Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Browse
Search
Address Info: 1150 O Street, P.O. Box 758, Greeley, CO 80632 | Phone:
(970) 400-4225
| Fax: (970) 336-7233 | Email:
egesick@weld.gov
| Official: Esther Gesick -
Clerk to the Board
Privacy Statement and Disclaimer
|
Accessibility and ADA Information
|
Social Media Commenting Policy
Home
My WebLink
About
20071792.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, 2007, and ending June 30, 2008, 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 27th day of June, A.D., 2007. BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO ATTEST: "_ __ f / ELA CUSED �/ l Z'd E. Long, Chair Weld County Clerk to the Bo. 1861 m J-r ro-Tem BY: 9-4O"-A Deputy Clerk to the Board Wil ' m F. Garcia APP AST • �-- Robert D. Masden oun orney .- """gym ,yr Douglas"R7ademache I-07 Date of signature: 7 / 0 7 2007-1792 HL0034 rr / -C3c-iA5J C�7 -D q-o Memorandum yuleTO: David E. Long, Chair Board of County Commissioners From: Mark E. Wallace, MD, MPH, Director COLORADO Department of Public Health and l\ Environment DATE: June 21, 2007 t 1 � SUBJECT: Air Quality Program Task Order Contract Enclosed for Board review and approval is the Air Quality Program task order contract between the Colorado Department of Public Health and Environment(CDPHE) and the Weld County Department of Public Health and 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 $85,664.64 for the time period of July 1, 2007 through June 30, 2008. In November of 2006, you approved a task order for this program for the first six months of 2007. The contract has now been changed to a July 1st through June 30th funding cycle. I recommend your approval of this task order contract. Enclosure D o 3 o c rn am o z o rrt tNv (no m U zz 0 N a -< 0 2007-1792 • DEPARTMENT OF PUBLIC HEALTH AND ENVIRONMENT ROUTING NO.08 FAA 00137 APPROVED TASK ORDER CONTRACT -WAIVER#154 This Task Ceder Contract is issued pursuant to Master Contract made on 01/23/2007,with muting number08 FAA00052 STATE: CONTRACTOR State of Colorado for the use &benefit of the Board of County Commissioners of Weld Department of Public Health and County(a political subdivision of the State of Environment Colorado)for the use and benefit of the Weld Air Pollution Control Division County Department of Public Health and 4300 Cherry Creek Drive South Environment Denver, Colorado 80127 1555 North 17th Avenue Greeley,Colorado 80631 TASK ORDER MADE DATE: CONTRACTOR ENITIY TYPE: June 5,2007 Colorado Political Subdivision PO/SC ENCUMBRANCE NUMBER CONTRACTOR FEIN OR SOCIAL SECURITY NUMBER: PO FAA AIR0800137 846000813 TERM: BILLING STATEMENTS RECEIVED: This Task Order shall be effective upon Quarterly approval by the State Controller,or designee, or on 07/01/2007,whichever is later. The S'TA'TUTORY AUTHORITY: Task Order shall end on 06/30/2008. 29-1-201 C.R.S. PRICE STRUCTURE: CONTRACT PRICE NOT TO EXCEED: Cost Reimbursement $85,664.64 PROCUREMENT ME II FEDERAL FUNDING DOLLARS: $ Exempt STATE FUNDING DO11ARS: $85,664.64 BID/REP/LIST PRICE AGREEMENT NUMBER MAXIMUM AMOUNT AVAILABLE PER FISCAL YEAR Not Applicable FY 08: $85,664.64 FY XX: $ LAW SPECIFIED VENDOR STATUTE: FY XX: $ Not Applicable FY XX: $ FY XX: $ STATE REPRESENTATIVE: CONTRACTOR REPRESENTATIVE: Kathleen Decider Trevor Jiricek Department of Public Health and Environment Director,Environmental Health Services Air Pollution Control Division Weld CountyDepartment of Public Health and Fiscal Services Program Environment 4300 Cherry Creek Drive South 1555 North 17th Avenue Denver,CO 80246 Greeley,CO 80631 SCOPE OF WORK: The Contractor is to perform air pollution monitoring activities,including inspections,gaseous monitoring,particulate monitoring,and stationary and mobile sources CFC monitoring. Page 1 of 4 EXHIBITS: The following exhibits are hereby incorporated: Exhibit A- Additional Provisions (and attachment A-1) Exhibit B- Statement of Work(and attachments B-1 and B-2) Exhibit C- Limited Amendment Template for Task Orders 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. 