Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Browse
Search
Address Info: 1150 O Street, P.O. Box 758, Greeley, CO 80632 | Phone:
(970) 400-4225
| Fax: (970) 336-7233 | Email:
egesick@weld.gov
| Official: Esther Gesick -
Clerk to the Board
Privacy Statement and Disclaimer
|
Accessibility and ADA Information
|
Social Media Commenting Policy
Home
My WebLink
About
20151495.tiff
RESOLUTION RE: APPROVE COMMUNITY DEVELOPMENT BLOCK GRANT APPLICATION FOR DEBRIS FROM ROADS (FHWA) AND DEBRIS REGARDING PA PILOT ALTERNATIVE PROGRAM (FEMA) 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 a Community Development Block Grant Application for Debris from Roads (FHWA) and Debris regarding PA Pilot Alternative Program (FEMA) from the County of Weld, State of Colorado, by and through the Board of County Commissioners of Weld County, to the Colorado Department of Public Safety, Division of Homeland Security and Emergency Management, commencing upon full execution, with further terms and conditions being as stated in said application, and WHEREAS, after review, the Board deems it advisable to approve said application, 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 Community Development Block Grant Application for Debris from Roads (FHWA) and Debris regarding PA Pilot Alternative Program (FEMA) from the County of Weld, State of Colorado, by and through the Board of County Commissioners of Weld County, to the Colorado Department of Public Safety, Division of Homeland Security and Emergency Management, be, and hereby is, approved. BE IT FURTHER RESOLVED by the Board that the Chair be, and hereby is, authorized to sign said application. C C OEmi kett "h2.- 2015-1495 EM0016 BC0045 COMMUNITY DEVELOPMENT BLOCK GRANT APPLICATION FOR DEBRIS FROM ROADS(FHWA)AND DEBRIS REGARDING PA PILOT ALTERNATIVE PROGRAM (FEMA) PAGE 2 The above and foregoing Resolution was, on motion duly made and seconded,adopted by the following vote on the 27th day of May,A.D.,2015. BOARD OF COUNTY COMMISSIONERS WELD COUNTY,COLORADO ATTEST: EXCUSED •�l'Jlo:� Barbara Kirkmeyer,Chair Weld County Clerk to the Board Mike Freeman, Pro-Tem • De Clerk o th- Boar EL f� tAaI SeanPf.Conway // APPROVED AS TO FOR 36 41 � ,Q `arch' Julie A.Cozad County Attorney ��' s'� EXCUSED 1 ��P Steve Moreno Date of signature: 4 2015-1495 EM0016 BC0045 r_ Colorado Division of Homeland Security Grant NOI / Application Emergency Management CDBG - DR Recover Colorado Infrastructure Program THIS SECTION FOR STATE USE ONLY DHSEM Identification Number: Colorado Point of Contact: CDBG-DR Program Manager Date NOI (Part A) Received: Colorado DHSEM 9195 East Mineral Avenue, Suite 200 Date Application (Part B) Received: Centennial, Colorado 80112 Office: 720.852.6713 Date Next Steps Letter Transmitted: Fax: 720.852.6750 cdps dhsem cdbg@state.co.us aist PART A - NOI : PROJECT OVERVIEW 1 . Applicant Legal Name: Weld County. Colorado 2. Applicant Type: ✓ Local Government Private Non-Profit (Attach copy of 501 c3, if applicable) 3. Project Title: County Match FEMA Projects - Category A Project Worksheets ( 1046 and 935) 4. Proposed Project Total Cost: 356.463.55 CDBG-DR-I Request: 44.557.94 5. Certifications: The undersigned assures fulfillment of all requirements of the CDBG-DR Recover Colorado Infrastructure Program as contained in the program guidelines and that all information contained herein is true and correct to the best of my knowledge. The governing body of the applicant has duly authorized the document, commits to the non-Federal and State share identified in the Budget, and hereby applies for the assistance documented in this application. Also, the applicant understands that the project may proceed ONLY AFTER a GRANT AGREEEMENT is approved. Mike Freeman , Pro-Tem Weld County Commissioner (970) 356-4000 Typed Name of Authorized Applicant Agent ll tl r Telephone Number l7C(14allagsr MAY 272015 Signature of Authorized Applicant Agent Date Signed 2015-1495 Attach any continuations or additional items as an Attachment to the electronic application and e-mail submittal. Page 1 of 20 CIMG-DR Infrastructure Application Colorado Division of Homeland Security and Emergency Management PART A - NOI : APPLICANT INFORMATION 1 . Applicant Legal Name: Weld County, Colorado 2. FIPS Code: 123 DUNS Number: 07575-7955 3. U.S. Congressional District: 4th Congressman Name: 4. State Senatorial District: 1 Senator Name: M r. Cory Gardner 5. State Legislative District: 50 Representative Name: Mr. Ken Buck 6. Primary Point of Contact: The Primary Point of Contact is the person responsible for coordinating the implementation of this proposal, if approval is granted. Ms. \1r. O Mrs. • First Name: Roy Last Name: Rudisill Title: Director Organization: Weld County Office of Emergency Managemc Street Address: 1150 O Street City: Greeley State: Colorado Zip Code: 80631 Telephone: l if u ) itj I n : Mobile: E-mail Address: rrudisill(c�co.weld . co 7. Alternate Point of Contact: The Alternate Point of Contact is the person that can address questions or concerns in the Primary Point of Contact's absence. Ms. O \lr. First Name: Barb last Name: Connolly Title: Controller Organization: Weld County Accounting Street Address: 1 150 O Street City: Greeley State: Colorado Zip Code: 80631 Telephone: c 3 / U )s ( JIU ) J3O- 1d \lokilc: E-mail Address: bconnolly(a�co .weld . 8. Application Prepared : Ms. II tiir. V Mrs First Name: Kyle Last Name: Jones Title: Planner Organization: ARCADIS-US Street Address: City: Tallahass( State: FL Zip Code: 32309 Telephone: (EMU) I- , ' : Mobile: ,22b) 2U2-3 E-mail Address: kyle . ionesarcadis- 9. Authorized Applicant Agent: Ms. O MAI Mrs. IN First Name: Barbara Last Name: Kirkmeyer Title: COmMiSSii Organization: Weld County Street Address: 1150 O Street, P . O . Box 758 City: Greeley State: Colorado Zip Code: 80631 Telephone: u )°O6 l , x: Mobile: E-mail Address: bkirkmeyer cnr co .welt The Authorized Applicant Agent MUST be the chief executive officer, mayor, etc. This person must be able to sign contracts, authorize funding allocations or payments, etc. Attach any continuations or additional items as an Attachment to the electronic application and e-mail submittal. Page 2 of 20 a_ CDBG-DR Infrastructure Application Colorado Division of Homeland Security and Emergency Management PART A - NOI: PROJECT DESCRIPTION & NATIONAL OBJECTIVES MET 1. Project — Eligible Activity Description: Describe the proposed project. Explain how the proposed project will address recovery and/or resilience needs in your community either independently or as part of a larger project. Include a description of the desired outcome and the recovery objective(s) to be achieved. This narrative should describe the CDBG-DR Eligible Activity. In an effort to achieve resiliency from the severe storms and minimize risk to the general public, Weld County addressed severe damage to local roadways , bridges, culverts, removed hazardous roadway debris, made emergency repairs to paved and gravel roadways, addressed river embankments/dangerous conditions to the public and made repairs to emergency response vehicles that were damaged during the Incident Period . FEMA Categories A, B , C , and E were addressed in the Weld County FEMA Match . CDBG funds are needed to be applied towards the Weld County FEMA Local Match for the emergency work that was identified on previously submitted Project Worksheets . All projects covered under the Weld County Project Worksheets were vital for Weld County to clear hazardous debris from roadways/creeks/streams and enhance their infrastructure , river embankments, equipment and roadways . This particular NOI/Application will discuss tinici mnn - ,, .,,-i mitt mnnn i1nAC „ e n' . flflfl -.,,:+:. ,flt. ,\ th,- fle + .,,n.-„ A in ;nn4- 2. Site / Physical Location: Describe the area(s) affected/protected by this project, including location by complete street address and longitude and latitude (coordinates in decimal degrees). Flood debris was scattered and removed throughout the entire county . The Lat/Long coordinates that are provided depict a small subset of site locations as identified in the correlating Project Worksheets. However; the area affected encompasses a much broader© 3. Population Served: Briefly describe the demographics of the population served or protected by this project. Include the percent of the overall community population benefiting from this project. Explain your response. An estimated 90% or more of the community benefited from the proactive work by Weld County and the removal of hazardous debris and the emergency work/repairs made to the roadways, bridges, equipment and culverts. The population benefiting from this Match Project will include an LMI level population percentage that will be directly or indirectly impacted through this project. This NOI and the associated PW's impacted the entire County and demographic area . White : 67 .6% , Hispanic: 28 . 3% , Other: 1 . 6% , Asian : 1 . 3% , Black: 0 .8% , Native American : 0 .4% . Weld County consists of 99,317 households with a median househo d income of $56. 589 and :he maiori_v of We d County is owner-occuoieci a 4. Priority of this Project: if you are submitting more than one CDBG-DR Infrastructure N01, what is the relative priority of this project? Please indicate the priority as: Priority # of## Projects Submitted. Priority 11 of 36 Projects Submitted . ktLich am continuations or additional item~ a, an \ttachment to the electronic application and e-mail submittal. Page 3 of 20 CDBG-DR Infrastructure Application Colorado Division of Homeland Security and Emergency Management PART A - NOI : CDBG-DR FUNDING QUALIFICATIONS Community Development Block Grant — Disaster Recovery (CDBG-DR) funding can be approved for a project in which ALL of the following requirements are met The physical location of the activity must be within a county listed in Table 1 of the program Recover Colorado Infrastructure Grant Program Guidelines (Guidelines). 1. Connection to Disaster Recovery CDBG's Disaster Recovery funds must be used for necessary expenses related to disaster relief, long-term recovery, restoration of infrastructure and housing, economic revitalization, and mitigation from future damages.. The activity must show a direct link to damages received during one or more of the events listed in Table 1 of the Guidelines. Please provide a brief explanation of how the proposed acquisition activity: (1) was a result of the disaster event; (2) will restore infrastructure or revitalize the economy; or will (3) mitigate future damages. During the incident period of September 11 . 2013 to September 30 , 2013, Weld County , Colorado received heavy rainfall and debris in the creeks , streams and rivers which caused surface gravel removal and scour damage to numerous roads and bridges in Weld County. This NOI Application 1 request addresses 1 emergency work and the damages that were a 44,/\ .-. . I I\ Y I\ F I /1 /\N \Y\ /V T M /\ /�r\ Y Y/1 I r\L\Y\ /V . l t A I' .. •1 . „4. f r.Y 41,13 2. Compliance H ith National Objectives State recipients receiving allocations under the CDBG-DR program must certify that their projected use of funds will ensure, and maintain evidence, that each of its activities assisted with CDBG-DR funds meets at least one of the three National Objectives. a) Which of the National Objectives are met by proposed project? Will benefit low and moderate income (LMI) persons; or nWill aid in the prevention or elimination of slums or blight; or I Is an Urgent Need in which meet community development needs having a particular urgency because existing conditions pose a serious and immediate threat to the health or welfare of the community where other financial resources are not available to meet such needs. b) How will the proposed project meet the above checked National Objective(s). See attached LMI data for the Project. In addition to the LMI data attached , the State of Colorado (according to ACS 2008-2012 5Y) lists Weld County at a 41 . 0% LMI . In reviewing the LMI data for this Project NOI , the PW's associated LMI % AVERAGE was 42 . 3% . However, this percentage does not accurately capture the total number of service areas that are either directly or indirectly impacted by the FEMA Match Projects. The entire community benefited from the proactive emergency work by Weld County and the removal of hazardous debris and the work/repairs made to the roadways . bridges, equipment and culverts thus the County believes that a higher LMI % should be given for this FEMA match Projects. The general vicinity of FEMA Match Projects encompasses the entire County and greatly benefits the entire LMI population for this project, which is why the County believes that this project not only meets , but exceeds the 50% requirement for meeting the National Objective . The emergency work/repairs that were made under the WELCO PW's for the Local FEMA Match drastically reduced hazardous conditions for the general public and enabled Weld County to focus on resiliency efforts post storm . It is believed that the service area for Project Site Locations benefited multiple LMI tract sections and thus a higher weighted percentage of over 50% should be noted for this a Attach any continuations or additional items as an Attachment to the electronic application and v-mail submittal. Page 4 of 20 CDBG-DR Infrastructure Application Colorado Division of Homeland Security and Emergency Management 3. Compliance with the primary objective. As indicated in the Guidelines: "A proposed project's benefits to LMI persons will be an important factor in evaluating potential infrastructure projects. A total of 20% of the Recover Colorado Infrastructure project funding must benefit LMI persons. Due to the very low percentage of LMI projects submitted in the first round of infrastructure funding, it is estimated that approximately 25% to 30% of the funding available in this second allocation must meet the LM1 requirement to make up for the deficit." This section does not need to be completed if the project does not meet this National Objective. The primary objective for using CDBG Disaster Recovery funds is benefitting, by at least 51 percent, persons of low and moderate income. The following section provides the information necessary to complete this requirement. a) Is the proposed activity: I / I jurisdiction wide ❑ specified target area If you checked specified target area, which data source was used? (Note: select the smallest unit of Census data that encompasses your proposed target area.) b) Enter the number of households involved in the proposed project. 99 , 317 c) In the space below, describe how the applicant will comply with the requirement that at least 51 percent of CDBG-DR dollars will principally benefit low- and moderate-income households and persons. Weld County will comply with the 51 % requirement due to the fact that the PW's associated under this NOI Project for the FEMA County Match are targeted to areas of the county that qualify as LMI . The justification behind this methodology is that multiple d) Enter the number of households within each income category expected to benefit from the proposed project. Incomes above 80% of the County Median 785 Incomes above 50% and up to 80% of the County Median 1265 Incomes at or below 50% of the County Median 2060 e) Which type of income was used to determine the above? (Check only one) As determined by the American Community Survey (Public Facilities projects) Annual income as defined for Public Housing and Section 8 Annual income as reported under the Census long form Adjusted gross income as defined for reporting under IRS Attach any continuations or additional items as an Attachment to the electronic application and e-mail submittal. Page 5 of 20 I I CDBG-DR Infrastructure Application Colorado Division of Homeland Security and Emergency Management PART A - NOI: COMPREHENSIVE RISK ANALYSIS INFORMATION 1. Community Hazards Review: Please list and briefly describe in rank order of importance the natural or man-made hazards in your (the Applicant's) service area. The hazards identified within these Projects for the FEMA County Match would be ranked in the following manner: Flood , Erosion and Subsidence . The hazards caused significant damage and posed a severe risk to the community for the designated incident period . 2. High Risk Hazards Addressed by the Project: Describe how, and the degree to which, the proposed project mitigates high risk hazards. Include damage history, source and type of problem, frequency of event(s), and severity of damage information, if available. 1 Lazard 1 Flooding caused the most severe damage to Weld County during the designated incident period and this Project addressed and removed large quantities of debris that was piled up in various locations across the County. In addition , County Officials ensured debris was removed in a timely manner for the safety of the community . Hazard 2 Erosion also caused a severe issue for the County . This Project addressed and mitigated against severe erosion damage to local roadways , shoulders, and embankments. The work that was conducted by the County mitigated against any immediate threat/hazard to the damaged infrastructure and restored the infrastructure back to its pre-disaster condition in accordance with regulations . attach am continuations or additional items as an Attachment to the electronic application and e-mail submittal. Page 6 of 20 CDBG-DR Infrastructure Application Colorado Division of Homeland Security and Emergency Management Hazard 3 Subsidence was another critical hazard that caused dangerous conditions for the community. This Project addressed and mitigated against severe subsidence damage to local roadways, shoulders , bridges and embankments . The work that was conducted by the County mitigated against any immediate threat/hazard to the damaged infrastructure and restored the infrastructure back to its pre-disaster condition in accordance with regulations . Note: If your proposed project addresses more than three Hazards, please provide that inFormation as an attachment. 