,compel or the doing of any act defined in this contract to be
discriminatory or obstruct or prevent any person from complying with the provisions of this contract or ariy order issued thereunder,or attempt,either directly
or indirectly,to commit any act defined in this contract to be discriminatory.
(g) In the event of the contractor's non-compliance with the non-discrimination clauses of this contract or with any of suds rules,regulations,or orders,this
contract may be canceled,terminated or suspended in whole or in part and the contractor may be declared ineligible for further State contracts in accordance
with procedures,authorized in Executive Order,Equal Opportunity and Affirmative Action of April 16,1975 and the rules,regulations,or orders promulgated
Fpm(.AC-028(GEN060199) Revised 06/0I/97 Page=of 2 pages 9
cnnA
in accordance therewith,and such other sanctions as may be imposed and remedies as may be invoked as provided in Executive Order,Equal Opportunity and
Affirmative Action of April 16, 1975,or by rules,regulations,or orders promulgated in accordance therewith,or as otherwise provided by taw.
(h) The contractor will include the provisions of paragraphs(a)through(h)in every sub-contract and subcontractor purchase order unless exempted by rules,
regulations,or orders issued pursuant to Executive Order,Equal Opportunity and Affirmative Action of April 16,1975,so that such provisions will be binding
upon each subcontractor or vendor. The contractor will take such action with respect to any sub-contracting or purchase order as the contracting agency may
direct,as a means of enforcing such provisions,including sanctions for non-compliance;provided,however,that in the event the contractor becomes involved
in,or is threatened with,litigation,with the subcontractor or vendor as a result of such direction by the contracting agency,the contractor may request the State
of Colorado to enter into such litigation to protect the interest of the State of Colorado.
COLORADO LABOR PREFERENCE
b. When a construction contract for a public project is to be awarded to a bidder,a resident bidder shall be allowed a preference against a non-resident bidder
from a state or foreign country equal to the preference given or required by the state or foreign county in which the non-resident bidder is a resident If it is
determined by the officer responsible for awarding the bid that compliance with the subsection.06 may cause denial of federal fluids which would otherwise
be available or would otherwise be inconsistent with requirements of Federal law,this subsection shall be suspended,but only to the extent necessary to prevent
denial of the moneys or to eliminate the inconsistency with Federal requirements(CRS 8-19-101 and 102).
GENERAL
7. The laws of the State of Colorado and rules and regulations issued pursuant thereto shall be applied in the interpretation,execution,and enforcement of this
contract Any provision of this contract whether or not incorporated herein by reference which provides for arbitration by any extra judicial body or person
or which is otherwise in conflict with said laws,rules,and regulations shall be considered null and void. Nothing contained in any provision incorporated herein
by reference which purports to negate this or any other special provision in whole or in part shall be valid or enforceable or available in any action at law whether
by way of complaint,defense,or otherwise. Any provision rendered null and void by the operation of this provision will not invalidate the remainder of this
contract to the extent that the contract is capable of execution.
8. At all times during the performance of this contract,the Contractor shall strictly adhere to all applicable federal and state laws,rules,and regulations that
have been or may hereafter be established.
9. Pursuant to CRS 24-30-202.4(as amended),the state controller may withhold debts owed to state agencies under the vendor offset intercept system for.
(a)unpaid child support debt or child support anearages;(b)unpaid balance of tax,accrued interest, or other charges specified in Article 22, Title 39, CRS;
(e)unpaid loans due to the student loan division of the department of higher education;(d)owed amounts required to be paid to the unemployment compensation
fwd;and(e)other unpaid debts owing to the state or any agency thereof,the amount of which is found to be owing as a result of final agency determination
or reduced to judgment as certified by the controller.
10. The signatories aver that they are familiar with CRS 18-8-301,et seq.,(Bribery and Corrupt Influences)and CRS 18-8-401,et seq.,(Abuse of Public Office),
and that no violation of such provisions is present
II. The signatories aver that to their knowledge,no state employee has any personal or beneficial interest whatsoever in the service or pi vim ty described herein.
S WHEREOF,the parties hereto have executed this Contract on the day first above written.
Contractor. State of Colorado
(Full Legal Name) ROY ROMER,GOVERNOR
By
Position(Title) By
Social Security Number or Federal I.D.Number
of PUBLIC HEALTH AND ENVIRONMENT
If Corporation,Town/City/County,or Equivalent: ROGRAM APPROVAL:
Attest(Affix Seal)
By
Corporate Secretary,or Equivalent,To fly/County Clerk
APPROVALS
ATTORNEY G CONTROLLER
By By
e A.Norton Clifford W.Hall
Fans 6-AC-02C(GEN060197) Revised 06/0197 Page 2 which is the last of 2 pages 980094
APRIL 1980
Nondiscrimination Provisions:
In compliance with Title VI of the Civil Rights Act of 1964 and with Section 162(a) of the
Federal Aid Highway Act of 1973, the Contractor,for itself, its assignees and successors
in interest, agree as follows:
A. Compliance with Regulations. The Contractor will comply with the Regulations
of the Department of Transportation relative to nondiscrimination in Federally
assisted programs of the Department of Transportation (Title 49,Code of Federal
Regulations,Part 21,hereinafter referred to as the"Regulations"),which are herein
incorporated by reference and made a part of this contract.
