Loading...
HomeMy WebLinkAbout20101096 RESOLUTION RE: APPROVE AMENDMENT #1 TO 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 Amendment#1 to Task Order Contract for the 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, 2010, and ending June 30, 2011, with further terms and conditions being as stated in said amendment, and WHEREAS,after review, the Board deems it advisable to approve said amendment, 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 Amendment #1 to Task Order Contract for the 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 amendment. The above and foregoing Resolution was, on motion duly made and seconded, adopted by the following vote on the 24th day of May, A.D., 2010. BOARD OF COUNTY COMMISSIONERS / Ida Iy \ ELD COUNTY COLORADO ATTEST: fie--4,---RC '..� . 1.�..�1� .• �[�•uglas ademach= hairVir - Weld County Clerk to the -r. k u tieA - „����: r�� arbara Kirkmey= , Pro-Tem B . Dept Clerk he Board �^ �J Sean P. Co APP DASTO RM: Z /1 �� William F. Garc'a County Aft ey EXCUSED David E. Long Date of signature: (2 -1Ilb a or ii .. Spnt l et:ya FIL w�� " 2010-1096 r is 1 5 as Ic HL0037 Memorandum TO: Douglas Rademacher, Chair, IBoard of County Commissioners C. DATE: May 13, 2010 COLORADO FROM: Mark E. Wallace, Director, Department of Public Health and Environment SUBJECT: Air Quality Program Task Order 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). 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 $90,742.32. I recommend your approval of this task order. Enclosure. 2010-1096 STATE OF COLORADO Bill Ritter,Jr.,Governor ,,o.. oto-P\ ..,. Martha E. Rudolph, Executive Director Dedicated to protecting and improving the health and environment of the people of Colorado , 4300 Cherry Creek Dr.S. Laboratory Services Division •� ,yf Denver,Colorado 80246-1530 8100 Lowry Blvd. Phone(303)692-2000 Denver,Colorado 80230-6928 TDD Line(303)691.7700 (303)692-3090 Colorado Department Located in Glendale,Colorado of Public Health http://www.cdphe.state.co.us and Environment WORK STATUS CONFIRMATION LETTER Vendor Name: Weld County Department of Public Health& Env. Contract Routing Number: 1 I FAA 16486 CRS §24-30-202 requires the State Controller to approve all State Contracts. The above referenced Contract is not valid until it is signed and dated below by the State Controller or delegate. Therefore,your agency is not authorized to begin performance until you are notified that it's signed. If your agency begins performing Contract tasks prior to that date,the State of Colorado is not obligated to pay your agency for such performance or for any goods and/or services provided prior to the date signed. By signing below,your confirm that(Signature MUST be that of the person signing the Contract) a) No work has been performed under this contract b) No work will begin under this contract until the contract is signed by the State Controller or on the effective date, whichever is later. boc.7LA jc)cLeleltio•-'4L-tr.--. ignature of A t�hori`zed Officer Douglas Rademacher Print Name of Authorized Officer Chair,Board of County Commissioners Print Title of Authorized Officer MAY 2 4 2010 Date Signed IRETURN THIS LETTER TO: Debbie McCrorie Colorado Department of Public Health& Environment Air Pollution Control Division 4300 Cherry Creek Dr South A PC D-ADM-B 1 Denver, CO 80246-1530 STATE OF, COLORADO Bill Ritter,Jr.,Governor (.1 "- ' / Martha E. Rudolph,Executive Director pe•coot Dedicated to protecting and improving the health and environment of the people of Colera'a n A 15 P 1: 35,a 'Tg 4300 Cherry Creek Dr.S. Laboratory Services Division * i Denver,Colorado 80246-1530 8100 Lowry Blvd. ; ` . f\a7s` Phone(303)692-2000 Denver,Colorado 80230-6928 . . C. ; s C.Li TDD Line(303)691-7700 (303)692-3090 Colorado Department Located in Glendale,Colorado of Public Health http://www.cdphe.stale.co.us and Environment July 8, 2010 Judy Nero Director of Administrative Services Weld County Department of Public Health and Environment 1555 North 17th Avenue Greeley, CO 80631 Dear Ms.Nero: Enclosed for your records is a fully executed copy of the fiscal year 2011 renewal contract between the Colorado Department of Public Health and Environment, Air Pollution Control Division and your agency. The effective date of the contract is July 1, 2010 through June 30, 2011. In addition, a minor change was made to the front page of the contract due to the use of an incorrect paragraph. This change did not affect the obligations of the contract or scope of work. See below for the following changes: The following paragraph: "The State promises to increase the amount of funds to be paid to the Contractor by xxxxxxx,($xxxxx)for the renewal term of one year,ending on June 30, 2011, in exchange for the promise of the Contractor to perform the increased specifications to the Scope of Work described herein." Was replaced with: "The State promises to pay the Contractor the sum of xxxxxxx($xxxxxxx) in exchange for the promise of the Contractor to continue to perform the work identified in the Original Task Order Contract for the renewal term of one year, ending on June 30,2011. Please contact me if you have any questions or need further information. Sincel{ely, is 47 br, fe McCrorie,Contract Manager Air Pollution Control Division 303-692-3370 debbie.mccrorie@state.co.us Enclosure cc: Trevor Jiricek DEPARTMENT OR AGENCY NAME COLORADO DEPARTMENT OF PUBLIC HEALTH AND ENVIRONMENT APCD DEPARTMENT OR AGENCY NUMBER FAA CONTRACT ROUTING NUMBER 11-16486 AMENDMENT FOR TASK ORDERS#1 THIS AMENDMENT,made this 13th day of May 2010, by and between the State of Colorado for the use and benefit of the DEPARTMENT OF PUBLIC HEALTH AND ENVIRONMENT,whose address or principal place of business is 4300 Cherry Creek Drive South, Denver,Colorado 80246, hereinafter referred to as"the State"; and, BOARD OF COUNTY COMMISSIONERS OF WELD COUNTY,915 10th Street,Greeley, Colorado,80632-0758, FOR THE USE AND BENEFIT OF THE WELD COUNTY DEPARTMENT OF PUBLIC HEALTH AND ENVIRONMENT,fa political subdivision of the State of Colorado),whose address or principal place of business is 1555 North 17`h Avenue,Greeley,Colorado 80631,hereinafter referred to as"the Contractor". FACTUAL RECITALS The parties entered