Loading...
HomeMy WebLinkAbout20121323.tiff RESOLUTION RE: APPROVE TASK ORDER CONTRACT FOR AIR QUALITY PROGRAM AND AUTHORIZE CHAIR TO SIGN WHEREAS, the Board of County Commissioners of Weld County, Colorado, pursuant to Colorado statute and the Weld County Home Rule Charter, is vested with the authority of administering the affairs of Weld County, Colorado, and WHEREAS, the Board has been presented with a Task Order Contract for Air Quality Program between the County of Weld, State of Colorado, by and through the Board of County Commissioners of Weld County, on behalf of the Weld County Department of Public Health and Environment, and the Colorado Department of Public Health and Environment, commencing July 1, 2012, and ending June 30, 2013, with further terms and conditions being as stated in said task order contract, and WHEREAS, after review,the Board deems it advisable to approve said task order contract, a copy of which is attached hereto and incorporated herein by reference. NOW, THEREFORE, BE IT RESOLVED by the Board of County Commissioners of Weld County, Colorado, that the Task Order Contract for Air Quality Program between the County of Weld, State of Colorado, by and through the Board of County Commissioners of Weld County, on behalf of the Weld County Department of Public Health and Environment, and the Colorado Department of Public Health and Environment be, and hereby is, approved. BE IT FURTHER RESOLVED by the Board that the Chair be, and hereby is, authorized to sign said task order contract. The above and foregoing Resolution was, on motion duly made and seconded, adopted by the following vote on the 30th day of May, A.D., 2012. BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO ATTEST:' 7Th • P. Sean P: Chair Weld County Clerk to the Board C #4 ELk Wil ' m . Garcia, Pro-Tem BY: Deputy Cle g to the Boar. ,' /r a"s f� CUSED Da Kirkmeyer APP AS ' "M: Parr ' , \ i\ �P � � � avid E. Long o- t!ttorney O¢ 461C Dougla ademac dr Date of signature: LA _S I - !a �o Take, D . at: frit 2012-1323 5-34 -1 a 7- as-ta HL0039 166 1 -20 1 1 MEMORANDUM -� w E L o—e oI u N T r To: Sean Conway, Chair, Board of County Commissioners u From: Mark E. Wallace, Director, Department of Public Health Subject: Task Order with Colorado Department of Public Health & Environment for Air Quality Program Date: May 11, 2012 Enclosed for Board review and approval is an Air Quality Program Task Order between the Colorado Department of Public Health & Environment (CDPHE) and the Weld County Department of Public Health & Environment (WCDPHE). The Task Order term is July 1, 2012, thru June 30, 2013. Under the provisions of this task order, the WCDPHE will operate an air quality monitoring network (particulate and gaseous), conduct inspections and provide enforcement guidance concerning stationary sources, issue or deny open burning complaints, and respond to complaints. For these services, the WCDPHE will receive an amount not to exceed $107,958.71. Note: The Department has been conducting the activities outlined in the Task Order for many years. There is no material change presented in this Task Order from previous years. This years Task Order represents a $5,666.01 increase from last years Task Order. The increase is due to an increase in funding necessitated by staff time spent processing and reviewing an increased number of open burning permits and a few more stationary source inspections. I recommend your approval of this task order. Enclosure. SERVICE,TEAMWORK,INTEGRITY,QUALITY 2012-1323 STATE OF COLORADO John W.Hickenlooper,Governor Christopher E. Urbina, MD,MPH %O 766- Fom Executive Director and Chief Medical Officer c v 0 -:<([C:1 0. Dedicated to protecting and improving the health and environment of the people of Colorado . it 4300 Cherry Creek Dr.S. Laboratory Services Division 4'tee Denver,Colorado 80246-1530 8100 Lowry Blvd. Phone(303)692-2000 Denver,Colorado 80230-6928 Colorado Department Located in Glendale,Colorado (303)692-3090 of Public Health http://www.cdphe.state.co.us and Environment July 16, 2012 Tanya Geiser Weld County Department of Public Health and Environment 1555 North 17th Avenue Greeley, CO 80631 Hi Tanya Enclosed is your copy of the fully executed Colorado Department of Public Health and Environment Task Order Contract listed below. You may begin work on July 1, 2012. Contractor Name: Weld County Public Health Task Order Contract Number: 13 FAA 43819 Original Contract Number: 13 FAA 43819 Division: Air Pollution Control Division (APCD) Program Name: Air Pollution Control Division Project Name: N/A Reason for Contract: New Task Order Contract Please contact me with questions or concerns. My contact information is listed below. Sincerely ebbte McCr rie, Contract Manager Air Pollution Control Div., Administration debbie.mccrorie@state.co.us 303-692-3370 303-782-5493 (fax) DEPARTMENT OF PUBLIC HEALTH AND ENVIRONMENT ROUTING NO.13 FAA 43819 APPROVED TASK ORDER CONTRACT-WAIVER#154 This Task Order Contract is issued pursuant to Master Contract made on 01/17/2012,with routing number 13 FAA 00051 STATE: CONTRACTOR: State of Colorado for the use&benefit of the Board of County Commissioners of Weld County Department of Public Health and 915 10°i Street Environment Greeley,Colorado 80632-0758 (Division Name) for the use and benefit of the (Program Name) Weld County Department of Public Health and 4300 Cherry Creek Drive South Environment Denver, Colorado 80246 1555 North 17th Avenue Greeley,Colorado 80631 TASK ORDER MADE DATE: CONTRACTOR ENTITY TYPE: 05/07/2012 Colorado Political Subdivision PO/SC ENCUMBRANCE NUMBER: PO FAA AIR1343819 TER.SI: BILLING STATEMENTS RECEIVED: This Task Order shall be effective upon Quarterly approval by the State Controller, or designee, or on 07/01/2012,whichever is later. The STATUTORY AUTHORITY: Task Order shall end on 06/30/2013. N/A PRICE STRUCTURE: CONTRACT PRICE NOT TO EXCEED: Fixed Price $107,958.71 PROCUREMENT METHOD: I:EDERAI,FUNDING DOLLARS: $28,067.13 Exempt STATE FUNDING DOllARS: $79,891.58 BID/REP/UST PRICE AGREEMENT NUMBER: MAXIMUM AMOUNT AVAILABLE PER FISCAL YEAR: Not Applicable FY 13: $107,958.71 FY XX: $ LAW SPECIFIED VENDOR STATUTE: FY XX: $ Not Applicable FY XX: $ FY XX: $ STATE REPRESENTATIVE: CONTRACTOR REPRESENTATIVE: Debbie McCrorie Trevor Jiricek Department of Public Health and Environment Weld County Department of Public Health and Air Pollution Control Division Environment Administration 4300 Cherry Creek Drive South 1555 North 17th Avenue Denver,CO 80246 Greeley,Colorado 80631 SCOPE OF WORK: _ The Contractor is to perform air pollution monitoring activities, including inspections,complaint response, open burning permits,gaseous monitoring,air toxic monitoring,particulate monitoring,and stationary and mobile sources CFC monitoring. Page 1 of 6 Rev 6/25/09 3i -/323 P.xHTB115, The following exhibits are hereby incorporated: Exhibit A- Additional Provisions (and its attachments if any—e.g.,A-1,A-2, etc.) Exhibit B - Statement of Work and Budget (and its attachments if any—e.g.,B-1,B-2,etc.) GENERAL PROVISIONS The following clauses apply to this Task Order Contract. These general clauses may have been expanded upon or made more specific in some instances in exhibits to this Task Order Contract. To the extent that other provisions of this Task Order Contract provide more specificity than these general clauses,the more specific provision shall control. 1. This Task Order Contract is being entered into pursuant to the terms and conditions of the Master Contract including,but not limited to,Exhibit One thereto. The total term of this Task Order Contract,including any renewals or extensions,may not exceed five(5)years. The parties intend and agree that all work shall be performed according to the standards,terms and conditions set forth in the Master Contract. 2. In accordance with section 24-30-202(1),C.R.S.,as amended,this Task Order Contract is not valid until it has been approved by the State Controller,or an authorized delegee thereof. The Contractor is not authorized to,and shall not;commence performance under this Task Order Contract until this Task Order Contract has been approved by the State Controller or delegee. The State shall have no financial obligation to the Contractor whatsoever for any work or services or,any costs or expenses, incurred by the Contractor prior to the effective date of this Task Order Contract. If the State Controller approves this Task Order Contract on or before its proposed effective date,then the Contractor shall commence performance under this Task Order Contract on the proposed effective date. If the State Controller approves this Task Order • Contract after its proposed effective date,then the Contractor shall only commence performance under this Task Order Contract on that later date. The initial term of this Task Order Contract shall continue through and including the date specified on page one of this Task Order Contract,unless sooner terminated by the parties pursuant to the terms and conditions of this Task Order Contract and/or the Master Contract. Contractor's commencement of performance under this Task Order Contract shall be deemed acceptance of the terms and conditions of this Task Order Contract. 3. The Master Contract and its exhibits and/or attachments are incorporated herein by this reference and made a part hereof as if fully set forth herein. Unless otherwise stated,all exhibits and/or attachments to this Task • Order Contract are incorporated herein and made a part of this Task Order Contract. Unless otherwise stated, • the terms of this Task Order Contract shall control over any conflicting terms in any of its exhibits. In the event of conflicts or inconsistencies between the Master Contract and this Task Order Contract(including its exhibits and/or attachments),or between this Task Order Contract and its exhibits and/or attachments,such conflicts or inconsistencies shall be resolved by reference to the documents in the following order of priority: 1)the Page 2 of 6 Rev 6/25/09 Special Provisions of the Master Contract;2)the Master Contract(other than the Special Provisions)and its exhibits and attachments in the order specified in the Master Contract;3)this Task Order Contract;4)the Additional Provisions-_Exhibit A,and its attachments if included,to this Task Order Contract;5) the Scope/Statement of Work-Exhibit B,and its attachments if included,to this Task Order Contract;6)other exhibits/attachments to this Task Order Contract in their order of appearance. 4. The Contractor,in accordance with the terms and conditions of the Master Contract and this Task Order Contract,shall perform and complete,in a timely and satisfactory manner,all work items described in the Statement of Work and Budget,which are incorporated herein by this reference,made a part hereof and attached hereto as"Exhibit B". 