Full Text
Federal Emergency Management Agency E-Grants Page l of3 PA-1 O·ID-4313-PW-00067(0) Applicant Name: Application Title: MOSCOW MWC001A - PAAP Debris Removal. City-Wide Period of Performance Start: Period of Performance End: 05-18-2017 11-16-2017 13undle Reference # (Amendment Date Awarded Subgrant Application - FEMA Form 90-91 Note: The Effective Cost Share for this application is 75% FEDERAL EMERGENCY MANAGEMENT AGENCY DISASTER FEMA 1 4313 I- I DR j-1D APPLICANT: MOSCOW DAMAGED FACILITY: City Wide Debris Removal LOCATION: Current Version: PROJECT NO. MWC001A PROJECT WORKSHEET PA ID NO. DATE 057-54550- 07-20-2017 00 WORK COMPLETE AS OF: 07-21-2017 : 95 % Site 1 of 1 COUNTY: Latah Location: GPS Coordinates 46.732497",-116.999722° taken at the south entrance of Moscow City Hali located at 206 W 3rd St, Moscow, Idaho 83643. DAMAGE DESCRIPTION AND DIMENSIONS: Current Version: LATITUDE: 46.7325 CATEGORY A LONGITUDE: -116.99968 Moscow is a city in northern Idaho along the state border with Washington, with a population of 25,322 at the 2016 census encompassing 6.66 sq mi. EVENT DAMAGES: As a result of a severe winter storm that included heavy rains, winds and snowmelt during the period of March 6 through 26, 2017, the City of Moscow (Applicant) experienced city-wide vegetative and sedimentary debris that created an immediate threat to life, public health and property, and safety. The Applicant estimated 30 CY of vegetative debris accumulation city-wide, some of which was taken directly at Joseph Street & South Mountain View Road (GPS coordinates 46.726481°,-116.980042° where It became clogged at a melal storm grate protecting a 60 inch culvert with concrete head and wing walls, creating additional Hooding in the surrounding area. INCIDENTAL DAMAGES: During debris removal at the junction of Joseph Street & South Mountain View Road the storm grate became incidentally damaged by heavy equipment during debris removal operations March 9-10, 2017. The grate repairs are captured on Applicant Category C PW with Ref. No. MWC004C. SCOPE OF WORK: Current Version: The Applicant is participating in the Public Assistance Alternative Procedures Pilot Program for Debris Removal debris removal al 85% for Version for Work Completed March 9-10, 2017 (see attached June 30, 2017 executed Debris Removal Acknowledgement form). 1. WORK COMPLETE: a. From March 9-10, 2017, the Applicant utilized Force Account Labor and Equipment to remove vegetative debris city-wide eliminating immediate threats to life, public health and property, and safety. i. Laborers, Qty 11 @ 116 REG HRs Total" $3,754.02 (FALREG) 2-Dl1-D&CJ fema.net/emm ie/internallntegration?applicationld=9144 l 6 9/8/2017 ---PAGE BREAK--- Federal Emergency Management Agency E-Grants Page 2 of3 ii. Laborers, Qty 6 @ 37 Comp HRs/hours Total x 1.5 = $1,864.63 (FALOT) 1. (see Project Note OT/Comp Time) ill Equipment, Qty 4 @ 12 HRs Total for $516.00 (FAE) b. On March 24, the Applicant used Force Account Labor and Equipment to pick up sand bags that it had distributed city-wide (distribution captured in PW Ref# MWC002B and MWC003B). i. Laborers, Qty 2 @ 16 REG HRs Total for $492.48 (FALREG) ii. Equipment. Qty 2 @ 8 HRs EA for $402.00 (FAE) c. The Applicant incurred Direct Administration Costs (DAC) using Force Account Labor for the performance of this PWs award i. Laborers, Qty 3 @ 24.25 REG HRs Total"' $1,380.13 (FALREG) SUB-TOTAL WORK COMPLETED: (FALREG: $3,754.02 + 492.48) + (FALOT: $1,864.63) +(FAE: $516.00 + $402.00) +(DAG: $1,380.13) = $8,409.26 2. WORK TO BE COMPLETE: a. The Applicant estimates the following Direct Administration Costs (DAC) using Force Account Labor for the completion of the performance of this award. i. Laborers, Qty 