into a Master Contract,dated January 23,2007,with contract routing number 08-FAA-00052. Pursuant to the terms and conditions of the Master Contract, the parties entered into a Task Order Contract, dated June 5,2007,with contract encumbrance number PO FAA AIR0800137, and contract routing number 08 FAA 00137, as amended by Limited Amendment#1, routing number 09 FAA 00088,and Contract Amendment#1, routing number 10 FAA 00101, collectively referred to herein as the"Original Task Order Contract, whereby the Contractor was to provide to the State the following: The Contractor is to perform air pollution monitoring activities, including inspections,gaseous monitoring, particulate monitoring, and stationary and mobile sources CFC monitoring. The State promises to pay the Contractor the sum of Ninety Thousand,Seven Hundred Forty-Two Dollars and Thirty-Two Cents($90,742.32) in exchange for the promise of the Contractor to continue to perform the work identified in the Original Task Order Contract for the renewal term of one year,ending on June 30,2011. NOW THEREFORE, in consideration of their mutual promises to each other, stated below,the parties hereto agree as follows: 1. Consideration for this Amendment to the Original Task Order Contract consists of the payments and services that shall be made pursuant to this Amendment, and promises and agreements herein set forth. 2. It is expressly agreed to by the parties that this Amendment is supplemental to the original task order contract,contract routing number 08 FAA 00137,as amended by Limited Amendment#1, routing number 09 FAA 00088,and Contract Amendment#1, routing number 10 FAA 00101,collectively referred to herein as the Original Task Order Contract, which is by this reference incorporated herein. All terms, conditions, and provisions thereof, unless specifically modified herein, are to apply to this Amendment as though they were expressly rewritten, incorporated, and included herein. 3. It is expressly agreed to by the parties that the Original Task Order Contract is and shall be modified, altered, and changed in the following respects only: Page 1 of 3 Rev 3/16/2010 A. This Amendment is issued pursuant to paragraph 5.of the Original Task Order Contract identified by contract routing number 08 FAA 00137. This Amendment is for the renewal term of July 1, 2010 through and including June 30,2011. The maximum amount payable by the State for the work to be performed by the Contractor during this renewal term is Ninety Thousand,Seven Hundred Forty-Two Dollars and Thirty-Two Cents($90,742.32)for an amended total financial obligation of the State of THREE HUNDRED SIXTY-TWO THOUSAND,FOURTEEN DOLLARS AND SIXTY-EIGHT CENTS($362,014.68). This is an increase of Ninety Thousand,Seven Hundred Forty-Two Dollars and Thirty-Two Cents($90,742.32)of the amount payable from the previous term. Of the maximum amount for this renewal term Sixty- Nine Thousand, Four Hundred Twenty-Two Dollars and Eighty-Eight Cents($69,422.88)are attributable to a funding source of the State of Colorado and Twenty-One Thousand,Three Hundred Nineteen Dollars and Forty-Four Cents($21,319.44)are attributable to a funding source of the United States Government(see Catalog of Federal Domestic Assistance(CFDA) number 66.6060. Of the amended total financial obligation of the State referenced above Sixty- Nine Thousand,Four Hundred Twenty-Two Dollars and Eighty-Eight Cents($69,422.88)are attributable to a funding source of the State of Colorado and Twenty-One Thousand,Three Hundred Nineteen Dollars and Forty-Four Cents($21,319.44) are attributable to a funding source of the United States Government. The revised specifications to the original Scope of Work and revised Budget, if any, for this renewal term are incorporated herein by this reference and identified as Exhibit E and Attachment E-1. The Original Task Order Contract is modified accordingly. All other terms and conditions of the Original Task Order Contract are reaffirmed. The Original Task Order Contract is modified accordingly. All other terms and conditions of the Original Task Order Contract are reaffirmed. 4. The effective date of this Amendment is July 1,2010,or upon approval of the State Controller, or an authorized delegate thereof,whichever is later. 5. Except for the Special Provisions and other terms and conditions of the Master Contract and the General Provisions of the Original Task Order Contract, in the event of any conflict, inconsistency,variance,or contradiction between the terms and provisions of this Amendment and any of the terms and provisions of the Original Task Order Contract,the terms and provisions of this Amendment shall in all respects supersede,govern,and control. The Special Provisions and other terms and conditions of the Master Contract shall always control over other provisions of the Original Task Order Contract or any subsequent amendments thereto. The representations in the Special Provisions to the Master Contract concerning the absence of personal interest of state of Colorado employees and the certifications in the Special Provisions relating to illegal aliens are presently reaffirmed. 6. FINANCIAL OBLIGATIONS OF THE STATE PAYABLE AFTER THE CURRENT FISCAL YEAR ARE CONTINGENT UPON FUNDS FOR THAT PURPOSE BEING APPROPRIATED, BUDGETED, AND OTHERWISE MADE AVAILABLE. Page 2 of 3 Rev 3/16/2010 IN WITNESS WHEREOF,the parties hereto have executed this Amendment on the day first above written. * 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: BOARD OF COUNTY COMMISSIONERS OF STATE OF COLORADO WELD COUNTY for the use and benefit of the Bill Ritter,Jr. Governor WELD COUNTY DEPARTMENT OF PUBLIC HEALTH AND ENVIRONMENT (a political subdivision of the State of Colorado) ?"