Loading...
HomeMy WebLinkAbout20141052.tiff Federal Emergency Management Agency E-Grants Page I of 6 P Applicant Name: Application Title: WELD(COUNTY) WELCO35-Wtr.Cntrl.Fac-CR9.5 Bridge&CnM Struct. Period of Performance Start: Period of Performance End: 03-14-2015 Bundle Reference#(Amendment#) Date Awarded Subgrant Application - FEMA Form 90-91 • FEDERAL EMERGENCY MANAGEMENT AGENCY PROJECT WORKSHEET DISASTER PROJECT NO. PA ID NO. DATE CATEGORY WELCO36 123-99123- 02-22-2013 FEMA 4145 I- IDR 1_CO 00 D APPLICANT:WELD(COUNTY) WORK COMPLETE AS CF: 01-24-2014:7% Site 1 of 1 • DAMAGED FACILITY: COUNTY: Weld CR9.5 Bridge and Control Structure LOCATION: LATITUDE: LONGITUDE: 40.17525 -104.97904 Current Version: County Road 9.5 Bridge and Control Structure located approximately 1 mile north of Rt.119 whore CR 9.5 crosses the St.Vrain River.just east 011-25. DAMAGE DESCRIPTION AND DIMENSIONS: Current Version: During the Incident period of September 11,2013 through September 30,2013,the declared severe storms caused flooding,landslides and mudslides throughout Weld County in Colorado. The CR9.5 Bridge[Bridge#WEL009.5-24.5A]and Grade Control Structure at the St.Vrain River sustained damages from floodwaters eroding the embankment under the north abutment and overtopping the control structure along with excessive velocity causing scour and displacement of rip rap that is part of the control structure. The bridge damages included erosion of the embankment under the northern abutment and wingwall on the east side exposing the caissons. Control Structure damages consisted of embankment erosion;rip rap washout,displacement and undermining;scour hoses;along with walkway displacement and undermining. The majority of the damage occurred to the areas north of the control structure weir centerline. South of the control structure weir centerline the rip rap did not sustain damage,however the walkway and supporting soil,which is over the rip rap,sustained damage. There is no apparent damage to the control structure sheelplling. "Fetal damages include embankment 4630CY,scour holes 1381CY,bedding 44CY,rip rap 569CY,top soil 359CY,grouted boulders 367SY, guardrail 301..F,and walkway 55CY. GPS:40.17525,-104.97904 Floodmap#0802660850C dated 9/28/82 tin floodplain] North side of river. For estimating purposes.the project is spill into areas[Refer to attached sketch showing Damage Description Areas]. This PW is for the entire control structure and bridge. On the north side of the river,Areas 1,2.3.and 4A aro all part of the damaged facility. Area 1: Embankment north of the river,east of the northern bridge abutment[CR9.51 Dimensions: 1.1: (60FT wide x 20FT deepl2)x 100LF/27=2222CY[Note:cross-sectional area Is a triangle] 1.2: GOLF of 24"RCP storm sewer washed out 1.3: One(1]24"RCP flared end section washed out Damage: Floodwaters caused embankment erosion and loss of material[2222CY]along with loss of 24"RCP storm sewer[60LF]including one[1]24"RCP flared end section that was located in the embankment. Note: Area of embankment surface=100LF x 65FT=6500SF. Area 2: Rip rap section north of the control structure weir centerline and downstream of the control structure sheelpiling includes ungrouted https://isource.fetna,net/ernmie/sf9091 Load.do?page=view&vo.reviewId=&topTilc=basic... 3/26/20 I Ce C/9 nina.v Clem,. q 2-2-6/4/ (d, , sA.)o�m,)s aor(-1-- 105a (4./e.) Al ee ' e) y / C -8C-Oa-t5 Federal Emergency Management Agency E-Grants Page 2 of 6 • • rip rap with bedding underneath and top soil cover atone with an area of grouted boulders Dimensions: 2.1: 85FT long x 60FT wide x 3FT deep/27=567CY scour hole • The following dimensions are for the displaced loose rip rap including bedding and top soil: 2.2: 30FT long x 60FT wide x 0.66FT deep/27=44CY displaced bedding under loose rip rap 2.3: 30FT long x 60FT wide x 3FT deep/27=Z00CY displaced loose rip rap 2.4: 30FT long x 60FT wide x 0.66FT deep/27=44CY displaced top soil over loose rip rap Dimensions for the displaced grouted boulder area that was undermined and collapsed: 2.5: 55FT long x 60FT wide/9=3675Y displaced grouted boulders 3FT thick[shown in SY due to cost information in the Scope of work is in SY for 3FT thick] Damage: Floodwaters caused erosion of river subgrade causing loss of material and displacement of material as quantified above Area 3: Scour hole north of the control structure weir centerline and upstream of the control structure sheetpiling Dimension: 3.1: 85FT long x 55FT wide x 3FT deep/27=519CY Damage: Floodwaters caused erosion of Improved river subgrade causing loss of material[519CY] Note: River subgrade work was engineered and constructed in the late 1990's. Area 4A: North abutment of CR9.5-24.5A Bridge Dimensions: 4A.1: (15FT long x 20FT wide/2)x 9FT deep/27=50CY eroded embankment and abutment subgrade material [Note:Cross-sectional area is a triangle] 4A.2: 3OLF of W beam[three beam detail]guardrail with metal posts damaged and supporting soil washed away[embankment loss shown in Area 1] 4A.3: (20LF+3OLF)x 10FT wide x OFT deep/27=111CY rip rap loss north abutment • Damage: Floodwaters caused scour and erosion of embankment causing loss of material under the northeast wingwall,behind the north bridge abutment and around caissons[50CY]. Erosion of embankment caused damage to guardrail[30LF]. Erosion caused loss of rip rap material at north Miley]abutment. Bridge was closed to traffic due to lack of support under north abutment and guardrail. Voids were observed at the bottom of north abutment wall at the 11-13-13 inspection between concrete beams B and C(second and third beams from the west side of the bridge)after repairs were completed. Voided embankment material behind the north abutment remaining at time of inspection is estimated to be 12.5 ft L x 3 ft W x 2 ft D=2.7CY. This is not in addition to the amount shown in 4A.1 above and is an estimate of the void volume that was visible at the time of inspection. Additional stabilization is necessary on the channel side of the northeast wingwall beyond the limits of the installed sheet pile wall. Note: CDOT inspectors conducted an emergency scour inspection on September 15.2013 to document damages at the facility. The bridge was dosed at the time of the