HomeMy WebLinkAbout20141064.tiff Federal Emergency Management Agency E-Grants Page 1 of 3
PA-08-CO-4145-PW-00689(0) P
Applicant Name: Application Title:
WELD(COUNTY) WELCO33-BR 19-4B over Big Dry Creek
Period of Performance Start: Period of Performance End:
09-14-2013
Bundle Reference#(Amendment#) Date Awarded
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
WELCO33 123.99123- 03-04-2014 C
FEMA 4145 - DR -CO 00
APPLICANT:WELD(COUNTY) WORK COMPLETE AS OF:
11-14-2013:50%
Site 1 of 1
DAMAGED FACILITY:
COUNTY: Weld
BR 19-4B over Big Dry Creek
LOCATION: LATITUDE: LONGITUDE:
40.02878 -104.88613
Current Version:
This project worksheet addresses damages to Bridge WEL019.0-004-B over Big Dry Creek,in
Section 28,Ti N,R67W.
Lat:N40.02878
Long: -W104.88613
DAMAGE DESCRIPTION AND DIMENSIONS:
Current Version:
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 damage to numerous roads and bridges in Weld County. This project worksheet addresses
damages to Bridge WEL019.0.004-B over Big Dry Creek,in Section 28,Ti N,R67W.
On November 14,2013,Kathleen Ruvarac,FEMA TAC Bridge Specialist,David Ray,FEMA Hazard Mitigation Specialist,Gary Moore,
FEMA Environmental,Historic Preservation Specialist and Donald Dunker,Weld County Public Works Engineer,performed a site
investigation at this location to document damages. The bridge was open and repairs completed at the time of inspection.
Lat:N40.02878
Long: -W104.88613
Flooding of the Big Dry Creek resulted in damages on CR 19.0 Include washout of asphalt,roadway base and embankment material within
the deck area and In front of the backwall in the northbound lane of Bridge WEL019.0-004.06.
The 29.8 ft long x 32 ft wide steel structure traverses the Big Dry Creek in Weld County,CO. The bridge is a single(1)span bridge
consisting of a 7 inch asphalt overlay on corrugated steel deck,seven(7)—W24x6B steel girders,sheet pile backwall supported by eight(8)
with 10 inch x 10 inch steel H piles abutments and wing walls.The deck is flanked on both sides with a galvanized W rail beam on 5.25 inch
x 8 inch steel posts.
Asphalt Patch on the northbound and southbound travel lanes measured 31 ft L x 14.5 ft W=449.5 SF x 0.6 ft D=269.7 CF x 146 LB/CF x
1 ton/2000 LB=19.7 tons asphalt
Embankment Material lost within the deck area and in front of the backwall in the northbound lane is estimated 15 ft Lx 14.5 ft W x 8.1 ft D
=65.3 CY. co : f// GS, OEM,
Poi, OR ti(ol/q ao ref— 5�
-a- tv �
https://isource.fema.net/emmie/intemalIntegration?reviewId=1512493&editbale=true&des... 4/10/2014
Federal Emergency Management Agency E-Grants Page 2 of 3
Rip Rap was washed away at the north and south abutments estimated to be 40 ft L x 10 ft W towards the channel x aft D x2 abutments=
88.9 CY
Recent bridge inspection report was provided by the applicant dated May 21,2012.The bridge was built in 1984 and had a sufficiency
rating of 62.4,Structurally Deficient in 2012.
2012 inspection notes of elements include:bridge deck and approach railing inadequate,pavement on deck is cracking,potholes on deck,
beams,sheet pile light rusting.R3-R4 rust on south backwall(A1), Backwall at north abutment(A2)is bulging with rust from mudline up 3
feet. Rust showing on piles at and below water line.Southwest wingwall is encased in asphalt,northwest wingwall is bulging at the top
approx. 1 ft.The deck condition is noted as satisfactory(6)on a scale of 0 to 9. The superstructure is noted as satisfactory(6)and
substructure is noted as poor(4).The channel banks were observed to be in need of minor repairs(7). Maintenance items Included sealing •
of crack in deck overlay at ends of deck,railing replacement,encasing piles and abutment backwalls in concrete.
