Loading...
HomeMy WebLinkAbout20141048.tiff Federal Emergency Management Agency E-Grants Page 1 of 4 P Applicant Name: Application Title: WELD(COUNTY) WELCO02-Debris(From FHWA Roads) Period of Performance Start: Period of Performance End: 03-14-2014 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 WELCO02 123-99123- A FEMA 4145 - DR -CO 00 APPLICANT:WELD(COUNTY) WORK COMPLETE AS OF: 11-20-2013: 100% Site 1 oft DAMAGED FACILITY: COUNTY: Weld Weld County LOCATION: LATITUDE: LONGITUDE: 40.313387 104.94175 Current Version: 40.336469 104.80294 40.407974 104.564137 Weld(County Wide FHWA Roads) 40.377478 104.672112 DAMAGE DESCRIPTION AND DIMENSIONS: Current Version: 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 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 17.97 tons of mixed C&D along FHWA County maintained roadways, throughout the County. Debris was deposited along 5 sites at 7 locations Damage occurred along 5 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 8 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. 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. Site 3 County Road 53/CR58 GPS: 40.407974,-104.564137 Along County Road 53 floodwaters at the South Plane River deposited vegetative debris on the County Road maintained FHWA ROW Site 4 County Road 541 CR41A GPS:40.377478,-104.672112 Along CR 54 floodwaters deposited mixed C 8 D debris on the County Road maintained FHWA ROW.The debris was along the applicant maintained right of way. SCOPE OF WORK: e : n, Gs,OCMi ao/4/- roy8 oXia ctt a 44-Z-1 /W, CA y/no/!y 2C.0041.. https://isource.fema.net/emmie/sf9091 Load.do?pageview&vo.reviewld=&topTile=basicH... 4/9/2014 Federal Emergency Management Agency E-Grants Page 2 of 4 Current Version: 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 operations along sections of roadway dosed 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 the sites combined(See attachment 11,Site Maps). Scope of Work: Work Completed: 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 13/446&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).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 O$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). 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$1064 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). 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 O$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. 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). 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 https://isource.fema.net/emmie/sf909 1 Load.do?page=v iew&vo.revie wl d=&topTile=basicH... 4/9/2014 Federal Emergency Management Agency E-Grants Page 3 of 4 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=$9518.30 Cost Per ton for Debris Removal=$9518.30/17.97= $529.68 Alternate Procedures Debris Pilot Program: 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. Direct Administrative Costs: The sub grantee is requesting reimbursement for Direct Administrative Costs(DAC)directly chargeable to this specific project.Associated eligible work is related 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 sub grantee activities and are not included in any approved indirect cost rates.At the time this project work sheet was written project specialist had not received a claim for DAC. 