inspection. Notes from inspection are as follows: "The east end of the North Abutment(A5)has significant scour of the riprap slope undermining approximately 25 ft of the abutment cap and exposing 3 caissons. The northeast wingwall is completely undermined. The north approach slab Is undermined beneath all of the northbound lane from the back face of A5 nearly to the sleeper slab." South side of river: Note: The areas shown are for estimating purposes only. This PW is for the entire control structure and bridge. On the south side of the river,Area 4B is for the bridge and Areas 5,6.7,and 8 are all part of the control structure facility. Area 4B: South abutment and Piers 2 and 3 of CR9.5-24.5A Bridge Dimensions: 46.1: (10LF+46LF+10LF)x 10FT wide x 3FT deep/27=73CY rip rap lass at south abutment 462: IOLF[column circumference]x 3FT wide x 3FT deep/27 x 3 columns=lacy scour at Pier 2 4B.3: 10LF[column circumference]x 3FT wide x 3FT deep/27 x 3 columns=10CY scour at Pier 3 Damage: The applicant noted additional rubble rip rap was washed away downstream during this event at the south abutment(73CY]. Embankment material lost due to scour at Pier 2[10CY]. For this PW It is assumed that an additional 10CY of material Is lost due to scour at Pier 3. Pier 4 is in the river and could not be accessed. Note: CDOT inspectors conducted an emergency scour inspection on September 15,2013 to document damages at the facility. The bridge was closed at the time of the inspection. Notes from inspection are as follows: "Bridge should remain dosed until North Abutment and approach are stabilized. Measurable scour up to 5 ft from previous report data at the upstream face of Piers 2 and 3,unable to measure at Pier 4 or any other portions of the piers due to high water velocity." Area 5: Scour hole south of the control structure weir centerline and upstream of the control structure sheetpiling Dimension: 5.1: 45FT long x 55FT wide x 3FT deep127=275CY Damage: Floodwaters caused erasion of improved river subgrade causing loss of material[275CY]. Note: River subgrade work was engineered and constructed in the late 1990's. Area 6: Concrete walk south of the river beginning at a point east of the control structure[GPS:40.17457,-104.97849]and extending westerly under the CR9.5 bridge and ending at a point[GPS:40.17496,-104.97935]where the walk Intersects the western Right-of-Way for CR9.5. Dimension: 6.1: 295LF x 10FT wide x 6"/12 thick/27=55CY Damage: Floodwaters caused displacement of existing concrete walk[55CY] Area 7: Eroded soil on the southern bank underneath and east of CR9.5 in the area of the concrete walk Dimensions: 7.1: 75LF x 20FT x 2FT/27=111CY eroded embankment[under CR9.5 bridge] • 7.2: 75LF x 20FT x 0.33FT/27=18CY eroded top soil[under CR9.5 bridge] 7.3: WOLF x 25FT x 2FT/27=185CY eroded tip rap[east of CR9.5 bridge,either side of sheetpiling] 7.4: 220LF x 55FT wide x 1.5ET deep/27=672CY eroded embankment[east of CR9.5 bridge] 7.5: 220LF X 55FT x 0.33FT/27=148CY eroded top soil[east of CR9.5 bridge] Damage: Floodwaters caused erosion and loss of material[1173CY]. Note: This area has two[2]18"CMP storm drains,one on the east side of the control structure sheetpiling which returns water from the https://isource.fema.net/emmie/sf9091Loadslo7page=v iew&vo.reviewld=&topTile=basie... 3/26/2014 • Federal Emergency Management Agency E-Grants Page 3 of 6 ditch east of CR9.5 to the river and one on the west side of the control structure sheetpiling that drains a small pending area south of the concrete walk. There is no apparent damage to either of these CMPs and discussions at the site visit indicated that these lines could be worked around during repairs to the walk without disturbance. Area 8: Eroded improved embankment on the southern bank downstream of the control structure Dimensions: 8.1: 270LF x 45FT wide x 7FT deep/2/27=1575CY eroded embankment 8.2: 270LF x 45FT x 0.33F1127=149CY eroded top soil Damage: Floodwaters caused erosion and loss of material[1724CY] Area 9 Miscellaneous Damage[south of control structure centerline]: 9.1: Floodwaters deposited debris incidental to the project including one[1]tree[approx.24"caliper)and Iwo[2]24"RCP pipe sections 4FT long each 9.2: Floodwaters destroyed 150LF of 3-strand barb wire fence SCOPE OF WORK: Current Version: The Applicant plans to bid out this project for the repairs to the CR9.5 Bridge and Control Structure. The Scope of Work for this project is split up into the same areas that were used for the Damage Description. These areas are shown on the attached sketch. Areas 1 through 4A are north of the St.Vrain River and Areas 48 through 9 are south of the river. The quantities are estimated based on site visits and the bid drawings for the control structure. Except where noted,costs are estimated using the Urban Drainage Flood Control District Bid Tabs Program Version 2007.7.xis dated 2/10/14 Summary of All Unit Costs[copy attached]for similar work,complete and in-place. WORK COMPLETED: Due to the road closure,the Applicant contracted with TIM Constructors under emergency procurement procedures to repair the void under the north bridge abutment of CR9.5[contracted Fat 2013—copy of agreement attached]. The repair was performed on 9-17 through 9-21- 2013 and included the following: Area 4A: Formwork consisted of 3OLF x 25FT=750SF of sheetpiling along the east side of the north abutment with approximately 25LF x 8FT= 200SF of formwork that consisted of plywood and vertical steel whalers on the southern face of the north abutment underneath the bridge. Six[6]openings,approximately 184x t8".were cut In the roadway to access the void area behind the north abutment. Flowable concrete fig was poured in lifts to fill the void behind the abutment[approximately 40CY]. Some void area still exists and will be addressed below. It Is assumed that an additional 10CY of flawable fill may be required to complete. Dump rip rap to protect north abutment: 20LF x 25FT x 4.5FT/27=83CY Cost for Work Completed Area 4: The Applicant submitted a spreadsheet itemizing the costs for the project to-date[copy attached) FA Labor. $5,367.43[see attached FA information from Applicant] FA Equipment: $366.00[see attached FA information from Applicant] Contracted