3 @ 5 REG HRs Total= $291.67 SUB-TOTAL WORK TO BE COMPLETE: FALREG: $291.67 TOTAL WORK COMPLETE AND WORK TO BE COMPLETE: $8,409.26 + $291.67 = $8,700.93 PW Noles: 1. The Project Specialist has reviewed the Applicant's documentation and recommends Public Assistance funding for this PW. 2. Force Account Labor a. City of Moscow Personnel Overtime Policy, (see attached at page 70) states non-exempt (hourly) employees receive overtime pay of one and one-half times their regular rate for all hours worked in excess of forty (40) hour pay period. It also allows an employee to accrue compensatory time, which in the Applicant's employee's case is the compensation is in lieu of OT at one and one-half pay rate. 3. DIRECT ADMINISTRATIVE COSTS: a. The subgrantee requested Direct Administrative Costs (DAC) that are directly chargeable lo this specific project. Associated eligible work is related administration of the PA project only an in accordance with 2 CFR 200.413 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 rates. 4. SUPPORTING DOCUMENTATION: the supporting documentation for this project has been reviewed and verified by the Applicant and Project Specialist for eligibility and correctness. 5 RETENTION REQUIREMENTS FOR RECORDS: a, Federal: In accordance with 2 CFR 200.333 Financial records, supporting documents, statistical records, and all other non-Federal entity records pertinent to a Federal award must be retained for a period of three years from the date of submission of the flnal expenditure report or, for Federal awards that are renewed quarterly or annually, from the date of the submission of the quarterly or annual financial report, respectively, as reported to the Federal awarding agency or pass-through entity in the case of a subrecipient. b. State: Complete records and cost documents for all approved work must be maintained for at least 6 years from the date the last project was completed or from the date flnal payment was received, whichever is later. Applicant is responsible for retention of all documentation associated with this project. 6. INSURANCE: The applicant is aware that all projects are subject to an insurance review as stated in 44 CFR 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. 7 ENVIRONMENTAL CONSIDERATIONS a. The Applicant hauled-offed Its debris material identified in this PW to its landfill. The Applicant attests that to Its knowledge, the material does not contain asphaltic/petroleum by-products or other environmentally sensitive components, and the material has not been placed in a Wetland or in a Special Flood Hazard Area. Should an Applicant use a Transfer Station for the temporary storage of the haul-off material prior its permanent disposition, the Applicant is responsible for obtaining and submitting all necessary permits. b. The Applicant must comply with all applicable environmental and historic preservation laws. Federal funding is contingent upon acquiring all necessary Federal, State, Local alid Tribal permits. Noncompliance with this requirement may jeopardize the receipt offederal funds. Does the Scope of Work change the pre-disaster conditions at the site? Yes No Hazard Mitigation proposal included? I I Special Considerations included? Yes Yes No Is there insurance coverage on this facility? PROJECT COST I fema.net/emmie/internallntegration?applicationld=9 l 4416 No Yes " No I UNIT I 9/8/2017 ---PAGE BREAK--- Federal Emergency Management Agency E-Grants Page 3 of3 ITEM CODE NARRATIVE QUANTITY/UNIT PRICE COST ***Version 0 Work Completed 1 9226 Force Account Labor (Straight Time) 1/LS $ 4,246.50 $ 4,246.50 - Debris Removal 2 9227 Force Account Labor (Over Time) - 1/LS $ 1,864.63 $ 1,864.63 Debris Removal 3 9008 Equipment 