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 a 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 _i7 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 Direct Subgrantee Admin Cost 6 9902 Direct Administrative Costs 1/LS $ 0.00 $ 0.00 (Grantee) TOTAL $ 9,723.86 COST PREPARED BY JUSTIN GRAHAM I TITLE Debris Specialist SIGNATURE APPLICANT REP Roy Rudisi!I TITLE Director-OEM SIGNATURE , https:/iisource.ferna.net/emrnie/sf909ILoad.do?page— view&vo.reviewId=&topTile=basicH... 4/9/2014 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 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 • Cjli at, 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:kwoiff@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 1 X N X a I-1 0 N L U fa a 2 r-i m ro a' C Io CIO E V >f. E i 3 C V) oo 3 V 0. v 4 a) 2 3 W LL 0 ✓/ \ I- 0 c Z 0 H A SW 0 0 0 w 3 a a) a z 5 Lei .25 2 W W cc> v a a a a -' a N N N N N C la O 0. N N \ M elN \ el rl C N N N ,i el M N a a a > VI C V 'i '-I e l '-I .-i .-i .-I r.i 0 a 0 0 0 0 0 0 0 O N CC en N N N Al N N N •> \ \ \ \ \ \ \ a v a ID a v rn O CC C C NNNNINNN ,n m m m m M m en 0 .> Z a CC IC 2 W U- o a a a a a a a a a a a a a a a a a a a a a a a -1 e ES el . l ci 'i el '-1 .i el el el et el r-1 'i 'i H ri 'i ..4e r1 el l 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O o 0 0 0 C N N N N N N N N N N N N N N N N N N N N PI N N M• N co N rrnn N N 1\D O N O O M o 0 N a▪ \ tto▪ \ t\D \ \ yf .-1 .--I N N .-I H H N .-1 .-I N r-I el e-1 N N H ` ry \ ~ \ \ CO m en en M M M m M en M M M M M m m m m .\„I N et M N .0 yi a cc O •0 a) ,n " � a-I a el - a a .a1 a sr_i a a ri 'a, a el 'I o E 008000 o r o r1 r' o r1 r1 0 0 'I O o r \ N \ N N NI O \ O eq \ O O \ O ON \ 0 N N ."7.- .0 Vf m N N \ N M H \ LID \ ry \ \ M \ \ ry a \ \ \ a N e-i rl \ ri .-1 .-1 ` N '-1 W .-/ l\O \ N r-1 \ \ \ oo m m `^ m m M M m m m M M M N m m I.j M N M O N z > a CC C > S a O •> 33 Cr .a-1 .a-i ra-I a .a-I .a-I rat .a-i .a VI r(1-I el el .a-1 .a-I el a 'a-1 a a ti 'M•1 'a•1 'M• 0 'M•1 ti a a `o O O O p 0 0 0 0 0 0 0 0 O O p O r10 00 0 0 0 N N 0 0 0 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 '^ h W 00 \ a O .-1 e-1 tD W m oO M O \ a \ \ W W N M M W 'i \ MO N N N M Al N N N N N N N N N N -. tD N \ M r•i .••1 \ N M a \ \ \ \ \ \ \ \ \ \ \ \ \ \ \ \ \ \ \ N \ \ \ N \ \ -• O en N N M N N N N M N N N N N N 'i M M N 'i ,1 .r"1•I r~.1 'i N N O 0. c E o t E 0 .a-/ ea-1 .a•1 a ra-I 'a-1 ea-I ra-I rl 'a-1 'ai 'ai ea-1 .a-1 a .a-i ea-I a 'ai 'Mi ra-1 N .M-1 ti ti a i s 0 0 0 0 0 0 0 0 0 0 0 0 001-100 0 0 0 0 N N 0 0 0 C \ NI\ "--- " \- ",.. \ \- \ \ \ \ \ \ ' ' \ \NJ N \ NI IN\ \ \ \ AV A4\ \ N ✓ W N h h M a toa O a h h Vl to N V m aO m to tD r-1 e-1 'i tD m M 3W N N N \ N N r-1 N N N N N N N \ N N \ .-I \ M \ \ \ e-1 \ = \ \ - M \ \ \ \ \ \ \ \ \ \ N \ \ M \ N \ N e-1 N \ N M N N N N N N M N N N N N r-i N N N VI N N N N a 4.5 A 0 i - i I ' I t a Q a a a a a 2 2 2 g 2 2 g 2 as Ca cac cac cac cac cac cac cac asc 2 2 2 2 2 2 2 3 W W W W W W W W G C C G G G L G L G La.) Ill Lll LLI Ill 122 W U. W U. U. W U. W a W W W U w LL U- W w W W W W W W W W LU p Q a a Q E E E E E E E E u- u- IL W W W W W W W O O O O O O O ,n c 2 2 2 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 -0 lo -0 -0 -0 -0 -0 S .0 W W W Q w .r ..- w w .