Services: $57,782.49[see Mashed invoices] Total Cost=5367.43+366+57782-49=$63.515,92 The cost submitted appears to be reasonable as shown on the attached Contractor Agreement markup. WORK TO BE COMPLETED: Note: Rounding errors may exist. The quantities shown are rounded to the whole number,however the cost Is correctly calculated using the unrounded number. Refer to the attached excel spreadsheet for all calculations and the numbers shown below. North side of river: Temporary Construction Measures: Traffic Control:10DY x$500.00/DY=$5,000.00 Note: UDFCD bid prices shows$453/day,this value was rounded to$500/day. Install stream diversion to isolate north side of control structure: Install sheetpiling to elevation 5FT above existing piles[RSMeans 31 41 16 10 1900 drive,extract,salvage]300LF x 23FT=6900SF x $26.50/SF=$182,850.00 Install dewatering pumps/generator assembly[FEMA Code 8311)2EA x 2WKx 168HR/N K=672HR x$8.00/HR=$5,376.00 Note: 2 week dewatering assumed for project,cost used was for the generator assembly Total Cost Temporary Measures: 5000+182,850+5,376=5193,226 Areal 1.1: Rebuild embankment north of creek 3:1 slope:2222CY x$11.93/CY=$26,511.11 1.2: Install 24"RCP storm sewer:GOLF x$73.58/LF=$4,414.80 1.3: Install 24"RCP flared end section:1 EA x$2,216.37/EA=$2,216.37 1.4: Seed and mulch for erosion protection:6500SF x$0.08/SF=$520.00 Total Cost Area 1: 26511.11+4414.80+2216.37+520-$33,662.28 Areal 2.0: Remove existing rip rap and grouted boulders downstream of control structure:567CY x$33.66/CY=$19,074.00 Note:Rip rap was placed as protection by the contractor[TLM]in Area 4A Wark Completed. 2.1: Install material to fill scour holes and compact:567CY x$11.93/CY=$6,760.33 2.2: Install Type II bedding material north of control structure:30FT x 60FT x 0.66FT=44CY x$58.07/CY=$2,555.08 2.3: Reinstall rip rap north of control structure beyond grouted boulders:30FT x 60FT x 3FT=2000Y x$70.65/CY=$14,130.00 2.4: Install topsoil over riprap:SOFT x 60FT x 0.66FT=44CY x$33.00/CY=$1,452.00 2.5: Reinstall stepped grouted boulders downstream of control structure:55FT x 60FT=367SY x$244.39/SY=$89,609.67 https://isource.fema.net/emmie/sf9091Load.do?page=view&vo.reviewld=&topTile=basic..- 3/26/2014 Federal Emergency Management Agency E-Grants Page 4 of 6 Total Cost Area 2: 19074+6760.33+2555.08+14130+1452+89609.67=$133,581.08 Area 3 3.0: Relocate rip rap upstream of control structure placed for abutment protection[under Work Completed]to prepare area for filling scour hole:SOFT x 55FT x OFT=815CY x$6.01/CY=$6,528.67 3.1: Install material to fill scour holes and compact:519CY x$11.93/CY=$6196.97 Total Cost Area 3: 6526.67+6196.97-$12,723.64 Area 4A 4A.0: Remove formwork from southern face of the north abutment under the bridge. Note:Cost associated with this item is included in 4A.1 below. • 4A.1: Set additional formwork[12LF x 4FT=48SF]: $1,000 lump sum estimate Pump(towable fill into remaining void under north abutment[10CY]: 10CY x$150/CY[cost used from contract]=$1500+$2000[concrete pumper adder]=$3,500 4A.2: Remove 3OLF of damaged guardrail end treatment on east side of roadway[double horizontal rail section only]: $500 lump sum estimate 4A.3: Install Type 3 W-Beam guardrail[Three Beam Detail]: 3OLF x$33.45/LF[COOT Code 606-00350]+$1,000[small job adder]= $2,003.50 4A.4: Install 111CY of rip rep at north abutment: 111CYx$70.65/CY=$7,850 Total Cost Area 4A: 1000+3500+500+2003.50+7850=$14,853.50 South side of river: Area 48 46.1: Install 73CY of rip rap at south abutment: 73CY x$70.65/CY=$5,181 48.2: Install material at Pier 2: lacy x$70.65/CY=$706.50 40.3: Install material at Pier 3: 10CY x$70.65/CY=$706.50 Total Cost Area 46: 5181+706.50+706.50=$6,594.00 Area 5 5.0: Install dewatering pump/generator assembly[FEMA Code 8311]1 EA x 8HR x$8.00/HR=$64,00 Note:Cost used was for the generator assembly. 5.1: Install material to fill scour hole:275CY x$11.93/CY=$3,280.75 Total Cost Area 5: 64+3,280.75=$3,344.75 Area 6 6.0: Remove damaged concrete walk:55CY x$51.57/CY=$2,817.25[concrete to be recycled] 6.1: Install concrete walk 10FT wide x 6"(hick:55CY x$384.50/CY=$21,005.09 Tolal Cost Area 6: 2817.25+21005.09=$23,822.34 Area 7 7,1: Install fill material and grade along walk under bridge:111CY x$11.93/CY=$1,325.55 7.2: Install top soil over fill material&grade[4"thick]:18CY x$33.00/CY=$605.00 7.2.1: Seed and mulch for erosion protection:15008E x$0.08/CY=$120.00 7.3: Install rip rap east of bridge[either side of sheetpifingj:185CY x$70.65=$13,083.33 7.4: Install fill material and grade along walk east of bridge:672CY x$11.93/CY=$8,019.61 7.5: Install top soil over fill material&grade[4"thick]:148CY x$33.00/CY=$4,880.33 7.5.1: Seed and mulch for erosion protection:12100SF x$0.08/SF=$968.00 Total Cost Area 7: 1325,56+605+120+13083.33+8019.61+4880.33+968=$29,001.83 Area 8 8.1: Install fill material and grade:1575CY x$11.93/CY=$18,789.75 8.2: Install top soil over fill material&grade[4"thick]:149CY x$33.00/CY=$4,900.50 8.2.1: Seed and mulch for erosion protection:12150SF x$0.08/SF=$972.00 . Total Cost Area 8: 18789.75+4900.50+972=$24,662.25 Area 9 9,1: Remove debris incidental to project[1 tree and 2 pieces of 24"RCP]:1 LS x$1,000.00=$1,000.00 Note:Applicant is responsible for disposing debris at a certified disposal site. 9.2: Install 3-strand barb wire fence:150LF x$6.86/LF=$1,029.00 Total Cost Area 9: 1000+1029=$2,029.00 WORK TO EE COMPLETED COST SUMMARY: $193,226.00+$33,662.28+$133,581.08+512,723.64+$14,853.50+$6,594.00+$3,344.75+$23,822.34+$29,001.83+$24,662.25+ $2,029.00=5477.500.68 Direct Administrative Cost[DAC]: Applicant is claiming DAC,however backup data has not been received,therefore an estimate of 20 hrs x $50/hr=$1000 is shown on the DAC sheet attached to this PW. PROJECT NOTES: `frtitkeXth. j 0Len 1. During repair or reconstruction,applicant may incur+ costs related to clearing and grubbing placement of topsoil,erosion and sedimentation control,sanitary facilities,mobilization and flagging/traffic control. Such costs are generally addressed in the"In-place"unit costs of repair or reconstruction items,and not spadfically addressed in the Scope of Work. However,if a project requires an extraordinary use of any such item,to where a specific reference in the PW should be considered,applicant is advised to contact Colorado Department of Emergency Management requesting a revision to(he PW's Scope of Work. https://isource.fema.net/emmie/sf9091 Load.do?page=view&vo.revicw[d=&topTile=basic... 