1/LS $ 918.00 $ 918.00 4 9901 Direct Administrative Costs 1/LS $ 1,380.13 $1,380.13 (Subgrantee) Work To Be Completed 5 9901 Direct Administrative Costs 1/LS $ 291.67 $ 291.67 (Subgrantee) TOTAL $ 8,700.93 COST ,Qll\I l\A o.i.MIY*ll' iiA PREPARED BY DARIN SINDT I TITLE Project Specialist SIGNATUREc111.1riT - i -ÿ.oftĀ APPLICANT REP. Alisa J Anderson ! TITLE Grants Manager SIGNATURE MU• ;JM. ?applicationld=9 l 44 l 6 9/8/2017 ---PAGE BREAK--- Federal Emergency Management Agency E-Grants Page I of 4 PA-10-10-4313-PW-00058(0) Applicant Name: Application Title: MOSCOW MWC004C - Joseph St. Storm Grate and Drainage Ditch Period of Performance Start: Period of Performance End: 05-18-2017 11-18-2018 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 DISASTER FEMA 1 4313 I· !DR I-ID APPLICANT: MOSCOW DAMAGED FACILITY: JOSEPH STREET LOCATION: Current Version: PROJECT NO. MWC004C PROJECT WORKSHEET PA ID NO. DATE 057-54550- 09-07-2017 00 WORK COMPLETE AS OF: 09-02-2017 : 34 % Site 1 of 1 COUNTY: Latah LOCATION 1: STORM GRATE AT JOSEPH STREET & SOUTH MOUNTAIN VIEW ROAD GPS Coordinates 46.726481°,-116.980042° taken at the damaged metal storm grate location at the corner of Joseph & South Mountain View Roads. LOCATION 2: DRAINAGE DITCH ALONG JOSEPH STREET GPS Coordinates 46.726299',-116.979627" taken at start (east) point of damaged drainage ditch (south side of street) Joseph Street & South Mountain View Road Joseph Street runs east to west approximately 0.77 miles. FEMA Kick-Off Meeting Date: June 21, 2017 FEMA Inspection Date: June 21. 2017. DAMAGE DESCRIPTION AND DIMENSIONS: Current Version: CATEGORY c LATITUDE: LONGITUDE: 46.726299 -116.97962 46.726481 -116.98004 Moscow is a city in northern Idaho along the state border with Washington, with a population of 25,322 at the 2016 census encompassing 6.86 sq mi. LOCATION 1: DAMAGE DESCRIPTION AND DIMENSIONS: As a result of a severe winter storm that included heavy rains, winds and snowmelt during the period of March 6 through 28, 2017, the City of Moscow (Applicant) experienced city-wide vegetative and sedimentary debris that created an immediate threat to life, public health and property, and safety. Incidental Damages: Within the Applicant's jurisdiction at Joseph Street & South Mountain View Road (GPS coordinates 46.726481°,-116.980042°), vegetative debris flowed to and became backed up at a 6 FT (top length) x 14 FT (bottom length) x 9 FT (outside length) trapezoidal metal storm grate protecting a 60 inch culvert with concrete head and wing walls. From March 9-10, 2017, the Applicant used Force Account Labor (FAL) and Force Account Equipment (FAE) to remove debris at this location. During the de.bris removal operations, the storm grate became incidentally damaged by heavy equipment. The debris removal at this location is captured in Applicant PW with Ref. No. MWC001A as a Category A. fema.net/emmie/internallntegration?applicationld=9 l 92 l 0 9/8/2017 ---PAGE BREAK--- Federal Emergency Management Agency E-Grants Page 2of 4 LOCATION 2: DAMAGE DESCRIPTION AND DIMENSIONS: As a result of a severe winter storm that included heavy rains, winds and snowmelt during the period of March 6 through 28, 2017, the City of Moscow (Applicant) experienced city-wide vegetative and sedimentary debris that blocked culverts and created flooding at Joseph Street. The south-side gravel road shoulder embankment and earthen drainage ditch suffered scouring, and sloughing. The shoulder embankment's sloughed-off 5/8 IN gravel material deposited into the adjacent drainage ditch, filling the ditch with approximately 70 FT x 4.5 FT x 1.5 FT = 472.5 CF/ 27 = 17.5 CY of road shoulder gravel. SCOPE OF WORK: Current Version: LOCATION 1: SCOPE OF WORK WORK COMPLETED (WC): 1. On April 18, 2017, the Applicant used FAL and FAE (used a bobcat excavator, a ford 1-TN, and a 12 FT x 8 FT flatbed trailer) to remove the damaged storm grate from the field and take it to its workshop for evaluation and repairs. a. Laborers, Qty 2@ 3 REG HRs Total= $181.06 (FAL) b. Equipment, Qty 3 @ 3 HRs Total for $136.25 (FAE) 2. From April 18-19, the Applicant used FAL and Force Account Materials (FAM) to mostly repair the storm grate to that of its pre-disaster condition (minus a clevis hook). a. Laborers, Qty 1 @ 5 REG HRs Total= $146.20 (FAL) b. Materials, 1 LS@ $41F.13 Total for $487.13 (FAM) 3. On April 20, 2017, the Applicant used FAL and FAE (used a bobcat excavator, a ford 1-TN, and a 12 FT x 8 FT flatbed trailer) to transport and install the repaired storm grate in the field. a. Laborers, Qty 2@ 3 REG HRs Total= $181.06 (FAL) b. Equipment, Qty 3@ 3 HRs Total for $136.25 (FAE) 4. On April 25, 2017, the Applicant used FAL, FAE and FAM to install a clevis hook on the installed storm grate, completing all its repairs. a. Laborers, Qty 1 @ 1 REG HRs Total = $31.27 (FAL) b. Equipment, Qty 3@ 3 HRs Total for $26.00 (FAE) c. Materials, 1 LS@ $487.13 Total for $7.49 (FAM) 5. The Applicant incurred Direct Administration Costs (DAC) using Force Account Labor for the performance of this PWs award. a. Laborers, Qty 3@ 8 REG HRs Total= $496.44 / 2-Facillties = $248.22 (DAC) SUB-TOTAL WORK COMPLETE (WC): Aprll 18 ($181 .06 (FAL) + $136.25 (FAE)] + April 18-19 [$146.20 (FAL) + .$487.13 (FAM)]+ April 20 [$181 .06 (FAL) + $136.25 (FAE)) + April 25 [$31.27 (FAL) + $26.00 (FAE) + $7.49 (FAM)j + $246.22 (DAG) = $1,560.93 WORK TO BE COMPLETE (WTBC): 6. The Applicant estimates the following Direct Administration Costs (DAC) using Force Account Labor for the completion of the performance of this award. a. Laborers, Qty 3@ 4.75 REG HRs Total = $282.50 / 2-Facilities = $141.25 (DAC) SUB-TOTAL WORK TO BE COMPLETE (WTBC): $141.25 (WTBC) TOTAL WORK COMPLETE (WC) AND WORK TO BE COMPLETE (WTBC): $1,560.93 (WC)+ $141.25 (WTBC) = $1,722.18 LOCATION 2: SCOPE OF WORK: WORK COMPLETE (WC): 1. The Applicant incurred Direct Administration Costs (DAC) using Force Account Labor for the performance of this PWs award. a. Laborers, Qty 3@ 3 REG HRs Total = $496.44 / 2-Facilities = $248.22 (DAC) SUB-TOTAL WORK COMPLETE (WC): $248.22 (WC) WORK TO BE COMPLETE (WfBC): 2 The Applicant intends to make permanent repairs to the road shoulder, back to pre-disaster condition, using Force Account Resources. The Applicant will excavate the 5/8 IN sloughed road shoulder gravel 70 FT x 4.5 FT x 1.5 FT = 472.5 CF/ 27" 17.5 CY from the drainage ditch that is either non-recoverable or non-reusable because it is mixed with vegetation and earth. The Applicant estimates the following resources to complete repairs (see attached calculation sheet): l 0 9/8/2017 ---PAGE BREAK--- Federal Emergency Management Agency E-Grants a. Laborers, Qty 4@ 56 REG HRs Total= $1,91 B.00 (FAL) b. Equipment (backhoe & 8-yard dump truck), Qty 2@ 26 HRs Total for 132.00 (FAE) c. Material + Hauling= $177.63 + $73.75 = $251.37 i. Materials, 5/6 IN Gravel 15.5 CY x 1.4 (CY-TN conversion)= 24.5 TN @ $7.25= $177.63 (FAM) ii. Material Hauling 5/6 IN Gravel 15.5 CY x 1.4 (CY-TN conversion)= 24.5 TN @ $3.01 /TN= $73 75 (FAM) Page 3of4 3. The Applicant estimates the following Direct Administration Costs (DAG) using Force Account Labor for the completion of the performance of this award. a. Laborers, Qty 3 @ 4. 75 REG HRs Total = $282.50 / 2-Facililies = $141.25 (DAG) SUB-TOTAL WORK TO BE COMPLETE (WTBC): $1,918.00 (FAL) + $1,132.00 (FAE) $251.37 (FAM)+ $141.25 (DAC) = $3,442.62 TOTAL WORK COMPLETE (WC) AND WORK TO BE COMPLETE (WTBC): $248.22 (WC) + $3,442.62 (WTBC) = $3,690.84 PROJECT NOTES: 1. Public Assistance funding is recommended for permanent work to repair this facility to its pre-disaster design, capacity, and function. 