B. Nondiscrimination. The Contractor,with regard to the work performed by it after
award and prior to completion of the contract work, will not discriminate on the
ground of race, color, sex, mental or physical handicap or national origin in the
selection and retention of Subcontractors,including procurement of materials and
leases of equipment. The Contractor will not participate either directly or
indirectly in the discrimination prohibited by Section 21.5 of the Regulations,
including employment practices when the contract covers a program set forth in
Appendix C of the Regulations.
C. Solicitations for Subcontracts,Including Procurement of Materials and Equipment.
In all solicitations either by competitive bidding or negotiation made by the
Contractor for work to be performed under a subcontract,including procurement
of materials or equipment, each potential Subcontractor or supplier shall be
notified by the Contractor of the Contractor's obligations under this contract and
the Regulations relative to nondiscrimination on the ground of race, color, sex,
metal or physical handicap or national origin.
D. Information and Reports. The Contractor will provide all information and reports
required by the Regulations, or orders and instructions issued pursuant thereto
and will permit access to its books,records,accounts,other sources of information
and its facilities as may be determined by the State or the FHWA to be pertinent
to ascertain compliance with such Regulations, orders and instructions. Where
any information required of the Contractor is in the exclusive possession of
another who fails or refuses to furnish this information, the Contractor shall so
certify to the State, or the FHWA as appropriate and shall set forth what efforts
have been made to obtain the information.
page 1 of 2 pages
980094
E. Sanctions for Noncompliance. In the event of the Contractor's noncompliance
with the nondiscrimination provisions of this contract,the State shall impose such
contract sanctions as it or the FHWA may determine to be appropriate,including,
but not limited to:
(1) Withholding of payments to the Contractor under the contract until the
Contractor complies, and/or;
(2) Cancellation,termination or suspension of t )ntract,in whole or in part.
F. Incorporation of Provisions. The Contractor will include the pr sions of
paragraphs A through F in every subcontract,including procurement a materials
and leases of equipment,unless exempt by the Regu' ions,orders,or instructions
issued pursuant thereto. The Contractor will take su 1 action with respect to any
subcontract or procurement as the State or the FHV A may direct as a means of
enforcing such provisions including sanctions for noncompliance; provided,
however, that, in the event the Contractor becomes involved in, or is threatened
with, litigation with a Subcontractor or supplier as a result of such direction, the
Contractor may request the State to enter into such litigation to protect the
interest of the State and in addition, the Contractor may request the FHWA to
enter into such litigation to protect the interests of the United States.
•
page 2 of 2 pages
980094
APPENDIX B
DISADVANTAGED BUSINESS ENTERPRISE (DBE)
SECTION 1. Policy.
It is the policy of the Colorado Department of Transportation(CDOT)that disadvantaged
business enterprises shall have the maximum opportunity to participate in the performance of
contracts financed in whole or in part with Federal funds under this agreement. Consequently,
the DBE requirements the Colorado Department of Transportation DBE Program apply to this
agreement.
SECTION 2. DBE Obligation.
The recipient or its contractor agrees to ensure that disadvantaged business enterprises as
determined by the Office of Certification at the Colorado Department of Regulatory Agencies
have the maximum opportunity to participate in the performance of contracts and subcontracts
financed in whole or in part with Federal funds provided under this agreement. In this regard, all
participants or contractors shall take all necessary and reasonable steps in accordance with the
CDOT DBE program to ensure that disadvantaged business enterprises have the maximum
opportunity to compete for and perform contracts. Recipients and their contractors shall not
discriminate on the basis of race, color, national origin, or sex in the award and performance of
CDOT assisted contracts.
SECTION 3 DBE Program.
The contractor(subrecipient) shall be responsible for obtaining the Disadvantaged Business
Enterprise Program of the Colorado Department of Transportation, 1988, as amended, and shall
comply with the applicable provisions of the program.
A copy of the DBE Program is available from:
Business Programs Office
Colorado Department of Transportation
4201 East Arkansas Avenue, Room 287
Denver, Colorado 80222-3400
Phone: (303)757-9234
and will be mailed to the contractor upon request.
revised 9/5/97
9800M
ATTACHMENT L 0
Certification for Federal-Aid Contracts
The contractor certifies, by signing this contract, to the best of its
knowledge and belief, that:
(1) No Federal appropriated funds have been paid or will be paid, by or on
behalf of the undersigned, to any person for influencing or attempting to
influence an officer or employee of any Federal agency, a Member of Congress,
an officer 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, lban, or cooperative agreement.
(2) If any funds other than Federal appropriated funds have been paid or will
be paid to any person for influencing or attempting to influence an officer or
employee of any Federal 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 undersigned shall
complete and submit Standard Form-LLL, 'Disclosure Form to Report, Lobbying,'
in accordance with its instructions.
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 Section 1352, Title 31, U.S. Code. 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.
The prospective participant also agrees by submitting his or her bid or
proposal that he or she shall require that the language of this certification
be included in all lower tier subcontracts, which exceed $100,000 and that all
such subrecipients shall certify and disclose accordingly.
980094
/799/ - 2
Report No. 97-1
DETAILED DAMAGE INSPECTION REPORT Sheet No US.Department
Fed of(Title 23,Federalaid Highways) DAN 1— °f 4
Administration
Ap,Gcarik:_:
Weld County Public Works Dept. o°°°mWeld t°sp"ti'°Date8/14/97
location of Damage(Name o&Road end Mleposp - Federal-aid Route No.