3/26/2014 Federal Emergency Management Agency E-Grants Page 5 of 6 2. FORCE ACCOUNT LABOR/EQUiPMENT: No limesheet or equipment logs were submitted for review,therefore the Applicant's spreadsheet was used. Applicant is responsible to provide documents at closeout, 3. INVOICES: 100%of all submitted invoices have been reviewed and are attached as supporting documentation. No cancelled checks were received. Proof of payment may be requested at Closeout. 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 erigibte work Is related to administration of She 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. Fro',ect was reviewed for 406 Hazard Mitigation and a copy of 406 I-IMP proposal is attached with this project. 8. The applicant Is aware that all projects are subject to an insurance review as stated'n 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. 9. The applicant Is required to adhere to Stale 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. 10. Except where noted,costs for the Work to be Completed for the Control Structure are estimated using the Urban Drainage Flood Control District Did Tabs Program Version 2007.7.xts dated 2110/14 Summary of All Unit Costs[copy attached]for similar wcrk,complete and tn-place. 11. The Applicant has contracted with ICON Engineering,Inc.[the designer of the original Control Structure]to provide engineering services for the repairs to the bridge and grade control structure located at CR 9.5 and the St.Vrain River. The Applicant submitted the attached Exhibit A-Scope of Services from the ICON Engineering Agreement This document was reviewed by the FEMA Project Specialist as a basis for the Scope of Work for this PW. Due to the short timeframe available prior to the Spring 2014 runoff high river flows, the Applicant plans to repair the area in an phased approach as shown below: 12. The following notes are supplemental items from the FEMA bridge inspection that are not listed in the Damage Description and Dimensions: CR 9.5-24.5A over St.Vrain River in Section 35,T3N,R68W,Category C,Permanent Bridge Repair Lat N40.17610 Long:—W104,97929 On November 13,2013,Kathleen Ruvarac.FEMA TAC Bridge Specialist.David Ray,FEMA Hazard Mitigation Specialist,Gary Moore, FEMA Environmental Historic Presevation 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. The 300.7 ft long x 46.3 ft wide concrete and steel structure traverses the St.Vrain River in Weld County,CO. The bridge is a quadruple(4) span concrete/steel bridge consisting of a 2 inch asphalt overlay on an 8 inch concrete deck with epoxy reinforcement,Four(4)—Bulb Tee 54 inch(8T54)prestressed concrete girders,concrete abutments,and three(3)concrete intermediate piers, Two 6 inch diameter PVC utility suspended form bottom of deck In third bay from the west side of the structure.The deck is flanked on both sides with steel guide rail with steel posts,6 inch diameter steel utility attached to east curb. The applicant provided previous bridge inspection reports for the facility dated June 30,2010 and May 23,2012. The bridge in bui't in 1999 and had a sufficiency rating of 99.8 in 2010 and 100,0 in 2012. 2010 inspection notes of elements include-concrete spatting at end of all girders at both abutments,with some exposed rebar;tops of caissons are exposed about eight inches at Pier 3;some delamination noted in end diaphragm at pier 4 end of girder 4A;erosion and undermining less than 3 inches at northwest corner of north abutment(A5);1.5 ft deep erosion hole at end of northwest wingwall;Erosion starting to undermine sleeper slab. The deck condition is noted as good condition(7)en a scale of 0 to 9. The superstructure is noted as very good condition(8)and the substructure noted as satisfactory(6). The channel banks were observed to be protected or well vegetated (8). Maintenance Items Included cleaning plugged deck drains,sealing cracks in asphalt surface. 2012 inspection notes of elements include: concrete spelling at end of all girders at both abutments,with exposed rebar at ends of girders 4A and 4VB at north abutment(A5);tops of caissons are exposed about ten inches at Pier 3;some delamination noted in end diaphragm at pier 4 end of girder 4A;erosion and undermining less than 6 inches at northwest corner of north abutment(A5).The deck condition is noted as good condition(7)on a scale of 0 to 9. The superstructure is noted as very good condition(8)and the substructure noted as good condition(7). The channel banks were observed to be protected or well vegetated(8). Maintenance items included sealing cracks in asphalt surface,and patching concrete spells in end diaphragms. Due to the high water elevation in the river at the time of inspection,the full extent of damages Incurred as a result of this disaster may not have been observed and documented. 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 i No Is there insurance coverage on this facility? Yes ' ;No https://isource.fema,net/emm ie/sf9091 Load.do?page=view&vo.reviewtd=&topTile=basic... 3/26/2014 Federal Emergency Management Agency E-Grants Page 6 of 6 PROJECT COST ITEM CODE NARRATIVE QUANTITY/UNIT UNIT PRICE COST ***Version 0*** Work Completed CEF Cost Estimate(See Attached 1 9000 Spreadsheet) 1/LS $63,516.00 $63,516.00 Work To Be Completed 2 8000 CEF Cost Estimate(See Attached 1/LS ` . Spreadsheet) $703,980.00 $703,980.00 Direct Subgrantee Admin Cost 3 9901 Direct Administrative Costs 1/LS $'1,000.00 $1,000.00 (Subgrantee) TOTAL $768,496.00 COST PREPARED BY Paul Hesse TITLE TAC Project Specialist SIGNATURE APPLICANT REP.Roy Rudisill TITLE Director-OEM SIGNATURE iL I 1 https://isource.fema.net/cmmie/sf9091 Load.do?page=view&vo.reviewId=&topTile=basic... 