2. PRE-DISASTER CONDITION: Upon completion, this site will be returned to its original design, function, and capacity within the original footprint. 3. CHANGES TO SCOPE OF WORK: The Applicant shall comply with all applicable codes and standards in the completion of eligible work to repair or replace damaged public facilities. Any change to the approved scope of work on a Project Worksheet must be reported and approved before work begins. Failure to report changes may jeopardize Federal and State funding. 4. HAZARD MITIGATION MEASURES: The Applicant is submitting 406 Hazard Mitigation with project for Location 2, Joseph Street Drainage Ditch. 5. FHWA: This road has been checked against an FHWA Functional Road Classification Map and has been determined to be non classified under the FHWA. 6. DIRECT ADMINISTRATIVE COSTS: a. The subgrantee requested Direct Administrative Costs (DAC) that are directly chargeable to this specific project. Associated eligible work is related administration of the PA project only an in accordance with 2 CFR 200.413 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 rates. 7. 75% FEDERAL FUNDING: In accordance with FEMA policy and current disaster declaration determinations, this project worksheet will be funded with the Federal Cost share at 75% of all eligible costs. (Non PAAP only). B. PROCUREMENT: a. The Applicant is required to adhere to local State and Government Procurement rules and regulations and maintain adequate records to support the basis for all purchasing goods and materials and contracting services for projects approved under the Public Assistance program, as stated in 2 CFR 200. The Applicant has also been advised that the lack of obtaining and maintaining these documents may jeopardize funding. b. The Applicant does not have its own procurement procedures and follows the State of Idaho's (see attached Idaho Local Governments Procurement and Public Works Contracting, July 1, 2013). The Applicant followed Idaho State's Public Works Construction Bidding, No Bid Requirement <$25,000, following Idaho Code IC-67-2803 to procure contract (see attached invoice D & D Excavation #745, dated May 4, 2017). 9. SUPPORTING DOCUMENTATION: The supporting documentation for this project has been reviewed and verified by the Applicant and Project Specialist for eligibility and correctness. 10. RETENTION REQUIREMENTS FOR RECORDS: a. Federal: In accordance with 2 CFR 200.333 Financial records, supporting documents, statistical records, and all other non-Federal entity records pertinent to a Federal award must be retained for a period of three years from the date of submission of the final expenditure report or, for Federal awards that are renewed quarterly or annually, from the date of the submission of the quarterly or annual financial report, respectively, as reported to the Federal awarding agency or pass-through entity in the case of a subrecipient. b. State: Complete records and cost documents for all approved work must be maintained for at least 6 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. 11. INSURANCE: The applicant is aware that all projects are subject to an insurance review as stated in 44 CFR 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. 12. ENVIRONMENTAL CONSIDERATIONS: The Applicant must comply with all applicable environmental and historic preservation laws. Federal funding is contingent upon acquiring all necessary Federal, State, Local and Tribal permits. Noncompliance with this requirement l 0 9/8/2017 ---PAGE BREAK--- Federal Emergency Management Agency E-Grants Page 4 of 4 may jeopardize the receipt of federal funds. 