Weld County Road 37, 1.8 miles north of Hwy 52
Description of Damage
Material was washed from the roadway into the drainage ditch. Approx. 350' in length
• Cost Estimate(include Construction Engineering)
Quantity Unit Description of Work to Date
(Equipment,Labor,and Materials) Unit Price Cost
41)
ac 450 C.Y. Embankment reworked (CJ .PJ $7.00 53.150.00
to
StoL ,cc 3, 1Sa.C})
re
- �i� rricc� +oShcef4
•Method a
E
w.
l Emergency
®Local Forces n State Forces n Emergency Contract Reeppair Completed
a
To
m
ce
•
0.
N
c
m
e
"r thod ency
O Local Forces n State Forces n Emergency Contract Reeppair Remaining
c
0.
or
c
u
c
0
a -
Estimated Preliminary Engineering
Method TotaO Local Forces O State Forces n Permanent Repair Contract Restoration
1t Environmental Recommendation
Right-of-Way
(KNot Required' n Major Action n Nonmajor Action
TOTAL ESTIMATED COST
Recommendation FHWA Engineer Date Z/-y7
(i Eligible 0 Ineligible tOsI�U. yis7.-�,
Concurrence Slate *e`e'/p_�/ Date
JYes O No r Y Cj—Z/ —2'?
Concurrence Lo/ca//�ge R ta' pG A Date /q
Yes ❑No Gt/Sr/ /t� 980094 8/;// ' 7Z
,.
1
/ iii mod { fly:i ,rs+ • r,.'
} 13
•
•
•
•
•
�r r
980094
� 1
/7fl/— 2
Report No. 97-1
�v DETAILED DAMAGE INSPECTION REPORT Sheet No us.oewna�r 2 of 4
—
FFedderaWlWaoaon y (Title 23,Federal-aid Highways) Disaster No.
�m
APPricane. Weld County Public Works Dept. 0°"YWeld Inspection Date_
1114/97
Location of Damage(Name of Road and Milepost) Federal-aid Route No.
Weld County Road 37, 2.6 miles north of Hwy 52
Description of Damage
Gravel washed from roadway and filled drainage ditches. Approx. 350' in length.
Cost Estimate(include Construction Engineering)
Quantity Unit Description of Work to Date Unit Prke Cost
-o (Equipment,Labor,and Materials)
E450 C.Y. Embankment reworked (C.I .P. ) $7.00 $3,150.00
io
0
m
1 Su To
,L`� i'�J ) d0
Cat ftcd {o S ee I 4-
F_
w
Total Emergency
M�1°d ®Local Forces n State Forces n Emergency Contract Repair Completed
co
c
N
C
CC
m
c
m
Total Emergency
n Method
w n Local Forces n State Forces n Emergency Contract Repair Remaining
c
0
0
c
0
c
a
a Estimated Prefiminary Engineering
Method Total Permanent
❑Local Forces n State Forces n Permanent Repair Contract Restoration
Envtrorunental Assessment Recommendation - Rightof-Way
Or Not Required' ['Major Action El Norunajor Action
TOTAL ESTIMATED COST
Recommendation FHWAE�ng/Jin�eer /Jl� �� - -- Date a
[2'Efglble n In ors bte )74. L 2(.0 - emit. -4g2(2-0-c— G 17
Concurrence State �pI'' �� J,�D , —Date
G
®Yes ❑No (Agency
!lam V:2 `/7
Commence Yes l l No /!'p i /V� 98OOo_t //'
2
•
•_I
._ �� • ,,
.`1
•
4,...L
• V
• •
•
r w ix
'xd
I t.•
9SOnn �.
/777/ -Z
_ Report No. 97-1
DETAILED DAMAGE INSPECTION REPORT Sheet No Us.oa anamnl
entai of 4
y (Title 23,Federal-aid Highways) oasasterNo.
Administration
meant.Weld County Public Works Dept. ccunbr'Weld Inspection
Date8/14/97
Location of Damage(Name of Road and Milepost) - Federal-aid Route No.
Weld County Road 37, 3.0 miles north of Hwy 52
Desalplion of Damage
Flood washed gravel and embankment from roadway into ditches. Length of damage approx.
100' .
Cost Estimate(include Construction Engineering)
Quaff, Unit Descdpt on of Wotk to Date Unit Price Cost
(Equipment.Labor,and Materials)
a 200 C.Y. Embankment placed (C.I .P. ) $7.00 $1 ,400.00
$ 100 Ton Aggregate Base Course Class 6 (C.I .P. ) $11.00 $1,100.00
CG,(fltrl �-
E• w. Total Emergency
Method al Local Forces n State Foray fj Emergency Cadract Repair Completed
a
c
a
E
m
cc
n
m
K
c
m
a
w Method Total Emergency
- n Local Forces n State Forces n Emergency Contract Repair Remaining
c
O
c
m
c
q
m
a
Estimated Preliminary Engineering
Method Total Permanent
Local Forces ❑State Faces n Permanent Repair Contract Restoration
Environmental Assessment Recommendation
Right-of-Way
Not Required Major Action ❑Nonmajor Action
p}Qy��E/Jr�[ � /y TOTAL ESTIMATED COST
Recommendation F/'I G`rG�a+P` Gf.eer - "t- Date
Eligible O Ineligible -Z/-q7
Concurrence state Eng Dat�e,+ qy�
gi Yes n No980094
/� t� — 4/
Concurrence Q l,ocel / e J p 0'J '' Dale�/�//9
Yes No v )[
3
h r ant, Y y .----
. 4
t:, �. 1
tr
•
.4 °
t
use 37O_: ".