3/26/20I4 CEF Fact Sheet 3/20/2014 • Weld County-CR9.5 Bridge and Control Structure Date of Estimate: February 19,2014 FEMA Region: VIII Preparer(s): Paul Hesse Applicant Name: Weld County Project Title: CR9.5 Bridge and Control Structure Damaged Facility: CR9.5 Bridge and Control Structure Declaration Number: 4145-DR-CO Project Number. WELCO36 PA ID No.: 123-99123-00 Date of Inspection: January 24, 2014 Event Date(s) September 12,2013 Work Category: C and D • Type of Work: Bridge and Control Structure Repair (Enter New,Repair,etc.) HMP Preparer's Notes: Floodwaters during the declared event caused damage to the Weld County Road 9.5 Bridge and Control Structure at the St Wain River. The eligible Scope of Work consists of repair to the north bridge abutment, repair to the control structure and embankment on the north side of the river centerline and repair to the embankment and concrete walk on the south side of the river centerline. The project damage description and scope of work is detailed in the Project Worksheet, The Applicant has contracted with ICON Engineering Inc.,the designer of the original control structure, to • perform engineering services for the project. The Applicant plans to bid out the bridge and control structure repair work as one project. The estimate was developed using the Urban Drainage Flood Control District[UDFCDj Bid Tabs Program Version 2007.7.xls date 2/10/14 Summary of All Unit Costs[copy attached] for similar work complete and in- place. Although the file is dated 2007, the data found in the spreadsheet is updated on a continual basis with the most recent bids received. A review of the data in the spreadsheet indicates that the bids were within the last couple years. Where there are items that are not listed in UCFCD, CDOT and RSMeans CostWorks data was used and are attached to the PW. 406 HMP: As a result of the flooding during the Incident period of September 11 through September 30, 2013, Applicant proposes to install rip rap with tap soil cover on the southern bank of the river. Applicant proposes to install sheetpiling on the north side of the river from the north end of the existing Control Structure sheetpiling and tied into the sheetpiling on the northeast side of the north bridge abutment for CR9.5. NOTE- HMP estimates are shown as a separate cost item in the PW. 1 of 1 PW#WELCO36 CEF Rev 1.xIsx CEF Notes 3/20/2014 Weld County - CR9.5 Bridge and Control Structure Damaged Facility: CR9.5 Bridge and Control Structure Applicant Name: Weld County Protect Number: WELCO36 Date of Estimate: February 19, 2014 Preparer(s): Paul Hesse Part A Notes: A.1 - Unit costs for uncompleted permanent work are based on Urban Drainage Flood Control District[UDFCD] bid tab spreadsheet,along with CDOT bid tab spreadsheet 2013 A.2- Unit costs for uncompleted non-permanent work based on RSMeans CostWorks 2013 4th Quarter for Ft.Collins, CO Part B Notes: B.1 - None provided-UDFCD bid tabs include Part B.1 items such as work around water/safety issues,temporary services, quality control, and submittals. 6.2- None provided-bid tab costs include General Conditions costs Part C Notes: C.1 - Estimate includes a contingency of 7%for design uncertainty since the design is only conceptual. This percentage was used due to uncertainties in cost related to a lack of design data for cofferdam and dewatering requirements during work on the north side of the river centerline. C.2- Estimate includes a contingency of 5%due to constructibility issues around the I�I river and embankment C.3- Estimate includes a cost of 1%for site access. Site is adjacent to 1-25 and about 1 mile from an exit. The site is close to Longmont with good access to labor and materials. . Estimate includes a cost of 1%each for storage and staging since there the property in the work area is controlled by the Applicant. Sotrage and staging will have minor impacts on cost. C.4- Based on the size of the project, no economies of scale are anticipated. Part D Notes: 17.1- None provided-included in Part A costs D.2- None provided-included in Part A costs D.3- None provided-included in Part A costs Part E Notes: E- Escalation factor is riot included for construction projects completed during 2014 based on guidance from JFO. Part F Notes: F.1 - Applicant is exempt from plan review fees ti F.2- Applicant is exempt from construction permit fees, however an allowance is included for consultant permitting costs Part G Notes: G.1 -Estimate includes a cost of 5.3% for changes in the eligible scope of work that may be encountered during the project. Part H Notes: H.1 - Estimate includes a cost of 1%for the Applicant to manage project design • H.2- Estimate includes a cost of 11.7%for design services based on a project of • average complexity as defined in the PA Guide. 3% was added for construction • inspection by Applicant H.3- Estimate includes a cost of 4.9%to manage construction. Completed work construction management included In FALabor costs for Area 4 Completed Work. Miscellaneous Recommended values taken from guidance provided in CEF Instructional Guide, Notes& August 2009. HMP Factors: No factors have been applied for Parts B through H for Comments: the Hazard Mitigation Proposal, The factors are not applicable to HMPs. 1 of 1 PW#WELCO3S CEF Rev 1.xlsx IN m 03 CO V O O N M'+� p .- m (ri vi r r N O N N r ON- m tV 0i _V a0 i r CO_- ro t0 Ni 7c5o8 Na x R N co O NM V f0 t+7NNN ' M WE.E9 69 W W W W W e9 W(A N f9 f9 f9(9 W W W ip W W V RI O <' 0 0 O p 0 o �O R0000 .0 p 0 0 0 0 0 0 0 0 0 0 0 0 U U I.I. c -J c LU N co O (O In G na '1 COD.N O U �^.� ® E CNO CO N 0 0 th NON N d d of a N (o to n w N tChJ a000 a m 'C) t7 N ' (p MtiWeN- I ( lY) N NN c L G D r Z W d f W W W W W W W W W CO W E +W co O 0 Wo W m ma7 WmWm E 11111 _T .- r .- ,- . . .. . . a a 8 I CO * U r to o co 0 p 0 0 0 0 0 0 N a IL IL O LL LL tL IL LL U. 0 > in no 0 0 ❑ x 0 0 0 U U U c 0 o. •c N CD 0 x C of 3 a1 N C W o W c =o 0 o n 'n N m O E c Y a If) 0 R o 0 a 0 L L 0 �' C C .-.. : o a E Cifc u c £> 0 t-- c a k E `L0, "� 2 2 v m 0 o ay m a m c oin c in odE a 0 a v c Ea °� of �' v _ .c E a - z ._o. -G ≥ o 0 3 eo W y .0 a Ti Ywd+ `0 U UY , '0 30 a) a) Y a1 ,_ d O C O w o C C E0 E o` ai or,,, ,.. . ,,,, . 