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 COST PRICE Version 0 Work Completed 1 9007 Labor 1/LS $ 539.59 $ 539.59 2 9008 Equipment 1/LS $ 298.50 $ 298.50 3 9009 Material 1/LS $ 494.62 $ 494.62 4 9901 Direct Administrative Costs 1/LS $ 496.44 $ 496.44 (Subgrantee) Work To Be Completed 5 9007 Labor 1/LS $ 1,918.00 $ 1,918.00 6 9008 Equipment 1/LS $ 1,132.00 $ 1,132.00 7 9009 Material 1/LS $ 251.37 $ 251.37 8 9901 Direct Administrative Costs 1/LS $ 282.50 $ 282.50 (Subgrantee) TOTAL $ 5,413.02 COST niu,NM :::1Jk1 PREPARED BY DARIN SINDT I TITLE Project Specialist SIGNATURE ( APPLICANT REP. Alisa J Anderson !TITLE Grants Manager SIGNATURE/_/ fn•-1_,rl [EMAIL REDACTED]$1\()T , 1,)oporuMM uu. "/1fi/ 11 l 92 l 0 9/8/2017 ---PAGE BREAK--- Federal Emergency Management Agency E-Grants Page l of 2 PA-10-10-4313-PW-00061 D p Applicant Name: Application Title: MOSCOW MWC003B - Sandbagging Donated Labor, City-Wide Period of Performance Start: Period of Performance End: 05-18-2017 11-18-2017" 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 DISASTER FEMA 14313 I PROJECT NO. I I I I MWC0038 - DR -ID APPLICANT: MOSCOW DAMAGED FACILITY: CITY-WIDE SANDBAGGING LOCATION: Current Version: PROJECT WORKSHEET rA ID NO. DATE 057-54550- 09-08-2017 00 WORK COMPLETE AS OF: 09-02-2017 : 100 % Site 1 of 1 COUNTY: Latah GPS Coordinates 46. 732497° ,-116.999722° taken at the south entrance of Moscow City Hall located at 206 W 3rd St. Moscow, Idaho 83843. DAMAGE DESCRIPTION AND DIMENSIONS: Current Version: LATITUDE: 46.732497 CATEGORY B LONGITUDE: -116.99972 Moscow is a city in northern Idaho along the state border with Washington, with a population of 25,322 at the 2016 census encompassing 6.86 sq mi. EVENT DAMAGES: As a result of a severe winter storm that included heavy rains, winds and snowmelt during the period of March 6 through 28, 2017, the City of Moscow (Applicant) experienced immediate threats to life, public heallh and property, and safety. SCOPE OF WORK: Current Version: 1. WORK COMPLETE (WC): a. To respond to the immediate threats to life, public health and property, and safety, on March 9, 2017, the Applicant used donated resources, namely volunteer firefighter labor, in conjunction with force account resources, to distribute 862 40 LBS sand bags to the public. This PW captures the donated labor The Applicant has Essential Services PWs Categories A and B with Ref. No.'s MWC001A and MWC002B respectively. i. Volunteer Laborers {non-eligible city-employed exempt laborers), Qty 3@ 18 HRs Total"' $1,035.00 {NEDOLAB) ii. Volunteer Laborers (Firefighters not employed by the Applicant, Qty 8@ 88 HRs Total x $21.10"' $1,012.80 (DOLAB) b. The Applicant incurred Direct Administration Costs (DAC) using Force Account Labor for the performance of this PWs award. I. Laborers, Qty 3 @ 2 REG HRs Total= $117.83 (DAC) SUB-TOTAL WORK COMPLETE (WC)ѹ (DONLAB: $1,012.80) +(DAG: $117.83) = $1,130.63 2. WORK TO BE COMPLETE (WTBC): ?applicationld=919208 9/8/2017 ---PAGE BREAK--- Federal Emergency Management Agency E-Grants Page 2 of2 a_ The Applicant estimates the following Direct Administration Costs {DAC} using Force Account Labor for the completion of the performance of this award. i. Laborers, Qty 1 @ 1. 75 REG HRs Total = $89.37 {DAG) SUB-TOTAL WTBC: $89.37 TOTAL WC AND WTBC: 130.63 + $89.37 = $1,220.01 PW NOTES: 1. The Project Specialist has reviewed the Applicant'.s documentation and recommends Public Assistance funding for this PW. 2. DIRECT ADMINISTRATIVE COSTS: a. The subgrantee requested Direct Administrative Costs (DAC} that are directly chargeable to this specific project. Associated eligible work is related administration of the PA project only an in accordance with 2 CFR 200.413 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 rates. 