- w v-- "O -o U "O V -o 'O 'D w is is-, .0 Y_. .tr H (00 W W W 2 U -O -o -O -o -o -o -o a a) u ✓ i N w a ea), 4) ..-s- ..... r T > >"" > > > > > > > > t t ... .. '-' «- «. .. E- E E E E E E n a a ? .? .w w .I ? .� .? E 'E E 'E E 'E 'E E 'E Ea a .a -0 -0 .0a -0 -0 -0 'D E u u u u u u u u _a z .0 .0 .0 n .0 .0 .0 Jo > > > o o > > a a a a 0 w a a a) a a) a s 3 3 ] 3 3 3 z 3 3 ] of V) to to to to to Lt .t.' .Z.' .Z= CC lc a cc d' ac cc a to vl v) in v) to LA to to to v v V •0 v v v ro IO I>: 0) in N to U) ✓I N VI N N N N VI in in N in N VI C C C C C CC ‘' �' a) C C C C C C C C C C a C C a C C C C to to r0 A co r0 e0 0 o n o > 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 -o -0 -o -0 -0 -0 a 0 m m m ' N LT, in v1 -vi _N L7. VI N_ N_ N_ N_ 7, N_ N_ N N_ N a) a) a) a) a) a) a)_ CCCCCCC a a a a a) a a) a a a a a a a a) a a a a 0 a) 0 a CO m CO m K K O_' CC CC K O_ CC CC K CC cc cc ct 2 cc K cc Cc H i%) V) N to U) V) CO UI 0 a 0 c o co ri m Cl n• o to h N co h •cn m tD m N Q1 N It M LO M N N. to Q1 .- M t0 D1 'y h lD eW-1 2 n ^ ^ u* ^ n N CO O O O 72 OO CO 1IV r0 O O r O O r r I ) r r- r r "Cr4.1 U O O O r- r N N O O a NNN a 00 m LulID O O O h O LO N ,r r1 O tD .-i O ). a 0 0 r.-I N 01 N Y 0 to h O tD aO f...° O Ul O In 00 OM O UJ M 00 N 0 a L.0 4.0 o O O V) D) LID N O 00 O a N O O) In O� m tD N • ' • co O) M 00 to tD Cr M 3 O CO a YJ a M U1 D O NJ M N N M P. o tO r-1 n N I ^ a) N O v h N CO M O a N N O to U) N u D) O 00 .O tm0 m to O N h h U5) ry tD g n I+)' N 0 N h a h ti 0 Co en a ill. n i CO h n CO D N N. V) el N ~ N i N ul N h N V 1 V) N V) to V) V) V) V} V) VT to to V1 Vf Vl V) V1 N V! in e-i el An, VF {A it) O N in Vf a` o 15 0 to .. 0 1- Q ,i N CO a a U) O r W O) O _ E 3 en O O O O O 0 CO N Z a r r r- �-- r O tn UI ut r IT . N N r— V 3 0o a °i in Cr' O N N O O oc 3 to N v a — -0 e-1 .0 `a Z Zr- a x 7 L_ LL C Q a = a co '0 to a CO\ 06 0 >I- 0 0 Q m Y a. a) • a) ',+ U UI N N Q y I- a L.- m m Q va vOL CO 4.-i to CO CO CO ra a tan `n a tr! m < , O `o c N n a v eV OO m hi < v, v o.-) c m a o$ to CZ ap W a '_ to a s \ Q c Q 'o \ v r N m m` w `A \ \ \ O v a a .0 S .p a 'i N l7 M h 3 to a a a \ > CO > 0 00 ri m N > > IS ES 10 r0 a) a a D\) m UI eH 0) W I to h r1 en ✓) D G E R 'a N ` WI to C I`o m U U O x _ail .1 N M m .0 .n > W r-1 r-1 .n .n` .0 u Lw w W 0 CO` a a a W OLD en 3 a a 0 d 10 10 C C a CO C J a > m\ \ \ \ > O W K v V U ? V O] G T co. cc C > m a a C m m -' ? m m m a J J , Z _ra LI t ) > co r ) > to ) _m co s -( > a)) a) 2 to a a a ro a a COCe C `. IO 1a al U A U (.1U •- U U U V m _ _ C a Y_ Y_ Y U - - K/ r N o 3 a I-- I- r r 0- 23622m3 2 ov 322 Io 222 22 LO Ln Ln CO I IO.) .0 a a a a .L O O O V) LA n , Ia , Ia m O O1.0 .cr� d o mmm m 1--- r r r 'C O O cr a I I I r a _ �t , r 0o a d ) Y cc _ O w0 O O O r o u U N N N N N O O L a y,L. .-Lei N o _ C) a O 0 CU h CO N. r-1 CON e-i r-i a LO to O) Cr) a LO N en co N to am 0 m h U1 r-1 N tD to 00 y M M u U -C N M .-I r-I 0 en N M N e-I N N en o en O 'i rl - a � 008 N O NiN 000000000000000000008000888 > a' Y O U V U U U U U V U U U U U U U U U U U U U U U U U U U U U U Y L J J J J J J J J J J J J J J J J J J J J J J -I J J . . . . . C '0 0 W W W W LU W W W W W W LU LU W W LU W LU w W W W LU W W W W W in O 0 3 a 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 U LL U O. 4 4) ri O .e 3 N d .-; --- • L---._____--- - ,___ =----- _____I Hello