J '.1.
q
{ 5 t L
S „_f.'s. r f> .+ ,;fit a �'Y
Id£...�'• E'>' may' y et , C r• tT 1 c{,4 illt-:;4 !.
sr Stit, }•\ LL X s `Yt.„g�
nF t a y 'i.( A , x ° +3' y b�.y♦t`y Yni .rf. ` ac`s,,, `i
F ' y r ._ rate
s Fz I.cis
+ q o!. .,v..,t,
`.sue'°,,4 y r + T t• I
U i
i* . ? � y
t r}
r�
r - SYbardC r Y''w nli. 4- 'it,
''ice 4,7 Sll�.c7, �'r ftt r x. c ' r , <^$at. ..: S..f�
"r w ytx'y delf' ti u--,,i } s r it `r4 �� La-;,,-0-4a-
0 °- wi,J ;
t � r4 t l� L ➢ �ry tat• • r 5�v."-/ j`.-lam....�a
bluer. —. / ii � .e S'^ l '� u1i..•'.a a
980091.
•
r �
//99/-
Report No.
�v DETAILED DAMAGE INSPECTION REPORT Sheet No 97-1
U.S.oep n ne t _4_ of 4
of Transportation (Title 23,Federal-aid Highways) —
Disaster No
AdministrationApplicant , Detail
Weld County Public Works Dept. cwnt e)d l tf1i4/97
Location of Damage(Name of Road and Milepost) - Federal-aid Route No.
Weld County Road 37, 3.4 miles north of Hwy 52
Description of Damage
Flood washed material from roadway into ditch and fields . Approx. 150' in length.
Cost Estimate(include Construction Engineering)
Quantity Untt Description of Work to Date Unit Price Cost
(Equipment,Labor,and Materials)
4
c 250 C.Y, _ Fmbankment placed (C.I .P. ) $7.00 $1,750.00
O 125 Ton Aggregate Base Course Class 6 (C.I .P. ) $11.00 $1,375.00
a
a,
Sub tv AI sz,i)cUJ
. Lint-4 to S4CCf 4
Total Emergency
W
®Local Forces n State Forces n Emergency Contract Repaired
C •
CE
E
E
lY
0.
d `
lr
C
u
a
w Emergency
Method n Local Forces n State Forces n Emergency Contract ReepjuV Remaining
C 1
O
rY
C
C
C
C
a Estimated PreraNnary Engineering
Method Total❑Local Forces El State Forces , � Permanent Repair Contract Resto
ration
a� t
on
Environmental Assessment Recommendation Right-of-Way
Not Required/ ❑Major Action ❑Nonmajor Action TOTAL ESTIMATED COST !
// �r77 �� $11,925.00
Recommendation F/S� c • �6vtX�^Z- Date
®Efgible ❑ Ineligible B-2/- 97
Concurrence State �� ) Date
/ li
g[Yes 0 No Engineer (J"�'� S if' / 7
Concurrence Loca/yenvy R � 'live Date
l}T Yes ❑No /Arri i'4 v�'^"" A 980094 17/9//9,7� ..-.Ab ENe FNMr Fens.4.
•
. 4
7.
'7
i
: ..
la t
pI '
v. y
•
_ • V 'or. , A', a -
��
se .."" tt v dk-s he 4ti .s
- f tf y '+ -c-"� `wa d'. 3xi T t , 'a.. .
^" 1
t';'71.4.1;61/,'
'4. :CIA),
g
�. ' :'-- • T -4/:7-44.: e--n4r .' .+a'-.. *:CI- "ham ..
'w 3c, r } �` {;.7,740",'aa y:'.S '�/x'�iFtC '� •ae.�..+ i.
--,;.,,:,-,....:•.• .�< ''"F ..Py 0 yi t. ifr. S , 4 .. . ra q.;°ck'.,-:�i..y a.
�w9'' fit- Sri• v ° `''.
44bo.+A 'fx c' • *,,-.-44-A-4.•:........- ..SF•es. d {+ ,.�' .:.
jai in g?T } l S J--,
t Lie,-,k."; `4 ..'r...ttW'i"414iar � , L JiY`^t
r
:.14... •
4
xw
980094
I ®�i�
'`... \� �. Er!�1n •9• i0 6050
N
Y—Rile �-
]$7 •
pf!_p�-i I dNO •' /-- `e 00011 Ri �ti 5.
W \CREELEY I 4:1TAIINTI:,...,./1,:er
- ,P
troll��KER5 6 �`
p •'ilk_ _ _ i all
J' i . / ��- 5150
1 EP WI r I p- tinter _ � - O
5 /ITT °�igi �.,
•
Aim ...ayer -Th. , 50
74*-41. -.:Ill ..‘ . . ;17 Wrilliteg L
r��J`A 650 c*stoVALLE /i �e [II € rf ,�■. T � re,_ SORT /6 W
� Q 0Gts1 p�' 11
MILLIKfr IoT 0.I II A 4 , , 60
u - c1 Io 1�3` f
3613450Ill'
tied'
--• ic I
'rs: 1 y . �C
ill 1 3250, ElyVPLATTE ILLE Pr.
Id�LD `-'�� o ✓�
_991 7' i
WW 28 t
e
s.
a
[brig :�
t = 24 1150 lik'1, (Ne ,,�pp ' 1 ,R(,AWya i�
e 1 fir_ e r T
\1- -\ S ,t;\a-
11 ' 11
22 a An
2 \ 1 n 20 • 20
J % io • Clan • S .,
It
Sold - 16
ESTON r'e" -EIN b so �CIII eso
4,/ e n P . - 12 NI,�.. 16
5_ fr
Arse ,e KEEN ESB KG
�YVAI . - Ak 121 T rates H
• N
-K , It7
"
=
10
� R A�W • a .6.