5. The State,with the concurrence of the Contractor,may,among other things,prospectively renew or extend the teen of this Task Order Contract, subject to the limitations set forth in the Master Contract,increase or decrease the amount payable under this Task Order Contract,or add to,delete from,and/or modify this Task Order Contract's Statement of Work through a contract amendment. To be effective,the amendment must be signed by the State and the Contractor,and be approved by the State Controller or an authorized delegate thereof. This contract is subject to such modifications as may be required by changes in Federal or State law,or their implementing regulations. Any such required modification shall automatically be incorporated into and be part of this Task Order Contract on the effective date of such change as if fully set forth herein. 6. The conditions,provisions,and terns of any RFP attached hereto,if applicable,establish the minimum standards of performance that the Contractor must meet under this Task Order Contract. If the Contractor's Proposal,if attached hereto,or any attachments or exhibits thereto,or the Scope/Statement of Work- Exhibit B,establishes or creates standards of performance greater than those set forth in the RFP,then the Contractor shall also meet those standards of performance under this Task Order Contract. 7. STATEWIDE CONTRACT MANAGEMENT SYSTEM[This section shall apply when the Effective Date is on or after July 1, 2009 and the maximum amount payable to Contractor hereunder is$100,000 or higher] By entering into this Task Order Contract,Contractor agrees to be governed,and to abide,by the provisions of CRS §24-102-205, §24-102-206, §24-103-601, §24-103.5-101 and§24-105-102 concerning the monitoring of vendor performance on state contracts and inclusion of contract performance information in a statewide contract management system. Contractor's performance shall be evaluated in accordance with the tenns and conditions of this Task Order Contract, State law,including CRS §24-103.5-101,and State Fiscal Rules,Policies and Guidance. Evaluation of Contractor's performance shall be part of the normal contract administration process and Contractor's performance will be systematically recorded in the statewide Contract Management System. Areas of review shall include,but shall not be limited to quality,cost and timeliness.Collection of information relevant to the performance of Contractor's obligations under this Task Order Contract shall be detennined by the specific requirements of such obligations and shall include factors tailored to match the requirements of the Statement of Project of this Task Order Contract. Such performance information shall be entered into the statewide Contract Management System at intervals established in the Statement of Project and a final review and rating shall be rendered within 30 days of the end of the Task Order Contract term.Contractor shall be notified following each performance and shall address or correct any identified problem in a timely manner and maintain work progress. Should the final performance evaluation determine that Contractor demonstrated a gross failure to meet the performance measures established under the Statement of Project, the Executive Director of the Colorado Department of Personnel and Administration(Executive Director),upon request by the Colorado Department of Public IIealth and Environment and showing of good cause,may debar Contractor and Page 3 of 6 Rev 6/25/09 prohibit Contractor from bidding on future contracts. Contractor may contest the final evaluation and result by: (i) filing rebuttal statements,which may result in either removal or correction of the evaluation(CRS §24-105-102(6)),or(ii)under CRS §24-105-102(6),exercising the debarment protest and appeal rights provided in CRS §§24-109-106, 107,201 or 202,which may result in the reversal of the debarment and reinstatement of Contractor,by the Executive Director,upon showing of good cause. 8. If this Contract involves federal funds or compliance is otherwise federally mandated,the Contractor and its agent(s)shall at all times during the term of this contract strictly adhere to all applicable federal laws, state laws, Executive Orders and implementing regulations as they currently exist and may hereafter be amended.Without limitation,these federal laws and regulations include the Federal Funding Accountability and Transparency Act of 2006(Public Law 109-282),as amended by §6062 of Public Law 110-252,including without limitation all data reporting requirements required there under. This Act is also referred to as FFATA. Page 4 of 6 Rev 6/25/09 THE PARTIES HERETO HAVE EXECUTED THIS CONTRACT * Persons signing for Contractor hereby swear and affirm that they are authorized to act on Contractor's behalf and acknowledge that the State is relying on their representations to that effect. CONTRACTOR: STATE OF COLORADO: Board of County Commissioners of Weld County John W.Hickenlooper, GOVERNOR (a political subdivision of the State of Colorado) for the use and benefit of the Weld County Department of Public Health and Environment Legal Name of Contracting Entity2-IVXHP)11(63LUVL... For Executive Director • Department of Public Health and Environment Signature of Authorized Officer C _Sean P Conway MAY 3 02012 Print Name of Authorized Officer Department gram Approval: Chair,Board of County Commissioners By Print Title of Authorized Officer ALL CONTRACTS MUST BE APPROVED BY THE STATE CONTROLLER CRS§24-30-202 requires the State Controller to approve all State Contracts.This Contract is not valid until signed and dated below by the State Controller or delegate.Contractor is not authorized to begin performance until such time.If Contractor begins performing prior thereto,the State of Colorado is not obligated to pay Contractor for such performance or for any goods and/or services provided hereunder. STATE CONTROLLER: David J.McDermott,CPA BY�--.`�.._ �-,z 6i'/./are • Date ' - 21 /2 Page 5 of 6 Rev 6/25/09 .7J6/,,1-/3)3 This page left intentionally blank. Page 6 of 6 Rev 6/25/09 EXHIBIT A ADDITIONAL PROVISIONS To Contract Dated 05/07/2012-Contract Routing Number 13 FAA 43819 These provisions are to be read and interpreted in conjunction with the provisions of the contract specified above. This contract contains federal funds(see Catalog of Federal Domestic Assistance(CFDA)number 66-0340 and 66-6060. 2. The United State Department of Environmental Protection Agency("US-EPA"),through the Air Colorado Air Toxics Trends and PM 2.5 103 grants,has awarded federal funds under Notice of Cooperative Agreement Award,hereinafter"NCAA",numbers XA 98870408 and XA 998788-01,to perform the following— The Contractor is to perform air pollution monitoring activities,including inspections, complaint response,open burning permits,gaseous monitoring,air toxic monitoring,particulate monitoring,and stationary and mobile sources CFC monitoring. If the underlying Notice of Cooperative Agreement Award"NCAA"authorizes the State to pay all allowable and allocable expenses of a contractor as of the effective date of that NCAA,then the State shall reimburse the Contractor for any allowable and allocable expenses of the Contractor that have been incurred by the Contractor since the proposed effective date of this Contract. If the underlying NCAA does not authorize the State to pay all allowable and allocable expenses of a contractor as of the effective date of that NCAA,then the State shall only reimburse the Contractor for those allowable and allocable expenses of the Contractor that are incurred by the Contractor on or after the effective date of this Contract,with such effective date being the later of the date specified in this contract or the date the contract is signed by the State Controller or delegee. 3. To receive compensation under this Contract,the Contractor shall submit a signed Quarterly CDPHE Reimbursement Invoice Form. This form will be sent to you electronically(sample reimbursement/invoice form is attached as Attachment B-4)or it can be is accessible from the CDPI-IE intemet website http://www.cdphestate.co.us/StandardizedLrvoice/index.html under"Custom Invoice Forms,"CDPHE will provide technical assistance in accessing and completing the form. The CDPHE Reimbursement Invoice Form must be submitted within sixty(60)calendar days of the end of the billing period for which services were rendered. Expenditures shall be in accordance with the Statement of Work attached hereto as Exhibit B and incorporated herein and the associated Budget attached hereto as Attachment B-1 and incorporated herein. Submit completed CDPHE Reimbursement Invoice Form to: Debbie McCrorie,Contract Manager Air Pollution Control Division,Administration Colorado Department of Public Health and Environment APCD-BI-Adm 4300 Cherry Creek Drive South Denver,Colorado 80246 To be considered for payment,billings for payments pursuant to this Contract must be received within a reasonable time after the period for which payment is requested,but in no event no later than sixty(60) calendar days after the relevant performance period has passed. Final billings under this Contract must be received by the State within a reasonable time after the expiration or termination of this Contract;but in no event no later than sixty(60)calendar days from the effective expiration or termination date of this Contract. To be attached to CDPIIE Page 1 of 2 Revised:4/1/04 Version 1.0(3/12)contract template EXHIBIT A Unless otherwise provided for in this Contract,"Local Match",if any,shall be included on all invoices as required by funding source. The Contractor shall not use federal funds to satisfy federal cost sharing and matching requirements unless approved in writing by the appropriate federal agency. 4. Time Limit For Acceptance Of Deliverables. a. Evaluation Period. The State shall have thirty(30)calendar days from the date a deliverable is delivered to the State by the Contractor to evaluate that deliverable,except for those deliverables that have a different time negotiated by the State and the Contractor. b. Notice of Defect. If the State believes in good faith that a deliverable fails to meet the design specifications for that particular deliverable,or is otherwise deficient,then the State shall notify the Contractor of the failure or deficiencies, in writing,within thirty (30)calendar days of: I)the date the deliverable is delivered to the State by the Contractor if the State is aware of the failure or deficiency at the time of delivery;or 2)the date the State becomes aware of the failure or deficiency. The above time frame shall apply to all deliverables except for those deliverables that have a different time negotiated by the State and the Contractor in writing pursuant to the State's fiscal rules. c. Time to Correct Defect. Upon receipt of timely written notice of an objection to a completed deliverable,the Contractor shall have a reasonable period of time,not to exceed thirty(30) calendar days, to correct the noted deficiencies. 