-)A-kgCL" LL"*- �ix, wra By: �Signatur of Authorized Officer For the Executive Director MAY 2 4 2010 DEPARTMENT OF PUBLIC HEALTH AND ENVIRONMENT Douglas Rademacher Print Name of Authorized Officer Chair, Board of County Commissioners Print Title of Authorized Officer PROGRAM APPROVAL: By: 41 €4./.141.1..fr" 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. TATE CONTROLLER D vid J. McDermott,CPA By: �,�� WELD COUNTY DEPARTMENT OF y PLhC�HEALTH A �D,,�E,N�VJhR0NM Date: BY: �lv"'��/ � �w-�COA, Mark E. Wallace, MD, MPH-Direct Page 3 of 3 Rev 3/16/2010 cs?C/0 /D9 Exhibit E FISCAL YEAR 2011 STATE/LOCAL AIR QUALITY CONTRACT SCOPE OF WORK L Cooperation, Training and Instruction 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. The Contractor shall ensure that its employee(s) who conduct asbestos abatement inspections undergo the required medical monitoring and respirator fit testing and use properly fitted respirators and protective clothing while performing asbestos inspections or investigating asbestos complaints. In addition, the Contractor shall ensure that any employee who has not conducted asbestos inspections under a past contract with the Division,but who intends to do so under this contract, attend the Environmental Protection Agency(EPA) 3-day asbestos inspector training course, or an equivalent course approved in advance by the Division, prior to conducting asbestos inspections. The employee shall also be required to participate in co-inspections with Division asbestos inspectors, as necessary to ensure competence,prior to conducting asbestos inspections pursuant to this contract. The contractor shall ensure that all employees who conduct stationary and mobile sources chlorofluorocarbon (CFC) inspections be trained either by the Division or by a local agency inspector trained by the Division. All training related to CFC shall be pre-approved in writing by the Division's CFC program and shall be devoted to CFC related work. Types of training may include.but not be limited to: Industry sponsored events, Division oversight inspections, field training, and/or other Division 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. The contractor shall ensure that all employees who conduct Particulate Matter(PM)2.5 and PM 10, and Gaseous monitoring be trained by the Division or by a local agency operator trained by the Division and with prior approval of the Particulate Matter Supervisor. All training related to PM2.5 shall be pre-approved by the Division's Particulate Matter Supervisor and shall be devoted to related particulate monitoring work. Types of training may include but not be limited to: Division-sponsored training, United States(US)EPA-sponsored events, Division oversight inspections and field training. Contractors shall notify the PM2.5, PMIO or Gaseous Monitoring program staff when new employees and interns are to be trained and used for monitoring. When possible,the Division shall be notified prior to the employment of such individuals. The following Section II shall not apply to Denver Environmental Health. IL Ambient Air Quality Monitoring A. The Contractor shall operate air quality monitoring site(s), in location(s) determined by the State and using instruments and filters provided by the State. All monitoring activities shall be consistent with State directives, including following the Field Standard Operating Procedures manuals for each parameter sampled. B. For Particulate Monitoring(this applies to Boulder, Larimer,Mesa, Pueblo,and Weld): The State shall provide the Contractor with a schedule for the operation of the particulate(PMIO,PM2.5)monitors,the changing of filters at the particulate monitors,and instructions for the submission of those filters to the State's contracted laboratory. The Contractor shall operate the monitors, change the filters,and submit the filters to the State contracted laboratory in accordance with the monitoring schedules and instructions. In addition,the Contractor operating PM2.5 and PMIO monitors shall conduct the first line of maintenance for these monitors. The Contractor shall keep the PM2.5 and PMI O monitors clean and in good working condition, in accordance with the Standard Operating Procedures manuals. Page 1 of 9 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 PM10 high- volume/low-volume sampling forms and logs, in order to be eligible for reimbursement under this contract. Payment for PM2.5 and PM10 monitoring accomplished by the Contractor will only be authorized upon receipt by the Division of properly filled-out forms and logs. Incomplete forms and logs will not be considered for compensation. The Division will pay on a pro-rated basis if the contractor fails to perform theses duties causing data to be invalidated. 2. The Contractor will ship particulate filters on the monitoring schedule provided by the State,by the shipper selected by the State and none other unless pre-approved by the State. The State shall be responsible for payment of all relevant PM2.5 and PM10 related shipping charges incurred by the Contractor. Exposed PM2.5 and PMIO low-volume filters will be shipped to the State-designated laboratory within five days of sampling batch date.Exposed PM 10 high-volume filters will be shipped to the State-designated laboratory within one month for all sites and preferably within two weeks of the sampling date for daily and 1 in 3 frequency sites. 3. The Contractor shall notify the Monitoring program staff in person by telephone and must reach a person(not a voice mail)within 24 hours of any sampler malfunction or other critical problem requiring State 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. • C. For Gaseous/Continuous Monitoring(applies to Boulder,Jefferson, Larimer, Mesa and Weld Counties): The Contractor shall operate and conduct the first line of maintenance for these monitors in accordance with the monitoring schedules and standard operating procedures. In addition,the Contractor shall keep the gaseous monitors clean and in good working condition, in accordance with the Standard Operating Procedures manuals.Gaseous/continuous monitors may include carbon monoxide and ozone monitors,as well as meteorological sensors. 1. First line maintenance.The contractor shall notify the continuous monitoring program staff in person within 24 hours, on business days, of any sampler malfunction or other critical problem requiring State 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. Routine troubleshooting on maintenance problems with the assistance of the Division,as necessary,including.visualinspection of operating components and minor adjustments of operating parameters. 3. Inspections should occur once per week and on special request by the Division at each of the monitors. 