3. Elimination of Risk: Does the proposed project result in the elimination of a hazard from your (the Applicant's) service area? If so, please describe. If not, please estimate the degree to which this project will mitigate the risk from the hazards identified in Item #2. This Proposed FEMA Local Match Project for the Category A PW's eliminated any and all hazards from the County's service area by removing hazardous debris from the roadways and streams . These types of hazards that occurred in Weld County and throughout Colorado are truly an act of mother nature and the County was as prepared as it could have been but the severity/duration of the incident was of an unprecedented nature . However Weld County cannot eliminate the risk of future flooding , erosion or land subsidence , but Local Officials can ensure that their community is prepared for future incident, take the necessary precautions and that their infrastructure is restored properly to its pre-disaster condition . 4. Environmental Quality Improvements: Does the proposed project result in an improvement in the quality of the natural environment in your (the Applicant's) service area? If so, please describe. Yes: the damages that attributed to the designated incident period and FEMA-DR 4145 were addressed via the attached PW's and the work conducted to restore the infrastructure back to its pre-disaster condition was implemented . The work done at each site location (see previous attachment for lat/long coordinates) addressed not only repairs made to the infrastructure, but also repairs to the river embankments and any potential erosion or subsidence issues that could have worsened if the County had not taken the proactive new-Ng-lei it-ire thnf fknt , Air" 5. Climate Change Improvements: Does the proposed project reduce or ameliorate a projected impact of climate change in Colorado? If so, please briefly describe the benefit of the project. This Proposed Project reduces a projected impact climate change due to the proactive mitigation measures that were undertaken by Weld County during the designated incident period . This was accomplished by ensuring that each damaged site location was addressed as soon , but as safely, as possible , and not to sustain any further impacts to the site locations or environment that would enable the damage to enhance the projected impact of any potential climate changes . Attach any continuations or additional items as an Attachment to the electronic application and e-mail submittal. Page 7 of 20 CDBG-DR Infrastructure Application Colorado Division of Homeland Security and Emergency Management 6. Community Process: Does the proposed project include a community planning or involvement process that increases community resiliency? If so, please briefly describe the process. This Proposed Project was initiated by County Officials in an effort to achieve resiliency from the severe storms and also to minimize risk to the community, Weld County addressed the severe flood damage and debris that accumulated on the roadways and infrastructure by ensuring that dangerous conditions for the public were addressed and mitigated properly and efficiently . 7. Reduction in the Costs of Future Response or Recovery: Will the proposed project result in a reduction in the cost of response or recovery from an incident occurring due to one or more of the hazards identified in Item # I or #2? If so, please briefly describe how response or recovery costs will be reduced. For a small scale flooding incident, yes; however, the flooding that occurred during the designated incident period was catastrophic and the PW's associated with the NOI FEMA Local Match Request were completed to address the damages . 8. Floodplain/Floodway/Substantially Damaged Properties: Does the proposed project include a property or properties located in a floodway or floodplain; or not located in a regulatory floodplain but which were substantially damaged or have a history of damage from at least two disaster events? If so, please identify those properties below. No: the Proposed Project is for the FEMA Local Match from CDBG-DR in regards to expenses from CAT A for the designated incident period for FEMA-DR 4145 . 9. Mitigation Planning: Does your community have a current FEMA approved multi-hazard mitigation plan? Yes \0 Location of proposed project in mitigation plan strategies: Page 139 Section/Part Mitigation Stra Is the community a member of good standing with the National Flood Insurance Program? ✓ Yes No Attach any continuations or additional items as an Attachment to the electronic application and e-mail submittal. Page 8 of 20 CDBG-DR Infrastructure Application Colorado Division of Homeland Security and Emergency Management 10. Community Plan Compliance: Does the proposed project- comply with and/or address an issue recognized in key community plans? Key plans include, but are not limited to: a Comprehensive Master Plan, a Stormwater Management Plan, a Hazard Mitigation Plans, or key community codes. If so, please describe how the project integrates into the plan(s). Yes: the Proposed Project complies with all local community plans and this Project integrates into the Plans because the County addressed the damages to local roadways and infrastructure and mitigated damages that posed a serious risk/hazard to the community during the incident period . All FEMA PW's were initiated by Weld County and via this Proposed Project, the County requests that CDBG funds be applied towards the local FEMA Match for this Project. 11. Environmental / Historic Preservation Issues: Please describe any significant environmental, historic, or cultural features that may be affected by the project. Please also describe any features that may be improved by the project. There were no significant environmental , historic or cultural features that were affected by this project. There was no features that were improved by the project. I2. Permitting: Please I ki tlNc local, state, and federal permits that will be required to complete this project. No permitting was required for this project . attach any continuations or additional items as an Attachment to the electronic application and e-mail submittal. Page 9 of 20 CDBG-DR Infrastructure Application Colorado Division of Homeland Security and Emergency Management 13. Community Resilience: Please describe how this project will increase the resilience of your community. As defined in the Guidelines: "Resilience incorporates hazard mitigation and land use planning strategies; critical infrastructure, environmental and cultural resource protection; and sustainability practices to reconstruct the built environment, and revitalize the economic, social, and natural environments." In an effort to achieve resiliency from the severe storms and minimize risk to the general public, Weld County addressed severe damage to local roadways, bridges, culverts, removed hazardous roadway debris, made repairs to paved and gravel roadways, addressed river embankments/dangerous conditions to the public and made repairs to emergency response vehicles that were damaged during the Incident Period . This Proposed Project addresses proactive work initiated by Weld County during FEMA-DR 4145 enabled the community to recover in an expeditious manner and increased the resilience of the community by incorporating nearly every aspect of sustainability and revitalizing the community . The community was able to recover quicker due to the proactive work done through this Proposed Project and the associated PW's. 14. Maps Please attach the following maps with the project site and structures marked on the map. Use SAME ID number as in the Individual Property Worksheets. Flood Insurance Rate Map (FIRM). If the FIRM for your area is not published, please attach a copy of the Flood Hazard Boundary Map (FHBM). City or county scale map (large enough to show the entire project area) USGS 1 :24,000 topo map Parcel Map (Tax Map, Property Identification Map, etc.) Overview photographs. The photographs should be representative of the project area, including any relevant streams, creeks, rivers, etc., and drainage areas which affect the project site of will be affected by the project. 15. Additional Comments (Optional): Enter any additional comments related to the proposed project's ability to reduce hazard risk and increase community resiliency. This proposed project reduced the hazard risk to the community and increased resiliency by the work conducted through the PW's in correlation with FEMA-DR 4145 . CDBG funds are being requested to be applied to the local FEMA Match ( 12 .5% ) for the PW's. All maps are located in project files that were previously submitted and will be provided upon request. ThP Pntirn community henpfitPr1 from the nroactive work by 1/1/Plci County and the removal cC Attach any continuations or additional items as an Attachment to the electronic application and e-mail submittal. Page 10 of 20 CDBG-DR Infrastructure Application Colorado Division of Homeland Security and Emergency Management PART A - NOI: DECISION MAKING PROCESS 1. Decision-Making Process: Describe the process you used to decide that this project is the best solution to the problem. Explain why this project is the best alternative you considered. Address questions such as: • Are you focusing on the area in your community that has the greatest potential for losses? • Have you considered the risks to critical facilities and structures and benefits to be obtained by mitigating this vulnerability? • Have you considered those areas or projects that present the greatest opportunities given the current situation(s) of interest in your community? • Are you addressing a symptom or the source of the problem? Addressing the source of the problem is a long-term solution which provides the most mitigation benefits. • If impacts to the environment, natural, cultural or historic resources have been identified, explain how your alternatives and proposed project address, minimize, or avoid these impacts. The Site locations within the two WELCO PW's in the Proposed Project were identified due to the high dollar amount of funds that were expended by Weld County to ensure the safety of the community and also restore county infrastructure back to its pre-disaster condition . This Proposed Project has site locations across the entire community and service area and it was determined that a large percentage of the LMI population was impacted by the severe flooding incident and the proactive work by County Officials enabled the community to recover quicker, thus allowing the community to sustain resiliency and return operations to normal . 2. Acquisition Projects - Describe the community's methodology for selecting the properties to be acquired in this application and how each is ranked (highest to lowest): N/A Attach any continuations or additional items as an Attachment to the electronic application and e-mail submittal. Page 11 of 20 CDBG-DR Infrastructure Application Colorado Division of Homeland Security and Emergency Management PART A - NOI : SCOPE OF WORK / BUDGET OVERVIEW / FINANICAL FACTORS I . Project Scope: Please provide a comprehensive and detailed description of the scope of the proposed project. Describe each of the project components and the steps necessary to complete that work. If the proposed project is a funding match for another disaster recovery or infrastructure development program, please identify the agency, program funds, and project reference number that CDBG-DR funding is intended to support. Also describe any critical deadlines that must be met to accomplish this work. This Proposed Project is for the Local FEMA Match for costs in regards to the below PW's . These costs were incurred as a result of FEMA-DR 4145 . During the incident period of September 11 , 2013 to September 30 , 2013 , Weld County , Colorado received heavy rainfall and debris in the creeks , streams and rivers which caused severe flooding to and along roadways and surface streets, and also severely damaged local infrastructure . This NOI Application request addresses the emergency work / damages that were a direct result of the severe flooding . The correlating PW's associated with this request for the CDBG Local FEMA Match are : WELCO01 and WELCO02 A Scope of Work is included within each PW and addresses the work that was completed . The below is a breakdown of the PW Total Costs , the CDBG Cost Share ( 12 . 5% ) that is being requested through the NOI Application and the Remaining Cost Share (87 .5% ), which includes 12 . 5% State and 75% Federal Share. PW Total CDBG Share ( 12 . 5% ) Other Share (87 . 5% ) WELCO01 $346 ,739 . 69 $43, 342 .46 $303, 397 . 23 WELCO02 $9, 723 . 86 $ 1 ,215 .48 $8, 508 . 38 TOTAL : S356 ,463 . 55 $44 ,557 . 94 $311 ,905 . 61 2. Community Priority: Please describe why this project is a priority for your organization. This Proposed Project is a priority for Weld County to utilize the CDBG funding as the Local FEMA Match to offset the costs for the proactive work done by the County to reduce hazardous conditions to the community. I Attach any continuations or additional items as an Attachment to the electronic application and e-mail submittal. Page 12 of 20 a CDBG-DR Infrastructure Application Colorado Division of Homeland Security and Emergence \lanagement 3. Project Cost Summary: Please summarize the major cost components of the project. Please round all values to the nearest dollar. a. Planning / Engineering / Design $ b. Environmental Compliance $ The value of general and/or c. Real Property Acquisition / Demolition $ professional labor wages must be tabulated in accordance d. Closing Costs / Legal Fees $ with the Davis Bacon Act of e. Housing Program Assistance $ 1931 f. Construction Costs $ g. Project Delivery Costs $ h. Other (specify below) $ 356.463.55 Protect Worksheet Cost (attached ; i. Total ofa-h $ 356.463 55 j. Duplication of Benefits (if unknown at time of application enter zero). $ 0 k. Subtract j. from i. to determine Total Project Cost $ 356.463.55 Notes: Housing Program Assistance costs include the cost of compliance with Uniform Relocation Assistance (URA) and Comparable Housing Assistance (CHA) requirements. Project Delivery Costs include the costs of project delivery by the sponsoring organization but do not include administrative overhead. 4. Total Project Cost Allocations Proposed Project Total Cost: $ 356.463.55 Federal Cost Share: $ 267.347.66 State Cost Share: $ 44,557.94 $ 44,557.94 Local Cost Share 5. Basis of Cost Estimate: Briefly describe how the cost estimates listed in #3 above were developed (e.g. lump sum, unit cost, quotation, etc.). The Cost Estimates were developed above from actual work that was properly procured and conducted . They come directly off of what was included on the FEMA approved PW's and the costs are broken down by PW. 6. Project Management: Describe how you will manage the costs and schedule, and how you will ensure successful performance. The work for this Proposed Project has been completed . The 12 . 5% CDBG Local Match will be applied towards the Weld County Match for FEMA PW's and the costs that were previously incurred during the disaster. Note: The applicant must agree to furnish quarterly reports during the entire time the project is in active status. Quarters end on March 3 I st, June 30th, September 30th, and December 31st. Reports are due to the State within 15 days after the end of each quarter.) ttach an) continuations or additional items as an Attachment to the electronic application and e-mail submittal. Page 13 of 20 CDBG-DR Infrastructure Application Colorado Division of Homeland Security and Emergency Management 7. Project Maintenance Requirements: The following questions are to give assurance on the project's maintenance over its useful life. Please answer each question and give a brief explanation. a. If the project involves the acquisition of real property, what is the proposed land use after acquisition? (i.e., Agriculture, Recreation, Vacant Land, Park, Wetlands, etc.) N/A b. Will the project require periodic maintenance? No c. If yes, who will provide the maintenance? N/A d. What is the estimated cost of maintenance on an annual basis? 0 Note: Cost of maintenance is considered an application prioritization weighting factor. Projects with high maintenance costs have a greater risk of future failure due to deferred maintenance. Therefore, the responses provided above should be as complete and verifiable as possible in order to minimize the likelihood of ranking point reductions due to maintenance concerns. 8. additional Comments: Enter any additional comments related to the proposed project's funding, if desired . CDBG funds are needed for the 12 . 5% Local FEMA Match and the associated PW's that are included in the NOI-Application . 9. Financial / Fiscal Health Factors: Please indicate the total budget (all funds) of your organization. Please describe the impact of disaster recovery efforts to date on this budget. In addition, if this objective is selected based on the local governments inability to finance the activity, the municipality must also include in the application package a resolution stating this fact and supporting documentation such as budgetary information, a description of TABOR restrictions, and the most recent audit report or approved exemption from audit. Weld County's total 2015 budget is $307,031 , 089 .00 . The impact of the September, 2013 flooding has primary been on the damage to the county's road and bridge system . The damage has resulted in Weld County having to transfer $5 million from the Contingency Fund to the Public Works Fund in 2013 and in 2014 for a total of $ 10 million dollars. Without assistance from FEMA, FWHA, and CDBG the amount would have several million more . The impact has also forced the county to shift local resources from projects unrelated to flooding to deal with the emergency situations created by the flood in both the 2013 and 2014 fiscal years . Even in 2015 5he county still using local resources to recover from the flooding . Fortunately, Weld County has always been fiscally conservative and budgeted responsibly . Had the county not taken the responsible approach to its finances county service would have had to have been cut to cope with the flood recovery. 1A/o f` 1 Ill intt, nnnrr]tno i inrinr thc mnct rnotrirt,,nr.-.r.....h. . t.. y ;mitotinn in tho c t to Ka I!