,Fr,a s- n $ °r ll t 4-te ' -n.
eA � � Yo, ,of ^1 e
7793/ -3
Report No.
�r DETAILED DAMAGE INSPECTION REPORT Sheet No _z
us.o.panment 1 of 3
dT (Title 23,Federal-aid Highways)
Adana han Administratinay Disaster No.
APPricarit Weld County Public Works Dept. camtrWeld Inspection Date 8/14/97
Location of Damage(Name of Road and Mlepos( Federa*ald Route No.
Weld County Road 22, 2.8 miles east of Hwy 85
Description of Damage
Drainage ditch erosion along edge of roadway. Approx. 550' in length.
Cost Estimate(include Construction Engineering)
Quantity Unit Description of Work to Date Unit Price Cost
(Equipment,Labor,and Materials)
0
m
E
0
U
o.
C
K
C
C
0
rA
E
w
Method D Local Forces n State Forces Emergency Contract Total
Emergency
mppeted
1582 C.Y. Embankment (C.I .P. ) $7.00 $11 ,074.00
E 434 Ton Aggregate Base Course Class 6 (C. I .P. ) $11.00 $ 4,774.00
C
cc
cu
Sub IoFd 8/s, r4t00
cc
Ca(frtd Vo te 3
C
rA
W Method Total Emergency
® Local Forces n State Forces F1 Emergency Contract Repair Remaining
C
0
C
C
CC
E
0. Estimated Preliminary Engineering
Method [—ILocal Forces State Forces n Permanent Repair Contract ReTestorratio l Perma rent
Environmental Assessment Recommendation Right-of-Way
®Not Required O Major Action O Nonmajor Action TOTAL ESTIMATED COST
Recommendation FHWA Engineer �y n Date q
®Eligible n Ineligible % ta— L/ �T/iSh[ Js_ 8`Z/- C
Concurrence ,Yes O No Stale E i / p a'�(� Date `7
Concurrence oenc,, 'r nta• e 94 Dat� aI 9
J Yes [ No 9800
Form FHWA-1547(8-93) , The fern was alectrotweelly viedie:ad Waite Federal Forms.Inc
•
i I
---- I 1 1 ---
a z
'1s
� Y i
//a X�
'1 =may4 ^ 7:41,7 Z Q" ` Y.}.I'. ' . '' '�
9800(14
•
/129/3
� Report No.
DETAILED DAMAGE INSPECTION REPORT 97- Z
oeparmt Sheet No
dT _.2_ of �—
Federal y (Title 23,Federal-aid Highways) Disaster No.
Administration
APPrcilit„Weld County Public Works Dept. ccuield Inspection Date
114197
location of Damage(Marne of Road end Miepos( - Federal-aid Route No.
Weld County Road 22, 4.65 miles east'of Hwy 85
Description of Damage
Edge of roadway damage. Approx. 200' in length. Minor asphalt lost.
Cost Estimate(include Construction Engineering)
Quantity Unit Description of Work to Date Unit Price Cost
(Equipment,Labor,and Materials)
m _ _
•
w
E
O
U
O.
m
K
c
•
m
CO
E Method ncy
❑Local Forces n State Forces n Emergency Contract Reepplair Completed
Ia8 , C.Y. Embankment (C.J .P. ) $7.00 $1 ,316.00
m 71 Ton Aggregate RASP Course Class 6 (C I P ) $11.00 -$ 781.00
ce 2.5 Ton Asphalt (C.I .P. ) $46.00 $ 115.00
a -
a
m
Sus To4-a1 '1adia.oO
m e f (std Or SLef" 3
ency
ta Method ®Local Forces n State Forces n Emergency Contract Repair RTotal emaining
c
O.
I
a,
0
c
m
m
Estimated Preliminary EngineeringMethod Total
_ D Local Forces n State Forces , n Permanent Repair Contract Restoration Permanent
Environmental Assessment Recommendation Right-of-Way
® Not Required' O Major Action ❑Nonma)or Action TOTAL ESTIMATED COST
Recommendation F � A Engineer Date
Eligible ❑Ineligible /'L r^ - ''r'"_Z cr/VI y7
Concurrence State
Slate E./✓� Oat�//7 j
U es ❑No C/
Concurrence Agency:Cr 980094'
SKI Yes ❑No JO I psi/�/ c� 9-
_. • _ ..__...,cM.f�Neral Foma.K
I
2
"�.'--_ - - - — -
—- - - -- s ,.,,,,a,.,, v'' r t r '
.-- yo-
ti,../.4,—(y:- f
♦a nil: q j,- I > r
. L f-^4x 3 _ .''i 11F� *way 1 l one
,
JJ
AI- 1 ..-'/
i 'PI 1
i t . F C �+ . 1. cci, ^ 1 , > % ; r t r
H + + 41,fn i .; '?f�`Sa , i� t. 43 ) A�l4t�q, , PP; 1 J
, • r� .4// �' ' ;I , a tit ")?` �/
f ci G �ti In . , x'F 1 , t .� p
- `� �r. ��.gy�"vu• _ < , 4 ‘ j /1 v,is 1 t� tiff �y
j t .. a le,.� rt 1 #y+ -t t, :r 't",f �7 t fti ,^I \ ``'P",4i' i'itL> 1 - _
II' tl 7t '2.s( J( '1I� . s -4(1": "‘`.'. ?'{• y 31- ,4!` r, ,D,!';‘-c''4 ',
1 : ! 1•.,,c.;
. i.I 't Jr-.`� s (., ' s -O,6, o l 4ts 3r;�C ,,! i -:;-;-
ii' i'r• I .t1+1 'h Cv ' -�'jt r , ,., 1 .'1,(:7:c�.t"tip+ 4+♦� �.:"� i 1
�v> F ,r i�•, , t.>�yn 1,,:-.7,,o,y3.1J if / �> \•,.1
q„t C11�(G_v'?'^(yc''>4f{C x -,0 ;;;„.. ....a.:::
'v
-` t e '- - Jxi 4 _. , tIi 1-O- ".>“';,> +`•%e n:•/."^,.,
. A 0.�s'`*FL' a i'. "'Y.r>Ix
�' %1.�. ..