4. Routine precision tests will be performed by the Division and are only to be performed by the Contractor on special request from the Division. 5. Division-provided log sheets for each of the monitors must be annotated for every visit to the sites. D. For Air Toxics Monitoring(applies to Mesa and Weld Counties): The Contractor shall operate and conduct the first line of maintenance for these monitors in accordance with the monitoring schedules and standard operating procedures. In addition,the Contractor shall keep the gaseous monitors clean and in good working condition, in accordance with the Standard Operating Procedures manuals. Air toxics monitors may include volatile organic compounds (VOC), carbonyls, polyaromatic hydrocarbons/semi- volatile organic compounds (PAH/SVOC), metals and hexavalent chrome. 1. Change samples(canisters, cartridges and/or filters) according to established Standard Operating Procedures (SOP) and schedules and ship samples to State-designated/contracted laboratories within 24 hours after sample recovery. Page 2 of 9 • 2. Completely and accurately fill out all sample log sheets as provided by laboratories. Send duplicates/copies of the forms to the State within one month from the end of each quarter 3. Routine troubleshooting on maintenance problems with the assistance of the Division or National contractors, as necessary, including visual inspection of operating components and minor adjustments of operating parameters. Inspections should occur once per week and on special request by the Division at each of the monitors. 4. First line maintenance. The contractor shall notify the continuous monitoring program staff in person within 24 hours, on business days, of any sampler malfunction or other critical problem requiring State 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. III. Stationary Sources 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.) The inspection portion of this section does not apply to Mesa County. 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. 1 through 9 and 15, unless otherwise specified or provided herein. 2. Conduct inspections as specified and listed in Attachment E-1, Budget, and Attachment E-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 EPA Region VIII Uniform Enforcement Oversight System, FY2002. All inspections shall be submitted electronically using Microsoft(MS)Word 97®or 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. 1 through 9, and Regulation 15, shall be handled in the following manner. All relevant data and information gathered by the local agency that showsthe source-maybe 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. 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. Draft Compliance Orders must be reviewed by the State. All Orders must be issued under the signature of the State. Approval for the issuance of Orders shall be obtained in accordance with the following procedures: a. A copy of a draft of the Order prepared by the Contractor shall be transmitted to the State. b. The State shall ensure the appropriate circulation within the Colorado Department of Public Health and Environment to obtain technical review, legal review and approval (concurrence)or disapproval for the issuance of the Order. Approval for the issuance of each separate order may be conditioned upon modifications or amendments to such order and shall be evidenced on the draft order or amendments affixed thereto by the written initial or signature of the approving party denoting approval or concurrence. c. Each order will be put into final form by the State and all required State signatures Page 3 of 9 obtained. d. The State will be responsible for mailing each order. 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. 6. At the Division's discretion,the Contractor may be asked to prepare draft Compliance Determination Letters(CDLs), in the form and manner prescribed by the State for violations of the Commission's Regulation No. 8, Part B(Asbestos). Draft CDLs must be reviewed by the State and will be issued under the signature of the State. Approval for the issuance of CDLs shall be obtained in accordance with specifications in this Section III.A.4.b. and c. above. B. This Section B. shall apply to counties performing asbestos-related work: Denver, Jefferson, and Pueblo. All asbestos-related reimbursements shall be based upon asbestos activity hours as shown in the table on page 5. Exceedance of the maximum reimbursement hours due to extenuating circumstances for the activities listed under"Follow Up Enforcement Activities," must be preapproved, in writing,by the Division. The maximum number of hours required by the Contract is specified in Attachment E-I, Budget. 1. DEFINITIONS For the purpose of determining asbestos inspection hours, the following definitions apply: a. A FULL abatement inspection is one in which the inspector enters the enclosure, dressed in protective clothing and wearing respiratory protection, for the purpose of observing work practices and waste handling techniques. b. A PARTIAL abatement inspection is one in which the inspector does not enter containment. c. A PRE-ABATEMENT inspection is one in which the inspector arrives at the site after construction of the containment has begun but before removal,encapsulation or enclosure has begun. d. A POST-ABATEMENT inspection is one in which the inspector arrives at the site after the removal, encapsulation or enclosure has been completed, but before the containment has been taken down. The inspector must arrive in time to conduct a complete visual inspection. e. A COMPLAINT inspection is one in which the Contractor is investigating a report of violations or potential violations. f. A RE-INSPECTION is an inspection conducted for the purpose of determining whether or not previously encountered violations have been corrected. g. INSPECTION RELATED ACTIVITIES include those activities directly related to an asbestos abatement project that is taking place or may take place, such as telephone calls, meetings and pre-abatement site visits. Page 4 of 9 Table 1: Work Categories and Typical Reimbursement Levels * Asbestos Inspections Reimbursement Hours All inspections