6. Health Insurance Portability and Accountability Act(HIPAA)Business Associate Determination. The State has determined that this contract does not constitute a Business Associate relationship under HIPAA. To be attached to CDPHE Page 2 of 2 Revised:4/1/04 Version 1.0(3/12)contract template EXHIBIT B STATEMENT OF WORK To Task Order Contract Dated 05/07/2012-Contract Routing Number 13 FAA 43819 These provisions are to be read and interpreted in conjunction with the provisions of the Task Order Contract specified above. Weld County (July 1,2012—June 30,2013) I. Inspections I. Project Description(Inspection): The project includes conducting inspections,records review and compliance evaluations of sources of air pollution emissions,responding to and investigating complaints,and administering an open burning permit program acting as delegated agents of the Air Pollution Control Division(APCD), Stationary Source Program. II. Performance Requirements/Deliverables(Inspections): The Contractor shall ensure its employees who conduct odor and opacity violation inspections attend the required certification sessions during the contract renewal period in accordance with the Stationary Sources Program Training Plan and that,to the extent practicable,a State Certified Opacity Observer is on staff at all times. A. The Contractor,as a delegated authority of the State,will provide the following services: (The enforcement of the Colorado Air Pollution Control and Prevention Act("Act")and emission control regulations promulgated thereunder by the Contractor shall be in a manner prescribed by the State.) 1. Conduct inspections and provide enforcement and surveillance of sources which are subject to the provisions of the Colorado Air Quality Control Commission's("Commission's")Regulations Nos. I through 9 and 15,unless otherwise specified or provided herein. Additionally, local agencies shall respond to complaints within their jurisdictions as appropriate. If the source inspected has an expired APEN,needs to file a new APEN or file a permit application,the Contractor shall follow up and ensure that the source files the correct paperwork along with any associated filing fees and note that in the inspection report and include copies of the APEN and/or permit application along with the inspection report. 2. Conduct inspections as specified and listed in Attachment B-1,Budget,and Attachment B-2 Inspection Lists of the Contract or Task Order,which are attached hereto and by this reference made a part hereof. Inspections and inspection reports shall be of Full Compliance Evaluation quality,as described in Clean Air Act Stationary Source Compliance Monitoring Strategy,April 25,2001 and Environmental Protection Agency(EPA)Region VIII Uniform Enforcement Oversight System, FY2002. All inspections shall be submitted electronically using or Microsoft (MS) Word 2000®software or subsequent newer versions of this software. 3. All inspections or complaint investigations that result in the need to pursue enforcement action for Regulation Nos. I through 9,and Regulation 15, shall be handled in the following manner. All relevant data and information gathered by the local agency that shows the source may be violating any applicable statute,air quality control regulation,or permit condition shall be transmitted to the State electronically by the local agency for review and follow up by the State. Page 1 of 16 Exhibit B-Statement of Work VI/MAR2012 • EXHIBIT B The State will issue all Compliance Advisories,Notices of Violation(NOV), Compliance Orders,or Early Settlement Agreements as appropriate. 4. The State shall be responsible for writing and mailing all Compliance Orders and all Orders must be issued under the signature of the State. 5. Conduct investigations of specific air contaminant sources pursuant to established guidelines upon request of the State or upon valid written complaint of any other person within the area to ascertain compliance with the Act,including the Standards,Orders,and Regulations of the Commission. B. Pennits The Contractor will perform the following services for the State in connection with the enforcement and administration of the Commission's Regulations conceming air pollution emission permits and open burning permits: I. Issue or deny permits to open bum to individuals making application for such permits within the Contractor's domain provided that in cases involving novel or unusual issues or circumstances, or in cases affecting the State Implementation Plan,the Contractor shall secure the written approval of the Executive Director of the Department of Public Health and Environment,or his designee,prior to issuing or denying permits to open bum. The contractor shall issue burn permits according to policies issued by the APCD. 2. Provide appropriate permit application forms,furnished by the State, to persons within the appropriate area(s)who are subject to the provisions of the Air Quality Control Commission's Regulation No. 3. C. Provide air pollutant emission notice forms, furnished by the State,to sources within the appropriate area(s),subject to the requirements of Section 25-7-114,C.R.S. Completed forms shall be transmitted to the State for incorporation into the State air pollution emission inventory. D. The State reserves the right to modify procedures for the enforcement of the applicable regulations consistent with policy statements issued by the APCD and to provide forms to be used to implement said policy. E To enable the Contractor to execute the duties as specified in this Contract,the Contractor is hereby delegated authority to enter with the consent of the property owner,or with a warrant if necessary,any public or private property to make inspections,conduct tests,or examine books and records. Should a warrant be necessary to gain access to the property the Contractor shall notify the APCD and obtain the written approval prior to making application for a search warrant to the court. Inspection Reports and Documents The Contractor shall provide to the State the following reports and documents at the times indicated,if the work referenced is part of the current contract agreement with the State. In the case that it is not,the county is not responsible for submitting associated reports: A. A monthly report of activities for the Contractor's air pollution program using the form supplied by the State. A monthly report for each preceding month shall be submitted to the APCD by the 15th of each subsequent month. All monthly reports for the Field Services Unit shall be submitted electronically in a format specified by the State. B. Electronic copies of all field inspection reports for those sources listed in Attachment B-2. All Page 2 of 16 Exhibit B-Statement of Work V I/MAR2012 EXHIBIT B inspection reports shall be submitted to the State within 45 days of completion of the inspection and shall be of Full Compliance Evaluation quality. All inspections designated by the State as"A"class or MACT sources must be completed by September 1,and reports submitted by September 30 of each contract year. Inspection Forms and Formats The Contractor shall use the forms supplied by the State in the performance of the services as specified in this Contract unless prior written approval is granted by the State authorizing the use of alternate forms. Inspection Costs and Budget Services will be paid on an actual per task basis. The agreed upon budget for this scope of work is located at the end of this document as Attachment B-I.A sample reimbursement/invoice form is attached as Attachment B-4. III. Monitoring(Inspections): CDPIIE's monitoring of this contract for compliance with performance requirements will be conducted throughout the contract period by the Program's Field Services Contract Monitor. Methods used will include review of documentation reflective of performance to include progress reports and review of inspection reports along with review of monthly reports. The Contractor's performance will be evaluated at set intervals and communicated to the contractor. A Final Contractor Performance Evaluation will be conducted at the end of the life of the contract. IV. Resolution of Non-Compliance(Inspections): The Contractor will be notified by email within thirty(30)calendar of discovery of a compliance issue and the Contractor and the State will collaborate,when appropriate,to determine the action(s)necessary to rectify the compliance issue and determine when the action(s)must be completed. The action(s)and time line for completion will be documented by email and agreed to by both parties. If extenuating circumstances arise that requires an extension to the time line,the Contractor must email a request to the Field Services Contract Monitor and receive approval for a new due date.The State will oversee the completion/implementation of the action(s)to ensure time lines are met and the issue(s)is resolved. If the Contractor demonstrates inaction or disregard for the agreed upon compliance resolution plan,the State may exercise its rights under the Remedies section of the General Provisions of this contract. 2. CFC I. Project Description(CFC): • The Chlorofluorocarbon(CFC)program exists to regulate ozone depleting compound(ODC)refrigerants and registers and inspects large air-conditioning systems, large refrigeration systems,motor vehicle and stationary service facilities to reduce emissions of ozone depleting compounds. We contract with Local Agencies to conduct routine and complaint inspections and new source identification to ensure compliance with CFC Program and EPA608 and EPA609 regulations. Local Agencies collect data and provide testimony for enforcement cases. Page 3 of 16 Exhibit B-Statement of Work V I/MAR2012 EXHIBIT B II. Performance Requirements/Deliverables(CFC): The contractor shall ensure that all employees who conduct stationary and mobile sources CFC inspections are trained either by the APCD or by a local agency inspector trained by the APCD. All training related to CFC shall be pre-approved in writing by the APCD's CFC program and shall be devoted to CFC related work. Types of training may include but not be limited to: Industry sponsored events,APCD oversight inspections, field training, and/or other APCD sponsored training. Contractors shall notify the CFC program staff when temporary employees and interns are to be utilized for CFC inspections. When possible, the CFC program shall be notified prior to the employment of such individuals. A. The Contractor, as a delegated authority of the State,will provide the following services: (The enforcement of the Act and regulations promulgated thereunder by the Contractor shall be in a manner prescribed by the State.) 1. Conduct inspections and provide enforcement investigations and surveillance of sources which are subject to the provisions of the Colorado Air Quality Control Commission's ("Commission's")Regulation No. 15,unless otherwise specified or provided herein. 2. Conduct investigations of specific air contaminant sources pursuant to established guidelines upon request of the State or upon valid written complaint of any other person within the area to ascertain compliance with Regulation No. 15 of the Commission. 