` csn Attach any continuations or additional items as an Attachment to the electronic application and e-mail submittal. Page 14 of 20 CDBG-DR Infrastructure Application Colorado Division of Homeland Security and Emergency Management PART B - APPLICATION : PROJECT MILESTONES / TIMELINES / TASKS 1 . Timeline / Tasks Insert the proposed work schedule as tasks to accomplish the overall goal of the proposed activity (i.e., appraisals, title search, closing, etc.), and provide a description of the task's purpose. This timeline will be used as a measurement tool for progress in the project's implementation and is included in the required Quarterly Reports. Also, FEMA uses the timeline for determining the approved period of performance. It will be the basis used to justify delays or extensions, if necessary, and should be estimated carefully. The first and last entries are state requirements and have already been entered. Task l : Timeframe: 3 Months Grant Process and Environmental Review Task 2: Procurred Debris Contractor Completed Timeframe: Task 3: Removed Debris from ROW Completed Timeframe: Task 4: Timeframe: Task 5: Timeframe: Task 6: Timeframe: Task 7: Timeframe: Task 8: Timeframe: Task 9: Timeframe: Final Inspection Report and Project Closeout Task 10: The Final Inspection Report is a review of the activity's paper documentation. showing the project was implemented as required. Once the review is completed. the 3 Months report and findings will be provided to the grantee for review and concurrence. The 1'imctrame State submits the concurrence to FEMA as part of a closeout package to formally Total Project 7'i mefrltme: 6 Months Attach any continuations or additional items as an Attachment to the electronic application and e-mail submittal. ('age 15 of 20 CDBG-DR Infrastructure Application Colorado Division of Homeland Security and Emergency Management 2. Start Date & Pre-Award Costs: The start date for any project begins upon GRANT AGREEMENT approval by the State Controller. If a different start date or timeframe is needed, provide an explanation below. Also indicate if any pre- award activities or costs have been incurred or authorized. The proposed project is for local FEMA match dollars and the work has already been completed . The debris removal began as soon as the flood waters receded and the county crews and contractor were able to access the sites and ended early in 2014 . Additionally. cost have been incurred through the preparation of this NOI Application . Attach any continuations or additional items as an Attachment to the electronic application and e-mail submittal. Page 16 of 20 CDBG-DR Infrastructure Application Colorado Division of Homeland Security and Emergency Management Please note that Part B is required for the final Application submittal. Part B sections may optionally be completed and submitted with the NOI. Please update any Part A section information when submitting you full Application. PART B — APPLICATION : ENVIRONMENTAL REVIEW 1. Environmental Review Background Information & Environmental Review Worksheet: In accordance with 24 CFR Part 58.22 (see below), all federally funded projects must accomplish an environmental review prior to beginning any work on a project. These HUD regulations are in place for two purposes: 1 . To ensure federal funds are used to place people of low and moderate income in environmentally safe conditions; and 2. To ensure federal funds are NOT used to negatively impact environmental conditions that exist near a project site. Please note the following limitations on CDBG-DR grant activities pending environmental clearance per 24 CFR Part 58.22. (a) Neither a recipient nor any participant in the development process, including public or private nonprofit or for-profit entities, or any of their contractors, may commit HUD assistance under a program listed in Sec. 58. 1(b) on an activity or project until HUD or the state has approved the recipient's RROF and the related certification from the responsible entity. In addition, until the RROF and the related certification have been approved, neither a recipient nor any participant in the development process may commit non-HUD funds on or undertake an activity or project under a program listed in Sec. 58. 1(b) if the activity or project would have an adverse environmental impact or limit the choice of reasonable alternatives. (b) N/A for DOLA/CDPS projects. (c) If a recipient is considering an application from a prospective sub-recipient or beneficiary and is aware that the prospective sub-recipient or beneficiary is about to take an action within the jurisdiction of the recipient that is prohibited by paragraph (a) of this section, then the recipient will take appropriate action to ensure that the objectives and procedures of NEPA are achieved. (d) An option agreement on a proposed site or property is allowable prior to the completion of the environmental review if the option agreement is subject to a determination by the recipient on the desirability of the property for the project as a result of the completion of the environmental review in accordance with this part and the cost of the option is a nominal portion of the purchase price. There is no constraint on the purchase of an option by third parties that have not been selected for HUD funding, have no responsibility for the environmental review and have no say in the approval or disapproval of the project. (e) Self-Help Homeownership Opportunity Program (SHOP). In accordance with section 11(d)(2)(A) of the Housing Opportunity Program Extension Act of 1996 (42 U.S.C. 12805 note), an organization, consortium, or affiliate receiving assistance under the SHOP program may advance non-grant funds to acquire land prior to completion of an environmental review and approval of a Request for Release of Funds (RROF) and certification, notwithstanding paragraph (a) of this section. Any advances to acquire land prior to approval of the RROF and certification are made at the risk of the organization, consortium, or affiliate and reimbursement for such advances may depend on the result of the environmental review. This authorization is limited to the SHOP program only and all other forms of HUD assistance are subject to the limitations in paragraph (a) of this section. (f) Relocation. Funds may be committed for relocation assistance before the approval of the RROF and related certification for the project provided that the relocation assistance is required by 24 CFR part 42. Attach any continuations or additional items as an Attachment to the electronic application and c-mail submittal. Page 17 of 20 CDBG-DR Infrastructure Application Colorado Division of Homeland Security and Emergency Management Environmental Review Worksheet Check ALL of the activities listed below that will be included as part of the project, REGARDLESS OF THE FUNDING SOURCE: Q Information and financial services 51 Administrative and management activities • Environmental and other studies, resource identification, and the development of plans and strategies ■ Most engineering and design costs associated with eligible projects ■ Inspections and testing of properties for hazards or defects -a ■ Project planning E,,, Q ❑ Purchase of insurance a > c ❑ Purchase of tools W ❑ Technical assistance and training .E .6 ❑ Interim assistance to arrest the effects of an imminent threat or physical deterioration in which the assistance W does not alter environmental conditions. Public services that will not have a physical impact or result in any physical changes a employment, child f1 P Y • PP Y • g ( •g•� care, health, education, counseling, welfare) ez- ❑ Assistance for temporary or permanent improvements that do not alter environmental conditions and are limited to protection, repair, or restoration activities necessary only to control or arrest the effects from disasters or imminent threats to public safety including those resulting from physical deterioration (Must also complete the Regulatory Checklist at the end of Exhibit IV-A) co ≥ p Operating costs (e.g., maintenance, security, operation, utilities, furnishings, equipment, supplies, staff training Z and recruitment, other incidental costs) c.,) f 1 Relocation costs ❑ Acquisition, repair, improvement, reconstruction, or rehabilitation when the facilities and improvements are in place and will be retained in the same use without change in size or capacity of more than 20 percent = % ❑ Special projects directed to the removal of material and architectural barriers that restrict the mobility of and f accessibility to elderly and handicapped persons : Id ❑ Acquisition (including leasing) or disposition of, or equity loans on, an existing structure ❑ Acquisition (including leasing) of vacant land provided the structure or land acquired, financed, or disposed of will be retained for the same use Acquisition, repair, improvement, reconstruction, or rehabilitation when the facilities and improvements are in place, but will change in size or capacity of more than 20 percent f 1 Acquisition, repair, improvement, reconstruction, or rehabilitation when the facilities and improvements are in place, but will involve a change in land use, such as from non-residential to residential, commercial to industrial, or from one industrial use to another BDemolition New construction This checklist must be included with the CDBG application. Please direct questions to the appropriate contact person below: DOLA/DLG DHSEM famra Norton, Environmental Compliance Officer Steven Boand, State Disaster Recovery Manager Department of Local Affairs Department of Public Safety 1313 Sherman Street, Room 521, Division of Homeland Security and Emergency Management Denver, CO 80203 9195 E Mineral Ave, Suite 200 303-866-6398 Centennial, CO 80112 tamra.nortonastate.co.us 720.852.6713 steven.boancstate.co.us DPS/DOLA USE ONLY: Required level of environmental review: O Exempt O CENST O CESTO EA Reviewed by: Date of Review: Attach any continuations or additional items as an Attachment to the electronic application and c-mail submittal. Page 18 of 20 I CDBG-DR Infrastructure Application Colorado Division of Homeland Security and Emergency Management 2. Supplemental Environmental Review Information Enter any additional comments related to environmental concerns for the proposed project if desired. Please list and attach any documents or studies that have been prepared that support the Environmental Review Worksheet responses. There was no environmental concerns related to this project. Attach any continuations or additional items as an Attachment to the electronic application and e-mail submittal. Page 19 of 20 I CDBG-DR Infrastructure Application Colorado Division of Homeland Security and Emergency Management PART B - APPLICATION: DETAILED PROJECT BUDGET 1. Detailed Project Budget: Please enter or attach a detailed and comprehensive final proposed budget for the project. Please note that CDBG-DR funds may be limited to the amount submitted with the NOI pending the availability of additional funding Please see the attached Project Worksheets for a detailed scope of work and cost information . Attach any continuations or additional items as an Attachment to the electronic application and e-mail submittal. Page 20 of 20 N ro al to E O I, c E -D al E a c e0 u m al v cC O ° O E y N n a 3 a O O N N N d N E m 0 a E �a 2 o a) J call 2 E u - v O N C E CIO o CO C .2 CU -D m m O o m a.) D O E O. o m a) -J v E E v 0 3 v a O O 73 ° cl J 03 • C L C 'a E «. a 3 3 3 -5 o O 0 •3 0 m 0 0 0 c C c CCCOE v J D J L. O L o ° °uuu a -o a" z a c � D 0 O o, O 0 O x 5 — 2 33 2 0 0 2 (D 0 J J J J J e o e v o o e Ce o oR o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0e * e o * e oN. 0 0 e e O rl Lo tD 1D LD tD O h h 0 0 0 tD LO LD O) LD O rl O a v ID n 03 n .--� O v 0o v 0o n h 0 Ol O 1� F V N N .-1 rl .-1 '-I 'Cr N N n n a .-+ rl .-1 1A .-1 n N n Vl in N 1'-1 rl N CO V) ul r-1 In rl V N 'Cr Vl v lJ O) co 1I m co co c0 CO O) Ni N n h Ol co W 00 a co 0o CO n n n c0 O ul N m n n v1 n VI ul to W Ol W O) N CO n m M m M m 00 in in M m CO m m en m m 0 n en m In IN Vl N N N N N O co m 00 in O CO 3 O J ut Ln ul 1/1 Le) Vt in in 0 0 al ill in ul Vl VI 0 Ln O Li-, Vl Vl Nl in O O O O V) Ls, a Vl O O O V) Vl ul V) in O) H rf .--1 I--I .-1 in 03 00 N- n lil — e-1 - 1/l el IN CA IN in in r1 pl 0 00 N in Ill LO ul LD to LC, n Vl 0 V) CO > n co m M M M m n al al .-1 rl n m m m u) en A CO '-1 O O m n n al v O O n O n O O N Ni N N. O) M m en M M e-1 .-1 N N en m m N m N ry N en .ti N rl N N N N N .--1 rl 2 0 O O J ul ul 0 0 0 0 0 In in in 0 0 N 0 0 0 0 0 ul ul 0 0 0 0 ul 0 in 0 0 0 0 0 0 0 0 in ul in in in m LO to up to in up m 0 0 0 0 m O LO 'a 0 ID to lD O ul Ln ID 0 M0 0 ul u) m In m t-4at m O MO n n 0 0 0 0 0 n v v v v n 0 0 o m0 v e v lD 0 -I o a N 1D to 0 4.0 O v v o n CO n C N N N N r1 r1 ti N N N N .--I N rl rJ .-1 .-1 .-I .-1 ,-+ rl J ul 0 in in ul ul ut u1 Ln in O 0 ul In ul ul O u) ul O O in in in o In ul O u) u) in in u) o o ul N ul u) ✓l N. O tD tD lD LO 0 n m m N N n LO ND lD GO up N. O N In Vl ID Q O) M O Vl Ol Vl 'a h n in h to n M co O n N N N N N tD 0 0 03 CO LO N N N IN N m n CO N ✓ D --l p lD N N CO in a O .-1 rl .-1 .ti .--I rl r--1 .-� rl e--1 ti r1 O J VI u) in in in u) In in O O VI ✓) u) u) ul u) ul in 0 ul in in in in 0 ul 0 0 u) ul in in in 0 0 0 ul O in O to rl CO 00 00 00 00 in In ✓) In ul ✓1 00 CO CO of a0 CO rl VI In n o0 tD 0o In n n co N co on O) n Ln o ul ul O ul n1 n n h n n ul 0 0, u3 lD V1 h n n v m lD N m N lD N N N in N u) 0D J N N 1-1 r1 - el rl rl ri el N N e1 el el rI N .-+ rl N N r1 el r1 en N .-1 el rl N el N el e1 el rl 0 0 0 0 0 0 0 0 0 ~ ~ O •--1 e1 .-I N .-1 VI u) rl 0 O to 0 tD 0 0 m O m03 00 0 0 Q) 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 'l 0 0 0 0 0 0 0 0 0 0 r-I O r. up n Ln ul Li) ut ul up, O O ul ut t0 ut ut VI ul in n n u) c0 co in .-1 '+ O O CO CO r-I CO 1-1 al al Lo ID O LO O 0 0 N N N N N 0 N N N N 0 0 N N N N 0 0 N .-1 N N N N N 0 N r• N r1 0 0 0 N 0 N 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 m m m M m MM M M M m m M M M M M M M m M M m m en m m men m m en m m m m m M M • N NNN N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N ti .-1 .-1 .ti N .--I .--1 rl el .l rl rl rl r1 r1 el rl .� .-1 r1 el el r1 .-1 1"1 rl rl rl .-4 rl el .-1 Y COCO CO 00 CO 00 CO CO CO CO COCO CO CO CO CO CO CO 00 00 CO CO CO CO CO CO CO CO CO 00 CO 00 CO CO OO CO CO 00 CO CO CO CO u0000000000000000000000000000000000000000 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 D VI VI N V) VI VI u) Vl in V1 Ln ul ul V) V) V) in N V) ul Vl N ul V) N V) V) vl N Vl ul V) VI in N VI VI N Vl in 030000000000000000000000000000000000000000 N 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 J 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 N 0 0 0 0 0 0 0 0 0 0 0 O 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 C 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 OJ ifl V1 Vl Vl Vl If) ut Vl u) Vt Vl ul V1 Vl ul ul ut ul ✓1 ill VI V1 Vl V1 Vl In tf) ul to ul ul VI V) in in in V1 ul Vl ul („) .-1 .-1 el .l r1 el 'l el el el .-1 .-1 f+ .-1 .-1 .-I rl '-I rl el el rl '-1 el el el el .-1 e-1 el r-I el el .l fl .-1 el el .ti el .H -1 .ti •V m et Ln .-I .-1 .-1 ti .-4 .-1 .N N M .-1 N4-4 N --J .-I N .-1 .-1 nl m 40. rl N m Cr .- .--1 .-1 --1 .-1 rl .--I .-1 C 0 A V 0 J .-1 en v O a a a ul LD N. 00 Ot 0 •-s .-I -1 N N Ul ul U] CO c0 al r1 .-1 --1 ,-I M M m en a .-1 en 't Vl 1p N- CO - .-1 -I .-1 fl -1 r• 1-+ N N N N N N N N N M In M m en M m a c a a a a a a < a < < < < < < < < < < < < < < < < < < < < < < a a a a a a a a a a m W w w w w w w w w w Lai w w w w w w w w LU w Li w w w w LU w w w LU w w w LU w w w w w Q LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL IL LL LL LL LL LL LL 00 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 ON 0 0 CO Cr co in v OI N N M M N. M N N V M o rl u) N M m N ul NI M LD r+ tD O in Ol M O Ol Ol co Ol V Ln co r. rr ul rI (NI V c}' ul m co LO 0 C in VI N N ul LO M O V O CO Ql 01 rl O N. Q ul .l r-I Ol u) n n ul N ti LO OJ r-1 al en N Ol in co tO co CO M M LD N m N O) 00 0 M M N N Co M CT to N. LO co N .-1 O co rl tD in .-1 (c)- ul O .--I 1-I O o O a M M 01 Oo 0 0(1 CO CO Q 0 O .-I CO m M O N CT O .•1 ul ul in ul 01 01 N O 0 n ul Ch 3 0 0 M m m m M a N .-1 n n v m M M M v a n N N M M ry rl O N N N ry N O 0 d V NI a O_ • o O o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o a o 0 0 0 0 0 0 nt 0 0 0 • v v v v v v v v v v v 7 v v v v v v v v v v a v v v v v v v v v v v v v v v v v J v 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 v v CO a) 0 ul 0 0 al LID CO en Ol O) N n Vl N m tD CO 01 C) n 0 N 1--I 0 in N en Li Vl N. a a M CI) N v CO V) CO CO CO O) Ol n v v v ut ul OI 00 00 CO O CO CO N ul O O CO n Ol O) 00 n ul M N n 00 .-1 0 O) O 00 N N. C O v 0 V 0 v .-1 0 0 rl el el 03 03 co ul m m 0 rl CO I-I v pl N. LO v Ol Ol 0 CO LO 00 0 M rl en N. N at ul V v v V V O O N O O O CO Co CO el .l el ry O Ol Ol V co rl M O N n 00 n m a 00 CO O N O) ul LID LO N N N N N n O O co oo n V v v v V LD LD CO CO CO N 00 O O O) 00 CO W 06 O CO CO u) n GI LO 0 0 0 0 0 4 a 0 0 0 0 0 0 O 0 0 v 0 0 4 v 4 0 0 0 ✓i ul 0 0 0 0 0 Ln a a 0 0 0 0 0 Oh 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 C rl rl rl rl rl el .-1 .--I .--I .-I N '. .-1 rl rl rl .-1 'l rl el rl rl rl .-1 .-1 .-I .-4 .-I .-1 .. .. rl rl rl .J el el el .l rl 0 . J ;.z : ;; �tFs 4- xyt'� +~• -.J► b h i i < Q ` a a a a w---. • ' L LL W W W W - • 7, Y ' a LL IL LL • t t - • Yr I t 41S, • f < . IP W LL r ., ?q�.. .t gm.. , , I aL . . le g l r • L.� t „ lir • - �..d. �,� -D 0 , Pi .1 ay' :Si ® '- W W W W W W W . �- .. LL (L LL LL LL 71 LL LL U. iL i _ • O G I J ..:, • • • .. 1uiML1 z �• ki. • .i C tMt =i twi ". '. V . : Spy _ ... J =41 O N . > _• Federal Emergency Management Agency E-Grants Page I of I I r-t4tCO-4145-PW-01046(0) P Applicant Name: Application Title: WELD (COUNTY) WELCO01- Debris - PA Pilot Alternative Program Period of Performance Start: Period of Performance End: 09-14-2013 03-14-2014 Subgrant Application - Entire Application Application Title: WEL0001- Debris-PA Pilot Alternative Program Application Number: PA-08-OO-4145-PW-01046(0) Application Type: Subgrant Application (PW) Preparer Information Prefix First Name JUSTIN Middle Initial Last Name GRAHAM - John Hurst Title Debris Specialist Agency/Organization Name FEMA- OHS Address 1 9200 E. Mineral Ave. Address 2 City Centenial State CO Zip 80112 Email deanna.butterbaugh@state.co.us Is the application preparer the Point of Contact? No Point of Contact Information Prefix Mr. First Name Roy Middle Initial Last Name Rudisill Title Director- OEM Agency/Organization Weld County Address 1 1150 O Street Address 2 City Greeley State CO ZIP 80632 Phone 970-304-6540 co Fax Email Rudisill@weldgov.com Alternate Point of Contact Information Prefix First Name Middle Initial Last Name Title Agency/Organization Address 1 Address 2 City https://connect 1 .dhs.gov/emm ie/,Dana[nfo=isource.fema.net.SSL+dispatchDestination.do?.. . 