will be credited in actual inspection hours, INSPECTIONS (typically 1-4 hours)as shown on either the inspection report or the Notice of Inspection form submitted to the Asbestos Unit Supervisor Travel time,only, if the attempted inspection is conducted ATTEMPTED INSPECTION during work hours shown on the notification form and an (contractor not on site) inspection report is submitted to the Division TECHNICAL ASSISTANCE No reimbursement Enforcement Activities Reimbursement Hours NOTICE OF VIOLATION LETTER Actual time spent(typically 2-4 hours) NOV CONFERENCE Duration of NOV conference+Travel time COMPLIANCE DETERMINATION Actual time spent(typically 2-5 hours) LETTER SETTLEMENT CONFERENCE Duration of settlement conference+Travel time LETTER OF INQUIRY (LOI) Actual time spent(typically.5 to 1.5 hours) AND"111"LETTERS REVIEW OF LOI OR A"111" No reimbursement. Forward all responses to the Division for LETTER RESPONSE review CEASE&DESIST ORDER Actual time spent(typically 2-4 hours) ADJUDICATORY HEARING Duration of hearing,plus time spent providing testimony and depositions+Travel Other Related Activity Reimbursement Hours FIT TEST,LUNG FUNCTION, Actual time.spent(typically 4 hours per inspector) MEDICAL MONITORING Maximum 1 inspector per county PHONE CALLS,OUTREACH No reimbursement * to be used when filling out monthly summary sheets Page 5 of 9 2. ASBESTOS INSPECTIONS (ROUTINE) This Subsection 2 applies to only those local agencies performing routine asbestos inspections: Jefferson, Pueblo and Denver. Reimbursement for asbestos inspections shall be limited to activities associated with demolition or renovation projects a. Only those inspections conducted during active abatement of permitted projects will be reimbursed. Inspections on Approval Notice projects will not be reimbursed. Pre- abatement inspections will not be reimbursed. Post-abatement inspections will be reimbursed if they are conducted within 48 hours of tear down. b. To minimize costs of the annual fit tests and medical and lung function tests, each county performing asbestos inspections shall be limited to one contracted inspector. c. The Contractor shall not be reimbursed for any asbestos related activity not associated with compliance with Regulation No. 8,Part B. d. The Contractor may conduct co-inspections with division personnel to fulfill contracted hours. e. At the Division's discretion,the Contractor may be asked to prepare, in draft form, the following enforcement-related documents: CDLs,NOV letters, etc. and forward them to the State for review. The State must, and the Contractor may, sign all NOVs. The State shall transmit them to the addressee(s)on Colorado Department of Public Health& Environment letterhead. "ill"Letters may be issued with only the Contractor signature on Contractor letterhead. f. The Contractor shall participate in all NOV conferences and adjudicatory hearings, unless the State relieves them of the responsibility to attend g. The Contractor agrees not to exceed 50%of the reimbursable hours the first 6 months of the contract year in conducting asbestos activities under this Contract. 3. __ . ASBESTOS INSPECTIONS_(EMERGENCIES_AND COMPLAINTS)_ This Subsection 3 applies to all counties performing asbestos-related emergency and complaint inspections: Denver,Jefferson and Pueblo. a. The Contractor shall respond, in a timely manner,to all asbestos-related complaints and emergencies within their jurisdiction unless the State relieves them of the responsibility to do so. b. The Contractor shall not be reimbursed for any asbestos related activity not associated with compliance with Regulation No. 8, Part B. c. At the Division's discretion,the Contractor may be asked to prepare, in draft form, the following enforcement-related documents: CD letters, NOV letters, etc. and forward them to the State for review. The State must, and the Contractor may,sign all NOV letters. The State shall transmit them to the addressee(s) on Colorado Department of Public Health&Environment letterhead. "111" Letters may be issued with only the Contractor signature on Contractor letterhead. d. The Contractor shall participate in all NOV conferences and adjudicatory hearings, unless the State relieves them of the responsibility to do so. Page 6 of 9 • e. The Contractor agrees not to exceed 50%of the reimbursable hours the first 6 months of the contract year in conducting asbestos activities under this Contract. f. To minimize costs of the annual fit tests and medical and lung function tests, each county performing asbestos inspections shall be limited to one contracted inspector. C. Permits The Contractor will perform the following services for the State in connection with the enforcement and administration of the Commission's Regulations concerning air pollution emission permits and open burning permits: 1. 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 burn. The contractor shall issue burn permits according to policies issued by the Division. 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. D. 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. E. The State reserves the right to modify procedures for the enforcement of the applicable regulations consistent with policy statements issued by the Division and to provide forms to be used to implement said policy. F. 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 Division and obtain the written approvaLprior-to making application for a search warrant to the court._ The following paragraphs G., H., and I. shall not apply to Mesa County. G. 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 111.G. of sources listed in Attachment E-3,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 Division 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. 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 facilities which perform air conditioning/refrigeration service are registered with the Air Pollution Control Division. Page 7 of 9 3. Verify that technicians are properly using EPA approved recycle/recovery equipment. 4. Notify the State Air Pollution Control Division 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 Division for the current contract year. 7. Notify the State Air Pollution Control Division in writing of any violators of the requirements of Regulation No. 15. H. 