t
•
I
.1r1
�g
-*MIT"'
� .. s �l - -.,.
�Z
- sv � �� ter:• _ r�`r r 71.2 V E-fl"YSAZ`i
9 t
9800n i.
/in/-3
Report No. 7 9 7 _
DETAILED DAMAGE INSPECTION REPORT Sheet No
us.oaPamrme _
of —
�,,,,;y (Title 23,Federal-aid Highways) Disaster No.Administration
—
Inspection Date
'c.Weld County Public Works Dept. field 8/14/97
Location of Damage(Name of Road end Milepost) Federalaid Route No.Weld County Road 22, 6.3 miles east of Hwy 85
Description of Damage
Approx. 800' of roadway repair and ditch work.
Cost Estimate(include Construction Engineering)
Quantity Unit Description of Workto Date Unit Price Cost
(Equipment,Labor,and Materials)
•
E
0
U
40 •
0.
m
4
m
E
w• .
Total Emergency
Method ❑ Local Forces ❑State Forces ❑Emergency Contract Repair Completed
S 4888 . C Y Embankment (C I P ) $7.00 S34,216.00
E 970 Ton Aggregate Base Course Class 6 (C.I .P. ) $11.00 -$10.670.00
145 Ton Asphalt (C.I .P. ) $46.00 $ 6,670.00
a
rr 672 f_ Y . Top Soil (C.I.P. ) gin nn $ 6.72n nn
Carried S`,erl 3 Subo1a 47sT, a?6,00
w Method Total ERm flj Local Forces n State Forces n Emergency Contract Repair Remmergaining
CC
0.
0
4,
m
c
m
m _
a Estimated Preliminary Engineering
Method Total Permanent
❑Local Forces n State Forces , ❑Permanent Repair Contract Restoration
Environmental Acenccment Recommendation
Rghtof-Way
®Not Required' ['Major Action ❑Nonmajor Action
TOTAL ESTIMATED COST 76.116 fill
Recommendation FHWA Engineer � Date
Eligible ❑Ineligible *4i4* - Q, "a` i 61-21- 57
Concurrence State Date
f—lr 2 Mies ❑No (/cConcurrence ,ls ❑No R/ 9800
'71aid/ 9
3
k•-: --'
.
i
-- '
•
, .__._
,.. .Ds . .
__
... ._ .
... ....
a ' r •�
,..}/, M :J/3,:„.„.1. 4,...m.,.,.. ,..,..:srso
• tt...„ .. . ., .. . _
..
..b„A:. ,74.3t.t_....L.... .T. , ::::..: : _ ‘,.._..7
_,
... U•J fa4JJ tU t ♦ ': 3�� •••:,..-.� • �4C - _ -
It'll z- -r ry 4 r`v.` - '"ti. ,.„ 4.
+ t
� �. ▪ i-,,,,•";-.,n,4;;,:.,4" ' -.! a ', SRu • 1.< ^-c Z „ &-4
`41:.▪ ):4"- ‘44:•.4.,..q-..7-. "i ry • "ice 1 ,,
1iT 'TT
•
�▪ , r 1'. -. .v i
JQ4:, •
r
-
S'800nA.
.t I. 11 it«� \ ' K rw,A�e ~'
▪ '�i x . —P'�' eAEY-r6lD T• - \ Se50
wD "` ttpWl a. ass ` \
se w i 37 r .e
+ GREELEY _ O R EN ..." R _ n c
m ' .. _ ` KERS a
•
v 54 _ ,
51 I r � „ 52� , ..
��LY
4/M
,-,' t "I 1 St• (✓ CAL L'� . "9 • .{°Ty ;- l a�
96arw�i q{;:��6t r +9e/i•u 1650 YALIir �/ y� '
del RP .� '+S .R 85,p 1'(� _ g' u�ODT <,. - 46 o
w 256 „ $
i se /x
1 L1y0. M 44
M ILLIK t o — "
r LORE T 40 y . L..' 40 6 40
• n i ,- 01
b
/�' x '. R 36 — - i -
♦ 96/ -. ' f. . _I. 6
1 e 0 j 85 36 4., ]4w is°
r . '.
01
12 :,q'arI j r� I(
1 • Y4 Ilti
I. 32w • 2 Sz •y 3x I _
Tr \ . )PLATTE .ILLS -• n w. e �/
rAeAw 1 65 ;- ! T6 1 a a I a2--
,
i Late, le xe El•
A` . _ ,m Yore -
Z.