6/ 1 2/20 1 4 � t Federal Emergency Management Agency E-Grants Page 2 of 11 State ZIP Phone Fax Email Project Description Disaster Number 4145 Pre-Application Number PA-08-CO-4145-RPA-0088 Applicant ID: 123-99123-00 Applicant Name: WELD (COUNTY) Subdivision: Project Number: WELCO01 Standard Project Number/Title: 120 - Debris Alternative Procedures Please Indicate the Project Type: Neither Alternate nor Improved Application Title: WELCO01- Debris - PA Pilot Alternative Program Category: A.DEBRIS REMOVAL Percentage Work Completed? 100.0 % As of Date: 01-01-2014 Comments The applicant must notify the state if there are any changes in the scope of work prior to starting the repairs. Failure to notify the State Division of Emergency Management may jeopardize receipt of federal funds. Attachments Damage Facilities (Part 1 of 2) Facility Site Number Facility Name Address County City State ZIP Previously Action Damaged? 1 Weld County 1150 0 Street Weld Greeley CO 80632 No Comments Pursuant to DAP9525.9 subgrantee is requesting direct administrative costs that are directly chargeable to this specific project. Associated eligible work is related to administration of the PA project only and in accordance with 44 CFR 13.22. These costs are treated consistently and uniformly as direct costs in all federal awards and other subgrantee activities and are not included in any approved indirect cost rates. Attachments Document Hard User Date Type Description Copy File File Name Action Reference 04- PA Pilot KATHLEEN Additional Program - WELCO02,_Attachment_28,—Weld_County_Debris_Pilot_Program_Acknowledgment View 02- BROWN 2014 Information Debris WELCOI[1].pdf(727.52 kb) Removal Facility Name: Weld County Address 1 : 1150 0 Street Address 2: County: Weld City: Greeley State: CO ZIP: 80632 Was this site previously damaged? No Percentage Work Completed? 100.00 % PA-08-CO-4145-P W-01046(0): GPS Coordinates From Weld County Offices Location: PA-08-CO-4145-PW 01046(0): https://connect I .dhs.gov/emm let Danalnfo=isource.fema.net,SSL+dispatch Destination .do?... 6/ 12/2014 Federal Emergency Management Agency E-Grants Page 3 of As a result of the severe storms Weld County experienced flooding between September 11th and September 30th, 2013, depositing 1397 CYs of Vegetative debris, 3,368 tons of Construction and Demolition (C&D) debris, and 3156 tires throughout the county (See Debris Totals Calculation at End Scope of Work Section). Debris was deposited on applicant owned, maintained public property, and maintained public right-of-way. The debris posed an immediate threat to lives, public Damage Description and Dimensions: health and safety, improved property, and required immediate removal. GPS coordinates at Weld County Offices, 1150 0 Street. Greeley, Co 80631 . GPS: 40.451188, - 104.697884. PA-08-CO-4145-PW-01046(0): Alternate Procedures Pilot Program: Applicant will be using Alternate Procedures for debris removal (See attachment 28, Debris Pilot Program) • Reimbursement of straight time force account labor costs for debris removal Work Completed: Contract: Debris Removal Applicant responded to disaster with force account resources, hiring a debris removal contractor. and providing home owners in flooded areas with vouchers to haul debris from flood affected areas to participating landfills. Weld County entered into a contract on October 16th, 2013 with TFR Enterprises Inc. (TFR) (See attachment 2, TFR Enterprises Contract) for the removal of debris from Weld County Roadway ROWs. The term of the contract is from October 21 , 2013 through and until December 31 , 2013 (See attachment 24. Contractor Bid Prices for Weld County Debris Contract & attachment 26. Weld County Award Letter For TFR Enterprises). The County debris removal contractor removed vegetative debris, C&D, tires, and white goods from County road rights of way. The contract is based on a tonnage and CY basis backed up and paid based on landfill ticket numbers and volumes. The County is transporting the debris to 2 landfills and several other disposal sites. The landfill tipping fees are based on a tonnage charge for C&D and a cubic yard basis for vegetative debris. Applicant contractor was paid. according to the contract, $7.92 per CY for vegetative debris and $48.33 per ton for C&D, including mixed C&D, based on landfill tickets. Sediment removed was invoiced at $12 per CY or $25 a ton. Tires are billed by the cubic yard with 12 whole passenger tires equaling 1 cubic yard and 2.75 semi-truck tires equaling 1 cubic yard at $7.92 per CY (See attachment 29, Weld County Tire Conversion Document). The County completed their daily scheduled routed debris removal, when the third pass was completed on November 22, 2013, with additional debris removal occurring on 11/23/2013 , 12/03/2013, 12/9, 12/10, 12/11 and 12/12/2013. All vegetative debris was hauled to Greeley Organic Waste Grow Center, Hwy 85 at 1130 East 8th Street, Greeley Co, GPS: 40.424475, - 104.662209, with load CYs estimated by a county employee and a Grow Center employee. The applicant indicated county personnel followed each tire load to Snowy River enterprises, 4450 Mulligan St, Longmont, Co 80504. GPS: 40.210152. -104.970610 for disposal. Mixed C&D with sediment & silt was either hauled to the Waste Management Landfill, 40000 WCR 25, (OFF Hwy 14), Ault, Co 80610, GPS: 40.58302, -104.827289 (See attachment 31 , Certificate of Designation) or Waste Connections, Inc.-Front Range Landfill, 1830 WCR 5, Erie Co. 80516, GPS: 40.583055, -104.831485, permit number is 97OPWE188, where it is weighed. As with normal operations HHW and white goods were loaded on a trailer behind a county pickup truck for delivery at days end to the County Waste Office 1311 N. 17th Avenue, Greeley, CO 80634 for staging. Applicant did not quantify or get invoiced for HHW or white goods. Invoices from TFR Enterprises include invoices from these disposal sites passed on to Weld County for inclusion in payments to TFR (See attachment 3, 4, 5, 6, & 7 TFR Invoices). TFR was paid based on quantities from the documentation load tickets created when debris was hauled to these facilities. All load tickets from these sites are included as back up to the first page TFR invoices in 6 invoice attachments (See attachments 3, 4, 5, 6, 7, & 8). All tickets and invoices in backup from disposal centers match TFR invoiced charges as listed by facility. Force Account: Monitoring The applicant has indicated they are participating in the Alternative Procedures Pilot Program for Debris Removal. Applicant force account labor included 1 ,348 hrs of regular hours at a cost of $22,212.55 and 19.5 hours of overtime at a cost of $725.44. Force account equipment (871 hrs) was utilized to monitor applicant debris removal contractor directing the debris removal process at a total cost of $14,081 .00(See attachment 30, Force Account Labor & Equipment). Applicant force account public works employees and seasonal employee monitors drove county pickups monitoring debris removal operations and directing the contractor on what to be picked up along the county ROW (Attachment 23, Force Account Monitor Labor and Equipment). Labor hourly rates and overtime contain labor detail totals for monitor employees by each month of activity (See attachment 27, Force Account Monitor Total Hours by the Month). The County conducted monitoring of contractor debris removal activities with regular applicant seasonal employees directing all aspects of debris contractor activities. A monitor was assigned to each debris removal contractor crew with direction indicating what can be loaded where. TFR enterprises operated two or three crews at one time, with each crew consisting of 3 or 4 trucks that have the ability to self-load with knuckle booms. All seasonal employee monitors had radios in their force account vehicles and coordinated with a Weld County Public Works employee, who directed overall operation. The scope of work was restricted to areas directly affected by floodwaters (WELCO01 . Attachment 10 , Map Indicating Flooded Areas & WELCO01 , Attachment 11 , Map Indicating Flooded Areas ).9226 Force Account Labor (Straight Time)- $22,212.55, 9227 https://connectl .dhs.gov/emm ie/,Dana[nfo=isource.fema.net,SSL+dispatchDestination.do?... 6/ 12/2014 Federal Emergency Management Agency E-Grants Page 4 of 11 Force Account Labor ( Overtime)- $725.44, 9008 Force Account Equipment- $14.081.00 Contract Cost: Vouchers To Property Owners The county sent out 1200 letters to homeowners at addresses that according to their GIS department were affected directly by flood waters. The letter indicated noncommercial debris would be picked up on the Row, in the area affected by the flood, which was a result of the flooding for this disaster. Of the vouchers put out into the community 637 vouchers were returned at a total cost of $28,116.70. Debris turned in at facilities included 847 tires and 676.93 tons of mixed C&D. This claim represents applicant expense involved in a voucher system provided to homeowners allowing them to haul debris to 3 landfill facilities, Waste Management- Buffalo Ridge Landfill, Waste Connections, Inc — Front Range Landfill, and Waste Management North Weld Landfill, accepting C&D. Two other facilities accepted green vegetative waste and tires (See attachment 13, Participating Solid Waste Facility List & Attachment 12, Email to Participating Facilities in Weld County Voucher Program). The county was invoiced by each of the participating landfill facilities for vouchers used. There were 3000 vouchers printed on 09/23/2013 with a 90 day limit handed out to residents affected by floodwaters. Vouchers (See attachment 16, Example of Voucher) were distributed to residents at county resource centers and hand delivered by county employees to residents in floodwater affected areas. To date the applicant has received 637 vouchers at a total cost of $28. 116.70 from 4 facilities. Invoices from these four facilities 16 each are included in cost summary attachment included in this project work sheet providing the number of vouchers in each and corresponding tonnage (See attachment 31 , Cost Summary Detail for Vouchers & Attachments 17 — 21 Wth Invoices and Backup Tickets) The applicant acted in a prudent manner by contacting property owners only affected by the flooding and not county-wide. This prevented large volumes of flood damaged C&D and vegetative debris from being placed on the County ROW and incurring additional contract cost for the pickup, haul and disposal of the debris, not to mention a potential health and safety factor for the public. Total Cost of Debris Removal by Cost Code: 9226 Force Account Labor (Straight Time)- $22,212.55 9227 Force Account Labor ( Overtime)- $725.44 9008 Force Account Equipment- $14,081 .00 9003 Debris Contractor (TFR) - $261 ,481.09 9003 Front Range Landfill - $6,575.40 9003 Waste Management Landfill - $39,644.21 9003 All Tread Inc - $710.00 Scope of Work: 9003 Snowy River Enterprises - $310.00 Total 9003 Contract Cost: $308,720.70 9901 Estimated Direct Administrative Costs- $1 ,000.00 Total Cost of Debris Removal: $346.739.69 Debris total quantities included in the damage description are sourced as follows: (Attachment 1/ 2348 Tons C&D, 1347 CY Vegetative Debris, 2273 Tires + ( Attachment 8/619.17 Tons C&D. 50CY Veg Debris, & 187 Tires (20CYs) — Attachment 9 / 276.43 Tons C&D = 342.74 Tons C&D. 50CY Veg Debris, and 187 Tires ) + (Voucher Program Totals/ See attachment 27, Cost Summary Detail for Vouchers & Attachments 17 — 21 Wth Invoices and Backup Tickets. 676.93 Tons Mixed C&D, 847 Tires). Totals: C&D: 2348 + 342.74 + 676.93 = 3367.67 Tons. Vegetative Debris: 1347 + 50 + 1397 CYs, Tires: 2122 + 187 + 847 = 3156 Tires Tire total cost derived by the application of Weld County conversion memo from tires each to CYs paid by the CY at $7.92 per CY (See attachment 30. Weld County Conversion Memo). The memo was applied to tire volume as indicated in tire receipts at disposal centers with a CY conversion back to the TFR invoices for hauling total cost. Project Notes: Employee Pay Policy: The project specialist writing this project work sheet has not received specific data for labor and equipment other than that provided in Weld County Public Works Comprehensive detail by project (See attachment 22, Weld County Pay Policy). Record Retention: Complete records and cost documents for all approved work must be maintained for at least 3 years from the date the last project was completed or from the date final payment was received, whichever is later. Applicant is responsible for retention of all documentation associated with this project. Supporting Documentation: 100% of the documentation to support this project has been reviewed and verified by the Applicant and Project Specialist for eligibility and correctness. Vouchers from the public for the final two invoices from Waste Management were not present. The applicant has been informed to have the vouchers that apply to the final two invoices from Waste Management available at the close out of this project. Procurement: The Applicant is required to adhere to Weld County purchase policy and maintain adequate records to support the basis for all purchasing of goods and materials and contracting services for projects approved under the Public Assistance program, as stated in 44 CFR 13.36. Weld County https://connect l .dhs.gov/emm ie/,DanaInfo=isource.fema.net,SSL+dispatchDestination.do?... 6/ 12/2014 Federal Emergency Management Agency E-Grants Page 5 of I followed there policy in the procurement of a debris removal contractor (See attachment 25, Procurement Policy). Weld County put out an RFP for bids and received a series of bids from prospective contractors for the debris removal contract (See attachment 24, Contractor Bid Prices for Weld County Debris Removal). The county awarded the contract to TFR Enterprises on October 16, 2013 (See attachment 26, Weld County Award Letter For TFR Enterprises). PERMITS: The applicant must obtain all required federal. state, and local permits prior to the commencement of work. INSURANCE: The applicant is aware that all projects are subject to an insurance review as stated in 44 C.F.R. Sections 206.252 and 206.253. If applicable, an insurance determination will be made either as anticipated proceeds or actual proceeds in accordance with the applicant's insurance policy that may affect the total amount of the project. DIRECT ADMINISTRATIVE COSTS: The sub-grantee is requesting direct administrative costs that are directly chargeable to this specific project. Associated eligible work is related to administration of this PA project only and in accordance with 44 CFR §13.22. These costs are treated consistently and uniformly as direct costs in all Federal awards and other sub-grantee activities and are not included in any approved indirect cost rates. HAZARD MITIGATION MEASURES: Not applicable for Category A Debris. Hazard Mitigation Proposal • Is effective mitigation feasible on this site? No If you answered Yes to the above question, the next question is required Will mitigation be performed on this site? No If you answered Yes to the above question, the next question is required Do you wish to attach a Hazard Mitigation Proposal? No If you answered Yes to the above question, the next two questions are required Please provide the Scope of Work for the estimate: (maximum 4000 characters) Would you like to add the Hazard Mitigation No Proposal as a cost line item to the project cost? GIS Coordinates Project Location Latitude Longitude Weld County Office 40.451188 104.697884 Special Considerations 1 . Does the damaged facility or item of work have insurance coverage and/or is it an insurable risk (e.g., buildings, equipment, Yes vehicles. etc)? If you would like to make any comments, please enter them below. (maximum 4000 characters) Policy attached to applicant's RPA 2. Is the damaged facility located within a floodplain or coastal high hazard area and/or does it have an impact on a floodplain No or wetland? 3. Is the damaged facility or item of work located within or adjacent to a Coastal Barrier Resource System Unit or an Otherwise No Protected Area? 4. Will the proposed facility repairs/reconstruction change the pre-disaster conditions (e.g., footprint, material, location, No capacity, use of function)? 5. Does the applicant have a hazard mitigation proposal or would the applicant like technical assistance for a hazard mitigation No proposal? 