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 Air Pollution Control Division. 3. Verify that technicians are properly using EPA approved recycle/recovery equipment. 4. Notify the State Air Pollution Control Division 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 Division for the current contract year. 7. Notify the State Air Pollution Control Division in writing of any violators of the requirements of Regulation No. 15. 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(1)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 8 of 9 IV. 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 Division 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 E-2. All 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. C_ The Contractor shall provide, to the State,copies of any Warning Letters, 111 Letters or Compliance Advisory Letters issued by the Contractor. D. All asbestos inspection reports shall be completed using the State form or a form previously approved by the State. All inspection reports shall be submitted to the State on a monthly basis and received no later than the 15th of the month following the inspections. Summary sheets, developed by the Division, shall be submitted with the inspection reports, listing all asbestos related inspections chronologically and all other asbestos related activities for which the Contractor is seeking reimbursement. E. PM l0 high-volume sample submission reports shall be submitted to the State on a quarterly basis. These reports may be submitted on the form provided by the State entitled "Local Agency Particulate Sampler Quarterly Reporting Form." A monthly sample log currently in use by the Contractor and approved by the State maybe used in lieu of the State's form.The quarterly reports shall contain an itemized list of the individual samples collected from each monitoring site and shall also include the hours earned. These reports shall be submitted to the State fifteen(15)days following the end of the quarter. F. PM2.5/10 low-volume sampling requires the site operator to record data on four forms. These are the Field Data Sheet/Chain of Custody form(FDS/COC),the PM2.5 Regular Maintenance/Sampler Verification Form (Field Form), Refrigerator Control Log, and the Station Anomaly Form. The FDS/COC form is the cornerstone-of PM2.5/10 low-volume monitoring to show samplevalidity and it must be submitted to the contracted laboratory every two weeks with the corresponding samples. The Field Form must also be submitted every two weeks with the corresponding samples. All forms will be provided by the Division. G. All routine and complaint-related CFC inspections shall be completed on a standardized inspection worksheet provided by the Division. All inspection worksheets shall be submitted to the Division on a monthly basis and received no later than the 15th day of the month following the month in which the inspection is completed H. A final report, in narrative form, of program accomplishments shall be submitted as part of the final requests for payment. The final report should include a summary of the reports previously submitted to the State as required by this Contract and shall be submitted no later than August 1,2009. V. 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. Page 9 of 9 '"� ". -0, 40°3 E ate' L^ aIn ma o magi faro n F co d m q at CO m (o A m v _ m of m 0 <o ri Z u � uM uco u (0 u 0 v - o x r O x 0? To x N O x a o x el o x O h ❑ W (n 0 W N CI W h O W ^ O W r ❑ W (6 COI^ O .• m.1 in N - N r N N A - N FO •z F z F zz F z F z F Z • ni f9 69 M M 69 69 W F ^ d a t N 72. co 12. (0 0 (O _ 0 L Q( — al (p - O 0N o- O C O c .� l0 C <O C - O( •E' .- 6 0 v V W Cr 0 N p m g CO 0 o N N o Er E Er °'- E " Er °- E _ "'- m• . — m e m e an d m m tn .. a a= as 0o a as T T d T. T$ T T C C ° C ° Y ° C r -° m m co m m m d e d e d e d e d to d a to -a (0 in Ln o F U N W o N O Q a• @ CO a a m Y M a Y O a Y _ m m m m .- m e m t.1 = d 1 ° : = d qd = d =N(n to E o N 0 0 2 2 o a m m F q H H N Fm v �; a o 10 O m (O d o m (O m t0 h 3 a' o a' o re o a a- Lo CC to T to T I T m E T T O O O O O F O 2 (9 2 vi 2 CO w 2 w 2 (9 {U y c' p , = q Q C O O ny (Q i O CO L O 0 C.0 0 a O d �`0 O 0 O U 4 O L O V Y k tam' p.,, y u 4 .t. N [0 `p ^ } o O a O a O 6 >, tie.m 9 -E. o .a a .a p pp L `N R4 y W O ` 0 0 O. cla= 0 a 3 3 3 r a 3 0 i, ce. �- .''. £ "' t a ° A ° 2 2 0 m E N U E Z o c o 'o v° W 0 U c U U o U A V = o _ ° n — ti nTa 6 C c c c m .., 5 '_o 'a G _ 'm v m r '6n v O a 0 p 0i.r 0 '$ O 0 `n v °' C .0 .. $ F o F r s- .t c c m .E .5 C ,c 0 0 0 v 0 0 v c' 0 o v F o O 0 a 0 0. cy c c E v 0 o NL Y 3 Y 0 E Y 0 Y O O 0 .4 O O O 0 aj � o $ 0 g O 0 0 r,i 3 0 3 m © .F. 0 m ° ._ 0 m ° F s 2 � g g £ L t. E £ F o Q.' "'"' 0 LL v m Gil A a `n = v .cal o � `�, li ca (n o U in 0 a (n 01 v) w E cn v' r v. O Q s y Z 5 .n two° c m Q - o s .e 7 s ° E Uj v O F v — °v' m o v] .o . 'a .E C 'o c Z 'o ." z 'o c 'o n > m 0 S P E 0 �„ c 0 mg Q S 0- Q .5 0 c `o v� E o Q E _a p E - E v F.0 4. E �+ P E oO ° n O 0 " ° 'Ec 4 `o c `o a `o v^i m . `ct ° C p <4 o m m F. A en F 1E V m S o -' c U U U c U c € 64 o f W o 2 — o ° — o .E . o c. U n p 0 .E m U n C U E C V U u Z L 9 C o N a L 6 a .0 8 Q .0 G .0 t- .t. F m C H C 0 H 0 G. F 0 L F C U F- n ii • W F • CG U F F I nl H I CI \ O L\ 3 Q) • • ) Q ) l I• I - I I Cl5 li j N 0 Z 0 N C 0) a) m 4 m n M S° C O II O U U O C I d N O m Q c A O N i ; Wi cc CL.W 'Ix a: W W W c K LU K L K W W 0_ cc m LU LU W LU L a: � c W cc K a: a' x'a' LULILLILI ww ww w u www w ww W W W W W W W W ww w W w W w w w w w w w .w_w CC ,CC CY :CC CC CC C LL C CC CC cr c w m cc cc cc a: w a: cc a< i E m x x x x x x x x: x y m m m m m m co m m m m m CO CO CO CO CO CO. CO. m CO. CO. CO. m m m m m m m m m m m 5 a LL a: `,,L a. a a a-a a. o: a: o_ a a: o_ a: a s ,a 'o a o_ a. a a a M. r ,_a v r r r r d r r r r r 0 `.0 0 0 .0 0 0 ,0'0 0 0 0 0 0 0 :0 0 0 0 '0 0 0 5 0 0 0 0 0 00 O o 0 0 ) 00 0 0 Co 0 0 0 0 0 0'0 0 0 0 0 8888 ,88 0 0 0 0 `0 _NI 0.0 0 0 010 0 0 0.-,0 c ` fM MFMMM c\ }Mc` MM \ \ MMl',.:2, ='..:' c` iiM M �M:M M M M :MMMM''M (0 "t98 O 0 O o (D "(D c0 (D (D (0 c0 (D (0 0 © O 10 O 41,...-6E5 r(D (0 .(0 c0 c0 (O (0 c0 (O c0 .(0,'(p (00 o,;o oFo 0 0 0 0 0 0 0 ',0 .0 0 0 0. 