3. All inspections or complaint investigations that result in the need to pursue enforcement action for Regulation No. 15 shall be handled in the following manner. All relevant data and information gathered by the local agency that shows the source may be violating any applicable provision of Regulation No. 15 shall be transmitted to the State electronically by the local agency for review and follow up by the State. The State will write and issue all Compliance Advisories,Notices of Violation(NOV),Compliance Orders,or Early Settlement Agreements as appropriate. B. The Contractor shall conduct inspections and provide enforcement and surveillance of stationary source air conditioning and refrigeration equipment and technicians that are subject to the provisions of Air Quality Control Commission Regulation No. 15. The Contractor shall conduct routine inspections, pursuant to this Section II.B.of sources listed in Attachment B-3,CFC Program Inspections for 2012, which is attached and by this reference made a part hereof The contractor shall also conduct inspections of new source identification(NSID)sites provided by the APCD under separate cover.The Contractor shall concentrate on performing NSID inspections by inspecting 20-40%of the NSID sites in each of the first three quarters,with all NSID inspections completed by the end of the third quarter. Other inspections performed shall be spread throughout the contract year. The Contractor shall perform the following services for the State with regard to the enforcement of Regulation No. 15 in accordance with the procedures outlined by the State: 1. Verify that technicians are certified under an EPA approved program. 2. Verify that stationary equipment that meets registration requirements is registered with the APCD. 3. Verify that refrigerant records are properly maintained and leak repairs completed as required. 4. Verify that facilities which perform air conditioning/refrigeration service are registered with the APCD. Page 4 of 16 Exhibit B-Statement of Work V1/MAR2012 EXHIBIT B 5. Verify that technicians are properly using EPA approved recycle/recovery equipment. 6. Notify the State APCD in writing of all complaints received. 7. Investigate complaints that warrant follow-up inspections. 8. With the exception of identifying and locating new sources that meet the requirements of Regulation No. 15, the contractor shall perform inspections from lists developed and provided by the APCD for the current contract year. 9. Notify the State APCD in writing of any violators of the requirements of Regulation No. 15. C. The Contractor shall conduct inspections and provide enforcement and surveillance of motor vehicle air conditioning and refrigeration repair shops and motor vehicle salvage facilities which are subject to the provisions of Air Quality Control Commission(AQCC)Regulation No. 15. With the exception of complaints,inspections of motor vehicle air conditioning repair shops shall be conducted July— September and April—June. Inspections of motor vehicle salvage facilities shall be conducted throughout the contract year. The Contractor shall perform the following services for the State with regard to the enforcement of Regulation No. 15 in accordance with the procedures outlined by the State: 1. Verify that technicians are certified under an EPA approved program. 2. Verify that facilities which perform air conditioning/refrigeration service are registered with the APCD. 3. Verify that technicians are properly using EPA approved recycle/recovery equipment. 4. Notify the State APCD in writing of all complaints received. 5. Investigate complaints that warrant follow-up inspections. 6. With the exception of identifying and locating new sources that meet the requirements of Regulation No. 15, the contractor shall perform inspections from lists developed and provided by the APCD for the current contract year. 7. Notify the State APCD in writing of any violators of the requirements of Regulation No. 15. D. With the exception of complaints,enforcement and new source identification,all CFC inspections shall be reimbursed on a per inspection basis according to the following guidelines: 1. All automotive facilities and automotive salvage facilities inspections shall be reimbursed at one hour(I)each. 2. All stationary facility and stationary salvage facility inspections shall be reimbursed at one hour (I)each. 3. All registered stationary equipment inspections shall be reimbursed at one and one half hours (1.5)each. 4. All registered refrigerated food facility inspections shall be reimbursed at two hours(2)each. 5. When two different types of inspections occur at the same facility and are performed at the same time,reimbursement shall be at the higher rate of the two for the combined inspections. Page 5 of 16 Exhibit B-Statement of Work V I/IVIAR2012 EXHIBIT B CFC Reports and Documents The Contractor shall provide to the State the following reports and documents at the times indicated,if the work referenced is part of the current contract agreement with the State. In the case that it is not,the county is not responsible for submitting associated reports: A. A monthly report of activities for the Contractor's CFC program. A monthly report for each preceding month shall be submitted to the APCD by the 15th of each subsequent month. B. All routine and complaint-related CFC inspections shall be completed on a standardized inspection worksheet provided by the APCD. All inspection worksheets shall be submitted to the APCD on a monthly basis and received no later than the 15th day of the month following the month in which the inspection is completed. CFC Forms and Formats The Contractor shall use the forms supplied by the State in the perfonnance of the services as specified in this Contract unless prior written approval is granted by the State authorizing the use of altemate forms. CFC Costs and Budget Enforcement,complaints,and new source ID will be paid on an hourly basis and CFC inspections on a per inspection basis per Table 1 below. The agreed upon budget for this scope of work is located at the end of this document as Attachment B-1.A sample reimbursement/invoice form is attached as Attachment B-4. CFC FY12/13 Workload Table 1 COUNTY YEAR WELD FY 13 TOTAL HOURS 117 HOURLY RATE $53.82 TOTAL BUDGET$6,296.94 TYPE HOURS % TIME ENFORCEMENT COMPLAINTS 20 17.1% NEW SOURCE ID 8 6.8% TRAINING INSPECTIONS TYPE INSPECTIONS INSPECTION %TIME HOURS MOTOR VEHICLE MVAC(FN) 19 19 16.2% • SHOP 30 30 25.6% STATIONARY SHOP SSAC(FN) Page 6 of 16 Exhibit B-Statement of Work V 1/MAR2012 EXHIBIT B STATIONARY SSER(REGISTERED) 24 36 30.9% EQUIPMENT RETAIL FOOD REFER 2 4 34% (REGISTERED) Ili. Monitoring(CFC): CDPHE's monitoring of this contract for compliance with performance requirements will be conducted throughout the contract period by the Program's Mr. Tom Dodd, EPSII. Methods used will include review of documentation reflective of performance to include progress reports and inspections. The Contractor's performance will be evaluated at set intervals and communicated to the contractor. A Final Contractor Performance Evaluation will be conducted at the end of the life of the contract. IV. Resolution of Non-Compliance(CFC): The Contractor will be notified by email or mail within 14 calendar days of discovery of a compliance issue. Within 30 calendar days of discovery,the Contractor and the State will collaborate,when appropriate,to determine the action(s)necessary to rectify the compliance issue and determine when the action(s)must be completed. The action(s)and time line for completion will be documented by email or mail and agreed to by both parties. If extenuating circumstances arise that requires an extension to the time line,the Contractor must email a request to the Lead,CFC&Certification Supervisor Rick Fatur and receive approval for a new due date. The State will oversee the completion/implementation of the action(s)to ensure time lines are met and the issue(s)is resolved. If the Contractor demonstrates inaction or disregard for the agreed upon compliance resolution plan,the State may exercise its rights under the Remedies section of the General Provisions of this contract. 3. Particulate Matter Monitoring I. Project Description (Particulate Matter): The Colorado Department of Public Health and Environment(CDPHE),APCD,performs ambient air monitoring/sampling for PM2.5 (fine particles less than 2.5 micrometers in size)and PMIO(fine particles less than 10 micrometers in size)as part of the U.S. EPA's Clean Air Act air monitoring program. In Colorado,there are currently nineteen(19)PM2.5 sites and 29 PM10 sites. Sampling is conducted on a 24-hour basis every day, every 3rd day,or every 6th day and some sites monitor continuously with hourly data output. The contractor is responsible for performing the field sampling work,which includes documentation for quality assurance purposes and for chain of custody of the samples. The contractor is also responsible for shipping the samples to laboratory for analysis. II. Performance Requirements/Deliverables(Particulate Matter): The local agency contractor shall ensure that all employees who conduct Particulate Matter(PM)monitoring be trained by the Colorado Department of Public Health and Environment's(CDPHE)APCD or by the Contractor, who has been trained by the APCD,and with prior approval of the APCD. All training related to PM2.5 and PM 10 monitoring shall be pre-approved by the APCD's Monitoring Supervisor and shall follow the Field Standard Operating Procedures(SOP)for the parameter being collected and the instrument being used. Types of training may include,but are not limited to: APCD-sponsored training,United States EPA sponsored events,APCD oversight inspections and on-the-job training,and reading the SOPs and operators' manuals. All operators must read and follow the appropriate Field SOP and sign this Scope of Work. Page 7 of 16 Exhibit B-Statement of Work V 1/MAR2012 EXHIBIT B A. The Contractor shall operate air quality monitoring site(s),in location(s)determined by the APCD and using instruments and filters provided by the APCD. All monitoring activities shall be consistent with APCD directives, including following the Field SOPs and operator's manuals for each parameter sampled. B. For Lo-Vol(low-volume flows of 16.7 LPM or less)Particulate Monitoring(PM2.5 and PM10):The APCD shall provide the Contractor with a schedule for the operation of the particulate(PM 10 and PM2.5)monitors,the changing of filters at the particulate monitors,and instructions for the submission of those filters to the APCD's contracted laboratory. The Contractor shall operate the monitors,change the filters,and submit the filters to the APCD contracted laboratory in accordance with the monitoring schedules and instructions. In addition,the Contractor operating PM2.5 and PM10 monitors shall conduct the first line of maintenance for these monitors. This includes keeping the PM2.5 and PMIO monitors clean and in good working condition,in accordance with the Field SOP manuals. I. The contractor shall completely and properly fill out the PM2.5 and PM10 Low-volume Field Data Sheet/Chain of Custody(FDS/COC) forms,and all other relevant PM2.5,and PMIO sampling forms and logs(e.g.,TEOM sampler verification forms and monthly logs), in order to be eligible for reimbursement under this contract. Incomplete forms and logs,can cause data to be invalidated,thus,they will not be considered for compensation. The APCD will pay on a pro-rated basis if the contractor fails to perform theses duties. 