0 0 > aoc n 3 a 3E � x m y mmss `-° m g y ....Lc N N N d m m '0 0 .2 O ... G o E o a. a '0 a 4,2 o E E N w U m` (3 - ZWO mmm` Doww2 CD O. v E ¢ m E Z E w 0 as(0 a`i°i 0 ° m a m v d �j < J Z ¢ $ „ ¢ ¢ ¢ ¢ a N. o o w m q O u> iS O r-. N N O N 0 cii ri _ K o N N .rn- m v '- N O N > cu n I— cc LL bl b} 49 69- M S 03. b3 69 49 V? tR M Ui S 64 69 0 is !9 69 UJ V a A R Fin 2 OOOOOOOOOOOOOOQ OOO 0O O r h F O .C5 LL m c Z 3 C e O to o Ca l= 'S a) a c o E 0 E U IHIIIIIIIIIf ? o S� a M a mN m O 2N9 49 10 E 13 P W 111111111111yco a to a < c _r _t c __, n , am E Q O O >,-. C re Q ,Q LL ~ m o Is co # V ❑U O 05 cd N N_ /1 y O W U J co N co V M M O a V co 0 E' E m m R v E o c m U a v 2 m N S P O •o m a. `o C O h oa 23 c O o 'a + +- m z c _ m c o NV a m g aL a o co c0 c c 7 y N z o • CEF Summary of Completed Work 300/2°14 l - Weld County-CR9.5 Bridge and Control Structure CID a__. .._____ ........__._. _..._ o °v%cP a-__. umP s . $ - s Total A 'Base Costs"for Construction Work-In Trades 4.1 JPemlanant Work(CEP Part A) 5 69.515.21 1 I I 3 63.516 4.2 jNon•Pormanent Job Specific Work(CEF Part A) I I Is - I s _ • PartA Total $ 6341e $ - S - s • $ • $ 63.616 a General Requirements and General Comintern 8.1 General Requirements Germ Enter%In ApproprIelu Column Low to or Solely am SeilY 4% 90% Tamperary Services a USTpas 0% 10% Quality CenUol 0% 10% SubmiONi 0% SO% 3 - $ • 5 • 3 • S - 5 8.2 'General Conddlons(4.26%) r r r r r s ..- • Is . Is - Is . Is s • Pane Totals - Is - Js - is - Is . s - PART throe ChB SUBTOTAL S 63.616 5 - 5 • $ - S S 63.510 C Construction Cost Contingencies C.1 basign-Pheee Scope Contingencies low G°�°°Nigh ttt%Fbpsogi°b Column to P(oYmna,yEngmoorlgMolyae 10% 20.0% I. Waking°Owings 20% 100% 5 - 5 S - S • s --g_. 0.2 Facility or Project Cnuefruelabillty enter%N aypmprlato Column Factily as Project Type end Cmspta,tyI 50010 for Voters _--' $ - S - S - S - IS • 6 • i C.3 Access,Storage&Staging ;sera ogle@h Enter%b appcpmkt.Cdunn Access Ceding wives 00% 4.0% l Stoma Contirganncs 00% _40% — Sm@ingComi„nenves 00% 4.0% 3 5 • 3 s - S - S I. C.4 Economies of Scale I- r r r. r 0.0% 0.0% 0.0% 00% 0.0% 3 - 5 • S • $ • S • 5 • Part Total s • is . Jr - Is . Is - $ - PART A through C SUBTOTAL 5 6.61615 • Js - Is . IS - 4s 01516 O General Contractors Overhead an Profit '.. 0.1 GCs Home Office Ovefiead 7.7% r r r r r b.2 GC's insurance,Payment& 3 • J 3 - 15 - I s E ____ s ._ oa% Performance Bonds I r r s s I s •T.._ • s s 0.3 General Contractor's Profit --`— 0.0% 0.O% 0.0% 00% GO% New Conslruction r r r `-"•" Repmenalmlq _ r 1 .._._(• I i s .-_s - s S • S $ .._"..._ Part°Total s - Js .Js Jr Is s • PART A through SUBTOTAL S 63.516J5 - IS - Js . Is - $ 63.516 1012 PW eWELCWG CEO Rev 1 msx • • CEF Summary of Completed Work S001201° • Weld County-CR9.5 Bridge and Control Structure • 4wMm' .nm MMP S S 5 Total E Cost Escalation Factors ' Cost Escalation Factor Months Monthly Feder • —.-.-- Part ETotal 5 - 5 - $ • 5 • S 5 - • • PART A through SUBTOTAL s 63,51215 - Is • is - I5 5 65.518 • • • F Plan Ravlewand Permit Construction Coat • F.1 Plan Review Fees Itmt Individual Re4,irenees SefeltalalY1 • S - 5 5 • S - 5 S - . • FR Construction Permit Fees (Lsl Indvidual Requirements Soparemly) — 5 - S • S S - S $ __ . Pan F Totals - Is . Is - Is - Is S PART Athrough FSU8 SUBTOTAL 516 - T s ra. Is Is Is • is • 5 sans C Applicant's Reserve for Change Orders 'Applicants Reserve for Change Orden; r r r r r T.0% 7,0% 7.0% 76% 7,e% PART G Total 5 - S - I5 5 • S - 5 • PART A through SUBTOTAL S W.51s15 - IS - IS • 15 • 5 5.1.616 • H Applicant's Project Management And Design Costs • Applicant's Project Management- 1A%H.1 Design Phase r r r r r 5 Is -1i .-.----T5..__........ IS $ ill ME Design Contract Applicability — Above Average Complexs(Cwve A) r 27.3% r 5.6% r e6% r.. 55% r 569 • _ AvesE.C ioloxily{culvert r tan r e.5% r.. 4595 14 4st6 r 56%--- Basic Construction Inspection Services r 3.0% r 3.0% _ r 3.0% 1' 3 % _ r a.0% ME Design Contract Coal Above Average ComplOMily CmvoA_._,. -,_—5.-- • 5 •___,_ 5 5 5 Average Cwnplos.ty Cuno9)_,...._._.... _ S 5 .._..�-_ $ 3 , 5 - BaseCenereesentnspereeeSenecas 5 • 5 - S S 5 • S' __ I S •� I S - I s —_h 5 _-_._— H.3 IProjoca Management-Construction Phase r r r r I' - 6.0% ea% 6.0% a.o% 641% Perth Totals IS . js - IS . IS 5 PART dun IhH SUBTOTAL s 03.516 5 - 5 - S 5 - S 63.516 • TOTAL OF COMPLETED WORK $ 63,616 2017 PW eV/ELCW56EF Rae 1 xlex CEF Summary of Uncompleted Work 'm301q Weld County-CR9.5 Bridge and Control Structure I -- -- _ I 1lhwawAIAM• I law 15 .I 3 .I Er Totol A •8000Costs"for Construction Workan Trades A.1 IPomlanent Work(CEP Part A) 5 2egva s ieasi11 s 483.845 A.2 INan•Pemlanent Job Specific Work(CEF PartA) 5 1902x01_,..._.______L_______L__ I 5 102220 Pan A Taal $ 477.60116 199.571 I5 • IS . IS • $ even a General Requirements and General Conditions . 8.1 General Requirement, Guido 60% Enbr% Appropriate fn Adete Caruen Lon to N% _._ Sealy a Smunly 4% .. tummy soma's 8 UeEtgi 0% 10% "-' ""— Wdty4amml 0% 10% Swmb5u 0% 5.0% 5 • 9 • 5 • 5 5 .,_ S 8.2(Gong Conditions(4.25%) r r r r r 9 - I s - I s - I s .,_U5 .,____ 5_._ Pad BTetal s • Is - I5 • Is - Is . E5 . PART through BSUBTOTAL 5 mat IS 109.511 Is - I5 - Is • 5 1311.011 C Cambia:Son Cost ContMgtocies C.1 Dos!n-Phseo Scope Contingencies Glnda Enbr%In g fie Appropriate Cohan tow to any! - ,......._......_....._ Marmuu ty Ew9moen9 Ae , 7055 200K /O% —___.i" ym lhna Mambos 20% 100% ' 5 53°25 5 ... • s • s __.;.� —._ ' C.21Fedi! or?tgectConetrucW6lllty 0nr%m Appropriate Column FatMY m Pt%ooType and Compowy Soo1G In Veue, 50% ))��, j+ -- 0.3 If1C6aae,Storage&Staging GNd° Enbr%FepprepaNeCdumn FLow to MIS_ Amon Conir °.,oes_os 00%% 40% 1p% 5:aegp Co.t.o0naos 0_ 4.0% 1.011 ..... .� _-- .......... 5lpana Conlalmnuor 00% 4.0% 10% —. .....___—__. � 5 --IT-31C 0 9 N)5 6 f - 5 .5 • S IA 3N CA IEconomtas oilman' r r r r r 0655 00% 0;0% L. 00% 00: 5 . . ._._.. 19 -. L - l_. _...__....: 5.—�.__ PartC Total 5 7132515 • IS - IS . 