The Applicant has provided pictures of the facilities documenting damages. These photos are attached to this project worksheet.
SCOPE OF WORK:
Current Version:
WORK TO BE COMPLETED:
1—Fill embankment material lost in roadway travel lanes,embankment and shoulders—65.3 CY x 1.82(Conversion Factor CY ABC Class
6 Material to Tons=118.8 tons x$33.70/ton(CDOT Item Number 304-06000 Aggregate Base Course Class 6 x 2 due to economies of
scale as compared with number of CDOT annual projects)=$4,003.56
2—Replace asphalt on travel lanes=19.7 tons x$81.70/ton(CDOT Item Number 403.33741 Hot Bituminous Pavement(Grading S)(75)
(PG 64-22)=$1,609.49.The applicant indicated that the debris would be disposed of at its landfill in Kennesburg,Colorado.Tree limbs,etc.
would be disposed of at A-1 Organics Rattler Ridge,12002 CR 59,Kennesburg,CO. Solid Waste would be disposed of at Waste
Management•Buffalo Ridge Landfill,11655 CR 59,Keenesburg,CO.
3-Replace Rip Rap north and south abutments=88.9 CY x$83.17/CY(Rip Rap 18 inch CDOT Item Number 506-00218)=$7,393.81
Total=$13,006.86 cost estimate prepared by project specialist using 2013 CDOT Average Unit Prices
Project Notes
1. During repair or reconstruction,applicant may incur increased costs related to clearing and grubbing,placement of topsoil,erosion and
sedimentation control,sanitary facilities,dewatering mobilization and flagging/traffic control.Such costs are generally addressed in the"in-
place°unit costs of repair or reconstruction items,and not specifically addressed in the Scope of Work.However,if a project requires an
extraordinary use of any such items,to where a specific reference in the PW should be considered,applicant is advised to contract
Colorado Department of Emergency Management requesting a revision to the PWs Scope of Work.
2. Applicant has completed a substantial percentage of the work but will not have cost data available within the fourteen day Pocket Guide
rule.Per Field Operations Pocket Guide,Section 7,Cost Estimates,Page 26,"If the applicant has not produced cost data within two weeks
of the site inspection,the Project Specialist will prepare the PW on the basis of an estimate for the work accomplished'.Applicant and
FEMA personnel jointly conducted all inspections and agreed to use CDOT costs for in-place costs to derive estimates on this project
worksheet.Applicant understands that all actual support documentation,invoices,FA records,contract and proof of payment will be
required for final reconciliation and or closeout process.Attached is the CDOT average in-place cost for materials.
3. The Applicant will notify FEMA and the State of their intent to perform permanent work related to this site before any work commences
in the field.Failure to do so may jeopardize the sub-grant for permanent work related to the work in this sub-grant.
4. Pursuant to 44 CFR 13.42,Grantees and Subgrantees are required to retain records,including source documentation,to support
expenditures/costs incurred against the grant award,for 3 years from the date of submission to FEMA of the final Financial Status Report.
5. The applicant must obtain all required federal,state,and local permits prior to the commencement of work.
6. The 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 costs.
7. Payment for small projects is made at the time of project approval,based on validated documentation included in the PW,including
documents,site visit observations and/or photos. At the time that this PW was written,no documentation was available regarding DAC.
Since DAC can only be validated through documentation provided by the applicant,no allowance was included.
8. Project was reviewed for 406 Hazard Mitigation and a hazard mitigation proposal is attached to this project worksheet.
9. 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.