• 2450 i4 s, T4 a MA�
II 24 �11 / p. '+1
" a , `,; a _ 16 x.
g` 85- `f .s 20 o.
1 to / s•e 1 ew I9aN reA� PL2 a w
ro x
RESTON - grrA i I 1e It .w ` 'a1`, law
T .
5le 7
/ r ,6 "' g I q, K • w ,� KEEN ESB RG
PLAIT[ • Res f_ s �{toDe tes N
VALLEY •
ICK E'7 .. 11 PARK N 1 T .-. .. ��� .� ....�.. .- .... co mer
•®_._ _ ._, 1 FORT C17 5 a0 YNrN 1, ' Genre teal+
C/1 4-1
LUP ON r52 1— � UDMA 'Mara
66 y, 52
q q
slal a. et
lo
^
:. 5, _ 7 rrld_lee al
a 7 . ° .�� , as
4"tl et a-
•.. RS ._e_ e
-
WM #139 //19/-9
Report No.
w 97_3 DETAILED DAMAGE INSPECTION REPORT _
us.Depan Bert Sheet No of 3
fddera�liiphw y (Title 23,Federal-aid Highways) Disaster No. —
Administration
Appacant CWeld County Public Works Department«'^� Weld Inspection Date 8/14/97
Location of Damage(Name of Road and Milepost) - Federal-aid Route No.
Weld County Road 129, 3.3 miles north of Highway 14
Description of Damage —
Several large holes in roadway at the east shoulder. Large amounts of erosion in
drainage ditch.
Cost Estimate(include Construction Engineering)
Quantity Unit Description of Work to Date
(Equipment,Labor,and Materials) Unit Price Cost
d
v
E
0
U
• 0 •
Ce
a,
C
d
P.
•Method w. Ey
Q Local Forces 6 'State Forces n Emergency Contract Repair e Completed
i?° 444 C.Y. Embankment (C.I.P.) 9.00 $ 3,996.00
45 Ton Aggregate Base Course Class 6 (C.I.P.) 16.50 - 742.50
a.
rr
0.
m
lr
C
c
42
a
Total d
'r' Method n Local Forces n State Forces - n Emergency Contract Repair Remaining
C
O,
e,
C
A
E
al
0
Estimated Preliminary Engineering
Method Total Permanent
O Local Forces n State Forces 0Permanent Repair Contract Restoration
Environmental Assessment Recommendation Right-of-Way
fp Not Required' ❑Major Action O Nonma)or Action TOTAL ESTIMATED COST
Recommendation FHW�A, E-'n.g/ineer Date
Eligible n Ineligible /�'Ga.7 tl� �t_ / '/97
Concurrence State Ergs 6 / Date
Wes ❑No /670a2
/ �L� p / 2-7/97
Concurrence Repr� 9O0Q9f0-0;-
Y ❑es No
r i
1
'".'R�f* .t...-•,_
:: Y'
drarn�`;7.-- - �.
A. any..-- ' r
\ f -\1
Ky
r
..,, ,•. . t.:. x -T • - `---/:--i.'y . of
s R
yr.3tr 4 '.o,s'�` A C�J r-� t r j.
��IM'y. 4 �� r� S J L b •F �
y" f{:� is?II*,rP :". �`�� Cam' J` �Ic +YC
Y..;.- .m�''S 1.1.[ � d Ja i F.•Tr°,:is:- .k,..1...... • 1.:_.-e..", 2 .R i-y_
i'
-J-7.-:.7.`;',-.. ."'1,-.14.11‘2.4'/4",
_r gr 'i0.Ft%s. rr ' it, i c
�� ..... jwa;A .'i a -..
�r p
_y
------ . 1�__— _..�-_ - _-7--. - __ - _ ---
Art s\---Th,:p:. .— _.. . . .. . -
•
71 ,
.i)psi t...k.
•
I
../... — • -'4. ..,-.4.
{ . .4. _ wr . �lt6t ....xic ,L."'_.= ��—"_..' f< �5 eJ ), 'fir h 1! �. .s —
7 hs"`t� r ,- 'r }.. F 'a - -.a. t.t.z..., i-+w..
350094
Report No. 97-3
U.S. Fwd DETAILED DAMAGE INSPECTION REPORT street No
dTnespoM1>Gon 2 of 3
Federal Highway 23,Federal-aid Highways) Disaster No.
Administration
Applicant Weld County Public Works Department County: Weld Inspection Date 8/14/97
Location of Damage(Name of Road end Milepost) - Federal-aid Route No.
Weld County Road 129, 3.8 miles north of Highway 14
Description of Damage
Edge of roadway eroded. All rip rap at bridge wingwalls and abutment was lost.