2. The Contractor will ship particulate filters on the schedule provided by the APCD,and use the shipper selected by the APCD and none other unless pre-approved by the APCD. If the Contractor follows these rules,the APCD shall pay all relevant PM2.5 and PM10 related shipping charges incurred by the Contractor. Sampled PM2.5 and PMIO low-volume filters will be shipped to the APCD-designated laboratory within five days of sampling batch date. Exposed PMI0 Hi-Vol and TSP filters will be shipped to the APCD-contracted laboratory within two weeks for all sites. 3. The Contractor shall notify the Particulate Monitoring program staff in person by telephone following the call down list below and must reach a person(not a voice mail)within 24 hours of any instrument malfunction or other critical problem requiring APCD staff attention. Do not rely on phone mail or electronic mail as the person may be out of the office or out of town for an extended period. Call Down List for Lo-Vol Instrument Malfunctions Bradley Rink,PM Monitoring Leader 303.692.3225 Mike Kannely,PM Monitoring Technician 303.692.3251 Ken Helcoski, PM Monitoring Technician 303.692.3112 Patrick McGraw,PM Monitoring Supervisor 303.692.3235 Gordon Pierce,TSP Program Manager 303.692.3238 Bonnie Wright, Secretary 303.692.3219 C. For Hi-Vol(high volume)PM10 monitoring: The APCD shall provide the Contractor with a schedule for the operation of the particulate(PM10)monitors,the changing of filters at the particulate monitors, and instructions for the submission of those filters to the APCD's contracted laboratory. The Contractor shall operate the monitors,change the filters,and submit the filters to the APCD contracted laboratory in accordance with the monitoring schedules and instructions. In addition,the Contractor operating PMIO monitors shall conduct the first line of maintenance for these monitors. This includes keeping the PMIO monitors clean and in good working condition,in accordance with the Field SOP manuals. I. The contractor shall completely and properly fill out the PM10 Hi-Vol Particulate Sampling Field Envelopes (PSFE)and the PM1,SAMPLER MONTHLY REPORTING FORM shown below in Page8 of 16 Exhibit B-Statement of Work V l/MAR2012 EXHIBIT B Table 2,in order to be eligible for reimbursement under this contract. Incomplete forms,can cause data to be invalidated,thus,the associated samples will not be considered for compensation. The APCD will pay on a pro-rated basis if the contractor fails to perform theses duties. 2. The Contractor will ship PM 10 filters using the mailing envelopes provided by the APCD. Sampled PM 10 Ili-Vol and TSP filters will be shipped to the APCD-contracted laboratory within two weeks of sampling. 3. The Contractor shall notify the Particulate Monitoring program staff in person by telephone following the call down list below and must reach a person(not a voice mail)within 24 hours of any instrument malfunction or other critical problem requiring APCD staff attention. Do not rely on phone mail or electronic mail as the person may be out of the office or out of town for an extended period. Call Down List for Hi-Vol Instrument Malfunctions Roy Sheetz, PM Monitoring Leader 303.692.3241 Steve Wynn,PM Monitoring Technician 303.692.3246 Patrick McGraw,PM Monitoring Supervisor 303.692.3235 Gordon Pierce,TSP Program Manager 303.692.3238 Bonnie Wright, Secretary 303.692.3219 Particulate Matter Monitoring Reports and Documents The Contractor shall provide the APCD with the following reports and documents at the times indicated. A. For Hi-Vol PMIO Monitoring: A monthly report of activities for the Contractor's air pollution program using the form supplied by the APCD(Table 2). A monthly report for each preceding month shall be submitted to the APCD by the 15th of each subsequent month. Table 3 shows and example of a properly filled out PMip SAMPLER MONTIILY REPORTING FORM. All monthly reports for the Field Services Unit shall be submitted either in the mail or electronically in the format specified by the APCD. B. Low-volume PM2.5 and PMIO sampling requires the site operator to record data on two forms. These are the Field Data Sheet/Chain of Custody form (FDS/COC) and the PM2.5 Regular Maintenance/Sampler Verification Form (Field Form). The FDS/COC form is the cornerstone—of PM2.5/PMI0 low-volume monitoring to show sample validity and it must be submitted to the contracted laboratory every two weeks with the corresponding samples. The Field Form must also be submitted to the contract laboratory every two weeks with the corresponding samples in the sample coolers. All forms will be provided by the APCD. Particulate Matter Monitoring Forms and Formats • The Contractor shall use the forms supplied by the APCD in the performance of the services as specified in this Contract unless prior written approval is granted by the APCD authorizing the use of alternate forms. Particulate Matter Monitoring Costs and Budget Operation and maintenance of PM10 monitors will be paid on a per sample basis. Operation and maintenance of PM2.5 TEOM and FRM monitors will be paid on a per hour basis. The agreed upon budget for this scope of work is located at the end of this document as Attachment B-l. A sample reimbursement/invoice form is attached as Attachment B-4. Page 9 of 16 Exhibit B-Statement of Work V I/MAR2012 EXHIBIT B Table 2 Colorado Department of Public Health and Environment—Air Pollution Control Division—Technical Services Program PRIVATE OPERATOR PMto& PM2.5 SAMPLER MONTHLY REPORTING FORM Year Month Operator Name Namc of Sampling Site: Date PKo PM lo Sampler PM2.5 Comments:(reason for missed sample,defective filter,equipment or Filter ID#(1,2,3,4, Filter sample problem,unusual weather or pollution conditions,e.g.,high ID# etc.) ID# winds and dust,wildfire smoke) 2 3 4 5 6 7 -- i 8 9 10 11 -. 12 13 14 15 16 17 - -----18 19 20 21 22 23 24 25 26 27 28 29 30 • 31 Page 10 of 16 Exhibit B-Statement of Work V 1/MAR2012 EXHIBIT B Table 3 Example PM2.5 and PM10 Lo-Vol Site Form NOTE: When using the following form,please enter the filter number onto the line for the appropriate sampling date. Enter any comments that may have affected the sample. Comments should include any visible sources of dust or wood smoke in the area,high wind conditions,and/or weather conditions that could impact the sample. For example,high winds, rain,fog,or snow. Also,please specify the time of the visible emissions and weather if known. Please include this information even when a sample did not run on the specified date if you were in the sampler area. The information can help the APCD corroborate samples at other sites or help determine the extent of an adverse weather or visible emissions. After the last sample for the month is entered,please send this form in with your next filter shipment. Here is an example of a properly filled out form: Colorado Department of Public Health and Environment—Air Pollution Control Division—Technical Services Program YEAR 2010 MONTH May Sampling Site/Operator Name: Colorado College/Jane Doe Date PM10 PMio PM2.5 Comments:(reason for missed sample,defective filter,equipment or Filter ID# Sampler Filter sample problem,unusual weather or pollution conditions,e.g.,high winds ID# ID# and dust,wildfire smoke) (1,2,3,4, etc.) 1 Normal 2 Q9558226 1 T9716180 Hot and dry. Blowing dust and high winds observed at site from at least 1 — 5 PM. 3 Normal 4 Bridge construction 2 blocks away on Main St.with 3 large dirt piles(-25' x 100'x 12'high) 5 Q9558227 2 T9716181 Normal 6 Normal 7 Calm winds,hazy with a strong smell of wood smoke in the area. 8 Q9558228 I T9716182 Very foggy 8—10 AM and rained/drizzle most of the day. 9 Normal HI. Monitoring(Particulate Matter): CDPHE's monitoring of this contract for compliance with performance requirements will be conducted throughout the contract period by the APCD Particulate Monitoring Supervisor(Patrick McGraw). Methods used will include review of documentation reflective of perfonnance to include progress reports,sample log forms and laboratory analysis results. In addition,equipment inspections,calibrations and audits will be conducted by APCD to ensure compliance. The Contractor's performance will be evaluated at set intervals and communicated to the contractor. A Final Contractor Performance Evaluation will be conducted at the end of the life of the contract. Page 1 1 of 16 Exhibit B-Statement of Work V 1/MAR20I 2 EXHIBIT B IV. Resolution of Non-Compliance(Particulate Matter): The Contractor will be notified by email and telephone within 3 calendar days of discovery of a compliance issue. Within 15 calendar days of discovery,the Contractor and the State will collaborate,when appropriate, to determine the action(s)necessary to rectify the compliance issue and determine when the action(s) must be completed. The action(s)and time line for completion will be documented by email and agreed to by both parties. If extenuating circumstances arise that requires an extension to the time line,the Contractor must email a request to the APCD Particulate Monitoring Supervisor and receive approval for a new due date.The State will oversee the completion/implementation of the action(s)to ensure time lines are met and the issue(s) is resolved. If the Contractor demonstrates inaction or disregard for the agreed upon compliance resolution plan,the State may exercise its rights under the Remedies section of the General Provisions of this contract. 4. Gaseous/Continuous Monitoring Project Description(Gaseous): The CDPI IE APCD requires routine and non-routines maintenance to be performed on four State of Colorado air monitoring sites located within Weld County. The four air monitoring sites are Greeley Tower(AQS ID: 08-123- 0009)located at 3101 35th Ave.,Greeley; Greeley Annex(AQS ID:08-123-0010)located at 905 10th Ave., Greeley;Platteville(AQS ID: 08-123-0008) located at 1004 Main St.,Platteville; and Kersey(AQS ID: 08-123- 0011)located at 501 Clark St., Kersey. The Greeley Tower site currently monitors for ozone,with meteorology projected to be installed by the end of the year;the Greeley Annex site monitors exclusively for carbon monoxide; and the Platteville and Kersey sites monitors for VOC's. This Scope of Work defines the contractual obligations of the contractor for the routine and non-routine maintenance required for the operations of the above mentioned sites. Gaseous/Continuous Monitoring APCD Contacts and Roles Gregory Marshfield is the project manager and is responsible for coordination of the project. Monte Ramirez is the technical lead and is responsible for all field and technical related questions or issues regarding continuous gaseous measurements and Alicia Frazier is responsible for all field and technical related questions or issues regarding VOC measurements. Debbie McCrorie is the contact for billing/invoicing questions. CDPHE contact information is provided below for each: Scope of Work Contacts—Gaseous/Continuous Monitoring Name: Gregory Harshfield Monte Ramirez Debbie McCrorie Position: Project Manager Technical Lead Fiscal Lead Address: CDPHE-APCD-TS-B I CDPHE-APCD-TS-B1 CDPHE-APCD-TS-BI 4300 Cherry Creek Drive South 4300 Cherry Creek Drive 4300 Cherry Creek Drive South South Denver,CO 80246-1530 Denver, CO 80246-1530 