6. Is the damaged facility on the National Register of Historic Places or the state historic listing? Is it older than 50 years? Are No there more, similar buildings near the site? 7. Are there any pristine or undisturbed areas on, or near, the project site? Are there large tracts of forestland? No 8. Are there any hazardous materials at or adjacent to the damaged facility and/or item of work? No 9. Are there any other environmental or controversial issues associated with the damaged facility and/or item of work? Yes If you would like to make any comments, please enter them below. (maximum 4000 characters) The applicant and/or their contractors must handle, stage, store and dispose of debris in accordance with applicable federal, state and local permits and regulations. and follow specific guidance provided by Colorado Department of Public Health and Environment (CDPHE). The applicant and/or their contractors must obtain and comply with the appropriate federal, state and local permits, including those issued by US Army Corps of Engineers (USACE) under Sec. 404 of the Clean Water Act, and are responsible for contacting the USACE Denver Regulatory Office at (303) 979-4120 Cr) to determine if flood-related activity lies within the Corps' regulatory jurisdiction. Attachments https://connect 1 .dhs.gov/emmie/,Danalnfo=isource.fema.net.SSL+dispatch Destination.do?... 6/ 12/2014 - T - - - Federal Emergency Management Agency E-Grants Page 6 of 1 1 User Date Document Type Description Hard Copy File File Name Action Reference JUSTIN 04-02- Environmental/Historic Waste Management Ault WELCO01 , Attachment 32 North Weld GRAHAM 2014 Document Certificate of Designation landfill Certificate of Designation I .v Permit.pdf(30.47 kb) KATHLEEN 04-02- Environmental/Historic Debris Management Weld County Debris Management BROWN 2014 Document Information Form Form.docx(20.44 kb) Vie..../ Mitigation section is not applicable for your project category. Cost Estimate s Is this Project Worksheet for PA Alternative Procedures (Preferred) Repair Sequence Code Material and/or Description Unit Unit of Unit Price Subgrant Type Cost Action Quantity Measure Budget Class Estimate Version 0 "' Work Completed 1 0000 Work Completed Work Completed $ 0.00 2 9229 Force Account Labor (Straight Time) 1 LS $ 22,212.55 PERSONNEL Work Completed $ 22,212.55 - Debris Monitoring 3 9230 Force Account Labor (Over Time) 1 LS $ 725.44 PERSONNEL Work Completed $ 725.44 Debris Monitoring 4 9008 Equipment 1 LS $ 14.081 .00 EQUIPMENT Work Completed $ 14,081 .00 5 9231 Contract - Debris Removal 1 LS $ 308.720.70 CONTRACTUAL Work Completed $ 308.720.70 6 9901 Direct Administrative Costs 1 LS S 1 ,000.00 INDIRECT Work Completed $ 1 .000.00 (Subgrantee) CHARGES Total Cost : $ 346,739.69 Insurance Adjustments (Deductibles Proceeds and Settlements) - 5900/5901 Sequence Code Material and/or Description Unit Unit of Unit Price Subgrant Type Cost Estimate Action Quantity Measure Budget Class Total Cost : $ 0.00 Total Cost Estimate: $ 346,739.69 (Preferred Estimate Type + Insurance Adjustments) 1 Comments Attachments User Date Document Description Hard Copy File Name Action Type File Reference JUSTIN 04-02- Additional Debris Total Quantities ROW up to 12-3- WELCO01 Attachment 1 . Debris Totals View GRAHAM 2014 Information 2013 Through 12-3.pdf(235.67 kb) JUSTIN 04-02- Contract TFR Contract for Debris Removal with WELCO01 . Attachment 2, TFR Enterprises View GRAHAM 2014 Document Weld County Signed 10-16-2013 Contract .pdf(3.34 Mb) JUSTIN 04-02- Invoice Invoice 1 , October Debris Removal TFR WELCO01 . Attachment 3, Invoice 1 October View GRAHAM 2014 Enterprises TFR Enterprises..pdf(2.59 Mb) II JUSTIN 04-02- Invoice Invoice 2. November. Debris Removal TFR WELCO01 Attachment 4. Invoice 2 View GRAHAM 2014 Enterprises Novemeber TFR Enterprises .pdf(3.62 Mb) JUSTIN 04-02- Invoice Invoice 3. November Debris Removal TFR WELCO01 Attachment 5. Invoice 3 View GRAHAM 2014 Enterprises Novemeber -2 TFR Enterprises.pdf(2.87 Mb) JUSTIN 04-02- Invoice Invoice 4. November. Debris Removal TFR WELCO01 . Attachment 6. Invoice 4 View GRAHAM 2014 Enterprises November 3 TFR Enterprises.pdf(3. 1 1 Mb) JUSTIN 04-02- Invoice Invoice 6 December. Debris Removal TFR WELCO01 , Attachment 8, Invoice 6 Dec View GRAHAM 2014 Enterprises TFR Enterpnses.pdf(1 .55 Mb) JUSTIN 04-02- Additional Total of Agricultural Debris from CR7 WELCO01 . Attachment 9. CR7 Totals View GRAHAM 2014 Information Subtracted from Invoice 8 Agricultural Debns.pdff.pdf(64.45 kb) JUSTIN 04-02- Additional Email To Particpating Landfill Facilities WELCO01 . Attachment 12. Email to GRAHAM 2014 Information Involved In Voucher Program Participating Facilities in Weld County View Voucher Program.pdf(170.85 kb) JUSTIN 04-02- Additional List of Facilities Participating in Voucher WELCO01 , Attachment 13, Participating View https://connect / .dhs.gov/emmie'. DanaInfo=isource.fema.net,SSL+dispatch Destination .do?.. . 6/ 12/2014 Federal Emergency Management Agency E-Grants Page 7 of 11 GRAHAM 2014 Information Program & Receiving ROW Debris Solid Waste Facility List.pdf(97.76 kb) JUSTIN 04-02- Additional Debris Specialist Report on Agricultural WELCO01 Attachment 14, Debris Specialist View GRAHAM 2014 Information Debris Picked Up on CR7 Report CR 7 Debris.pdf(125.95 kb) JUSTIN 04-02- Additional WELCO01 Attachment 15. Email Regarding GRAHAM 2014 Information CR7 Weld County Agricultural Debris.pdf View (14.69 kb) JUSTIN 04-02- Additional Example of Voucher Distributed To WELCO01 Attachment 16. Example of View GRAHAM 2014 Information Homeowners Voucher.pdf(33.71 kb) JUSTIN 04-02- Invoices for Voucher program from Front WELCO01 Attachment 17 Front Range GRAHAM 2014 Invoice Range Landfill Complete Landfill Invoices For Voucher Program.pdf View (497.39 kb) JUSTIN 04-02- Waste Management Invoice for Voucher WELCO01 , Attachment 18. Waste GRAHAM 2014 Invoice Program Management Invoices For Voucher View ProgramWM3.pdf(7.35 Mb) JUSTIN 04-02- All Tread Invoices for Tires Brought to the WELCO01 Attachment 19. All Tread GRAHAM 2014 Invoice Facility for Voucher Program by Residents Invoices For Voucher Tire Disposal.pdf View (429.32 kb) JUSTIN 04-02- W Invoice Invoice From Snowy River for Tire ELCO01 . Attachments 20, Snowy River View GRAHAM 2014 Dispossal Voucher Program Invoice For Tire Dispossal .pdf(662.24 kb) JUSTIN 04-02- Invoice from Waste Management for WELCO01 . Attachment 21 . Waste GRAHAM 2014 Invoice Voucher Program Management Invoices for Voucher View Program.pdf(1 .75 Mb) JUSTIN 04-02- Additional Weld County Pay Policy WELCO01 , Attachment 22, Weld County ViewGRAHAM 2014 Information Pay Policy.pdf(600.99 kb) JUSTIN 04-02- Force Force Account Labor & Equipment for WELCO01 . Attachment 23 Force Account ✓iew GRAHAM 2014 Account Project Monitor Labor and Equipment.pdf(3.59 Mb) JUSTIN 04-02 Contract Competative Bids From Contractors WELCO01 . Attachment 24, Contractor Bids GRAHAM 2014 Document Responding to Weld County RFP for for Weld County Debris Removal.pdf(217.31 View Debris Removal kb) JUSTIN 04-02- Contract Weld County Procurement Policy WELCO01 , Attachment 25. Procurement view GRAHAM 2014 Document Policy in Effect til Jan 7 2014.pdf(151 .61 kb) JUSTIN 04-02- Contract Weld County Letter Indicating Contract WELCO01 • Attachment 26. Weld County GRAHAM 2014 Document Debris Removal Award to TFR Enterprises Award Letter for Debris Removal View Contract.pdf(296.85 kb) JUSTIN 04-02- Force Monitor Employees Labor Hours by Month WELCO01 Attachment 27 Force Account GRAHAM 2014 Account Used to Calculate Fnnge and Hourly Rate Monitor Total Hours By The Month.pdf(74.36 View kb) JUSTIN 04-02 Contract Signed Agreement Indicating Participation WELCO02 Attachment 28. Weld County GRAHAM 2014 Document In Debris Pilot Program & Regular Time Debris Pilot Program Acknowledgment.pdf Vie'., Reimbursement (727.51 kb) JUSTIN 04-02 Contract WEld County Memo Indicating the Policy WELCO01 , Attachment 29, Weld County GRAHAM 2014 Document for Conversion of Tires to CY for Tire Conversion to CY Based on Eaches .pdf `iie,v Contractor Debris Removal and Payment (50.21 kb) W JUSTIN 04-02 Force ELCO01 Attachment 30. Force Account GRAHAM 2014 Account Force Account Labor & Equipment Labor & Equipment Template Sheets.pdf (199.69 kb) JUSTIN 04-02- Additional Cost Summary WELCO01 . Attachment 31 . Contract View GRAHAM 2014 Information Summary.pdf(13.75 kb) JUSTIN 05-13- Additional Labor Fringe Rates WELCO01 , Attachment 33, Labor Fringe.pdf yew GRAHAM 2014 Information (13.66 kb) Existing Insurance Information Insurance Type Policy No. Bldg/Property Content Insurance Deductible Years Amount Amount Amount Amount Required Comments Attachments Comments and Attachments Name of Section Comment Attachment Preparer Information WELCO01 , Attachment 10 • Map Indicating Flooded Areas (1).pdf WELCO01 , Attachment 11 , Map Indicating Flooded Areas (2).pdf Contact Information Attachment 7. JAMES05, Jamestown Mission Assignment 4145-DR-CO-EPA-04.pdf The applicant must notify the state if https://connectl .dhs.gov/emm ie/,Dana 1 n to=isource.fema.net,SSL+dispatch Destination.do?... 6/ 12/2014 Federal Emergency Management Agency E-Grants Page 8 of 11 there are any changes in the scope of work prior to starting the repairs. Project Description Failure to notify the State Division of Emergency Management may jeopardize receipt of federal funds. Pursuant to DAP9525.9 subgrantee is requesting direct administrative costs that are directly chargeable to this specific project. Associated eligible work is related to administration of the Damage Facilities PA project only and in accordance WELCO02. Attachment 28. Weld County Debris Pilot Program Acknowledgment with 44 CFR 13.22. These costs are WELCO1[11.pdf treated consistently and uniformly as direct costs in all federal awards and other subgrantee activities and are not included in any approved indirect cost rates. W Special Considerations ELCO01 . Attachment 32. North Weld landfill Certificate of Designation-Permit.pdf Weld County Debris Management Form.docx WELCO01 , Attachment 1 _ Debris Totals Through 12-3.pdf WELCO01 , Attachment 2. TFR Enterprises Contract .pdf WELCO01 . Attachment 3, Invoice 1 October TFR Enterpnses..pdf WELCO01 , Attachment 4, Invoice 2 Novemeber TFR Enterprises .pdf WELCO01 . Attachment 5. Invoice 3 Novemeber -2 TFR Enterprises.pdf WELCO01 , Attachment 6, Invoice 4 November 3 TFR Enterprises.pdf WELCO01 , Attachment 8. Invoice 6, Dec TFR Enterprises.pdf WELCO01 . Attachment 9. CR7 Totals Agricultural Debris.pdff.pdf WELCO01 . Attachment 12. Email to Participating Facilities in Weld County Voucher Program.pdf WELCO01 , Attachment 13, Participating Solid Waste Facility List.pdf WELCO01 , Attachment 14, Debris Specialist Report CR 7 Debris.pdf WELCO01 . Attachment 15, Email Regarding CR7 Weld County Agricultural Debris.pdf WELCO01 . Attachment 16. Example of Voucher.pdf WELCO01 . Attachment 17. Front Range Landfill Invoices For Voucher Program.pdf Cost Estimate WELCO01 , Attachment 18. Waste Management Invoices For Voucher ProgramWM3.pdf WELCO01 , Attachment 19. All Tread Invoices For Voucher Tire Disposal.pdf WELCO01 . Attachments 20, Snowy River Invoice For Tire Dispossal .pdf WELCO01 . Attachment 21 , Waste Management Invoices for Voucher Program.pdf WELCO01 . Attachment 22. Weld County Pay Policy.pdf WELCO01 , Attachment 23, Force Account Monitor Labor and Equipment.pdf WELCO01 , Attachment 24. Contractor Bids for Weld County Debris Removal.pdf WELCO01 , Attachment 25, Procurement Policy in Effect til Jan 7 2014.pdf WELCO01 , Attachment 26, Weld County Award Letter for Debris Removal Contract.pdf WELCO01 . Attachment 27. Force Account Monitor Total Hours By The Month.pdf WELCO02, Attachment 28, Weld County Debris Pilot Program Acknowledgment.pdf WELCO01 . Attachment 29. Weld County Tire Conversion to CY Based on Eaches .pdf WELCO01 , Attachment 30, Force Account Labor & Equipment Template Sheets.pdf WELCO01 , Attachment 31, Contract Summary.pdf WELCO01 . Attachment 33, Labor Fringe.pdf As described in 44 CFR Section 13,42, applicant must maintain all work-related records for a period of three (3) years from applicant closure WELCO01 DDD-SOW.docx Form 90-91 (final payment). All records relative to Johns corrections to Justins PW.pdf this project worksheet are subject to Pictures of WCR 7 Debris.pdf examination and audit by the State. FEMA. and the Comptroller General of the United States and must reflect work related to disaster specific costs. Application Level TE 4145 All Cat A and B through 9-14-2014.pdf Bundle Reference # (Amendment #) Date Awarded PA-08-CO-4145-State-0060(59) 06-05-2014 Subgrant Application - FEMA Form 90-91 Note: The Effective Cost Share for this application is 75% FEDERAL EMERGENCY MANAGEMENT AGENCY PROJECT WORKSHEET DISASTER PROJECT NO. PA ID NO. DATE CATEGORY https://connect I .dhs.gov/emm ie/,DanaInfo=isource. tema.net.SSL+dispatch Destination.do?... 6/ 12/2014 Federal Emergency Management Agency E-Grants Page 9 of 11 FEMA 4145 - DR -CO VVELCO01 123-99123-00 05-28-2014 A APPLICANT WELD (COUNTY) WORK COMPLETE AS OF 01-01-2014 100 % Site 1 of 1 DAMAGED FACILITY COUNTY Weld Weld County LOCATION LATITUDE. LONGITUDE: 40.451188 104.697884 PA-08-C O-4145-P W-01046(0) GPS Coordinates From Weld County Offices DAMAGE DESCRIPTION AND DIMENSIONS: P A-08-C O-414 5-P W-0104 6(0) As a result of the severe storms Weld County experienced flooding between September 11th and September 30th. 2013, depositing 1397 CYs of Vegetative debns. 3.368 tons of Construction and Demolition (C&D) debns. and 3156 tires throughout the county (See Debris Totals Calculation at End Scope of Work Section). Debns was deposited on applicant owned maintained public property. and maintained public right-of-way. The debns posed an immediate threat to lives, public health and safety. improved property and required immediate removal. GPS coordinates at Weld County Offices, 1150 O Street, Greeley, Co 80631, GPS 40.451188. -104.697884. SCOPE OF WORK- PA-08-CO-4145-P W-01046(0) Alternate Procedures Pilot Program Applicant will be using Alternate Procedures for debris removal (See attachment 28. Debris Pilot Program) • Reimbursement of straight time force account labor costs for debns removal Work Completed Contract Debris Removal Applicant responded to disaster with force account resources. hinng a debns removal contractor. and providing home owners in flooded areas with vouchers to haul debris from flood affected areas to participating landfills. Weld County entered into a contract on October 16th. 2013 with TFR Enterpnses Inc. (TFR) (See attachment 2 TFR Enterpnses Contract) for the removal of debns from Weld County Roadway ROWs. The term of the contract is from October 21. 2013 through and until December 31 2013 (See attachment 24. Contractor Bid Pnces for Weld County Debns Contract & attachment 26. Weld County Award Letter For TFR Enterprises). The County debns removal contractor removed vegetative debns. C&D, tires, and white goods from County road nghts of way. The contract is based on a tonnage and CY basis backed up and paid based on landfill ticket numbers and volumes. The County is transporting the debris to 2 landfills and several other disposal sites. The landfill tipping fees are based on a tonnage charge for C&D and a cubic yard basis for vegetative debris. Applicant contractor was paid according to the contract S7.92 per CY for vegetative debns and 548.33 per ton for C&D. including mixed C&D. based on landfill tickets. Sediment removed was invoiced at 512 per CY or $25 a ton. Tires are billed by the cubic yard with 12 whole passenger tires equaling 1 cubic yard and 2.75 semi-truck tires equaling 1 cubic yard at 57.92 per CY (See attachment 29, Weld County Tire Conversion Document). The County completed their daily scheduled routed debns removal when the third pass was completed on November 22. 2013, with additional debris removal occurring on 11/23/2013 12/03/2013, 12/9. 12/10, 12/11 and 12/12/2013. All vegetative debris was hauled to Greeley Organic Waste Grow Center Hwy 85 at 1130 East 8th Street Greeley Co, GPS: 40.424475. - 104.662209• with load CYs estimated by a county employee and a Grow Center employee. The applicant indicated county personnel followed each tire load to Snowy River enterprises. 4450 Mulligan St, Longmont, Co 80504, GPS. 40.210152, -104.970610 for disposal. Mixed C&D with sediment & silt was either hauled to the Waste Management Landfill. 40000 WCR 25. (OFF Hwy 14), Ault, Co 80610. GPS: 40.58302. -104.827289 (See attachment 31. Certificate of Designation) or Waste Connections. Inc.-Front Range Landfill, 1830 WCR 5, Erie Co. 80516, GPS 40.583055. -104.831485, permit number is 97OPWE188, where it is weighed. As with normal operations HHW and white goods were loaded on a trailer behind a county pickup truck for delivery at days end to the County Waste Office 1311 N. 17th Avenue. Greeley. CO 80634 for staging. Applicant did not quantify or get invoiced for HHW or white goods. Invoices from TFR Enterprises include invoices from these disposal sites passed on to Weld County for inclusion in payments to TFR (See attachment 3, 4, 5 6. & 7 TFR Invoices). TFR was paid based on quantities from the documentation load tickets created when debris was hauled to these facilities. All load tickets from these sites are included as back up to the first page TFR invoices in 6 invoice attachments (See attachments 3, 4. 5 6. 7 & 8). All tickets and invoices in backup from disposal centers match TFR invoiced charges as listed by facility. Force Account Monitonng The applicant has indicated they are participating in the Alternative Procedures Pilot Program for Debris Removal. Applicant force account labor included 1,348 hrs of regular hours at a cost of 522,212.55 and 19.5 hours of overtime at a cost of 5725.44. Force account equipment (871 hrs) was utilized to monitor applicant debris removal contractor directing the debris removal process at a total cost of S14.081.00(See attachment 30. Force Account Labor & Equipment). Applicant force account public works employees and seasonal employee monitors drove county pickups monitoring debris removal operations and directing the contractor on what to be picked up along the county ROW(Attachment 23. Force Account Monitor Labor and Equipment). Labor hourly rates and overtime contain labor detail totals for monitor employees by each month of activity (See attachment 27 Force Account Monitor Total Hours by the Month). The County conducted monitonng of contractor debris removal activities with regular applicant seasonal employees directing all aspects of debris contractor activities. A monitor was assigned to each debns removal contractor crew with direction indicating what can be loaded where. TFR enterprises operated two or three crews at one time. with each crew consisting of 3 or 4 trucks that have the ability to self-load with knuckle booms. All seasonal employee monitors had radios in their force account vehicles and coordinated with a Weld County Public Works employee. who directed overall operation. The scope of work was restncted to areas directly affected by floodwaters (WELCO01. Attachment 10 . Map Indicating Flooded Areas & WELCO01, Attachment 11. Map Indicating Flooded Areas ).9226 Force Account Labor (Straight Time)- 522.212.55, 9227 Force Account Labor I Overtime)- $725.44, 9008 Force Account Equipment- $14,081.00 Contract Cost Vouchers To Property Owners The county sent out 1200 letters to homeowners at addresses that according to their GIS department were affected directly by flood waters. The letter indicated noncommercial debris would be picked up on the Row in the area affected by the flood, which was a result of the flooding for this disaster. Of the vouchers put out into the community 637 vouchers were returned at a total cost of $28.116.70. Debris turned in at facilities included 847 tires and 676.93 tons of mixed C&D. This claim represents applicant expense involved in a voucher system provided to homeowners allowing them to haul debris to 3 landfill facilities, Waste Management- Buffalo Ridge Landfill. Waste Connections, Inc —Front Range Landfill and Waste Management North Weld Landfill, accepting C&D. Two other facilities accepted green vecetative waste and tires (See attachment 13, Participating Solid Waste Facility List & Attachment 12. Email to Participating Facilities in Weld County Voucher Program). The county was invoiced by each of the participating landfill facilities for vouchers used. There were 3000 vouchers printed on 09/23/2013 with a 90 day limit handed out to residents affected by floodwaters. Vouchers (See attachment 16. Example of Voucher) were distributed to residents at county resource centers and hand delivered by county employees to residents in floodwater affected areas. To date the applicant has received 537 vouchers at a total cost of 528.116.70 from 4 facilities. Invoices from these four facilities 16 each are included in cost summary attachment included in this project work sheet providing the number of vouchers in each and corresponding tonnage /See attachment 31, Cost Summary Detail for Vouchers & Attachments 17 —21 With Invoices and Backup Tickets) The applicant acted in a prudent manner by contacting property owners only affected by the flooding and not county-wide. This prevented large volumes of flood damaged C&D and vegetative debris from being placed on the County ROW and incumng additional contract cost for the pickup. haul and disposal of the debris, not to mention a potential health and safety factor for the public. Total Cost of Debris Removal by Cost Code. 9226 Force Account Labor (Straight Time)- $22,212.55 • https://connect 1 .dhs.gov/emm ie/. Danalnfo=isource.fema.net.SSL+dispatch Destination.do:'... 