10. 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 followed their normal procurement procedures
Does the Scope of Work change the pre-disaster
Special Considerations included? Li Yes LI No
conditions at the ssite? Yes n No
Hazard Mitigation proposal included? ❑Yes LF No Is there insurance coverage on this facility? P.Yes Li No
https://isource.fema.net/emmie/intemalIntegration?reviewId=1512493&editbalertrue&des... 4/10/2014
Federal Emergency Management Agency E-Grants Page 3 of 3
PROJECT COST
ITEM CODE NARRATIVE QUANTITY/UNIT UNIT PRICE COST
"I'Version 0 "'
Work To Be Completed
1 9999 Aggregate Base Course 118.8/TON $ 33.70 $4,003.56
2 9999 Asphalt 19.7/TON $ 81.70 $ 1,609.49
3 9999 Rip Rap 88.9/CY $83.17 $7,393.81
TOTAL $ 13,006.86
COST
PREPARED BY KATHLEEN RUVARAC TITLE TAC BRIDGE SPECIALIST SIGNATURE
APPLICANT REP.Roy Rudisill TITLE Director-OEM SIGNATURE
https://isource.fema.nt/emmie/intemallntegration?reviewld=1512493&editbale=true&des... 4/10/2014
Esther Gesick
From: Roy Rudisill
Sent: Tuesday, April 01, 2014 7:36 AM
To: Esther Gesick
Cc: Katie Wolff; Tommy Horton
Subject: FW: PW Worksheet for BOCC approval
Attachments: FEMA PW Summary 31 March2014.xlsx
Esther, when you view the worksheet you will see the top four PWs in red, we have not received these from
FEMA. The bottom of the sheet has PW listed in bold,these have been signed and returned to FEMA.The
PW's we are approving are the remaining PWs. Hope this helps and please let me know if you have any
questions.
Roy
Director Roy Rudisill
Weld County Office of Emergency Management
1150 O St. Greeley Co.80632
970-304-6540 Office
970-381-0417 Cell
44;777,5
_ ,'N., :.8101: 14r'
�: 1� u
C ..
Confidentiality Notice:This electronic transmission and any attached documents or other writings are intended only for
the person or entity to which it is addressed and may contain information that is privileged, confidential or otherwise
protected from disclosure. If you have received this communication in error, please immediately notify sender by return
e-mail and destroy the communication.Any disclosure, copying, distribution or the taking of any action concerning the
contents of this communication or any attachments by anyone other than the named recipient is strictly prohibited.
From: Katie Wolff[mailto:kwolffObasetactical.com]
Sent: Monday, March 31, 2014 8:45 PM
To: Roy Rudisill
Cc: 'Tommy Horton'; Esther Gesick
Subject: RE: PW Worksheet for BOCC approval
Here you go.
Katie Wolff
1
X
N
X
e-1
0
N
L
U
L.
Co
0) 2
Et el
3 M
..
to
C
m 10
;n E
a
C in
OJ
v
t Q
To 2
W
LL
0
N \
I- 3
0 C
Z °
.M
A
m
.0
I-
O
0)
a)
L
E
.0
3
IJI
2
W
LL
> c a m. -, o e e
n O c N N Oe1/44 0 °
in) NI
a \ \eq \ \ \ N ---
4,:z to O N N eD O M
N N \ \ el \ N
C e-4 N ry eti e•'l m N
LL
73
C)
> N
C
Kt
V el e-1 el el el e l el el O
al 0 0 0 0 0 0 0 a vI
C: en N N N N N N N •j
\ \ \ \ \ \ \
v v a ID v v In a
° N N N N N N Ncc
'v, en m m m m M CO Z
a
5
4
2
W
U.
o v v o v v v o o v v v 0 v a v v Kt et a a a a
4... 4.-4 cI r-I el el e l el el e l r-I e-1 el el ri e l e l el "I, e l e..1 el el I"I
e-' 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O O O
C N N N N N N N N N N N N N N N N N N N N N N
Cu \ \ \ \ \ \ \ \ \ \ \ \ \ \ \ \ \ N \ \
N m N O N m Ni N ID O N 0 0 In 0 0 N Tr ID e
N .-� el N .--1 e--I el el N r♦ e--1 .-/ .-i .-1 e-1 el ei N \ el \ \ "".---
c \ \ \ \ \ \ \ \ \ \ \ \ \ \ \ \ \ __ \ N \ en N
0 en en en m m en en en m m en en en en en en m .-1 e-1
0
71
a)
cc
O
C)
a) ut tE el el el a el
C
a o 0 0 0 Si 0 0 0 0 0 n 0 0 ni ni 0 0 0
J f^ \ \ N \ \ � N - N . N N N N - - N N N >
to m N N \ N M .-1 \ 1/40 \ N \ \ m \ \ N V \ \ \ a)
VI el el e1 el el LSI N eti CO----0-3
▪ H N e--1
0C eel
m m en m m m m m m m m M m N en M m en N M O
O Z
VI
>
al
CC
Z.c 3
3 a)
o '>-0 at got CI "Cr-1 e�-I c-I Q el .-I c-I el c-I eel eel ee-I eel el V el V V H Mi eell 0 0 eel eel a
ar `p O O O o O O O O O 0 0 0 00 ,-10n O O O O N N O O O
3 w N N N N N N N N N N N N N N N N N N N N N \ \ N N N
\ \ \ \ \ \ \ \ \ \ \ \ \ \ \ \ \ \ \
1 N. Co CO \ V 00 e-I ri tO CO 03 00 W 00 \ ci el tp a1 M M tD el \
MO d N N N .........M N N N N N N N N N N -, N N \ M ~ \ N M
., ° I\n \ — l \ \ — \ \ \ \ \ \ \ N \ m m \ N \ ,I ti N \ N
J ° N N N N N N M N N N N N c-I N N ••I eH N et N
O Cl.