1$ - 5 71,e25 PART A Through C SUBTOTAL s 549,12615 199,57115 - 16 • I s • .I 9 749399 O General Contractors Overhead mid Profit 0.1 IGCe flume Wilco Overhand 7.7% r r r r r • GC's nsuranco,Payment& b2 Performance Rondo r-x691 r { 0.3'General Contractor's Profit na 11094 Go- 00% OM MewCaneuwum r r � r r Roraima* J_ r r r r Pert D Tote? s 15 IS 1s . I5 - PART A through D SUBTOTAL $ 549.12619 ieean]5 • I5 . i5 • 5 740,505 I of 2 PR SWELCO30 CET see 1 Am CEF Summary of Uncompleted Work 3/70/2014 Weld County-CR9.5 Bridge and Control Structure 1 mw µd 1 tale $ J s .l s •Q Total E Cost Escalation Factors Coat Escalates Factor Mann YOMaly F5dor — 0.17011- —- _, Pitt Total S - 1$ - $ • S - $ - $ - PART A through ESUBTOTAL 6 649.la0J3 100.51115 • Is - Is $ 740.081 P Plan Review and Pewit Construction Cost P,1 Plan Review Fees (IntrnevAwlRogwammnosePsmtnlyt --� --'— 5 - S - f - 5 - s - $ f.2onanucuon Parise Fees IC —' Cem911IHPsotstsae Cons 5 2 228 5 2,221 9 - 5 • $ - S • 9 2.230 Puff Total $ 2.22815 - 15 • is • is • 5 2.228 PART Athrough F SUBTOTAL S $51,35416 100.57116 - 15 - is 0 750ss O Applicant's Rosorvo for Change Orders IAPP6cents Reserve for Change Orden, P r r r r 5.4% >A% T.O% 70% 7.0% PART Tolat $ 29.050 5 • 5 • 5 • 5 3 59,0501 . • PART AUUOII GSUBTOTAL S 5019Wi5 190,571 is - 111 - IS • s 750.774 1 H APPgeantsProject Management And Design Costs 4.1 Applicants Project Management- t'.0% Design Phase u r r r r S S 1715 Is • IS - 5 - $ 5.812 H.2 ME Cosign CantractAppllcahlllly .__ .._. furze Avmapa Calif PtaalrtC l>o A7 r 10316 r 257% r sin r son r som —_......__ •1a Ce. stirl_va 1._............._... .._._._._P nee r 13.0%v_1 ..._... 45% r ASti r_ 50%i emcConitcton inspects*Services P 3018 r 30% 1- —___ 50F•._....' SOY r —_9,0% . AYE Design ContractCost .,Atav0A6alaaaCampl9xny CavoA,_ 5 3 5 6 ^�_.__...4_._.-- 5 Aur l_mpl_ay(erne)__ 5 OO436 5 S • $ eJrk CmNnwLm NsppcYw Samtos S.__..._ 1>:ab 5 __..__. $ ._...__•_ ��$ ,-5.'—"'. 660422 5-----._:—L6--....w. �__L --�-_ft . • s DS W4 11.3 'Project Monegemant•Construction Phase P r' F. r r . SA% 0.0% 50% 6.m% _ 0.0% 3 31.120 5 .I s s �1 5 __..11,121.). Patti Total S 42,77816 • IS • IS . IS - 3 122,778 • PART A'group H SUBTOTAL 5 703,99015 105.5711s . Is • is • `5 953.550 TOTAL OF UNCOMPLETED WORK $ 209,660 2 012 PW OWELCab CEF Rev 1 ntsz CEF Total Project Summary 312012014 • summary Weld County-CR9.5 Bridge and Control Structure Completed Uncompleted Total Complete Project Total for Completed and Uncompleted Work 1$ 63,516[$ 903,550 I$ 967,086 PART A "Base Costs"for Construction Work In Trades $ 63,616 $ 877,071 $ 740 687 A.1 Permanent Work S 63,516 S 483,845 $ 547.361 A.2 Non-Permanent Job Specific Work(CEF Part A) S $ 193,226 $ 193,226 i PART B General Requirements and General Conditions $ - $ - $ - I 3.1 General Requirements $ • S - $ - 3,2 Gereral Conditions $ 5 $ - PART C Construction Cost Contingencies(Design and Construction) $ - $ 71,625 $ 71,625 C.1 Standard Design-Phase Scope Contingencies S - $ 33.425 $ 33,425 C.2 Facility or Project Constructabiity S - $ 23,875 $ 23,875 C.3 Access,Storage,and Staging Contingencies S S 14,325 $ 14,325 C.4 Economies of Scale in New Construction S S - $ _________ PART D General Contractor's Overhead and Profit S - $ - $ D.1 General Contractor's Home Office Overhead Costs S $ - S - O.2 Ger',eral Contractor's Insurance,Payment,and Performance Bonds $ - $ - $ - O.3 Contractor's Profit S _ - $ - $ _ ' ; • PART E Cost Escalation Allowance 1-$ ----I $ - .1$ - • PART F Plan Review and Construction Permit Costs $ - $ 2,228 S 2,228 F.1 Plan Review Fees $ $ $ - F.2 Construction Permit Fees $ - S 2,228 S 2,228 PART G Applicants Reserve for Construction 1$ - I$ 29,860 15 29,850 PART H Applicants Project Management and Design Costs $ - $ 122,776 $ 122,776 H.1 Applicant's Project Management-Design Phase S - S 5,812 S 5,812 H.2 Architecture&Engineering Design Contract Costs $ $ 85,844 $ 85,844 H.3 Project Management-Construction Phase $ S 31,120 $ 31,120 1 of 1 PW#WELCO38 CEF Rev 1,xfsx I FEU ERAL EMERGENCY MANAGEMENT AGENCY HAZARD MITIGATION PROPOSAL(HMP) DISASTER ' APPLICANT PW REF NO. FIPS NO. CATEGORY 4146 ) CO WELD COUNTY WELCO36 I SCOPE OF WORK: The flooding during the incident period of September 11 through September 30,2013 damaged a concrete walk and eroded the southern embankment along the St Vrain River near CR9.5 bridge and control structure in Weld County beginning at GPS:40.11502 •104.97762 ending at GPS 40.17496 -104.97935,The damaged area Is listed as area's 5,6,7,8(For Identification and calculation)in the SA.They are actually one site.The applicant proposes to install rip rap and 4 inches of top soil,that is to be placed on the embankment during the repair.The repair to pre•dlsaster Includes seed and 4 inches of unclassified fill that was lost.. AREA'S: 5,6,7,8 • 240FT k 3FT X 45FT=32400/27=1200CY X$70.65=$84,780.00 240FT X.33FT X 45FT=3564/27=132CY X$33.00=$4356.00 REPAIR COST=$80,831.78 MITIGATION COST=S77,820.00 MITIGATION%=96% ) At area's 1,2,3,and 4A(For Identification and calculation) to protect the northern embankment from future erosion the applicant proposes to install 100FT X 2BFT=2800SF Sheet pile X$44.50/SF(R 5 MEANS 314116101800)=$124,600.Applicant also walls to install rip rap 6FT x EFT x 100FT= 3600/27=133CY X 70.65=$9396.45 of rip rap at the toe of the sheet pile.The addition of the sheet pile will also require the Installation of a 5F r diameter manhole,as an angle point for storm sewer. MANHOLE(INPL4CE)_$3000.00 REPAIR COST=$258,336.42 MITIGATION COST=$136,996.45 MITIGATION%=53% Applicant also wants to install flowable fill 3.5FT x 6FT x SOFT=105027=39CY in void of bridge abutment. REPAIR COST=$85,00.00 MITIGATION COST=$19,500,00 MITIGATION%=23% . ESTIMATE OF WORK ITEM CODE I DESCRIPTION QUANTITY UNIT UNIT PRICE COST • SOUTHI 1 9999 RIP RAP 1200.00 CY $70.65 S64,780,00 2 9999 TOP SOIL 132.00 CY $33.00 $4,356.00 3 9999 UNCLASSIFIED FILL 1200.00 CY $11.93 ($14,316.00) NORTH 1 9999 SHEETPILE(COST FROM R S MEANS) 2800.00 SF $44.50' $124,600.00 2 9999_ MANH0LE(COST FROM UDFCD•BID TAB) 1.00 LS $3,000.00 $3,000.00 3 9999 RIP RAP 133.00 CY $70.65 $9,396.45 • BRIDGE 1 9999 PLOWABLE FILL(IN PLACE) 39.00 CY $500.00 $19,500.00 i . • Total In-Kind RopairlRoplacement Cost of Damaged Element(s) $424,168.20 Total HMP Cost HM Cost Effectiveness(%of Total Eligibte Cost) 34.33% (Do Not Include in the PW} ' Eligibility 100%Rule5231,316.45 TECHNICAL SPECIALIST FOR MITIGATION(SIGNATURE) Agency Date David Ray FEMA 03/25114 RECOMMENDED BY(SIGNATURE) 'TITLE (Agency Date CONCURRENCE BY STATE INSPECTOR Agency Date CONCURRENCE HY APPLICANT Agency Date NOTE:Signature by the Federal inspector is not an approval of this work,and signature by the slate and Local Representative Is not a commitment to perform the work. Warta D W Tr,,,I.N VI.,Nry]°II Elcer 7nr 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 31March2014.