6/ 12/2014 Federal Emergency Management Agency E-Grants Page 10 of I I 9227 Force Account Labor ( Overtime)- $725.44 9008 Force Account Equipment- $14.081.00 9003 Debris Contractor (TFR) - $261,481.09 9003 Front Range Landfill - $6.575.40 9003 Waste Management Landfill - $39,644.21 9003 All Tread Inc - $710.00 9003 Snowy River Enterprises - $310.00 Total 9003 Contract Cost. $308,720.70 9901 Estimated Direct Administrative Costs- $1 ,000.00 Total Cost of Debns Removal. 5346.739.69 Debns total quantities included in the damage descnption are sourced as follows (Attachment 1/ 2348 Tons C&D. 1347 CY Vegetative Debris, 2273 Tires + ( Attachment 8/619.17 Tons C&D. 50CY Veg Debris, & 187 Tires (20CYs) — Attachment 9 /276.43 Tons C&D = 342.74 Tons C&D. 50CY Veg Debris, and 187 Tires ) + (Voucher Program Totals/ See attachment 27 Cost Summary Detail for Vouchers & Attachments 17 —21 With Invoices and Backup Tickets, 676.93 Tons Mixed C&D. 847 Tires). Totals. C&D 2348 + 342.74 + 676.93 = 3367.67 Tons Vegetative Debris 1347 + 50 + 1397 CYs. Tires. 2122 + 187 + 847 = 3156 Tires Tire total cost derived by the application of Weld County conversion memo from tires each to CYs paid by the CY at $7.92 per CY (See attachment 30, Weld County Conversion Memo). The memo was applied to tire volume as indicated in tire receipts at disposal centers with a CY conversion back to the TFR invoices for hauling total cost Project Notes Employee Pay Policy- The project specialist wnting this project work sheet has not received specific data for labor and equipment other than that provided in Weld County Public Works Comprehensive detail by project (See attachment 22 Weld County Pay Policy). Record Retention- Complete records and cost documents for all approved work must be maintained for at least 3 years from the date the last project was completed or from the date final payment was received. whichever is later. Applicant is responsible for retention of all documentation associated with this project. Supporting Documentation: 100% of the documentation to support this project has been reviewed and verified by the Applicant and Project Specialist for eligibility and correctness. Vouchers from the public for the final two invoices from Waste Management were not present. The applicant has been informed to have the vouchers that apply to the final two invoices from Waste Management available at the close out of this project Procurement The Applicant is required to adhere to Weld County purchase policy and maintain adequate records to support the basis for all purchasing of goods and materials and contracting services for projects approved under the Public Assistance program as stated in 44 CFR 13.36. Weld County followed there policy in the procurement of a debns removal contractor (See attachment 25. Procurement Policy). Weld County put out an RFP for bids and received a series of bids from prospective contractors for the debns removal contract (See attachment 24 Contractor Bid Prices for Weld County Debns Removal). The county awarded the contract to TFR Enterpnses on October 16. 2013 (See attachment 26. Weld County Award Letter For TFR Enterprises). PERMITS The applicant must obtain all required federal, state and local permits pnor to the commencement of work. INSURANCE The applicant is aware that all projects are subject to an insurance review as stated in 44 C.F.R. Sections 206.252 and 206.253. If applicable. an insurance determination will be made either as anticipated proceeds or actual proceeds in accordance with the applicant's insurance policy that may affect the total amount of the project. DIRECT ADMINISTRATIVE COSTS The sub-grantee is requesting direct administrative costs that are directly chargeable to this specific project. Associated eligible work is related to administration of this PA project only and in accordance with 44 CFR §13.22. These costs are treated consistently and uniformly as direct costs in all Federal awards and other sub-grantee activities and are not included in any approved indirect cost rates. HAZARD MITIGATION MEASURES. Not applicable for Category A Debris. Does the Scope of Work change the pre-disaster conditions at the site" Yes No Special Considerations included'? Yes No Hazard Mitigation proposal included'? Yes No Is there insurance coverage on this facdny" Yes No PROJECT COST ITEM CODE NARRATIVE QUANTITY/UNIT UNIT PRICE COST "' Version 0 "" Work Completed 1 0000 Work Completed 0/LS $ 0.00 $ 0.00 2 9229 Force Account Labor (Straight-Time) - Debris 1/LS $ 22.212.55 $ 22,212.55 Monitoring 3 9230 Force Account Labor (Over-Time) - Debris i/LS $ 725.44 $ 725.44 Monitoring 4 9008 Equipment 1 /LS $ 14.081 .00 $ 14.081 .00 5 9231 Contract - Debris Removal 1/LS $ 308,720.70 $ 308,720.70 6 9901 Direct Administrative Costs (Subgrantee) 1/LS $ 1 ,000.00 $ 1 ,000.00 TOTAL COST $ 346,739.69 PREPARED BY JUSTIN GRAHAM - John Hurst TITLE Debns Specialist SIGNATURE APPLICANT REP. Roy Rudisill TITLE Director- OEM SIGNATURE WELD (COUNTY) : PA-08-CO-4145-PW-01046 Conditions Information Review Name Condition Type Condition Name Description Monitored Status Standard This review does not address all federal, state and local Final Review Other (EHP) Condition #2 requirements. Acceptance of federal funding requires recipient to No Approved comply with all federal state and local laws. Failure to obtain all appropriate federal state and local environmental permits and https://connect l .dhs.gov/emmie/,Danalnfo=isource.fema.net,SSL+dispatchDestination.do?... 6/ 12/20 14 Federal Emergency Management Agency E-Grants Pace I I of 1 1 clearances may jeopardize federal funding. Final Review Other (EHP) Standard Any change to the approved scope of work will require re-evaluation No Approved Condition #1 for compliance with NEPA and other Laws and Executive Orders. If ground disturbing activities occur during construction. applicant Final Review Other (EHP) Standard will monitor ground disturbance and if any potential archeological No Approved Condition #3 resources are discovered. will immediately cease construction in pp that area and notify the State and FEMA. This review does not address all federal. state and local Standard requirements. Acceptance of federal funding requires recipient to EHP Review Other (EHP) Condition #2 comply with all federal state and local laws. Failure to obtain all No Recommended appropriate federal. state and local environmental permits and clearances may jeopardize federal funding. EHP Review Other (EHP) Standard Any change to the approved scope of work will require re-evaluation No Recommended Condition #1 for compliance with NEPA and other Laws and Executive Orders. If ground disturbing activities occur during construction. applicant EHP Review Other (EHP) Standard will monitor ground disturbance and if any potential archeological No Recommended Condition #3 resources are discovered. will immediately cease construction in that area and notify the State and FEMA. Internal Comments No. Queue User Date/Time Reviewer Comments 6 Award Review SYSTEM 06-05-2014 02:46 PM GMT ACCEPTED 5/30/2014 Eligible. Participating in Alternative Procedures for 5 Final Review COX MARGERY 05-30-2014 09:42 PM GMT Debris Removal for straight time FA labor. FA labor used for debris monitoring and contract cost codes corrected at Final Review. M. Cox. Policy Specialist 4 Grantee Review PATEL KAJAL 05-30-2014 07:28 PM GMT Adjust procurement to state that applicant will adhere to Federal and State procurement requirements as well. Category A. 100% Complete. Weld County. The applicant used contract services to remove and haul vegetative debris, C and D tires, sediment. and white goods across the county right of way under the Alternate Procedures Pilot Program for debris removal. Debris was taken to the Greeley Organic Waste Grow Center. Snowy River Enterprises, Waste Management Landfill and the Waste Connections. Inc. Front Range Landfill. - dsharon - 05/30/2014 14.37 41 GMT Debris removal (not staging or non-emergency disposal in a floodplain or wetland) is exempt from the 8-step process per 44 CFR Part 9.5(c) (12). - dsharon - 05/30/2014 14.36:51 GMT The entire community will benefit from the completion of this project. - dsharon - 05/30/2014 14:3703 GMT Work includes emergency protective measures. Consultation 3 EHP Review EAKINS WYNN 05-30-2014 03: 18 PM GMT was conducted with USFWS on 9/24/2013 during which time FEMA notified the USFWS of the disaster activities and the USFWS provided recommendations on how to avoid or minimize take as emergency activities are carried out. - dsharon - 05/30/2014 14-34.06 GMT Work involves removal. staging. transporting, and/or disposal of hazardous debris. - dsharon - 05/30/2014 14:36:01 GMT Work involves removal, staging, transporting, and/or disposal of debris. - dsharon - 05/30/2014 14.36- 15 GMT Debris removal (except non-emergency staging/disposal in a floodplain or wetland) is exempt from the 8-step process per 44 CFR Part 9.5(c) (12). - dsharon - 05/30/2014 14 3643 GMT Immediate rescue and salvage operations conducted to preserve life or property are exempt from the provisions of Section 106: 36 CFR 800. 12 (d). - dsharon - 05/30/2014 1433:54 GMT A review of the documentation provided has identified that Weld County is insured for property damages through, Colorado Counties Casualty and Property Pool, Policy Number 020412751 . 2 Insurance Review JOHNSON KENNETH 05-29-2014 10- 12 PM GMT This policy does not provide coverage for the debris removal as documented in this Project Worksheet (PR. There will not be an insurance reduction for this PW. The eligible costs for this PW are funded through Sec 403. Essential Assistance (42 U.S.C. 5170b) ia) (3) (D) of the Stafford Act and does not require an insurance requirement. 1 Debris Review THOMPSON TOM 05-28-2014 02:21 PM GMT Contract work cost code should be 9231 https://connect 1 .dhs.goviemmie/,Danalnfo=isource.tema.net.SSL+dispatchDestination.do?. . . 6/ I2/20I4 Federal Emergency Management Agency E-Grants Page I of 17 Ph 08-CO-4145-PW-00935(0) Applicant Name: Application Title: WELD (COUNTY) WELCO02-Debris (From FHWA Roads) Period of Performance Start: Period of Performance End: 09-14-2013 09- 14-2014 Subgrant Application - Entire Application Application Title: '/IELCO02-Debris (From FHWA Roads) Application Number: PA-08-CO-4145-PW-00935(0) Application Type: ubgrant Application (PW) Preparer Information Prefix First Name JUSTIN Middle Initial Last Name GRAHAM Title Debris Specialist Agency/Organization Name FEMA- DHS Address 1 9200 E. Mineral Ave. Address 2 City Centenial State CO Zip 80112 Email justin.graham@associates.fema.dhs.gov Is the application preparer the Point of Contact? No Point of Contact Information Prefix Mr. First Name Roy Middle Initial Last Name Rudisill Title Director- OEM Agency/Organization Weld County Address 1 1150 O Street Address 2 City Greeley State CO ZIP 80632 https://connect I .dhs.gov/emmie/,Danalnfo=isource.fema.net,SSL+dispatch Destination .do?... 5/7/20 14 Federal Emergency Management Agency E-Grants Page 2 of 17 Phone 970-304-6540 Fax Email rrudisill@weldgov.com Alternate Point of Contact Information Prefix First Name Middle Initial Last Name Title Agency/Organization Address 1 Address 2 City State ZIP Phone Fax Email Project Description Disaster Number: 4145 Pre-Application Number: PA-08-CO-4145-RPA-0088 Applicant ID: 123-99123-00 Applicant Name: WELD (COUNTY) Subdivision: Project Number: WELCO02 Standard Project Number/Title: 120 - Debris Alternative Procedures Please Indicate the Project Type: Neither Alternate nor Improved Application Title: WELCO02-Debris (From FHWA Roads) Category: A. DEBRIS REMOVAL Percentage Work Completed? 100. 0 As of Date: 11 -20-2013 Comments The applicant must notify the state if there are any changes in the scope of work prior to starting the repairs. Failure to notify the State Division of Emergency Management may jeopardize receipt of federal funds. Attachments Damage Facilities (Part 1 of 2) Facility Site Number Facility Name Address County City State ZIP Previously Action Damaged? 1 Weld County 1150 O Street Weld Greeley CO 80632 No https://connect1 .dhs.gov/emmie/,Dana[nfo=isource.fema.net.SSL+dispatchDestination.do?. . . 5/7/2014 Federal Emergency Management Agency E-Grants Page 3 of 17 Comments Pursuant to DAP9525. 9 subgrantee is requesting direct administrative costs that are directly chargeable to this specific project. Associated eligible work is related to administration of the PA project only and in accordance with 44 CFR 13.22. These costs are treated consistently and uniformly as direct costs in all federal awards and other subgrantee activities and are not included in any approved indirect cost rates. Attachments User Date Document Description Hard Copy File File Name Action Type Reference JUSTIN 03-27- Sites 1 -4 WELCO02, Attachment 11 . GRAHAM 2014 Map Maps SITE MAPS.pdf(713. 93 kb) View Facility Name: Weld County Address 1 : 1150 O Street Address 2: County: Weld City: Greeley State: CO ZIP: 80632 Was this site previously damaged? No Percentage Work Completed? 100.00 % PA-08-CO-4145-PW-00935(0): Weld (County Wide FHWA Roads) Location: PA-08-CO-4145-PW-00935(0): A major disaster. DR-4145-CO. with a disaster period of September 11 to September 30, was declared on September 13, 2013. Damaged facilities are 4 each FHWA County Roads (CR) . maintained by the county with flood related debris on the ROW. During the incident period of September 11 and September 30. 2013. torrential rains resulted in raging torrents across Weld County. spilling flood water from the South Platte River and nearby streams. creeks and reservoirs, depositing 24.69 tons of mixed C&D along FHWA County maintained roadways. throughout the County. Debris was deposited along 4 FHWA road sites. with 6 locations. All sites listed in the damage description and scopes of work are on FHWA funded roads. Damage Description and Site 1 Dimensions: County Road 13/ 44B & CR13/ 26A GPS: 40. 313387. -104. 94175 Along CR 13, a county maintained FHWA road. floodwaters deposited an unspecified quantity of vegetative debris at 2 locations each on the County Road maintained FHWA ROW. Debris was deposited along the roadway creating a public health and safety hazard. Project specialist inquired and applicant was unable to supply debris quantities for this site. Site 2 County Road 27. 5 / 48A GPS: 40. 336469. -104.80294 Along CR 27 floodwaters deposited an unspecified quantity mixed vegetative debris at 2 locations each on the County Road maintained https://connect I .dhs.gov/emmie/,Danalnfo=isource. fema.net,SSL+dispatchDestination.do?... 5/7/2014 - _  - — Federal Emergency Management Agency E-Grants Page 4 of 17 FHWA ROW. Debris was deposited along the roadway creating a public health and safety hazard.Project specialist inquired and applicant was unable to supply debris quantities for this site. Site 3 County Road 53/ CR58 GPS: 40.407974, -104. 564137 Along County Road 53 floodwaters at the South Platte River deposited vegetative debris on the County Road maintained FHWA ROW. Project specialist inquired and applicant was unable to supply debris quantities for this site. Site 4 County Road 54/ CR41A GPS: 40. 377478. -104.672112 Along CR 54 floodwaters deposited mixed C & D debris on the County Road maintained FHWA ROW. The debris was along the applicant maintained right of way. Project specialist inquired and applicant was unable to supply debris quantities for this site. PA-08-CO-4145-PW-00935(0): Applicant scope of work involves the removal of debris by contract services combined with force account labor and equipment. Debris removal activity was undertaken prior to the county process of obtaining a debris removal contractor. The applicant removed the debris to protect life, health , and public safety. Applicant applied 4 force account employees 47. 5 hours regular time at a cost of $1 .430.64 with 4hrs overtime at a cost of $117.40. Labor hour calculation includes 4hrs at $29.35 (Estimated OT Rate With Fringe. 1 . 5 times regular time rate $18. 18 x 7.65% Estimated OT Fringe Rate = $29. 35 x 4hrs = $117.40) and 47. 5 x Total force account labor cost is $1 . 548. 