C 0)
.2) d
en
E
O nr MI Tr tit
-13 e1-I rc-1 ec—I e rc-I rc-I ec-I rc-I ti e�-I ec-I c-I rc-I ec-I Q e--I eel Q el el it ~ ~ eel el
CU C Q O O O Q ON ON O O O O ON O ON O g O N p 0 N N N N N N 0
G \ \ \ N \ \ \ \ \ \ \ \ \ \ N \ \ N \ \ •\ \ \ \ \ N
y W N N. N m V to V 0 d N N. In V1 N V m Co tta in 10 ri N 9 l0 CO M
G) IL N N N \ N N ei N N N N N N N \ N N \ e-1 \ en \ \ \ ri \
CC \ \ - m \ \ \ \ \ - \ \ \ \ N \ \ m \ N \ e••I I-I N \ N
M N N N N N N M N N N N N e-I N N el el el el
e l N
CD
44
T
0
N Q Q a Q Q a Q Q Q Q Q a Q Q a Q a < 2222222
3 W w w w w w w W 2 2 2 2 2 2 2 2 2 2 tit it U. LL W It U.
O. tL Il LL IS lL IL LL LI- W W LU W W W W W W W
p Q Q Q Q E E E E E E E E LL LL LL LL LL LL LL LL LL LA_
O O O O O O O
2 2 2 2 0 0 0 0 0 0 0 0 0 o 0 0 0 0 0 0 0 0 9 "0 9 .D v v .n
3 W W W W < 'D a U U "O 0 -0 0 U 'D ea OJ Cl• Ill 0) 4C) C) N
N IL IL IS. IL 2 U U U U -D U 'D 'D a) a) a) a) a) a) a) 0) a) a) _ _ _ . a+ .-4- a -0 -0 A 'w CO w a) a) v w .q. E E E E E E E E E E .0 a .0 a a a a
E U U U U U U U U U . A .a .D d . .n .O -0 J J J J J J J
a) It; I) ....0, O a) N Cl) a) a) a) a) 0.) J J J J J 2 7 J n J J In in N H v) N Ln
.- .I w CC a cr ¢ a ¢ ¢ cC Le)to to to to to to to ti to v v a v a a
it CO CO CO in VI in in in 'Aviv)V) v) c trkc c ctrinknoc c c c V1 CCCCCCC
j C C C C C C C C C C C C C C C C C C to n to td f0 n
O O O O > O o O O O O O O O O O O O O O O O O -O •0 -0 -0 V -o 10
a0 m110 N N U) IA V1 N in V1 N VI 2 V) N N N V) N V) a) a) CU O) 0) a) a)
.
C 'C 'C .c C U > > > > > > > .> > .> > 5 » 55 > > C C C C C C C
p a a) a) a) a) a1 a) a) a) al a) a) 01 to a) al al a) a) C) a) v aD o0 04 ?d•Oo0 OD Oa
f0 co co cc de pr K K CL K cc K x K K CC O_ K K CC K CC CC in i%) N v) In N N
e0
'CS
a
0
rt ID
c C O 000 `4 a .