Denver,CO 80246-1530 Tel: 303-692-3232 303-692-3236 303-692-3370 Cell: 303-328-7729 303-668-4809 Fax: 303-782-5493 303-782-5493 303-782-5493 Email: gregory.harshfield@state.co.us monte.ramirez@state.co.us debbie.mccrorie@state.co.us II. Performance Requirements/Deliverables(Gaseous): Task 1—Weld County Tower: Continuous-Routine and Non-Routine Maintenance The Greeley Tower site(08-123-0009)monitors exclusively for ozone,however,meteorology is slated to be installed by the end of the year. The Contractor shall operate and conduct the first line of maintenance for Page 12 of 16 Exhibit B-Statement of Work V 1/MAR2012 EXHIBIT B this/these monitors/sensors under the directive of the APCD. All maintenance perfonned on these analyzers/sensors is to be in accordance with both the manufacture's operational guidance and with the APCD's Standard Operating Procedures. Task 2—Greeley Annex: Continuous-Routine and Non-Routine Maintenance The Greeley Annex site(08-123-0010)monitors exclusively for carbon monoxide. The Contractor shall operate and conduct the first line of maintenance for this monitor tinder the directive of the APCD. All maintenance performed on the analyzer is to be in accordance with both the manufacture's operational guidance and with the APCD's Standard Operating Procedures. Site Operator Responsibilities Applicable To All Above Listed Routine and Non-Routine Maintenance Tasks 1. First-line Maintenance. The contractor shall notify the Gaseous Monitoring Technical Lead in person within 24 hours,on business days,of any analyzer/sensor malfunction or other critical problem requiring APCD staff attention. Electronic mail can be used as a back up to document the event in writing,but is not a substitute for reaching a live person via phone. 2. Site Inspection. In addition to performing routine analyzer/sensor maintenance as described in the APCD's Standard Operating Procedures,the shelter and analyzers/sensors are to be visually inspected for distress and operability. This should include items such as: site access issues; functionality of site security;phone and modem operability,line power issues;ect.. All items of concern are to be documented on the site log sheets and verbally relayed to the APCD's Technical Lead. 3. Routine troubleshooting on maintenance problems with the assistance of the APCD, as necessary, including visual inspection of operating components and minor adjustments of operating parameters. 4. Site and analyzer inspections should occur once per week and on special request by the APCD for each monitor. 5. Routine precision tests will be performed by the APCD and are only to be performed by the Contractor on special request from the APCD. 6. APCD provided log sheets for each of the continuous monitors must be annotated for every visit to the site. Log sheets will be collected by APCD staff at the end of each month when the routine monthly service interval is perfonned. Chain of Custody(COC)sheets for the VOC monitors must be completely file out and copies made prior to shipping the sample and COC sheet to the lab. On a monthly interval a copy of each COC sheet will be mailed to the Program Manager. Task 3-Training and Instruction • The contractor shall ensure that all employees who provide maintenance to gaseous monitoring sites be trained by the APCD or by a local agency operator trained by the APCD and with prior approval of the Gaseous Monitoring Supervisor or Gaseous Monitoring Technical Lead. Types of training may include but not be limited to:APCD- sponsored training,United States EPA-sponsored events,APCD oversight field training. Contractors shall notify APCD program staff when new employees and interns are to be trained and used for monitoring. When possible,the APCD shall be notified prior to the employment of such individuals. Gaseous/Continuous Monitoring Costs and Budget • The contractor will be compensated on a per task basis for the maintenance of the Weld County sites. A task is defined as one routine or non-routine visit to a site. A"routine site visit"is a weekly visit where the weekly required site maintenance is performed. There will be 52 weekly site visits in one year. A"non-routine site visit" is one that occurs in addition to the weekly routine site visits and is at the request of the APCD. Non-routine visits Page 13 of 16 Exhibit B-Statement of Work V 1/MAR2012 EXHIBIT B are not to include return site visits because of operator oversights or errors. It is the responsibility of the contractor to document all site visits and invoice the APCD appropriately. In addition to the annual 52 weekly visits to each site,an additional 6 non-routine visits per site has been allocated for in the budget associated with this Scope of Work. The agreed upon budget for this scope of work is located at the end of this document as Attachment B-1.A sample reimbursement'invoice form is attached as Attachment B-4. III. Monitoring(Gaseous): CDPHE's monitoring of this contract for compliance with performance requirements will be conducted throughout the contract period by the Program's Continuous Monitoring and Data Systems Support Supervisor. Methods used will include review of documentation reflective of performance to include random inspections of air monitoring site(s),review of site log sheets,and review electronic data and site. The Contractor's performance will be evaluated at set intervals and communicated to the contractor. A Final Contractor Performance Evaluation will be conducted at the end of the life of the contract. IV. Resolution of Non-Compliance(Gaseous) The Contractor will be notified by email within 60 calendar days of discovery of a compliance issue. Within 30 calendar days of discovery,the Contractor and the State will collaborate,when appropriate, to detennine the action(s)necessary to rectify the compliance issue and determine when the action(s) must be completed. The action(s)and time line for completion will be documented by email and agreed to by both parties. If extenuating circumstances arise that requires an extension to the time line,the Contractor must email a request to the Continuous Monitoring and Dat a Systems Support Supervisor and receive approval for a new due date. The State will oversee the completion/implementation of the action(s)to ensure time lines are met and the issue(s)is resolved. If the Contractor demonstrates inaction or disregard for the agreed upon compliance resolution plan, the State may exercise its rights under the Remedies section of the General Provisions of this contract. 5. Air Toxics I. Project Description(Air Toxics): The CDPHE,APCD,performs ambient monitoring/sampling for air toxics as part of the U.S. Environmental Protection Agency's(EPA)National Air Toxins Trends Stations(NATTS)program. In Colorado,the NATTS site is in Grand Junction,and is one of 27 sites across the nation. Monitoring at the NATTS sites includes volatile organic compounds,semi-volatile organic compounds/poly aromatic hydrocarbons,carbonyls,metals and hexavalent chromium. Sampling is conducted on a 24-hour basis every 6th day. The contractor is responsible for performing the field sampling work and for shipping the samples to laboratories for analysis. The CDPHE APCD requires routine and non-routine operation and maintenance to be performed for a North Front Range Ozone Precursor Study air toxics sampler located in Weld County. The site is at Platteville(Middle School). The site will include precursor monitoring for non-methane organic compounds(NMOCs)and carbonyls. This Scope of Work defines the contractual obligations of the contractor for the routine and non- routine maintenance required for the operations of air toxics sampler at the above mentioned site. Air Taxies APCD Contacts and Roles Gordon Pierce is the project manager and is responsible for coordination of the project. Alicia Frazier is the technical lead and is responsible for all field and technical related questions or issues. Debbie McCrorie is the contact for billing/invoicing questions. CDPHE contact information is provided below for each: Page 14 of 16 Exhibit B-Statement of Work VI/MAR2012 EXHIBIT B Scope of Work Contacts Name: Gordon Pierce Alicia Frazier Debbie McCrorie Position: Project Manager Technical Lead Fiscal Lead Address: CDPI IE-APCD-TS-B I CDPFIE-APCD-TS-B1 CDPHE-APCD-TS-BI 4300 Cherry Creek Drive South 4300 Cherry Creek Drive South 4300 Cherry Creek Drive South Denver, CO 80246-1530 Denver,CO 80246-1530 Denver,CO 80246-1530 Tel: 303-692-3238 303-692-3179 303-692-3370 Cell: 303-919-4522 720-253-3382 Fax: 303-782-5493 303-782-5493 303-782-5493 Email: gordon.pierce@state.co.us alicia.frazier@state.co.us debbie.mccrorie@state.co.us II. Performance Requirements/Deliverables(Air Toxies): Task I—Platteville: NMOC/carbonyl-Routine and Non-Routine Maintenance: The Platteville site(08-123-0008)monitors for particulates and NMOCs/carbonyls. This task only pertains to the NMOC/carbonyl monitoring as part of the North Front Range Ozone Precursor Study. The Contractor shall operate and conduct the first line of operation and maintenance for this sampler under the directive of the APCD. All operations maintenance performed on the sampler is to be in accordance with manufacturer's operational guidance,laboratory guidance, and/or with the APCD's Standard Operating Procedures. Routine and Non-Routine Operation/Maintenance for Tasks 1. Sampler Operation. The contractor shall be responsible for routine operation of air toxics sampling equipment. This shall include installing and removing sampling modules/devices on air toxics sampling equipment and recording all necessary information,as well as shipping sampling modules/devices/filters to a contract laboratory. Air toxics samples are collected using whole air canisters for NMOCs or sorbent cartridges for carbonyls. All work is to be done according to set laboratory,manufacturer or APCD Standard Operating Procedures. In addition to performing routine sampler operation,the sampler is to be visually inspected for distress and operability. This should include items such as: site access issues; functionality of site security;line power issues; integrity of the sampler and sampling lines;etc. All items of concern are to be documented and verbally relayed to the Technical Lead or Project Manager. 2. First-line Maintenance. The contractor shall notify the Technical Lead or Project Manager by phone within 24 hours,on business days,of any sampler malfunction or other critical problem requiring APCD staff attention. Electronic mail can be used as a back up to document the event in writing,but is not a substitute for reaching a live person via phone. 3. Routine troubleshooting on maintenance problems with the assistance of the APCD,as necessary, including visual inspection of operating components and minor adjustments of operating parameters. 