0 0 0 :0 0 0 00,0 '0 0 0 0 0;0 0 0 '0. 0 Q (ti F C ( � 1 el [ xp. S r w k . y k A } 0. >.co Pk: k rpp t. i tk �t } Y ° f fix_ e $ P P `S t T f r rn w w w k:-. 11 u W "W l ULU U'w W i w w IL:1W w 'w LIJ Ct W Iu W -u1'w x1 . r,-; ,!.,'; n r'' '4:- i �, En a i 1 _ " 5 ,\vy V W F V' J J J J J J J JJ J -J 'J J J J J J J J J J J J J J j _ J J -I -I J. J JJ G> 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 V J J J J J J J J R Cl) LL '1;22 ..2 11 LL 22 .LL LL LL 2 w LL LL .:LL iL w �tw5. LL LL w LL w LL LL w LL wLL LL LL LL"':LL Fla LL ,a. a. fl 0_ Can a.' LL O_ LL .d U. a. a. Ili a. YD' C. a`.4_ 'd LL p;"::a. '4_ a. LL'a. a:^.a. 'a'a .a to m U) ;I) V) to u) (n (n C%. (n fD (D 2:55 to In (5 ' ((3 2'. U) V m N to (/J 2 2 m m 2 '2.2 C E 1- z ' z zrz z -z z z z Z Z z z z z z $( z z z z z z ti z z z z z z o 0t a' r U U7 0; U) l'if :."'O) :U) (n N 'u) U) (n (n W= W rth W W W m 2 ed (n f '( 12-7 2 ;1 .(n (n (q 2 N j� LL LL LL LL LL1:a< LL;'LL 1L LL W LL LL it $L`'.LL LL LL ,LL W !11 wlL w If- LL w w•.;LL w' w LL.`;LL Q < Z ,_ z Z z Z -z z z Z z z z z z' z 'z Z '.z: Z 'Z Z iZ Z z Z ,z Z :Z ,Z *z sZ Zc,z , 4 d o (0 H I UR CO ,m. (n m m m m (D. m W (A m m CO2 CO m CO m m m 02 m m m (D m-m m m "m:m m m caw 3 z � � ¢'v a n zLL n LU W x .5 o F- , 3 -> O t..0 O �.. 0 00 " 'w . -J } LUDO cocc2cc cc Q F- O W ii- W O Ili M Z U) it Z w W W' W J CC O } cL l i Lil v U a. U 0_ w D_ OO ¢ _� O z ? r O W K K Q j Z I �' c, — O - (n Z 0 z - - 0 - m Z w ¢ H K Z O ¢ ¢O O ¢ z p p w c, Z Op w m I! I c 0 > ? O (l) O J O a i COIL CI-) W ¢ W `l0 Z W w Z -1.1 d z W J9 o z o D (n m a. (~ cj z z z z 0 Q) O J U i (raj a I'.L W w z o d -,Z C 6I - D E W o O w CI) O 0 (n OJ = W o 3 W IL Z 0 W z F o rr- E !,'Lu m. CO O w r O m C¢9 2 z w C7 z w w d J o J W m W 0 0 a W O W 0 ' I I Z �i O LL:l) 0 0 w y - Z W - OO ¢ O Z O O O Z 1I CO z W Q W W CC U U` H z U ' 2 ;I E LL a w D �. o a c� a- w z ' ¢ LL L “ Q w LL U w 0 0U' 0 5 ¢ - W w z o owoozo � w ow W ¢ z ¢ o ¢ � noc� o3 ¢ LL � o i (off Ili °. :5c) 86mo: o6 ¢ oU ¢ 3zi ¢ UogCCJ ¢ ¢ 00- n 0 - 2 1 I A ii I co co N O o co N D N CO N CO N CO R D N- N CO V' (0 0 W op 1-r m N D O co N h m o c0 I, O i co V h N. O r (0 r 0 N (0 N CO 0) N N 0 0 N r N M 2 (O I� W W N N .M M h I I I -m-(110009000999 o 0 0 0 CO 0 CO 0 0 0 00 00 00 00 0 00 00 00 00 00 .M— .M— M M M (V I o .I Ni M A A M A M M (o M A co crj co (,j A cj A M A co A M M M M co co (h M M M M M M (h O1 ! 0-1—' N N N N N NN 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 Fri .- r r '- .- r W. W W W w:.W W W W W W W W W w W w w w al w w w W W w CiW W www-W W w W W WWWWWWWWWWWWWWWW COCOm COCO m 0 m m .m CO CO in in CO CO CO CO CO mm m CO m m m CO a_.a a d d :aa a s-a a a a a a a a a a !a a s n:`a a. a n - - - - .- 0 0;0 0 0 0'0 0 0 0 0 0 0 0 0 00 0 0 0 0 0 0 0l O 0'.0 V 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 W 0 O 0 0 0 O O 0 :O 0 0 0 0 0 0 0 0 0 0 0 0 0 O. 0 0 O -C CO C0 ,CCO M CO CD CO CO CO CO (\ M M CO CO CO CO CO 'C`O".M CO M 'CO.M CO CO O :(01 (D CO CO CO' (O O (O CO CO 0 0 CD: CO 0 (O O co co co co co co.,co co co 0) O O O O O:O O O :O-O O_O 0 0 0 0 0 0 OO 0 0 0 O iJ O V C) 0 -c 1 n .. ) ww (w w w :w w ww wpu w u3,W W W LU W W w w w "w w ww n 8 e a ( c t_ ' y . x ., a: Y t" ^� V i r ,i "s ,- r \ • ,,,.I 'J J J J `J J J #_I J J J J J J J "J J tJ'J J J tJ J JJ J J".J --C1-1 .=NJ J J J-J J J J -I -I J J J •J :J .yl J `CO -I J»'J k ) "U.JD D IO.OLU D D �D-DU O O D D D D-D D,,.D I D 'D.D DD - .U..„ LL W LL ,a:.LL a w (w ILL LL LL W W LL LL U...U_ LL LL U_,u_ a LL IL'a = I:,a. a s ."a a s `a a a a 0- 0. 0. a. 0- a s a a'a ri: a a s : () CO O CO (0) CO Cn CD `Cn co Cn co w CO CO Cn co- Cn U.. Co co"co (n '.Co co co LH'l Z z Z Z z z z z Z zZ Z z Z z z'Z Z jC , , , , , , , , , i , , , , , i 21 co co co U LU to co co co co co to co: Cn U. co Cn U co co CO co co co co:'co ',ilia. u_ w LL LL LL a w a LL u_ u_ LL LL a u. W LL a u_ LL.a a'LL 4.. u_ : 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 1I Q ,I i Ii y I O l m m (n m m m (n m L. m m m m (n m-m m m m m m m m m m m II U ¢ Cn it U CC z ro a. } m Z ° ZZYCC ,I III 'z X O. 0 H z x ai 4' OU H < J w.. 3 CD Y ry- I a J > CO _ IN: U J Z CU O � M Z Q J Z „,, COW 0O 0 _ III j tI F"J z W a' Cn 2 Q Y O (7 J F. _ LIJ Q Cn W W > H U W U :W U > ID to a' i � Ii S`Z S eL O M � N X _I IWI-- Y. Q U 1- a .(7 U a `U LL Q !i CU i cc W U Q LU 2 O C O ~ Q U > w z a z m 0 >:z } D �i:OO Dz O J D Z O M > z j z M _ H :i D O _ U MU S� mil O Er U Q D z LU O C a H LU W J Z ¢ M }a} m ¢ z ¢ z a co''Z Ls_ H o w Z _ > W W H w W HH J Q o W D H O Q H-- Y CO IN I': Q COW Z W (n Q W v- COMMCn J 2 D ¢ D H O DcoO z (`) I Ni' H a WO D Q N W X W a W W 0 Cn J Z _ D ¢ oo coo ¢ zmDQ _ wo �D 6 .� ¢ o U z z D N o o w > a ¢ Z.,W g H N W H QQ Z W z W W z U Y w (Da -p p Z M Q C Y O Q a Ck w Q CL o C C7 H _U' H D ❑ Z H CDC) « C, W ¢ m ('J W a a' > W W J W (n N (n Z (n O J = Z J Z D C O ID!. O C7 ¢ W W - _ _ aw ¢ C� o < __, O zOw zo m ¢ owoD a" a m O K ¢ C7 ¢ Y J O Y S C7 w w Q m J Q a W N CO CO MOC0 V (A U'. (D (0 O U) U) N 7 0) 0 I- CO N H C) 0 0 0) O CO CO O H P-- N N CO (V d' V U) 0 0 H in O r r N CO 0 0 0 0 0 .- N V O Nit, CO V C V V' V N U) 0 (O CD O CD CO CD CO CD N r n h r N I` c0 CO CO CO CO U N O al CO CO CO CO CO CO CO CO CO CO cO CO M CO CO M C) Co co M CO CO CO CO Co M O C)) d, 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 CO ATTACHMENT E-3 2011 WORKLOAD (JULY 1, 2010 - JUNE 30, 2011) CFC PROGRAM COUNTY YEAR WELD 2011 TOTAL HOURS 120 HOURLY RATE $50.64 TOTAL BUDGET$6,076.80 TYPE HOURS %TIME ENFORCEMENT COMPLAINTS 29 24.1% NEW SOURCE ID 6 5% TRAINING INSPECTIONS TYPE INSPECTIONS INSPECTION %TIME HOURS MOTOR VEHICLE MVAC (FN) 26 26 21.7% SHOP 29 29 24.2% STATIONARY SHOP SSAC (FN) STATIONARY SSER (REGISTERED) 16 24 20% EQUIPMENT 3 6 5% RETAIL FOOD REFER (REGISTERED) 7 / 4 ..r J oe-cow RCVCL6 Colorado Department of Public Health and Environment a; X4/87!: Air Pollution Control Division � �, e"� CFC Program Inspections for 2011 S. W' May 03,2010 Site Address City,Map Location Phone SS RF FN WELD COUNTY FACILITY NOTIFICATION LONGMONT KIA 10168 E I-25 FRONTAGE RD LONGMONT (303)776-2443 L 1 H lit MVAC COUNTY LINE AUTO BODY INC 1021 CARBON CT ERIE (303)828-2699 ❑ ❑ k MVAC A-1 HEATING&AIR CONDITIONING 107 23RD AVE GREELEY (970)352-3500 ❑ ❑ ❑d