3. SUPPORTING DOCUMENTATION: the supporting documentation for this project has been reviewed and verified by the Applicant and Project Specialist for eligibility and correctness. 4. RETENTION REQUIREMENTS FOR RECORDS: a. Federal: In accordance with 2 CFR 200.333 Financial records, supporting documents, statistical records, and all other non-Federal entity records pertinent to a Federal award must be retained for a period of three years from the date of submission of the final expenditure report or for Federal awards that are renewed quarterly or annually, from the date of the submission of the quarterly or annual financial report, respectively, as reported to the Federal awarding agency or pass-through entity In the case of a subreclplent. b. State: Complete records and cost documents for all approved work must be maintained for at least 6 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. 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 COST PRICE Version O Work Completed 1 9022 Volunteer Labor 1/LS $1,012.80 $ 1,012.80 2 9901 Direct Administrative Costs 1/LS $ 117.83 $117.83 (Subgrantee) Other 3 9901 Direct Administrative Costs 1/LS $ 89.37 $ 89.37 (Subgrantee) TOTAL $ 1,220.00 COST f'illW - - - PREPARED BY DARIN SINDT /TITLE Project Specialist SIGNATURE %l\1111 IVI Jll1'LI I SIGNATURf1: ) APPLICANT REP. Alisa J Anderson /TITLE Grants Manager -tt/f417 - - $ fema.net/emm ie/interna!Integration ?applicationld=919208 9/8/2017 ---PAGE BREAK--- Federal Emergency Management Agency E-Grants Page l of 3 PA-1 O-ID-4313-PW-00062(0) E Applicant Name: Application Title: MOSCOW MWC002B - Sandbagging, City-Wide Period of Performance Start: Period of Performance End: 05-18-2017 11-18-2017 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 DISASTER FEMA 14313 I- IDR I -ID APPLICANT: MOSCOW DAMAGED FACILITY: CITY-WIDE SANDBAGGING LOCATION: Current Version: PROJECT NO. MWC0028 PROJECT WORKSHEET PA ID NO. DATE 057-54550- 09-02-2017 00 WORK COMPLETE AS OF: 09-02-2017: 1 % Site 1 of 1 COUNTY: Latah Location: GPS Coordinates 46. 732497° ,-116.999722° taken at the south entrance of Moscow City Hall located at 206 W 3rd St, Moscow, Idaho 83843. DAMAGE DESCRIPTION AND DIMENSIONS: Current Version: LATITUDE: 46.732497 CATEGORY B LONGITUDE: -116.99972 Moscow is a city in northern Idaho along the state border with Washington, with a population of 25,322 at the 2016 census encompassing 6.86 sq mi. EVENT DAMAGES: As a result of a severe winter storm that included heavy rains, winds and snowmelt during the period of March 6 through 28, 2017, the City of Moscow (Applicant) experienced immediate threats to life, public health and property, and safety. SCOPE OF WORK: Current Version: 1. WORK COMPLETE: a. To respond to lhe immediate threats to life, public health and property, and safety, on March 9, 2017, the Applicant ulilized. Force Account Labor (FALJ. Force Account Equipment (FAE), and Force Account Material (FAM) lo distribute 862 40 LBS sand bags to the public The Applicant received assistance In Ille distribution from volunteer firefighters That donated labor Is captured on PW Ref. No. MWC003B. The collection of the sandbags as Cat-A debris is captured on Applicant PW Ref. No. MWC001 A I. Laborers, Qty 1 @ 4 REG HRs Total" $136.80 (FALREG) Non-Eligible Cat-B ii. Laborers, Qty 5@ 22 OT/Comp HRs Total x 1.5 $916.43 (FALOT) 1. (see Project Note OT/Comp Time) iii. Equipment, Qty 9@ 26 HRs Total for $933.56 (FAE) iv. Materials, Qty 862, 14 IN x 26 IN 40 LBS bags and 16.1 TNs (11.5 CY) of sand for $645.00 b. The Applicant incurred Direct