04. Force account equipment includes 20hrs time, a skid steer (2hrs) and a tractor trailer with trailer (2 each 8 hours) used to load and haul debris. at a total cost of $645 (See attachment 13. Email From Applicant Consultant Indicating Labor Hours & Rates). Applicant had a pre-existing contract with American Arborist for tree services during the normal course of public works operation. The contract was in place prior to the disaster, with post disaster services applied as needed, along with force account resources. to conduct debris removal Scope of Work: operations along sections of roadway closed where permanent work was taking place. Applicant has indicated that though contract services time and material listed on force account reports, with FA labor and equipment as attached by roadways. indicate "tree trimming with contractor. " the scope of work completed was debris removal at the ROW. The reference to "tree trimming- is nothing more than a routine work category as applied to work completed with the contractor and force account resources and does not represent the scope completed. Attached Public Works detail (See attachment 1 , Public Works Comprehensive Detail. Sites 1 -5). by roadway site. referenced have a section for force account labor. force account equipment, and contract costs. Contract cost rate of $1064 a day includes 2 American Arborist crew members. a bucket truck. debris hauling truck with a knuckle boom, chain saws, and a stump grinder. Contractor rate does not include tipping fees, included and invoiced separately. Though multiple sites may be listed, the scope of work completed hours represents what is reflected on the detail report presented. Contract costs for the disposal of debris removed have been concluded as invoices from Waste Management Landfill and represent total from all https://connect I .dhs.gov/emm ie/,Danalnfo=isource.fema.net.SSL+dispatch Destination .do?... 5/7/2014 Federal Emergency Management Agency E-Grants Page 5 of 17 the sites combined (See attachment 11 . Site Maps). Scope of Work: Work Completed: Project specialist asked for and the applicant was unable to provide detail nescessary to fill out FA labor time sheets. Applicant will be using Alternate Procedures for debris removal (See attachment 14. Debris Pilot Program) • Reimbursement of straight time force account labor costs for debris removal Contract and Force Account Site 1 County Road 13/ 44B & CR13/ 26A GPS: 40. 313387. -104. 94175 Work completed on 9/17/2013. Contract services removed debris, along the road at 2 locations, with service crew charge for a half day of debris removal at $631 .75 (See attachment 2. American Arborist Invoice). Project specialist inquired and applicant was unable to supply debris quantities for this site. 9003 Contract Cost $631 .75 Site 2 County Road 27. 5 / 48A GPS: 40. 336469. -104. 80294 Work Completed on 9/18 & 9/19/2013 Force Account and contract service personnel removed mixed debris along a section of roadway. Force account labor included 21 . 5 hours of work at a cost of $577.73. Employees 2 each have 21 . 5 hours regular time with 4 hours overtime at a cost of 117.40 ( Average rate of $29.35 per hour with fringe x 4hrs = $117.40). FA equipment cost is $567, including 9hrs for a tractor trailer (FEMA Cost Code 8792 @ $55 per hour x 9hrs = $495). and 9hrs for a dump trailer (FEMA Cost Code 8590 @ $8 per hour x 9hrs = $72). Contract cost services. with a contract service debris crew working a full 8 hour day, is $1263.50 (See attachment 3, American Arborist Invoice). Project specialist inquired and applicant was unable to supply debris quantities for this site. Site 3 County Road 53/ CR58A GPS: 40.407974, -104. 564137 Work completed on 10/25/2013. Contract cost includes a charge for a debris removal crew for $1 . 064 for one day (10/25/2013) and force account labor 1 employee for 2hrs of labor at $24. 32 for a total cost of $71 .08 for removal of 13.68 tons of mixed C & D debris. County employee assisted and supervised the removal of debris (See attachment 4, American Arborist Invoice). Project specialist inquired and applicant was unable to supply debris quantities for this site. Site 4 County Road 54/ CR41A GPS: 40.377478. -104.672112 Work Completed on 11 /14. 15. 18 - 11 /20/2013 Force Account and contract services removed debris along the roadway. Cost includes 28 hours of FA regular time labor by 5 each employees on 4 days (11 /14, 18, 19, and 20) at a cost of $899.23 and FA equipment cost for 11 /18. 19, & 20th. total 3hrs at a total costs of $78 (FEMA Cost Code, 8542 Skid Steer @ $26 x 3hrs = $78). Cost of $78 is a correction to applicant cost of $66.79. Contract service crew charge is for $3724 (3 full days x $1064, 11 /15. 11 /18. 11 /19 and a half day on 11 /20/2013) (See https://connect / .dhs.gov/emmie/,Danalnto=isource. tema.net,SSL+dispatchDestination.do?... 5/7/20I4 Federal Emergency Management Agency E-Grants Page 6 of 17 attachment 5. American Arborist Invoice). Total roadway cost $4,701 .23. Project specialist inquired and applicant was unable to supply debris quantities for this site. Total Costs By Cost Code: 9226 Force Account Labor (Straight Time) $1548.04 (Site 2. $577.73 + Site 3. $71 .08 + Site 4, $899.23) 9227 Force Account Labor (Overtime) $117.40 9008 Equipment $645 (Site 2, $567 + Site 4. $78) Total American Arborist Contract Cost- $6683.25 (Site 1 , $631 .75 + Site 2. $1263. 50 + Site 3. $1064 + Site 4. $3724). Project specialist inquired and applicant was unable to supply debris quantities for this site. Contract Cost: Contract cost included Waste Management invoices associated with force account and contract services removal of a total of 24.69 tons of mixed debris from CRs 53/58A and 54/41A. Debris was hauled by the contractor to Waste Management. Buffalo Ridge Landfill, 11655 CR 59. Keenesburg. Co 80643. GPS 40. 186369. -104. 530073 (See attachment 7. Buffalo Ridge Certificate of Designation). Waste Management Invoices correlated for sites listed in this scope of work indicate a total of 24.97 tons of debris was included in 2 invoices. Material from sites 1 through 5 are included in the cumulative totals for waste management and represent total debris removed in the project. Total Waste Management Invoiced contract cost to dump material picked up by force account and contract services is $730. 17 (See attachments 8 & 9. Waste Management Invoices & Attachment 10. Debris management Form). Additional Contract Service invoices for debris removal from American Arborist are included for sites 1 , 2. 4, and 5 total $7315 (See attachments 2. 3, 4, & 5 American Arborist Invoices. Attachment 1 Applicant Project Detail. Attachment 6. Contract Summary & Attachment 12. American Arborist Contract). Total contract cost includes $6.683.25 + 730. 17 = $7,413.42. 9003 Contract - $7.413.42 Total Project Work Sheet Cost = $9723. 86 Cost Per ton for Debris Removal = $9723. 86 / 17.97 = $541 . 11 Alternate Procedures Debris Pilot Program: Applicant will be using Alternate Procedures for debris removal (See attachment 14. Debris Pilot Program) • Reimbursement of straight time force account labor costs for debris removal Associated eligible work is related to administration of the PA project only and in accordance with 44 CFR 13.22. These costs are treated consistently and uniformly as direct costs in all federal awards and other subgrantee activities and are not included in any approved indirect cost rates. Direct Administrative Costs: Pursuant to DAP9525.9 subgrantee chose NOT to claim any direct administrative costs for this project. 9903 Direct Administrative Cost Employee Pay Policy: The project specialist writing this project work sheet has not received specific data for labor and equipment other than that provided in Weld County Public Works Comprehensive detail by project (See attachment 1 . https://connectl .dhs.goviemmie '. Danalnfo=isource.fema.net,SSL+dispatchDestination .do?. . . 5 7 2014 Federal Emergency Management Agency E-Grants Page 7 of 17 Public Works Comprehensive Detail). Record Retention : Complete records and cost documents for all approved work must be maintained for at least 3 years from the date the last project was completed or from the date final payment was received, whichever is later. Applicant is responsible for retention of all documentation associated with this project. Supporting Documentation: 100% of the documentation to support this project has been reviewed and verified by the Applicant and Project Specialist for eligibility and correctness. INSURANCE: The applicant is aware that all projects are subject to an insurance review as stated in 44 C. F. R. Sections 206.252 and 206.253. If applicable, an insurance determination will be made either as anticipated proceeds or actual proceeds in accordance with the applicant's insurance policy that may affect the total amount of the project. PERMITS: The applicant must obtain all required federal. state, and local permits prior to the commencement of work. PROCUREMENT: The applicant is required to adhere to State and Federal Government Procurement rules and regulations and maintain adequate records to support the basis for all purchasing of goods and materials and contracting services for projects approved under the Public Assistance program. as stated in 44 CFR 13. 36. The applicant has advised they have/will follow their normal procurement procedures. Force Account Labor/Equipment: 100% sampling of the timesheets and equipment logs have been reviewed and found to be complete by the FEMA project specialist. A copy of the applicants payroll policy and example timesheets and equipment logs are attached as supporting documentation. Contract/Material Purchase INVOICES: 100% of all received invoices, and cancelled checks (or other proofs of payment) have been reviewed and are attached as supporting documentation. Hazard Mitigation Proposal Is effective mitigation feasible on this site? No If you answered Yes to the above question, the next question is required Will mitigation be performed on this site? If you answered Yes to the above question, the next question is required Do you wish to attach a Hazard Mitigation Proposal? If you answered Yes to the above question, the next two questions are required Please provide the Scope of Work for the estimate: (maximum 4000 characters) Would you like to add the Hazard Mitigation No https://connect I .dhs.gov/emmie/,Danalnfo=isource.fema.net,SSL+dispatchDestination.do?... 5/7/2014 Federal Emergency Management Agency E-Grants Page 8 of 17 Proposal as a cost line item to the project cost? GIS Coordinates Project Location Latitude Longitude Site 1 - County Road 13/ 44B & CR13/26A 40.313387 104.94175 Site 2 - County Road 27.5 / 48A 40. 336469 104. 80294 Site 3 - County Road 53/CR58 40.407974 104. 564137 Site 4 - County Road 54 / CR41A & 40. 377478 104.672112 CR54/13A Special Considerations 1 . Does the damaged facility or item of work have insurance coverage and/or is it an insurable No risk (e.g. , buildings. equipment, vehicles, etc)? 2. Is the damaged facility located within a floodplain or coastal high hazard area and/or does it No have an impact on a floodplain or wetland? 3. Is the damaged facility or item of work located within or adjacent to a Coastal Barrier No Resource System Unit or an Otherwise Protected Area? 4. Will the proposed facility repairs/reconstruction change the pre-disaster conditions (e.g. . No footprint, material. location. capacity. use of function)? 5. Does the applicant have a hazard mitigation proposal or would the applicant like technical No assistance for a hazard mitigation proposal? 6. Is the damaged facility on the National Register of Historic Places or the state historic listing? No Is it older than 50 years? Are there more, similar buildings near the site? 7. Are there any pristine or undisturbed areas on . or near, the project site? Are there large No tracts of forestland? 8. Are there any hazardous materials at or adjacent to the damaged facility and/or item of work? No 9. Are there any other environmental or controversial issues associated with the damaged Yes facility and/or item of work? If you would like to make any comments, please enter them below. (maximum 4000 characters) As described in 44 CFR Section 13.42, applicant must maintain all work-related records for a period of three (3) years from applicant closure (final payment). All records relative to this project worksheet are subject to examination and audit by the State, FEMA, and the Comptroller General of the United States and must reflect work related to disaster specific costs." Per Regional guidance. EHP review is required.- Attachments Hard Copy User Date Document Type Description File File Name Action Reference 03- Landfill WELCO02. Attachment 7, JUSTIN 23- Environmental/Historic Certificate Landfill Certificat of View GRAHAM 2014 Document Designation Designation Buffalo Ridge. pdf(282. 91 kb) 03- WELCO02 . Attachment 1 . JUSTIN 27- Additional Information PW Labor and PW Labor and View GRAHAM 2014 Equipment Equipment. pdf(384. 11 kb) Mitigation section is not applicable for your project category. Cost Estimate I https://connect I .dhs.gov/emmiei. Danalnfo=isource.fema.net,SSL+dispatchDestination .do?... 5/7/2014 a Federal Emergency Management Agency E-Grants Page 9 of 17 Is this Project Worksheet for PA Alternative Procedures (Preferred) Repair Sequence Code Material and/or Unit Unit of Unit Subgrant Type Cost Action Description Quantity Measure Price Budget Class Estimate *** Version 0 't*'k Work Completed 1 0000 Work Completed Work $ 0.00 Completed Force Account 2 9226 Labor (Straight 1 LS $ OTHER Work $ 1 , 548.04 Time) - Debris 1 .548. 04 Completed Removal Force Account 3 9227 Labor (Over 1 LS $ 117.40 OTHER Work $ 117.40 Time) - Debris Completed Removal 4 9008 Equipment 1 LS $ 645. 00 EQUIPMENT Work $ 645.00 Completed 5 9003 Contract Costs 1 LS $ CONTRACTUAL Work $ 7.413.42 7,413.42 Completed Remove 9003 6 9999 contract cost 1 LS $ - Work $ _7 413.42 to correct cost 7,413.42 Completed code Contract - 7 9231 Debris 1 LS $ CONTRACTUAL Work $ 7,413.42 Removal 7,413.42 Completed Other No Direct 8 9903 Administrative 1 LS $ 0.00 OTHER Other $ 0.00 Costs Total Cost : $ 9,723.86 Insurance Adjustments (Deductibles, Proceeds and Settlements) - 5900/5901 Material and/or Unit Unit of Unit Subgrant Cost Sequence Code Description Quantity Measure Price Budget Type Estimate Action Class Total Cost : $ 0.00 V Total Cost Estimate: $ 9,723.86 (Preferred Estimate Type + Insurance Adjustments) Comments Attachments User Date DoDocument p Descri tion Hard Copy File Name Action File https://connect 1 .dhs.goviem in ie/,DanaInfo=isource.fema.net,SSL+dispatch Destination.do?... 5/7/20 14 Federal Emergency Management Agency E-Grants Page 10 of 17 Reference JUSTIN 03- WELCO02. Attachment 2, Site 1 GRAHAM 27- Invoice Site 1 American Arborist Invoice.pdf View 2014 (204.22 kb) JUSTIN 03- Site 2 American WELCO02. Attachment 3. Site 2, GRAHAM 27- Invoice Arborist Invoice American Arborist Invoice.pdf View 2014 ( 199. 10 kb) JUSTIN 03- Site 3 American WELCO02. Attachment 4, Site 3 GRAHAM 27- Invoice Arborist Invoice American Arborist Invoice.pdf View 2014 (222.74 kb) JUSTIN 03- Site 4 American WELCO02. Attachment 5, Site 4 GRAHAM 27- Invoice Arborist Invoice American Arborist Invoice.pdf View 2014 (371 . 17 kb) JUSTIN 03- Additional Contract Cost WELCO02, Attachment 6, GRAHAM 27_ Information Summary Contract Cost Summary.pdf.pdf View 2014 ( 14.21 kb) JUSTIN 03- Waste Managment WELCO02. Attachment 8. Waste GRAHAM 27- Invoice Invoice Management Invoice . pdf( 164.51 View 2014 kb) JUSTIN 03- Waste Management WELCO02. Attachment 9. Waste GRAHAM 27- Invoice Invoice Management Invoices.pdf(404.72 View 2014 kb) JUSTIN 03- Contract American Arborist WELCO02. Attachment 12. GRAHAM 27- Document Contract American Arborist Contract.pdf View 2014 (149.85 kb) JUSTIN 03- Additional Email From Applicant WELCO02. Attachment 13, Email 27- Indicating Labor From Applicant Indicating Labor View GRAHAM 2014 Information Hours Hours.pdf(98.25 kb) 04- WELCO02. Attachment 14. Weld JUSTIN 01 Additional Debris Pilot Program County Debris Pilot Program View GRAHAM 2014 Information Acknowledgment Acknowledgment. pdf(727. 51 kb) Existing Insurance Information Insurance Type Policy No. Bldg/Property Content Insurance Deductible Years Amount Amount Amount Amount Required Comments Attachments Comments and Attachments Name of Section Comment Attachment I The applicant must notify the state if there are any changes Project Description in the scope of work prior to starting the repairs. Failure to notify the State Division of Emergency Management may jeopardize receipt of federal funds. Pursuant to DAP9525.9 subgrantee is requesting direct administrative costs that are directly chargeable to this specific project. Associated eligible work is related to administration of the PA project only and in accordance WELCO02, Attachment 11 , I https://confleet ! .dhs.gov/emmie/,Danalnfo=isource.fema.net,SSL+dispatchDestination .do?... 5/7/2014 Federal Emergency Management Agency E-Grants Page I I of 17 with 44 CFR 13.22. These costs are treated consistently SITE MAPS.pdf Damage Facilities and uniformly as direct costs in all federal awards and other subgrantee activities and are not included in any approved indirect cost rates. WELCO02, Attachment 7, Landfill Certificat of Designation Buffalo Special Considerations Ridge.pdf WELCO02. Attachment 1 , PW Labor and Equipment.pdf WELCO02, Attachment 2, Site 1 American Arborist Invoice.pdf WELCO02, Attachment 3, Site 2, American Arborist Invoice.pdf WELCO02, Attachment 4, Site 3 American Arborist Invoice.pdf WELCO02. Attachment 5, Site 4 American Arborist Invoice.pdf WELCO02. Attachment 6. Contract Cost Summary.pdf.pdf Cost Estimate WELCO02, Attachment 8, Waste Management Invoice .pdf WELCO02. Attachment 9. Waste Management Invoices.pdf WELCO02. Attachment 12, American Arborist Contract.pdf WELCO02, Attachment 13, Email From Applicant Indicating Labor Hours. pdf WELCO02, Attachment 14, Weld County Debris Pilot Program Acknowledgment.pdf Application Level TE 4145 All Cat A and B through 9-14-2014.pdf Bundle Reference # (Amendment #) Date Awarded PA-08-CO-4145-State-0051 (50) 05-01 -2014 Subgrant Application - FEMA Form 90-91 Note: The Effective Cost Share for this application is 75% FEDERAL EMERGENCY MANAGEMENT AGENCY PROJECT WORKSHEET DISASTER PROJECT NO. PA ID NO. DATE CATEGORY WELCO02 123-99123- 04-21 -2014 A FEMA 4145 - DR -CO https://connect 1 .dhs.gov/emmie/,Danalnfo=isource.lema.net,SSL+dispatchDestination.do?. .. 5/7/2( 14 Federal Emergency Management Agency E-Grants Page 12 of 17 00 APPLICANT: WELD (COUNTY) WORK COMPLETE AS OF: 11 -20-2013 : 100 Site 1 of 1 DAMAGED FACILITY: COUNTY: Weld Weld County LOCATION: LATITUDE: LONGITUDE: 40.313387 104.94175 40.336469 104.80294 40.407974 104.564137 PA-08-CO-4145-PVV-00935(0): 40.377478 104.672112 Weld (County Wide FHWA Roads) DAMAGE DESCRIPTION AND DIMENSIONS: PA-08-CO-4145-PW-00935(0): A major disaster. DR-4145-CO, with a disaster period of September 11 to September 30. was declared on September 13. 