SSAC GREELEY FURNACE CO LLC 112 E 30TH ST GREELEY (970)356-0121 H H j,, SSAC FIRESTONE TIRE&SERVICE CENTER 1130 8TH AVE GREELEY (970)356-1191 ❑ ❑ RA MVAC BUFFALO RIDGE LANDFILL 11655 WELD COUNTY RD 59 KEENESBURG (303)486-6034 ❑ H [) RECO H&R REPAIR&TOWING, INC. 123 W SOUTH FIRST ST JOHNSTOWN (303)587-2868 ❑ H k MVAC THEE YARD 12433 WELD COUNTY ROAD 41 HUDSON (303)536-0701 ❑ In k RECO WELD COUNTY GARAGE-TRUCK CITY 1415 1ST AVENUE GREELEY (970)352-1313 H ❑ El MVAC HAJEK CHEVROLET 1415 VISTA VIEW DR LONGMONT (303)776-5530 H H W MVAC AFFORDABLE HEATING&A/C 1740 ELDER AVE GREELEY (970)223-1433 ❑ ❑ W SSAC NOAH PLUMBING&HEATING 1822 SKYWAY DR STE H LONGMONT (303)530-5530 ❑ ❑ C SSAC HEARTLAND MECHANICAL 1913 WINDSONG DR JOHNSTOWN (970)587-0575 H In i SSAC DAN'S GARAGE 21042 PECKHAM DR LA SALLE (970)284-7807 H H k MVAC ADVANCED COMFORT 2152 45TH AVE GREELEY (970)339-8368 H In E SSAC WELD COUNTY SCHOOL DIST#6 2204 5TH AVE GREELEY (970)348-6410 H ❑ 0 SSAC MILLIKEN JOHNSTOWN ELECTRIC 23 N GREELEY JOHNSTOWN (970)587-4912 ❑ ❑ SSAC DEBEY'S SERVICE 2315 W 10TH ST GREELEY (970)356-7677 ❑ ❑ [] MVAC SCOTT'S IMPORT SPECIALISTS 2435 8TH AVE#B GREELEY (970)336-1484 H ❑ El MVAC LEMONS HEATING&COOLING 24725 WCR 58 GRAND JUNCTION (970)353-3527 r; ❑ 0 SSAC WARREN'S FIXIT FACILITY 24857 1ST ST GALETON (970)454-3998 H H El MVAC WELD COUNTY GARAGE 2699 47TH AVENUE GREELEY (970)352-1313 H ❑ k MVAC M B AUTO SALES&SALVAGE 2732 COUNTY ROAD 27 FORT LUPTON (303)654-1882 H H k RECO C P MECHANICAL SVCS 28945 WELD CNTY RD 10 KEENESBURG (303)536-0200 LI ]) ❑ SSAC WILES EUROPEAN MOTORS INC 301 4TH ST MEAD (970)535-4715 ❑ 0 E MVAC B&G EQUIPMENT INC 301 E 8TH ST GREELEY (970)352-9141 H H k MVAC C G HAYES REPAIR 32010 WCR 63 GILL (970)356-3355 ❑ H El MVAC SIMPSON SHEET METAL CO 321 BASHER DR BERTHOUD (303)623-8362 H H 0 SSAC ECONOMY BODY&RV CENTER 3231 W SERVICE RD EVANS (970)339-5350 H ❑ i] SSAC DDA HEATING&AIR 3560 RINN VALLEY DR FREDRICK (303)776-5289 ❑ ❑ H SSAC INNOVATIVE HVAC SYSTEMS INC 3612 MONTROSE ST EVANS (970)330-3051 ❑ ❑ [ SSAC FIRST CLASS TRUCK&AUTO SVC 3725 W SERVICE RD EVANS (303)330-9038 H H V MVAC SOURCE GAS 3766 EUREKA WAY UNIT 1 FREDERICK (303)833-3313 H ❑ W SSAC SOURCEGAS LLC 3766 EUREKA WAY UNIT 1 (CALL 1ST) FREDERICK (303)763-3534 01 1i V SSAC VORTH WELD SANITARY LANDFILL 40000 WELD COUNTY RD 25 AULT (303)486-6034 H ❑ I] RECO NBSOLUTE COOL 4011 CENTRAL ST EVANS (970)339-9033 ❑ —I r] SSAC d&S GARAGE LLC 4104 N VALLEY DR LONGMONT (303)776-8808 ❑ ❑ „ MVAC WELD COUNTY FACILITY NOTIFICATION rinspBycounty Monday,May 03,2010 Page —7) ✓' 6 1s S` 'T7 Colorado Department of Public Health and Environment all ' A;? ` Air Pollution Control Division 2 crc�® w /876 4» CFC Program Inspections for 2011 ` rig*' May 03,2010 Site Address City, Map Location Phone SS RF FN COOKSEY FARMS 41419 HIGHWAY 52 ROGGEN (970)849-5214 ❑ ❑ C SSAC MIKE'S HEATING&NC 417 4TH ST NUNN (970)353-7553 H ❑ (_] SSAC LONGS PEAK EQUIPMENT 4322 HIGHWAY 66 LONGMONT (970)535-4474 ❑ ❑ w MVAC MATHY MECHANICAL&CONSTRUCTION CO 441 SIMMONS CT ERIE (303)717-5812 ❑ ❑ I] SSAC AT YOUR SVC HEATING&A/C 4490 NAVAJO CT GREELEY (970)397-0445 ❑ ❑ C] SSAC ERIE AUTO SALVAGE 4878 1-25 FRONTAGE RD DACANO (303)571-5375 ❑ ❑ ❑d MVAC DANNY'S AUTO REPAIR 519 CHATOGA AVE GROVER (970)895-2207 ❑ n O MVAC SEVEN SONS AUTO SALVAGE 519 US HIGHWAY 85 BRIGHTON (303)659-2285 ❑ ❑ ❑d RECO AMERICAN AIR HEATING&A/C INC 561 EAST GARDEN DRIVE WINDSOR (970)686-6086 H ❑ W SSAC PURIFOY CHEVROLET CO 601 DENVER ST FORT LUPTON (303)659-8311 ❑ ❑ W MVAC AIRE-FORCE HEATING&COOLING 602 TRAILDUST DR MILLIKEN (970)587-7180 H ❑ ±l SSAC CMS MECHANICAL SERVICES 609 TECHNOLOGY CIR#A WINDSOR (970)686-6800 ❑ ❑ , SSAC WLD CNTY BUDGET APPLIANCE SVC 6118 W 10TH ST GREELEY (970)352-8697 ❑ ❑ ❑,i SSAC AIR REPAIR 6380 W 10TH ST#10 GREELEY (970)353-3685 ❑ ❑ ❑./ SSAC COMFORT ZONE HEATING&AIR 641 INNOVATION#D WINDSOR (970)686-2252 [] ❑ I] SSAC WESTERN COMFORT SYSTEMS INC 6525 W 4TH ST GREELEY (970)352-3432 ❑ H Ill SSAC STAPP INTERSTATE TOYOTA-SCION INC 8019 RASPBERRY WAY FREDERICK (303)776-1743 ❑ ❑ n MVAC ICE ENERGY INC 9351 EASTMAN PARK DR#B WINDSOR (970)545-3630 ❑ ❑ I SSAC WELD COUNTY FACILITY NOTIFICATION dospOycounty Monday,May 03,2010 Page '2 `✓~ , I 17 RECYCLE F cow"� Colorado Department of Public Health and Environment' . .' Air Pollution Control Division crc ;:_ ran CFC Program Inspections for 2011 X-e May 03,2010 Site Address City, Map Location Phone _ SS RF FN WELD COUNTY RETAIL FOOD EQUIPMENT REGISTRATION HAYS MARKET INC 201 JOHNSTOWN CENTER DR JOHNSTOWN (970)587-4658 IT 14,1 Fl ALBERTSON'S#883 2325 23RD AVE GREELEY (970)330-4910 ❑ ❑ ❑ WAL-MART SUPER CENTER#980 3103 23RD AVE GREELEY (303)420-8401 ❑ LJ ❑ HELD COUNTY RETAIL FOOD EQUIPMENT REGISTRATION rinspeycounty Monday,May 03,2010 Page 1"p 5_ C coo� Colorado Department of Public Health and Environment Ink �'«' %; Air Pollution Control Division �P 'e"� CFC Program Inspections for 2011 May 03,2010 Site Address City, Map Location Phone SS RF FN WELD COUNTY STATIONARY SOURCE EQUIPMENT REGISTRATION NORTHRIDGE HIGH SCHOOL 100 71ST AVE GREELEY (970)348-6410 J ❑ ❑ CITY HALL 1000 10TH ST GREELEY (970)350-9395 LJ ❑ ❑f/ SSAC MOUNTAIN MOLDING LTD 14444 125 FRONTAGE RD LONGMONT (970)535-4777 ❑./ ❑ ❑ GREELEY CENTRAL HIGH SCHOOL 1515 14TH AVE GREELEY (970)348-6410 n ❑ ❑ STATE FARM INSURANCE CO BLDG.C 1555 PROMONTORY CIR GREELEY (970)395-5135 O ❑ ❑ COTTONWOOD POINTE OFFICE BLDG 1600 23RD AVE GREELEY (970)330-1828 CP ❑ ❑ SWIFT&COMPANY 1770 PROMONTORY CIR GREELEY (303)449-2092 0 ❑ ❑ CARESTREAM HEALTH INC 2000 HOWARD SMITH AVE WEST C 42 WINDSOR (970)686-4032 U ❑ ❑ SSAC PLATTE VALLEY YOUTH SERVICES CENTER 2200"O"ST GREELEY (303)866-7223 iJ ❑ ❑ LONGMEADOW APARTMENTS 2311 16TH ST GREELEY (970)356-7129 91 ❑ H UNC-WEST CAMPUS HOUSING SOUTH 2323 11TH AVE GREELEY (970)397-3220 ❑ ❑ GREELEY WEST HIGH SCHOOL 2401 35TH AVE GREELEY (970)348-6410 (J ❑ ❑ RELIANT PROCESSING LTD 31375 GREAT WESTERN DRIVE WINDSOR (970)412-1968 ❑ ❑ UNION COLONY CIVIC CENTER 701 10TH AVE GREELEY (970)350-9395 U ❑ ❑ JP MORGAN CHASE-PLAZA BLDG 822 7TH ST GREELEY (970)310-6596 Ril ❑ ❑ EASTMAN KODAK COMPANY(BLDG#C-61) 9952 EASTMAN PARK DR,C-61 WINDSOR (970)686-4621 D ❑ ❑ WELD COUNTY STATIONARY SOURCE EQUIPMENT REGISTRATION nspBycounty Monday,May 03,2010 Page L.3" £ d s v Hello