Administration Costs (DAC) using Force Account Labor for the performance of this PWs award. i. Laborers, Qty 3@ 11.37 REG HRS Total" $627.29 (DAC) SUB-TOTAL WORK COMPLETED: (FALOT: $916.43) + (FAE: $933.56) +(FAM: 645.00) + (DAC: $627.29) = $3,122 28 fema.net/emmie/internallntegration?applicationld=9 l 9206 9/8/2017 ---PAGE BREAK--- Federal Emergency Management Agency E-Grants Page 2 of3 2. WORK TO BE COMPLETE: a. The Applicant estimates the following Direct Administration Costs (DAC) using Force Account Labor for the completion of the performance of this award. i. Laborers, Qty 3@ 3.5 REG HRs Total"' $173.44 SUB-TOTAL WORK TO BE COMPLETE: FALREG: $173.44 TOTAL WORK COMPLETE AND WORK TO BE COMPLETE: $3,122.28 + $173.44,. $3,295.72 PW NOTES: 1. The Project Specialist has reviewed the Applicant's documentation and recommends Public Assistance funding for this PW. 2. Force Account Labor a. City of Moscow Personnel Overtime Policy, (see attached at page 70) stales non-exempt (hourly) employees receive overtime pay of one and one-half times their regular rate for all hours worked in excess of forty (40) hour pay period. It also allows an employee to accrue compensatory time, which in the Applicant's employee's case is the compensation Is in lieu of OT at one and one-half pay rate. 3. DIRECT ADMINISTRATIVE COSTS: a. The subgrantee requested Direct Administrative Costs (DAC) that are directly chargeable to this specific project. Associated eligible work is related administration of the PA project only an in accordance with 2 CFR 200.413 These costs are treated consistently and uniformly as direct costs in all federal awards and other subgrcintee activities and are not included in any approved indirect costs rates. 4. SUPPORTING DOCUMENTATION: the supporting documentation for this project has been reviewed and verified by the Applicant ana Project Specialist for eligibility ana correctness. 5. RETENTION REQUIREMENTS FOR RECORDS: a. Federal: In accordance with 2 CFR 200.333 Financial records, supporting documents, statistical records, and all other non-Federal entity records pertinent to a Federal award must be retained for a period of three years from the date of submission of the final expenditure report or, for Federal awards that are renewed quarterly or annually, from the date of the submission of the quarterly or annual financial report, respectively, as reported to the Federal awarding agency or pass-through entity in the case of a subrecipient. b. State: Complete records and cost documents for all approved work must be maintained for at least 6 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. 6. INSURANCE: The applicant is aware that cill projects are subject to an insurance review as stated in 44 C,FR Sections 206.252 and 206.253. If applicable, an Insurance determination will be made either as anticipatea proceeds or actual proceeds in accordance with the applicant's insurance policy that may affect the total amount of the project. Does the Scope of Work cl1ange 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 COST PRICE Version O Work Completed 1 9011 Laborer Overtime 1/HR $ 916.43 $ 916.43 2 9008 Equipment 1/LS $ 933.56 $ 933.56 3 9009 Material 1/LS $ 645.00 $ 645.00 4 9901 Direct Administrative Costs 1/LS $ 627.29 $ 627.29 (Subgrantee) Work To Be Completed 5 9901 Direct Administrative Costs 1/LS $ 173.44 $ 173.44 (Subgrantee) TOTAL $ 3,295.72 COST PREPARED BY DARIN SINDT !TITLE Project Specialist SIGNATURE I ie/internal Integration?app licationld=9 l 9206 9/8/2017 ---PAGE BREAK--- Federal Emergency Management Agency E-Grants APPLICANT REP. Allsa J Anderson TITLE Grants Manager SIGNATURE /sso .fema.net/ emmie/intemallntegration ?app licationld=9 l 9206 9/8/2017