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 • 11,7 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 or the taking of any action concerning the e-mail and destroy the communication. Any disclosure, copying, distribution contents of this communication or any attachments by anyone other than the named recipient is strictly prohibited. From: Katie Wolff[mailto:kwolff@basetactical.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 f x VI x a el 0 N -C u na d 2 7 en eoal- m C a0 ea in E t E C VI 7 0 3 v a a a 3 w N •0 LL W 3 r o c Z O . C m, aI 0 0 W2r a �a..e Y E .0 3 Lri 5 W LL To MM 'Cr ger 0 H N 0 0'It re o-i ., .ai .ti a C WO N N M ttD M \ \ .\j „-i M -(p \ C .-IN ei ei ei N la- a > IA C u ri N el el el eel el .ay O Cr 0 MI 0 0 0 0 0 0 'in d 0 C N N N N N N N CC 0 \ \ \ \ \ \ \ N 0 N m M M m m M M > 2 a CC C 2 W LL O a a o a a a a a o o a a a a a a s O Q V d a .. e. .l e. m el el el e. N el el e1 ei .-e ti .-1 a ., ti C OOOOOOOOOOOOOOOOO7-1OO 0 0 0 N m N O N M N !1 �p \ \ \ \ `. \ \ \NI N NI IN IN NI IN IN IN NI NI NI NI NI IN N ` N \ N \ N N g N 0 0 m q 0 N a M Ip ;it M n N .. e. el el im el el N N N e. .-I e. -. e. .-I el %--.. ..4 \ N \ \ C \ \ \ \ \ \ \ \ \ \ \ \ \ \ \ \ \ m \ N \ en N 0 en M M M M M M M en M m m M M M m m .-I ... N a 1 - . . 2. v d a. In t 'Cr s a a a o a a a s .-1 o r1 .. .. VI e. < ei a a .-I a a.-1 e. IC: e 'Cr O E H OOe1OOO e. 0 0 0 e. O .-+ O .-e e. O el e. O q .-1 .1 el N • D''' NN O N N N O N O N O O N O O N r.4O O O \ \ N \ \ \ N \ N \ N N \ Ni N \ \ N N N > v1 m N N \ N M e. \ t0 \ N \ \ M \ \ N a \ \ \ d ✓' - .i a .M N N `!1 N 00 .y m n ti 1D N. .I .-I '!' M ID K 0 e\ M m M C\n m m m M M M M 1; N M M M m N M O O Z in a cc C 3 • a o > U d a v. •cc a. ea. ea-I a el .st a-i .a-i .a-1 .a-1 .a-I .a-I .a-1 .a-I .a-/ a .a-I a ti, a. em-1.1 v-I ,..4 ri M-1 N N a `O 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 p 0 0 O N ry 0 O 0 3 .- N N N N N N N N N N N N N N N N N N N In \ \ \ N \ \ - \ \ \ \ \ \ \ N \ N N \ \ \ m \ \ \ N N 00 CO \ a CO .-I .-I iD CO CO CO CO CO \ a \ \ N ID el M m IO .i \ —• o N N N , N N N N N N N N N N N N \ M \ N a. >. \ \ \ m \ \ \ \ \ \ \ \ \ \ N \ M M \ N \ ,.. ey N \ N 30 M N N N N Ni N MI N N N N N e. N Y I-I . 9-I ey .i N O a c E a a E 0 13 o a a a a a a a a a a a a a a a a a o en V N m a a .-I .-e ... el e. e. .i e. .-. el e. ti .i e. 0 0 el el .i .i C4 c a 00000IN) 00O000 N N N N N O 0 N N 0 0 0 0 N N O O 0 C \ \ \ N \ \ \ \ \ \ \ \ \ \ N \ —. N \ \ \ \ \ \ \ N u W N NN -- a u1 a 0 o n n In in r4 en 00 M N t0 I-I ey ei 10 CO m a LL N N N \ N N e. N N N N N N N \ N N \ e- \ m \ \ \ ti \ Cr \ \ \ \ \ \ \ \ \ \ \ \ \ \ \ \ N \ N \ en N N M N N N N en N N N N N N e. N m N el .i I--1 .~i e. N N a ae eO 0 Cr Q Cr 'Cr Cr a a 3 2 g 2 g 2 2 2 2 c a c a c a as c a c a c Q C a a a 2 2 2 2 f EE 3 W W LL W W W W W ` C C 55555 L L L 5 55 5 5 5 " W W W W W a LL LL U- U- U- LL U- U- W LL W W W W W W LL W ... LL LL LL LL LL LL LL LL LL LL O O O O O O O 0 a C C Q E E E E E E E E 2 2 5 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 -0 a a a a a .0 3 LL W w W a a a a a a a a a V a tili di al Z Z ill ✓ LL LL LL LL 2 -0 a a a a a -0 -p a a a a a a a a a w is r r r r LL > > > > > > > t' t z z t E E E E E E E a D a LL .a .i v m Cl Cl a, io E E E E E E E E E En a s a a a a a E u v U U U U U v .0 .O .0 .0 An .0 11 .0 .0 . O O > > > > > a a s d 0 a a a s a Cu a d >>3 3 3 3 3 3 3 S in'n'n 'n n' in in .t .z it ..r az CC CC CC CC CC CC CC CC vi In in In v1 N N N N .n a v a v v a v it it A to N VI VI IA an N vi N on on N In N V1 N in V1 N C C C C C CC O O Ip 0 c c c c c c c c c c c c c c c c c c m r0 N m eO e0 ep m m o0 00 > 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 v a 13131313 -0 C 0 C C d .VI in in in VI V_I N_ N_ N_ N_ N_ N_ N_ N_ V_I N_ N_ N_ d a a a a a d 4.1 > > > > > > > > > > > > > > > > > > C C C C C C C 0 'w a .C Wi a a a a a a a a a a a a a a a a a a m m 60 m oo m m CO CO m m Cr CC Cc CC K CC CC CC K CC Or Cr CC CC CC CC Cr Cc CC in i%1 ii1 in i%I in .iii to in 0 a 0 Cc. tD c a S « e. cr) n 0o m • O to ^ N n • Pit illm PO m D m N m cm iD M n u'1 Cr, • COCV an N N N N N m N . / N N N 12 C O CD O O CO CO O NIII r- O 2 r 1 I r r "CrI 1 'Cr Oto r O ,� -. N N O O �c `in° nq o v n0 g N on-C 0 to w m m o to coo m 03 LALe% $ g e t‘l ON c N p O vi Ol Ori eV O CO O v N 033 0 vi i vmi `° ^; np an M m '^ LA N ii o co a co a M in lD O N Op M N N M N. o n .,,,I 1� N n N O a n N 00 M O a N N n N O tot in N yI n a O W ri 00 Cr 6 ,-p in mtri a Ip ti t° n 1- ri N 1� O n •-1 N ID ID a tr. in .. CON. in 0o ID N N N .. N ei N .. '-' N N n N a .-1 N N re 0 CO • O_ N N N N N N N N N N N N N N N N H N ey ey N N N N N N a` to a. 0 M M O I- 1-4 CO cli Li J f0 CO \n v, V J Le Le � CO r 3 E �p N O O O O O a Q r- r- r- r_ ri O in ID 'Cr I 1 r _ I o co i v \, o a 3 in Cr r— r r 3 y o �' 3 N N O O O N O r _ O a v9°, 6'' ....% ,... u. s r ac ~ N 3 - m 0 'p a j a 00 a' a E w d ... 0 e— O m t v, a a vi in V in > O a m m Oa eo Oa Q a C La to Q \ e. 0 mu cc) m a Cpp in o O O 1n -• H '� Q rap a CV N m m Q in V V n a m In IS 00 m t a .` Ip a Q m = - °; Q \ a In \ nI m` m` W `n \ 0 w OJ -0 Y 1J a e'I N l7 m n 3 ,n a ai a \ Q 00 > C1 CC .i m N > > N 1, a e-I CO 1 \ e. M in ? T_ N iO A m m a 0 a rn m \ ^ a x •ie n ._ O E E 'L' T. e U U C I 0 .-. N M Di .0 .a > I . .. e. 1) .0 _0 u LL w w l.9 m .0 .0 .0 W 6- l7 3 vi a a w T O .0 -0 to to O 3 A (9 C C a a > CO CO \ \ >- J 44 O yEj ea to e0 A 13 m a 1p m 0 a m a m m Y m m m J J U u V e0 u t a >- eO .- a \ r ep a rp _N a C2 A 10 O ri ri ri u Y m Y Jam q Y t r 4) a d a d d d 00 3 pe i- i1° I- i- ix 2 > u Ce 5 m 3 V 2 v v m 3 2 2 % u 2 f 2 " 2 2 O) O Le 7- 0 N v, a N m m d M V OOLO LC) ct vC m m m (0 Or r— r O O 0 I Q o4 3 ,51,- 4 N "Cr 4 ¶ r 71- u °` r r r r r _N Lu O a 0 O O 73 N 0 113t- c 4N N o a ... d o 0 t co n el M N eI e. 'Cr 1D Lb m a IO N M CO N in a M 0 M N. In .i N l0 In m Li v 'L^ 15 5 0 0 o o o o o o o o o o o o o o o o o o o o o o o o •-0 8 8 8 > Q' U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U 4+ 3 J J J J J J J J J J J J J J J J J J J J J J . . . . . . . . O 0 M W W W W W W LL W LL W W W W LL W W W W W W LL W U) W W W W W W W o 3 a 3 3333333333333333333333333333 3 U _LL• o o 'D rn J a C . 3 .i CD a NI a. 1 I Hello