4. Laboratory or APCD-provided log sheets for each of the monitors must be annotated for every sample. Log sheets will be shipped by the Site Operator to the contract laboratory,along with the associated air toxics samples. Copies/duplicate sheets are to be held by the Site Operator and sent to the Project Manager or Technical Lead on a quarterly basis. Training and Instruction The contractor shall ensure that all employees who provide operation and maintenance to air toxics monitoring site be trained by the APCD or by a local agency operator trained by the APCD and with prior approval of the Project Manager or Field Lead. Types of training may include but not be limited to:APCD-sponsored training,United States EPA-sponsored events,APCD oversight field training. Page 15 of 16 Exhibit B-Statement of Work VI/MAR2012 EXHIBIT B Contractors shall notify the APCD project staff when new employees and interns are to be trained and used for monitoring. When possible,the APCD shall be notified prior to the employment of such individuals. Air Toxics Costs and Budget The contractor will be compensated on a per task basis for the maintenance of the Weld County air toxics site. A task is defined as one routine or non-routine visit to a site. A"routine site visit"is a weekly visit where the weekly required site operation/maintenance is performed. There will be 52 weekly site visits in one year. A"non-routine site visit"is one that occurs in addition to the weekly routine site visits and is at the request of the APCD. Non- routine visits are not to include return site visits because of operator oversights or errors. It is the responsibility of the contractor to document all site visits and invoice the APCD appropriately. In addition to the annual 52 weekly visits to each site,an additional 6 non-routine visits per site has been allocated for in the budget associated with this Scope of Work. The agreed upon budget for this scope of work is located at the end of this document as Attachment B-I.A sample reimbursement/invoice form is attached as Attachment B-4. Ill. Monitoring(Air Toxics): CDPHE's monitoring of this contract for compliance with performance requirements will be conducted throughout the contract period by the APCD Technical Services Program Manager(Gordon Pierce). Methods used will include review of documentation reflective of performance to include progress reports,sample log forms and laboratory analysis results. In addition,equipment inspections,calibrations and audits will be conducted by APCD to ensure compliance. The Contractor's performance will be evaluated at set intervals and communicated to the contractor. A Final Contractor Performance Evaluation will be conducted at the end of the life of the contract. IV. Resolution of Non-Compliance(Air Toxics): The Contractor will be notified by email and telephone within 3 calendar days of discovery of a compliance issue. Within 15 calendar days of discovery,the Contractor and the State will collaborate,when appropriate,to determine the action(s)necessary to rectify the compliance issue and determine when the action(s)must be completed. The action(s)and time line for completion will be documented by email and agreed to by both parties. If extenuating circumstances arise that requires an extension to the time line,the Contractor must email a request to the APCD Technical Services Program Manager and receive approval for a new due date.The State will oversee the completion/implementation of the action(s)to ensure time lines are met and the issue(s)is resolved. If the Contractor demonstrates inaction or disregard for the agreed upon compliance resolution plan,the State may exercise its rights under the Remedies section of the General Provisions of this contract. • Page 16 of 16 Exhibit B-Statement of Work VI/MAR2012 C 1. lO. f O N O 5D 444: 'tit at A r k. N .._a '06 on i-'‘,1 fto t iNo ti z 4 , rg , f ' " N N N N N N N N N N N o N N N N jy � N N N b W W W C) C) C) O C) CJ CO C) 7 ..:1!`;0°. 2 IO U) LO ] t') (7 (7 t7 M N N U) fr.), (') O O,• - N N h N N VI a Yl N N N N N N 9, y ry i.f9 fA M W Hi fA fA fA fA fA fA kA f9 fA fA f9 �g- y¢,.. N O CO r ^: NCO Y 4VA [ Ih ao N- F. ;4'' O ] N O c M c . 1� N n �'• ,h .7.Spit/$j µ y rill' ON C' Oct co cc W It. : O (7 N O N O A N l0 N l0 V N EE ,EN tt Y Y Y Y Y y Y Y Y N p_ o V 0 m m w m m m m m m m E '0 0 0 0 ' rrrrrri- r r r r co I '7 `0 .. f C 0 O W 0 to o .. c °' v u 0 2 o • - E m CO 4�" 3 in x o 0 0 p t d ))01 -0 C Q V r to IL I O — N N N m v m 2 a a a a w,,+4'- o :, 0 0 2 d "Et `0 0 0 'qii+ EP- m c o 0 0 0 0 - n o c Q o 0 o c CC CC C at CM CO CO 0C C C C C C C 1 w'e , c 0 c N m C c C N F ) C E C C y a (` C C OI C '(0 N N N d " E d o,r 2 2c c c c E C E E E E co o5 O M DO t4 V re^%...2 > 2 r E N N 0, 0 0 0 Tru o U .' �.. d C C_ Q O ¢ O N v N N N ¢ d 4 2 0 �`'+"' ; r vJa 200 a r2 h H H 0000 0 , o s x. V pt N Z . 7 O to Y. mj d v co ci V V S r:S . to 0 O N N Yp � O N 9 II N co 0 l.NJ` Nco = C] ll N N N �p ) E "` O V m y N o N O V 0 0) 10 0, 2 N S;',4 N N N Q) N N N LT, 0 O L (O N cn 2 3 tO (O D N 3P. M N y.£ i' y 0 `m n rn d o •E 0 0 E• o f x m a " o o m a E 3o n{ ° u m Z. 0 2 CrE m 2 # a Ox9 c{} a U m _ o 0 - o 0 _ ` N u o ry 0 ,2 t c E o f a o .E o .E E o O 2 . r E L E O r E 0 r E o E t deb.; Q n0 U' 0_ a) U' am a a r am �n .0 N C a fL 1 N d C C C C C C C C C C C C C C C C C C C C C K C C C C C C C C C C C in C C C C C C C C C C C E EwwwwwwwwwwwwwwwwwwwwwWWWwwwwwwwwwwwwwwwwwwwwwwwww z '3WWWW333UWWW WWW UWWWWWWUWWWW33333 � � � � 333 � � 3333 � o 5WWWWWWWWWWWWWWWWWWWWWWWWWWWWWWwWWWWWWWWWWWWWWWWWW N 0 C C C C C W C C C C C C C C C C C C C C C C C C C C C C C C C C C C C C C C C C C C C C C C C C C (mmmmmmmmmmmmmmmmmmmmmmmmmmmmmmmmmmmmmmmmmmmmmmmmmm Q waaaaaaam aaaaaaaaamaaaamaaaaaaaaaaaaaaaaaaas n: aaaao: 0000000000000000000000000000000000000000000000000 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 y 0 0 0 0 0 0 0 M M M M M M M M M M M M CO M CO M M M M M M M M M CO M M M M M M M M M M M M M M M M M D 000000000000000000000000000000000000000000000000 O N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N d o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 `0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 - - - - - -0 0 0 0 0 0 0 0 0 0 UCO M M M M M M M M M M M M M M M M M M M M M M M M M M M M M M M M M M M M Cl M M M M M M M M M Cl N mcmmmmm m0m <oclisic mcommibrnflmiiiiBmwmc`oiommi3m0licomccommiBmm00 a C 0 N aU N 0 W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W m33 � � 3333 � 333 � 3 � 33333 � 333333333 � 333 � � 33 � � 3 � 3333 � 33 W UWWWUWWWWWWWWWWWWWWUWWWWWWWWWWWWWUUUWWUWWUWWWWUU H H H H H H I- I- I- I- F F- H I- I- I- H I- F- I- I- I- _ r- I- 1- r HHHH II- I- r r HI- I- r I- H I- I- I- I- HH (0 (0 (0 (0 0 0 (0 (0 0 (0 (0 (0 (0 0 (0 (0 0 0 0 0 0 0 0 0 0 0 (00 (0 (0 (0m 0) (0 (0 (/ 0 0 0(0 0 (0 (00 0 m O M m Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z O 000000000000000000000000000000000000000000000000 J J J J J J J M ] J J J J J J J J J J J aaaaaa ¢ aaaaaaa ¢ aaa ¢ aaaa ¢ ¢ aaaaaaaaaaaaa ¢ aaaaaaaaaa wwwwwwwwwwwwwwwwwwWWWWWWWWWWWWWUWWUwwwwwwwwwwwwww W WWWWWWWWWwWWww WwWWWWWUWWUWWWWWWWUWwWWWWWWWWWWWWW O 0000 00000000000000 0000 00000000 00000000000000000 0 Z Z Z Z z z z Z z z Z Z Z z Z z Z Z z z z z Z z Z z Z z Z Z Z Z Z z z z z z z Z Z Z z Z Z Z Z Z z a a a a a a a a a a a a a a a C < < a a a ¢ a ¢ a a a a a a a a ¢ a a a a a ¢ a a a C a a a a C < J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J LLLLaaaaaaaLLaaaaaaaaaaaMMMO, Maaa. aaaaaLLaMMMCLMLLaaaaaaa 2222222222222222222222222222222222222222222222222 O 000000000000000000000000000000000000000000000000 O 000000000000000000000000000000000000000000000000 N J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J O J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J r DDDDDDDDDDDDDDDDDDDSDDDDDDDDODDDDDDDDDDDDDDDDDDDD LL LL LL LL LL I.L. LL LL LL LL LL LL LL U- LL LL LL LL LL LL LL LL LL LL LL LL LL LL U- LL LL U- LL LL U- LL I.L. LL LL LL LL LL U- U- U- LL U- LL LL a a a a a LL a a a a w a a a a w a a a a a a a a a a a LL a a a a a a a a LL LL (0a a a a a a a LL a a U 0 0 Z Z Z Z Z Z Z Z Z 0 0 Z Z Z Z Z Z Z 0 Z Z Z 0 Z Z Z Z Z Z Z Z 0 0 0 Z Z Z Z 0 0 0 0 0 0 Z Z 0 N Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z W B (0 (0 (0 (0 (00 0 (00 (0 0 0 (0 W 0 m 0 0 0 0 0 (0 0 0 0 (0 0 (0 0 (00 (0 0 0 0 0 (0 (0U)0 (0 (0 0 0 0 0 (00 0 o LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL (p Z Z Z Z z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z z Z Z Z Z Z z z z z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z N N 0 Y N 6 0 0 (0 (0 m m m 0 m m 0 m m 0 (0 (/ (0 0 m m m m m m m m 0 m m m m 0 m m m 0 (0 (0 m m m 0 m m m m m m m 0 (0 LL Z_ J N S O J M z J z - ~ Z I- 1 0 H - Z H 5 W H LL LT- 0 ° z a p i a z0a z � ww X00 zHzwz � wp wC � Fz U J-• (0 H Z JH W - wt� H, an oZ U- 5 - 0 00 O 0 z • 0 (0 C — w (0 w U a U- a - _I2 o LL LL a Ja o cW7 0 w w a) z LL u p 5 Da0 wawa3o Fww rr (0aaaW H ttOrQO > z lw = wd3 O mw H N Nw (H/ a0 w = aEE -' CCwg (0 waa W W 0 (a 0w O0 0z Ell > 0 3 < rZZHQ od OzE (0oo H30am . -IWoW � 1— w0 OOW0C JW 00 —Jaw a LL ? ?N T Z 0 0 0 0 Z LL 00D j O 0 2 O w Q o w Z O 2 2 m z z C W - Z C J p U C owozl- wpu) › M � ¢¢ z oo (0aa oUzz » H - a U z OHz ap C U w K z w (0 W m O W O U ? OW K W K a z w 2 D W z H Q > W W J Q (0 0_az zp F - OU p O w ? OW w a2z000 W z OaiZzzpH v~) HLLwUO Zrzmza00pO zmC' 0azZ) oLLHuJ ? O O O a 00 w m w w p a w w H a w 0 O O D U W m a 0 U O LL U (S/ O W O o (w/ U 0 a m O a C ocr (0 IQ• H 2 LL m W EC 5 z H H J - m C C Z 0 0 (w/ K W LL m U O O Z O m a LL Z w w Q w k Z - - 0 K J Z W R Q w U a C 0 O U z W O O C H (O w a O W W j U X j W m V= W W j C o = S a Z O J w D C W ) CO U' M w aUOLLSOUOW zaSO <CYOOCOLLM CLO CCW1= < Maaa3 oO (0So0CJY D O Vl Li) O) ,- ,- M N t- (0 0 O tO O) M U) M N (D N t(] CO M (O O N Q N- N N O N V N V (O (O N- N CO CO (O r N M O) I O O M M V O W ,- N M V (0 N N 1- W 0 O N N N r N r - N N N S O) O O M M C (O W Ol O M M Q V I� m M M N 0000000 N N N N N N N M M M M M M V V V C V V V V N 1i 1/ U) ) N N U N M 0 M C O O O O O O O O O O O O O O O O O O O O O O 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 M M t1 M Co M M M M (7 C� C') M M t7 M ('1 C� M t+l (+l t7 CS M t+l t+) M M C) I+l I+l (1 (7 CJ (7 CS (l (7 C7 CI M M M c] M t'1 M C'l M a N N N N N N N N N N N N N N N N ` N N N N N N N N N N N N ` N N N N N N N N N N N ` N N N N N N .