CO 01 •0 t00 t o N V N 01 T
OD .4ID rn 01 ry
RI m ID m N an 01
2 to N N V)
N .n N CO
to to N 'Cr O ) c)
//l/O 1 cc) (.O
N O r0it
O O
2 r I I r r
1Cr Cr
I
Cloa
° O O O r
u
a N N N NO O
0 N
.c LOt0 0 0 0 t� 0 0 0 to N N ri 0 co ti O N e O O N N al ry
Y N •
in t\ O O up �7• n• O N O v1 CO m O co m In• in• nj a tD toci
p O O to Cf1 T N O CO O V 1 . co 01 In O0 a • " Ntp N ^O 01 M O M tp t0 in
3 O W .4 W m ✓1 1/40 O N 00 M N N m h 0 t` .-1 •N N ^ 01 N O a
t� N CO M O Cr N N O t0 in Nin
�' O e0 r+ 00 •m VI O ✓1 N N GC N tD e~ kc≥ m eti e4 N N N e rti N Ip tp
U Cf1 in e-1 co in co tp N Ifl t\ In N e-1 co f� r I N N t� N O N O co M
a) to f� to to e l N N e--I In eel in CV
in in to to in to to to in in to to in to to to to N e-i ti /n in N •
.. t0
O 4/1 4/1. an
a
To
..
0
I-
io
..
0
i-
<
e-t
N
\
00
I.. m Li in CD r- CO Q) O �_E
3 ro NO O O O O O CD
Z ° Q Q r r r r r a
Gr 4 t0 I "CrII I r—Cr Cr Cr
In6.1 vi a) r N N r r N-- Cr
_ � 3 Q O
as} a _ 01 O N ON N NO O
H U LL C
J « C N Q
d a) C v a) Co
t m 0 ' 0 o Q m
a a) .. a) '... U co N VI
to v vs
Q w ." d .`Je M O CO - v 0
v1 V ul > O 'C
oil co
a a Q Q in \ -. m Cr LA to
` O O tail iv K N H m m f\ el• Q ✓t V ell Q \ \ m a W I%1 CC
m °m a VI tD v Q �' Q Q m• \ v r N m m v In• O a v
al a) Y •a 4 - N Ue en f` .- 5. V1 V C71 V \ > CO > O CO N 01 N > >
r0 •r0 a ° a rn m ' °° y x •tO r1 n j E E ° : t° p I. It
1
V v a I 0 - N en of .p 1) > LL el e� . .0 .0 o W W W l7 m a a a la) WO
O
C)
a) »-
> ° a 10 m
O 3 CO )a C C
• a)
E co co R
� � � iz
> a,
a,
O W C •.U) '.U—. rC' 0 •-• L a) ? T `a a) \ T l0 a) ( 12
?0 10 'a M T a) a) 2 t0 a) a) a) t0 a) a) M
O U - - U u Y m U U "Y L t0 U Y V V C — ea Y -V Y Y Y Y Y WN
a C •w to 10 to U T m C V �} V J O r '^
0 J• O I- 1- ) ) LL > Cc- 3 K a V V/ co
V1 " a U U ,, CO co O O O V'
O O U') LO
1--1 � in
—�, o CO m CO COCO
r r r c- O O
II I I I r
G °D 3 v ‘Zr a
r r
w uO O O O O T----
d�
o LL RI N N N N N O O
-o
CO I U N
o ; e N
_ C)
0 0 N CO N .4 en c••4 e--I ri V W ID Cr) 01 c} tit) NM CO N 1l1 V m 0 m N In N N tp In 00
V U L Y m m I O N m N m e.-I .-1 OM N m NI-4 N mom N O e-1 N r•l
� � 008 .000000000000000000000000888
>" a' -.Y ° v v v v v u u U u U U v u v u v U U v v U v U v v v U v v v
V L
3 J J J —I J --I J J J J J J J J J J J J J J J J J J .I J J J J J
C •'a 0 J W W W W W W W W W W W LU W W W W W W W W W W W W W W W W W W
• 0 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3
0 0
v L.L. u 2
en a) a Q
el
3 No a` ri
Hello