2013. Damaged facilities are 4 each FHWA County Roads (CR), maintained by the county with flood related debris on the ROW. During the incident period of September 11 and September 30, 2013, torrential rains resulted in raging torrents across Weld County, spilling flood water from the South Platte River and nearby streams. creeks and reservoirs, depositing 24.69 tons of mixed C&D along FHWA County maintained roadways. throughout the County. Debris was deposited along 4 FHWA road sites, with 6 locations. All sites listed in the damage description and scopes of work are on FHWA funded roads. Site 1 County Road 13/ 44B & CR13/ 26A GPS: 40.313387. -104.94175 Along CR 13, a county maintained FHWA road. floodwaters deposited an unspecified quantity of vegetative debris at 2 locations each on the County Road maintained FHWA ROW. Debris was deposited along the roadway creating a public health and safety hazard.Project specialist inquired and applicant was unable to supply debris quantities for this site. Site 2 County Road 27.5 / 48A GPS: 40.336469. -104.80294 Along CR 27 floodwaters deposited an unspecified quantity mixed vegetative debris at 2 locations each on the County Road maintained FHWA ROW. Debris was deposited along the roadway creating a public health and safety hazard.Project specialist inquired and applicant was unable to supply debris quantities for this site. Site 3 County Road 53/ CR58 GPS: 40.407974. -104.564137 Along County Road 53 floodwaters at the South Platte River deposited vegetative debris on the County Road maintained FHWA ROW. Project specialist inquired and applicant was unable to supply debris quantities for this site. Site 4 County Road 54/ CR41A GPS. 40.377478, -104.672112 Along CR 54 floodwaters deposited mixed C & D debris on the County Road maintained FHWA ROW. The debris was along the applicant maintained right of way.Project specialist inquired and applicant was unable to supply debris quantities for this site. SCOPE OF WORK: PA-08-CO-4145-PW-00935(0): Applicant scope of work involves the removal of debris by contract services combined with force account labor and equipment. Debris removal activity was undertaken prior to the county process of obtaining a debris removal contractor. The applicant removed the debris to protect life. health, and public safety. Applicant applied 4 force account employees 47.5 hours regular time at a cost of S1 ,430.64 with 4hrs overtime at a cost of $117.40. Labor hour calculation includes 4hrs at $29.35 (Estimated OT Rate With Fringe. 1 .5 times regular time rate $18.18 x 7.65% Estimated OT Fringe Rate = $29.35 x 4hrs = S117.40) and 47.5 x Total force account labor cost is 51 .548.04. Force account equipment includes 20hrs time. a skid steer (2hrs) and a tractor trailer with trailer (2 each 8 hours) used to load and haul debris. at a total cost of S645 (See attachment 13, Email From Applicant Consultant Indicating Labor Hours & Rates). Applicant had a pre-existing contract with American Arborist for tree services during the normal course of public works operation. The contract was in place prior to the disaster. with post disaster services applied as needed. along with force account resources, to conduct debris removal operations along sections of roadway closed where permanent work was taking place. Applicant has indicated that though contract services time and material listed on force account reports. with FA labor and equipment as attached by roadways, indicate "tree trimming with contractor," the scope of work completed was debris removal at the ROW. The reference to "tree trimming" is nothing more https://connect 1 .dhs.gov/emmie/,Danalnfo=isource.fema.net,SSL+dispatch Destination .do?. .. 5/7/20 I4 Federal Emergency Management Agency E-Grants Page 13 of 17 than a routine work category as applied to work completed with the contractor and force account resources and does not represent the scope completed. Attached Public Works detail (See attachment 1 , Public Works Comprehensive Detail, Sites 1-5), by roadway site, referenced have a section for force account labor, force account equipment, and contract costs. Contract cost rate of $1064 a day includes 2 American Arborist crew members, a bucket truck, debris hauling truck with a knuckle boom, chain saws, and a stump grinder. Contractor rate does not include tipping fees, included and invoiced separately. Though multiple sites may be listed, the scope of work completed hours represents what is reflected on the detail report presented. Contract costs for the disposal of debris removed have been concluded as invoices from Waste Management Landfill and represent total from all the sites combined (See attachment 11 , Site Maps). Scope of Work: Work Completed: Project specialist asked for and the applicant was unable to provide detail nescessary to fill out FA labor time sheets. Applicant will be using Alternate Procedures for debris removal (See attachment 14, Debris Pilot Program) • Reimbursement of straight time force account labor costs for debris removal Contract and Force Account Site 1 County Road 13/ 44B & CR13/ 26A GPS: 40.313387, -104.94175 Work completed on 9/17/2013. Contract services removed debris, along the road at 2 locations, with service crew charge for a half day of debris removal at $631 .75 (See attachment 2, American Arborist Invoice).Project specialist inquired and applicant was unable to supply debris quantities for this site. 9003 Contract Cost $631 .75 Site 2 County Road 27.5 / 48A GPS: 40.336469, -104.80294 Work Completed on 9/18 & 9/19/2013 Force Account and contract service personnel removed mixed debris along a section of roadway. Force account labor included 21 .5 hours of work at a cost of $577.73. Employees 2 each have 21 .5 hours regular time with 4 hours overtime at a cost of 117.40 ( Average rate of $29.35 per hour with fringe x 4hrs = $117.40). FA equipment cost is $567, including 9hrs for a tractor trailer (FEMA Cost Code 8792 @ $55 per hour x 9hrs = $495), and 9hrs for a dump trailer (FEMA Cost Code 8590 @ $8 per hour x 9hrs = $72). Contract cost services, with a contract service debris crew working a full 8 hour day, is $1263.50 (See attachment 3, American Arborist Invoice).Project specialist inquired and applicant was unable to supply debris quantities for this site. Site 3 County Road 53/ CR58A GPS: 40.407974, -104.564137 Work completed on 10/25/2013. Contract cost includes a charge for a debris removal crew for $1 ,064 for one day (10/25/2013) and force account labor 1 employee for 2hrs of labor at $24.32 for a total cost of $71 .08 for removal of 13.68 tons of mixed C & D debris. County employee assisted and supervised the removal of debris (See attachment 4, American Arborist Invoice).Project specialist inquired and applicant was unable to supply debris quantities for this site. Site 4 County Road 54/ CR41A GPS: 40.377478, -104.672112 Work Completed on 11/14, 15, 18 - 11 /20/2013 Force Account and contract services removed debris along the roadway. Cost includes 28 hours of FA regular time labor by 5 each employees on 4 days (11/14, 18, 19, and 20) at a cost of $899.23 and FA equipment cost for 11/18, 19, & 20th, total 3hrs at a total costs of $78 (FEMA Cost Code, 8542 Skid Steer @ $26 x 3hrs = $78). Cost of $78 is a correction to applicant cost of $66.79. Contract service crew charge is for $3724 (3 full days x $1064. 11/15, 11 /18, 11/19 and a half day on 11/20/2013) (See attachment 5, American Arborist Invoice). Total roadway cost $4,701 .23. Project specialist inquired and applicant was unable to supply debris quantities for this site. Total Costs By Cost Code: 9226 Force Account Labor (Straight Time) $1548.04 (Site 2, $577.73 + Site 3, $71 .08 + Site 4. $899.23) 9227 Force Account Labor (Overtime) $117.40 9008 Equipment $645 (Site 2, $567 + Site 4, $78) Total American Arborist Contract Cost- $6683.25 (Site 1 , $631 .75 + Site 2, $1263.50 + Site 3, $1064 + Site 4, $3724).Project specialist inquired and applicant was unable to supply debris quantities for this site. Contract Cost: Contract cost included Waste Management invoices associated with force account and contract services removal of a total of 24.69 tons of mixed debris from CRs 53/58A and 54/41A. Debris was hauled by the contractor to Waste Management, Buffalo Ridge Landfill, 11655 CR 59, Keenesburg, Co 80643, GPS 40.186369, -104.530073 (See attachment 7, Buffalo Ridge Certificate of Designation). Waste Management Invoices correlated for sites listed in this scope of work indicate a total of 24.97 tons of debris was included in 2 invoices. Material from sites 1 through 5 are included in the cumulative totals for waste management and represent total debris removed in the project. Total Waste Management Invoiced contract cost to dump material picked up by force account and contract services is $730.17 (See attachments 8 & 9, Waste Management Invoices & Attachment 10, Debris management Form). Additional Contract Service invoices for debris removal from American Arborist are included for sites 1 , 2, 4, and 5 total $7315 (See attachments 2, 3, 4, & 5 American Arborist Invoices, Attachment 1 Applicant Project Detail, Attachment 6, Contract Summary & Attachment 12, American Arborist Contract). Total contract cost includes $6,683.25 + 730.17 = $7,413.42. 9003 Contract - $7,413.42 https://connectl .dhs.gov/emm ie/,DanaInfo=isource.fema.net,SSL+dispatchDestination.do?... 5/7/2014 Federal Emergency Management Agency E-Grants Page 14 of 17 Total Project Work Sheet Cost = $9723.86 Cost Per ton for Debris Removal = $9723.86 / 17.97 = $541 .11 Alternate Procedures Debris Pilot Program: Applicant will be using Alternate Procedures for debris removal (See attachment 14, Debris Pilot Program) • Reimbursement of straight time force account labor costs for debris removal Associated eligible work is related to administration of the PA project only and in accordance with 44 CFR 13.22. These costs are treated consistently and uniformly as direct costs in all federal awards and other subgrantee activities and are not included in any approved indirect cost rates. Direct Administrative Costs: Pursuant to DAP9525.9 subgrantee chose NOT to claim any direct administrative costs for this project. 9903 Direct Administrative Cost Employee Pay Policy: The project specialist writing this project work sheet has not received specific data for labor and equipment other than that provided in Weld County Public Works Comprehensive detail by project (See attachment 1 . Public Works Comprehensive Detail). Record Retention: Complete records and cost documents for all approved work must be maintained for at least 3 years from the date the last project was completed or from the date final payment was received. whichever is later. Applicant is responsible for retention of all documentation associated with this project. Supporting Documentation: 100% of the documentation to support this project has been reviewed and verified by the Applicant and Project Specialist for eligibility and correctness. INSURANCE: The applicant is aware that all projects are subject to an insurance review as stated in 44 C.F.R. Sections 206.252 and 206.253. If applicable, an insurance determination will be made either as anticipated proceeds or actual proceeds in accordance with the applicants insurance policy that may affect the total amount of the project. PERMITS: The applicant must obtain all required federal, state, and local permits prior to the commencement of work. PROCUREMENT: The applicant is required to adhere to State and Federal Government Procurement rules and regulations and maintain adequate records to support the basis for all purchasing of goods and materials and contracting services for projects approved under the Public Assistance program. as stated in 44 CFR 13.36. The applicant has advised they have/will follow their normal procurement procedures. Force Account Labor/Equipment: 100% sampling of the timesheets and equipment logs have been reviewed and found to be complete by the FEMA project specialist. A copy of the applicant's payroll policy and example timesheets and equipment logs are attached as supporting documentation. Contract/Material Purchase INVOICES: 100% of all received invoices, and cancelled checks (or other proofs of payment) have been reviewed and are attached as supporting documentation. Does the Scope of Work change the pre-disaster conditions at the site? Yes No Special Considerations included? Yes No Hazard Mitigation proposal included? Yes No Is there insurance coverage on this facility? Yes No PROJECT COST ITEM CODE NARRATIVE QUANTITY/UNIT UNIT PRICE COST *** Version 0 *** Work Completed 1 0000 Work Completed 0/LS $ 0. 00 $ 0. 00 2 9226 Force Account Labor (Straight 1 /LS $ 1 . 548. 04 $ 1 , 548.04 Time) - Debris Removal 3 9227 Force Account Labor (Over Time) - 1 /LS $ 117.40 $ 117.40 Debris Removal 4 9008 Equipment 1 /LS $ 645. 00 $ 645.00 5 9003 Contract Costs 1 /LS $ 7,413.42 $ 7,413.42 6 9999 Remove 9003 contract cost to 1 /LS $ -7,413.42 $ -7.413.42 https://connect I .dhs.goviemm ie/,Danalnfo=isource.fema.net,SSL+dispatchDestination.do?... 5/7/2O14 Federal Emergency Management Agency E-Grants Page 15 of 17 correct cost code 7 9231 Contract - Debris Removal 1 /LS $ 7,413.42 $ 7.413.42 Other 8 9903 No Direct Administrative Costs 1 /LS $ 0.00 $ 0. 00 TOTAL COST $ 9.723. 86 PREPARED BY JUSTIN GRAHAM TITLE Debris Specialist SIGNATURE APPLICANT REP. Roy Rudisill TITLE Director- OEM SIGNATURE WELD (COUNTY) : PA-08-CO-4145-PW-00935 Conditions Information Review Name Condition Type Condition Name Description Monitored Status This review does not address all federal. state and local requirements. Acceptance of federal funding requires Standard recipient to comply with all Final Review Other (EHP) Condition #2 federal. state and local laws. No Approved Failure to obtain all appropriate federal. state and local environmental permits and clearances may jeopardize federal funding. Any change to the approved Standard scope of work will require re- Final Review Other (EHP) Condition #1 evaluation for compliance with No Approved NEPA and other Laws and Executive Orders. If ground disturbing activities occur during construction, applicant will monitor ground Final Review Other (EHP) Standard disturbance and if any potential No Approved Condition #3 archeological resources are discovered . will immediately cease construction in that area and notify the State and FEMA. This review does not address all federal. state and local requirements. Acceptance of federal funding requires Standard recipient to comply with all EHP Review Other (EHP) Condition #2 federal. state and local laws. No Recommended Failure to obtain all appropriate federal. state and local environmental permits and clearances may jeopardize federal funding. Any change to the approved Standard scope of work will require re- EHP Review Other (EHP) Condition #1 evaluation for compliance with No Recommended NEPA and other Laws and Executive Orders. https://connect I .dhs.gov/emmie/,Danalnfo=isource.fema.net,SSL+dispatchDestination .do?. . . 5/7/2014 II Federal Emergency Management Agency E-Grants Page 16 of 17 If ground disturbing activities occur during construction, applicant will monitor ground EHP Review Other (EHP) Standard disturbance and if any potential No Recommended Condition #3 archeological resources are discovered. will immediately cease construction in that area and notify the State and FEMA. Internal Comments No. Queue User Date/Time Reviewer Comments Amendment THOMPSON 05-02-2014 6 Review JAMIE 10:25 PM Grantee Time Extension GMT Award 05-01 -2014 5 Review SYSTEM 09: 57 PM ACCEPTED GMT 04-23-2014 4/23/2014: Corrected contract cost code to reflect Alternative COX 4 Final Review MARGERY 10: 19 PM Procedures for Debris Removal. Eligible. M. Cox, Policy GMT Specialist Category A. 100.0% Complete. Weld County. The applicant used force account and contract services to remove mixed flood debris from four FHWA sites within the county- maintained right of way. Debris was hauled to the Waste Management Buffalo Ridge Landfill. - dsharon - 04/23/2014 15:09: 36 GMT Debris removal (not staging or non-emergency disposal in a floodplain or wetland) is exempt from the 8-step process per 44 CFR Part 9. 5(c) ( 12). - dsharon - 04/23/2014 15: 09:00 GMT The entire community will benefit from the completion of this project. - dsharon - 04/23/2014 15:09: 16 GMT 04-23-2014 Work includes emergency protective measures. Consultation 3 EHP Review PATTERSON 04: 30 PM was conducted with USFWS on 9/24/2013 during which time MOLLY GMT FEMA notified the USFWS of the disaster activities and the USFWS provided recommendations on how to avoid or minimize take as emergency activities are carried out. - dsharon - 04/23/2014 15: 05:46 GMT Work involves removal, staging . transporting. and/or disposal of debris. - dsharon - 04/23/2014 15: 08: 09 GMT Debris removal (except non-emergency staging/disposal in a floodplain or wetland) is exempt from the 8-step process per 44 CFR Part 9. 5(c) ( 12). - dsharon - 04/23/2014 15: 08: 39 GMT Immediate rescue and salvage operations conducted to preserve life or property are exempt from the provisions of Section 106: 36 CFR 800. 12 (d). - dsharon - 04/23/2014 15: 05: 35 GMT Debris THOMPSON 04-22-2014 2 Review TOM 09:26 PM Cost code for Contract Debris Removal should be 9231 GMT A review of the documentation provided has identified that Weld County is insured for property damages through: 04-21 -2014 Colorado Counties Casualty and Property Pool. Policy Number Insurance JOHNSON 020412751 . 1 Review KENNETH GMT PM This policy does not provide coverage for dams. dikes. bridges. culverts, roadways, streets. walks, paved surfaces, tunnels. canals. land. The insurance policy will not provide coverage for costs https://connect 1 .dhs.gov/emmie/,Danalnto=isource.fema.net,SSL+dispatchDestination.do?... 5/7/2014 I S Federal Emergency Management Agency E-Grants Page 17 of 17 identified in this PW There will not be an insurance reduction for this PW. The FEMA eligible damages are not to building, contents, equipment, or vehicles; therefore, there will not be an insurance commitment required. https://connect 1 .dhs.gov/emmie/,DanaInfo=isource.fema.net.SSL+dispatch Destination.do?... 5/7/2014
Hello