Cost Estimate(include Construction Engineering)
Description of Work to Date Unit Price
Quantity UnitCost
(Equipment,Labor,and Materials)
ar
a
E
0
U
0
CC -
m
C
m
rA
tv
E
Method Total en
O Local Forces n State Forces n Emergency Contract Repai Comppletyed
950 C.Y. Embankment (C.I.P.) 9.00 $ 8,550.00
C
50 C.Y. Pit Run (C.I.P.) 13.00 '$ 650.00
400 . C.Y. Grouted rip rap (C.I.P.) 110.00 $ 44,000.00
170 S.Y. Geotile (C.I.P.) 2.00 $ 340.00
63 Ton Asphalt on bridge (C.I.P.) 46.00 $ 2,898.00
1 L.S. Dewatering 15,000.00 $ 15,000.00
Total w ency
Method n Local Forces n State Forces - n Emergency Contract Repair Remainingm
c
O
N
cc
Q'
C
C
W
C
a
Estimated Preliminary Engineering
Method Total Permanent
n Local Forces O State Forces O Permanent Repair Contract Restoration
Environmental Assessment Recommendation Right-of-Way
Not Required' fri major-Action ❑Nonmajor Action
TOTAL ESTIMATED COST
Recommendation FHWA Engineer Date
p Eligible D Ineligiblef��p�ski:Accra. /7/7/97
Concurrence State Date /�
Yes n No !U oZ7 Y7
,
2
ar..
o•
•
c
�-� ...-5- 4- rte,.
a-. .
i.
�i[��
• >-j Zyi +6
:y s 41.
j4,4 t.. • Sp: 4. slv"' �ti •{ 'Yn r _
•
• r '.%
4t fgr is j,��s T a1 -t ' .. .,.C -
oter-
"er
�
.Z �.-
�V* )7
a
le
,r.,,... • ...., 44.k., .. . . .,.......7____:tr_____________
__._ .
. _
,„....,..4.,.,.... .',”_,,. .-:--; 4,13',. - rir••-•-;•--—•-•... ...Tr i
z.
s` 14 ' ,%. ' Jig^..4
h ri F
f f 33e,”'�'1`f fyf�yyP}k�f, Ar .rbrq i
fi y �p
..,S7 L 4l n*vi 1 f 7� t.„; S .
•• " t+� *+. atr'-S
r r- a ! I 4x < rF -^;T h. .4�'El.s. , I@'
�`. ..vr ,fit� ,-"�i ..� I Yf S r I
9800%1
w Report No.
DETAILED DAMAGE INSPECTION REPORT 97-3
us.Department Sheet No —
er,er Transportation
°Federal e w y (Title 23,Federal-aid Highways) -Disaster No.
3-- of 3
Administration
Apprica°L •
Weld County Public Works Department County Weld InspedionDate8/14/97
Location of Damage(Name of Road and Milepost) Federal-aid Route NNo.--
•
Weld County Road 129, 4.2 miles north of Highway 14
Description of Damage .
Large erosion hole on west side of roadway. Ditch erosion on both sides of roadway.
Approx. 450' in length. Culvert in roadway completely buried by silt.
Cost Estimate(include Construction Engineering)
Quantity Unit Description of Work to Date Unit Price Cost
(Equipment,Labor,and Materials)
co
n
E
0
U
m
a
o
K
c
m
a
t
E
tu
Method O Local Forces State Forces n Emergency Contract Reeppatr ed '
o
c ' 207 C.Y. Embankment (C.I.P.) . 9.00 $ 1.863.00
c
E 20 Ton Aggregate Base Course Class 6 (C.I.P.) 16.50 $ T330.00
rU
._ 50 L.F. 24" C.M.P. (C.I.P.) 45.00 $ 2,250.00
a •
m
ce
m .
a •
d
w Method n Local Forces n State Forces Total Emergency
(� y Contract Repair Remaining
c
0
a'
m
O
N _
o
a
C
o
C
E
E
C,
a
Estimated Preliminary Engineering '
Method TO Local Forces n State Forces O Permanent Repair Contract R°e�storatio nent _
Environmental Assessment Recommendation Rightof-Way
,'Not Required' 0MajorAdMn EINonmakxAdion TOTAL ESTIMATED COST $ 80,619.50
Recommendation FHWA Ineer Date
Sj Eligible In '�" L
eligible ///Y/97
ComourTenee ShM E ��`` � ��//�� Date
"° ! Gt/ Gam-«L R �v/
Concurrence pa (� aid o79 v
' 'Fes 1-1 NoAH..-r
98009,1 .("O/0.2
D/
3
a.
•
^6 r.
::f w ,A n4>
'y r;
38009,1
- , 1&DC��
c2i / z-9
2
_ _
a - fr,.,- to
L tri. oil .Of fSi ¢ �i' at
m fa"
a itir
rt:
13
Yt '
la
amorm
R � 1 C
� f iiif,
. /
R
a
I o
.�/
i
As jilt
-3 1. if.�,. ' F k' Y 5
m ,
la
tO
la
et
d • � } f lIi
fA y
,t,-,,k,1 r-
T
w
t , t____?\___
ill I
/I
is 1,94 1 -1
h' Cli ./ s
IU
1 >Th r
' � € f 9 . ;
STATE OF COLORADO
DEPARTMENT OF TRANSPORTATION
r a OT
1420 2nd Street
Greeley,Colorado 80631 ramommmmamm_
(970)353-1232
January 14, 1998 ER R400-063
Emergency Flood Repair
Wayne Howard WCR 37, 22 , & 129
Civil Engineer
Weld County Subaccount 11991
P.O.Box 758
Greeley, CO 80632
Dear Wayne:
Enclosed are four executory copies of the contract for the
captioned project. One copy is for your review and comments or
file until you receive the fully executed contract.
Three copies are to be signed by the person authorized to sign for
the city. Do not date the first page. Return the three signed
copies to me for State action. One fully executed copy will be
returned to you for you files.
If you have any questions please call me at 350-2147 . Thank you.
Sincerely,
hn E. Kessenich,
Project manager
jek
Enclosures
cc: file
7.4
01'✓.
.stio,91,,I v;
9E8009,'<
Hello