- r r r r r r '- r r r r r r `- - - - - - - r r r r N CO C N K K K K K K K K K K K K K K K K K K K K K K K K K K K K K K K E w w w w w w w w w w w w w w w w w w W W w w w w w w w w w w w w o 3IWW3333W3WW333W3W33WUW3WWWW3W3 U in Ill W W w W W w W w WW W w W W W w W W w w W w w W W W W W w W 4-1 K K K K K K K K K K K K K K K K K MCC K K K K K K K K K K K K K m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m Q 0000 a d dad 0_ CL a d d d d d d ad a d o. 000000 0 0 0 0 0 0 0 0 0 0 0 0 00000 000000000000 0 0 0 0 0000 0 0 000000000c, 0 0 0 00000000 0 00 0 CO 0 0 0 0 0 0 0 0 0 0 0 0 CO CO CO 0 0 0 0 0 o O O CO 0 0 0 0 0 0 0 CO CO CO CO Cl M M M M CO CO CO CO CO CO CO CO co co co co M M M M CO CO CO CI (+J CO co O 0 0 0 0 0 0 0 0 0 0 0 0 ; 5 0 0 0 0 0 0 0 0 0 0 0 0 0 ; ; ; ; N N N O O N N O N O N O O O O O O O O O O O O O O N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N O O O O O O O O O O O O O O O O O O O O O O O O O O O co O O O O- m on M M CO M za CO CO CO co CO CO CO CO CO CO CO co CO M M CO CO 8 M CO CO co CO CO CO ID (D [O (O t0 [O t0 to- IO tD (O (O [O (O l0 <O (O N (O (D N tO [O (O t0 co (D co tD co co Co W W W W W W W W W W W W W W W W W W W W W Will W W W W W w W W W 33333333333333333333333333333333 wWwWWWWwwwWWWwWWw WWWWWWw WwWwwwwW H H H H H H H H H H H F- H H H H H H H H H H H H H H H H H H H H mmm mm U) C9W000 (n U) 00C m m mm mmm € U)U) mN Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z m m Z Z Z m m Z Z Z Z Z Z 2' Z Z m Z Z m Z Z 00000000000000000 O O U 0 0 0 0 0 0 0 0 0 0 0 0 aaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaa > > > > > > > > > > > > > > > > > > > > > > > > > > > > > > > > W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W 000000000 000000 00000000000000000 Z Z Z Z Z Z Z Z Z Z Z Z 2 2 2 Z Z Z Z Z Z Z Z 2 Z Z Z Z Z Z Z Z ¢ ¢ ¢ ¢ ¢ ¢ ¢ ¢ ¢ ¢ ¢ ¢ ¢ ¢ ¢ ¢ ¢ ¢ ¢ ¢ ¢ ¢ ¢ ¢ ¢ ¢ <C¢¢< ¢ ¢ J J J J J J J J J J J J J J J J J J J -4 J J J J J J J J J J J J a a a a a a a a a a 0_ a a a a a a a a a a a 0. a a a a W O. CI. a22222222222222222222222222222222 00000000000000000000000000000000 O 00 00000000000000000000000000000 N J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J O J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J N, 000 :) U. U. 00003333000003030300000303 LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL U. LL LL LL LL LL LL LL LL LL LL LL LL LL LL a a a s Cl. as a a a as a a a a a a a a a a a a a a a 0_ a a CI. a W U) CO W CO U) 0 C CO 0 m N m 0 0U) 000m0mm m0 Z Z Z 0 Z Z z Z z Z Z Z Z Z Z Z o Z Z Z Z Z Z Z Z Z Z Z 0 z z Z Z Z Z 0 Z Z , , , , m m m N U) N U) U) U) U) (I) U) mm U) U) U1 CO m U) m m (I) m CO U) U) (I) U) OW (/) LL u.Z Z LI-Z LL II.Z U. LL.Z Z LL LL LL LL Z LL Z LL LL Z LL LL LL Z Z LL LL LL LL LL LL LL LL Z Z Z Z Z Z Z Z Z Z Z Z Z Z z Z Z Z 2 z Z Z Z z z Z Z Z Z Z Z z 2 2222222 2 22 22 0000000000000 o m U) m m m U) m m m m m m m m m m m m O 4cv ¢ O 4Ht oim4 1 LLco O ' zo > CO2 Zoo (9 J ") ag0 0 2 � K C7 > W V - IDw ¢ N co W CO wZ < MZ 0 ' Mm¢ Di oO Ozz w 00 00 " w U U Q C U LOW ,-w e O O e O N go (/) CO J J K K ZQ N p w CO CO n N O ZZW (O ¢ Z QLLY p aUk � � � pww ac 20 WO N 0 z z a m w z0 gw a > w LL ' 3 2 J - W J O 0 U 3 ¢ K M m > 3 Q J U O O CO Z y D = J U Z a m U' m O O H a 3 0' K ( O C7 - Z J W K x K W > K > W W = W > W W W > W O ww J J Z O m o m 2 w Oj 622 ° 222 (22212¢DEno w O J zW No a E O ¢ a - w a O ¢ 3 W< > 1.11Z mZUJWLLI W J J W 0 0 0 J J O J w (� K O m w K X U 0 H K H O w O W O O W 0 2 2 m O O U O W O ¢ a H J C7 W W o O 0 = K w J w K m K Jm H K O K HM 2 U. K O W O m o ¢ ? ? 2x t° UF = 00 < 00Uz0 Z0- 0- Oa ¢ < oa0OO0- ZZ0m N CO N- (O M O (0 t-- N n 0) OI A C V CO CO V N Ol 0) CO CO CO NN VD ON N 0 O 1� 0 Ol CO 0 UO (7) LO (O 0 CIO N N CO Ln CO V 0) N CO I\ NO CO IO 'CO rn a o N N CO NOL0 O CO(O m v r MO 0 CO CO CO CO v CO 0O I? N- 01 0 N N N g a e O V 0 a l0 (O IO CO CO n en n OO W N OO N N OJ W W N N m CO CO CO CO CO N co N m M NN M N M CO m of m M CO CO CO CO N M on N CO CnN N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N h1 4746 ,rlr:i7-';i rte( .1 c Colorado Department of Public Health and Environment ' •fir Air Pollution Control Division _ .,ticpgCi . CFC Program Inspections for 2013 - �� ------ T — April 26,2012 Site Address City,Map Location Phone SS RF FN WELD COUNTY FACILITY NOTIFICATION A-1 HEATING&AIR CONDITIONING 107 23RD AVE GREELEY (970)352-3500 Li l.. I Ill SSAC GREELEY FURNACE CO LLC 112 E 30TH ST GREELEY (970)356-0121 0 [] (;iJ SSAC FIRESTONE TIRE&SERVICE CENTER 1130 8TH AVE GREELEY (970)356-1191 E [Ti 2 MVAC NORTH STAR REFRIGERATION 121 HUNTER'S COVE LONGMONT (720)299-3312 ❑ p 2 SSAC ABSOLUTE COOL 125 N 1ST STREET LA.SALLE (970)339-9033 7 WI SSAC WELD COUNTY GARAGE-TRUCK CITY SERVIC 14151ST AVE GREELEY (970)352-1313 i [7: F l WELD COUNTY GARAGE-TRUCK CITY 1415 1ST AVENUE GREELEY (970)352-1313 7 ❑ ❑i MVAC AFFORDABLE HEATING&A/C 1740 ELDER AVE GREELEY (970)223-1433 (l [I 11 SSAC NOAH PLUMBING&HEATING 1822 SKYWAY DR STE H LONGMONT (303)530.5530 r..1 [_-1 FA SSAC HEARTLAND MECHANICAL 1913 WINDSONG DR JOHNSTOWN (970)587-0575 [J 0 �Ji SSAC AIRE-FORCE HEATING&COOLING 1943 23RD AVE COURT GREELEY (970)587-7180 ;J ❑ ❑i SSAC ADVANCED COMFORT 2009 81ST AVE COURT(RESIDENCE) GREELEY (970)339-8368 0 [Ti Eil SSAC DAN'S GARAGE 21042 PECKHAM DR LA SALLE (970)264-7807 ] 11 2 MVAC WELD COUNTY SCHOOL DIST#6 2204 5TH AVE GREELEY (970)348-6441 -) 7 pi SSAC HI-TECH AUTO BODY INC 222 22ND ST GREELEY (970)356-7151 j [-] RI MVAC MILLIKEN JOHNSTOWN ELECTRIC 23 N GREELEY JOHNSTOWN (970)5874912 [1 ] P1 SSAC LEMONS HEATING&COOLING 24725 WCR 58 GRAND JUNCTION (970)353-3527 ;l f) WI SSAC NELSON'S HEATING&AIR CONDITIONING 26096 WCR 4 KEENESBURG (970)287-6825 7 ill (1 SSAC WELD COUNTY GARAGE 2699 47TH AVE GREELEY (970)352.1313 0 ] 2 MVAC M B AUTO SALES&SALVAGE 2732 COUNTY ROAD 27 FORT LUPTON (303)654-1882 0 0 bel RECO SCOTT'S IMPORT SPECIALISTS 2735 9TH AVE GREELEY (970)336-1484 0 0 e MVAC C P MECHANICAL SVCS 28945 WELD CNTY RD 10 KEENESBURG (303)536-0200 0 0 2 SSAC WILF'S EUROPEAN MOTORS INC 301 4TH ST MEAD (970)535.4715 7 i] g MVAC B&G EQUIPMENT INC 301 E 8TH ST GREELEY (970)352-9141 Cl n h/' MVAC C G HAYES REPAIR 32010 WCR 63 GILL (970)356.3355 1 [J ,j MVAC 'ROCKY MTN OP SONIC DRIVE-IN 3300 23RD AVE EVANS (405)229-6336 [ 1 [J SSAC TRI STAR HEATING&AIR LLC 341 LILAC CIRCLE LOCHBUIE (303)558-0121 P [ ] SSAC DDA HEATING&AIR 3560 RINN VALLEY DR FREDRICK (303)776-5289 [] ❑ Iii SSAC INNOVATIVE HVAC SYSTEMS INC 3612 MONTROSE ST EVANS (970)330-3051 0 0 2 SSAC FIRST CLASS TRUCK&AUTO SVC 3725 W SERVICE RD EVANS (303)330-9038 l ( ri/; MVAC SOURCEGAS LLC 3766 EUREKA WAY UNIT 1(CALL 1ST) FREDERICK (303)763-3534 I I I I +!' SSAC HIGHLAND HEAT&AIR INC 3776 HOMESTEAD DR MEAD (303)848-0095 0 0 9 SSAC NORTH WELD SANITARY LANDFILL 40000 WELD COUNTY RD 25 AULT (303)486-6034 0 0 2 RECD m&S GARAGE LLC 4104 N VALLEY DR LONGMONT O03)776_88O8 0 :] R MVAC COOKSEY FARMS 41419 HIGHWAY 52 ROGGEN (970)849-5214 0 fj [I SSAC MIKE'S HEATING&NC 426 LOGAN AVE NUNN (970)353-7553 U 0 ❑i SSAC LONGS PEAK EQUIPMENT 4322 HIGHWAY 66 LONGMONT (970)535-4474 0 0 (y MVAC WELD COUNTY FACILITY NOTIFICATION rinsp8ycounry Thtssday,April 26,2012 Page 1 , U ic, Colorado Department of Public Health and Environment "`" ., ':/ Air Pollution Control Division 4 � '- �a CFC Program inspections for 2013 April 26,2012 Site Address City,Map Location Phone SS RF FN AT YOUR SVC HEATING&A/C 4490 NAVAJO CT GREELEY (970)397-0445 7 r] (i SSAC ERIE AUTO SALVAGE 48781-25 FRONTAGE RD DACANO (303)571-5375 [-i I.__I [i-,-.; MVAC SEVEN SONS AUTO SALVAGE 519 US HIGHWAY 85 BRIGHTON (303)659-2285 I.1 [_] 1/ RECO AMERICAN AIR HEATING&A/C INC 561 EAST GARDEN DRIVE WINDSOR (970)686-6086 Li `j be:, SSAC PURIFOY CHEVROLET CO 601 DENVER ST FORT LUPTON (303)659-8311 ❑ 1-1 (✓{ MVAC CMS MECHANICAL SERVICES 609 TECHNOLOGY CIR#A WINDSOR (970)686-6800 ❑ ❑ 6-1 SSAC WELD COUNTY APPLIANCE INC 6118 W 10TH ST GREELEY (970)352-8697 ❑ ❑ �. WL0 CNTY BUDGET APPLIANCE SVC 6118 W 10TH ST GREELEY (970)352-8697 ❑ E ^� SSAC RAMIREZ WEST AUTO 6310 W 10TH ST#8 GREELEY (970)346-0242 [, ❑ 2 MVAC AIR REPAIR 6380 W 10TH ST#10 GREELEY (970)353-3685 Li C' J SSAC COMFORT ZONE HEATING&AIR 641 INNOVATION#D WINDSOR (970)686-2252 ❑ L i] SSAC WESTERN COMFORT SYSTEMS INC 6525 W 4TH ST GREELEY (970)352-3432 I 1 I i,i] SSAC STAPP INTERSTATE TOYOTA-SCION INC 8019 RASPBERRY WAY FREDERICK (303)776-1743 ❑T 1C• [e MVAC ICE ENERGY INC 9351 EASTMAN PARK DR#B WINDSOR (970)545-3630 Ti IT NR SSSAC • • WELD COUNTY FACILITY NOTIFICATION nn3pBycoun7 Thursday,April 26,2012 Page 2 - , • Colorado Department of Public Health and Environment '4,*;.)* Air Pollution Control Division ?B76 CFC Program Inspections for 2013 April 26,2012 Site Address City,Map Location Phone SS RF FN WELD COUNTY RETAIL FOOD EQUIPMENT REGISTRATION WAL-MART SUPER CENTER#980 3103 23RD AVE GREELEY (303)420-8401 L__? ly El AVANZA#462 3635 W 10TH ST GREELEY (970)351-0727 f E WELD COUNTY RETAIL FOOD EQUIPMENT REGISTRATION rinspBytovnty Thursday,April 26,2012 Page 3 — • ~�°, *g Colorado Department of Public Health and Environment �`�' '. r: Air Pollution Control Division .4,44.. `..;6. CFC Program Inspections for 2013 IV/ CFC April 26,2012 Site Address City,Map Location Phone SS RF FN WELD COUNTY STATIONARY SOURCE EQUIPMENT REGISTRATION NORTHRIDGE HIGH SCHOOL 100 71ST AVE GREELEY (970)348-6441 !kJ [ J Li OWENS-BROCKWAY GLASS CONTAINER INC 11133 EASTMAN DRIVE WINDSOR (970)674-3822 y] E J MAPLEWOOD SCHOOL 1201 21ST AVE GREELEY (970)348-6441 ",?J (J Q JEFFERSON SCHOOL 1315 4TH AVE GREELEY (970)348.6441 vJ o n CAMERON SCHOOL 1424 13TH AVE GREELEY (970)348-6441 �i! [7 Li GREELEY CENTRAL HIGH SCHOOL 1515 14TH AVE GREELEY (970)348-6441 l Ci E:J STATE FARM INSURANCE CO BLDG.C 1555 PROMONTORY CIR GREELEY (970)395-5135 l] L L COTTONWOOD POINTE OFFICE BLDG 1600 23RD AVE GREELEY (970)330-1828 VJ LJ fi SWIFT&COMPANY 1770 PROMONTORY CIR GREELEY (970)506-8166 WI fl [J CHAPELLOW SCHOOL 2001 34TH ST EVANS (970)348-5410 ) C( Li MONFORT SCHOOL 2101 47TH AVE GREELEY (970)348-6441 Icei Li TI PLATTE VALLEY YOUTH SERVICES CENTER 2200'O'ST GREELEY (970)304-6220 FA L:_J Ti HEATH SCHOOL 2223 16TH ST GREELEY (970)348-6441 IV( ._I l LONGMEADOW APARTMENTS 2311 16TH ST GREELEY (970)356-7129 yli r"J ❑ GREELEY WEST HIGH SCHOOL 2401 35TH AVE GREELEY (970)348-6441 ; Li SCOTT SCHOOL 3000 13TH ST GREELEY (970)348-6441 Si; L L RELIANT PROCESSING LTD 31375 GREAT WESTERN DRIVE WINDSOR (970)412-1968 I-t; HEIMAN SCHOOL 3500 PALERMO AVE EVANS (970)348-6441 EA o 77 4161 SPECIALTY PL BLDG 4161 SPECIALTY PL LONGMONT (970)535-6604 RI i..] u ISLAND GROVE EVENT CENTER 421 N 15TH AVE GREELEY (970)350-9522 WI !.J ❑ UNION COLONY CIVIC CENTER 701 10TH AVE GREELEY (970)350.9254 iI Jr j i_J FRANKLIN SCHOOL 818 35TH AVE GREELEY (970)348-6441 J E l l EASTMAN KODAK COMPANY(BLDG#C-17) 9952 EASTMAN PARK DR,C-17 WINDSOR (970)686-4621 y: p_ I SSAC EASTMAN KODAK COMPANY(BLDG#C-28) 9952 EASTMAN PARK DR,C-28 WINDSOR (970)686-4621 W J_? -1 WELD COUNTY STATIONARY SOURCE EQUIPMENT REGISTRATION rinsp8ycou.1 y Thursday.April 26,2012 Page 4 G' CO 0 • co ! \ \ \ \ \ \ j \ \ } \ \ \ \ \ \ } 6969 \ ) 0 Ore / E Ta c C4 92999 _ , _ , _ , = _ oo , 5 ; / _ _ _ _ el 41.1 ) } ) } { 0 0 co § ea t - » I- ( ® . _ ) ® } LLI a ! / § - E 13 - k } \ al - § a. Zii ` ` ] \ \ ) = < / in VI � ® \ \ \ \ \ \ \ \ \ \ \ \ \eV \ co cc cO cc oc, , , � , 69 \ � _0 ; kJ . 2tE ( 7 { t ! ! { ! ') ! in 0 \ \ \ / \ \ , 8 \ - 0 ig ^ 12 9 » t L1_ ; { _ } � & \ ) § _ ( \ _ - / Ow O / / / » 3§ � G : '85 \} { ( f ) 5A.' C' _ _ i/ j / 3 § - , ; » f j ) » ! 2 ; Z ! » E/ } } 13 { 69 \\ / / t / ; t : { } » ; / ( ±; / t ; ) ; [ } ) % » - _ - w < » , = z / i; ; j &z » l : j3 « f 0 < u I ! 1 6 6 1 2 0 1 1 Memorandum TO: Office of Clerk to the Board to the Weld County Commissioners W E B DEC O U NTY FROM: Administration Division-Department of Public Health and Environment DATE: JvIt a3, a019. SUBJECT: Al*• �I�U� ON Con f?oa Attached to this memo is the finalized contract that the Health Department has received. Please sign and date below indicating you have received the finalized contract and return this signed memo to the Administration Division of the Health Department. Please send the confirmation receipt to my attention. Thank you for your assistance with the processing of this document. ATTN: LI aid-Op Contract Name: At ponu 1 ' 01 contcoi et nheacr Resolution Number: p�. ti d - / 3 a 3 0 Finalized Contract Received By: TOY1u0. �0\nnson m __crri =—'O Irt C. 6;n Date Received: '1- ?'-1-1a < D zz fli c7 Enclosure Hello