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: I)the 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;5)the Page 2 of 4 • Additional Provisions-Exhibit A,and its attachments,to this Task Order Contract;4) the Scope/Statement of Work-Exhibit B,and its attachments,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 term 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"Limited Amendment for Task Orders"that is substantially similar to the sample form Limited Amendment that is incorporated herein by this reference and identified as Exhibit C. To be effective, this Limited Amendment must be signed by the State and the Contractor, and be approved by the State Controller or an authorized delegate thereof. Upon proper execution and approval,this Limited Amendment shall become a formal amendment to this Task Order Contract. 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 terms 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. Page 3 of 4 IN WITNESS WHEREOF,the State has executed this Task Order Contract as of the day lint above written. CONTRACTOR: STATE OF COLORADO: Board of County Commissioners of Weld County BILL RITTER,JR.GOVERNOR (a political subdivision of the State of Colorado)for the use and benefit of the Weld County Department — of Public Health and Environment I egal Name of Contracting Entity For Executive Director 846003013 Department of Public Health and Environment Social i Security Number or FEIN Ann� .A-'t Department Program Approval: Signature of Authorized Officer 06/27/2007 4U—, ^ /�William H. Jordo y `I ` -Y_l{✓ChaiX_illiamm -.;Board of County CommissionersB111�'r�4,1449� Print Name&Title of Authorized Officer GOVERNMENTAL ENTITIES: t, i , 'S (An attestation and se re r it , `` /I F 4.4 1 �';,, i� ,,,PPP���nnn,��� t ls6t ( sj.N :i Attest(Seal)B ( 1 -��u t �C ,u„r ���� (Town/City/Coon lerk Equivalent) ,,r�i' ',1 .� "'`,seal here) ALL CONTRACTS MUST BE APPROVED BY THE STATE CONTROLLER CRS 24-30-202 requires that the State Controller approve all state contracts. This contract is not valid until the State Controller,or such assistant as he may delegate,has signed it. The contractor is not authorized to begin performance until the contract is signed and dated below. If performance begins prior to the date below,the State of Colorado may not be obligated to pay for the goods and/or services provided. STATE CONTROLLER: Leslie M.Shenefelt By _Si Date WELD COUNTY DEPARTMENT OF P!1�L.C HEA H ENV ENT HY: Mark E. Wallace, MD, MPH-Director Page 4 of 4 doo 7-/294 EXHIBIT A Additional Provisions EXHIBIT A ADDITIONAL PROVISIONS To Task Order Contract Dated 06/05/2007- Contract Routing Number PO FAA 00137 These provisions are to be read and interpreted in conjunction with the provisions of the Task Order Contract specified above. 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. 2. To receive compensation under this Task Order Contract,the Contractor shall submit a signed quarterly Invoice/Cost Reimbursement Statement in a format acceptable to the State. A sample Invoice/Cost Reimbursement Statement is attached hereto as Attachment A-I and incorporated herein by this reference. An Invoice/Cost Reimbursement Statement must be submitted within thirty(30) 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. These items may include,but are not limited to, the Contractor's salaries, fringe benefits, supplies, travel,operating, indirect costs which are allowable, and other allocable expenses related to its performance under this Task Order Contract. Invoice/Cost Reimbursement Statements shall: 1)reference this Task Order Contract by its contract routing number, which number is located on page one of this Task Order Contract;2) state the applicable performance dates; 3)state the names of payees;4) include a brief description of the services performed during the relevant performance dates; 5)describe the incurred expenditures if reimbursement is allowed and requested;and,6) show the total requested payment. Payment during the initial,and any renewal or extension,term of this Task Order Contract shall be conditioned upon affirmation by the State that all services were rendered by the Contractor in accordance with the terms of this Task Order Contract. Invoice/Cost Reimbursement Statements shall be sent to: Kathleen Deckler Air Pollution Control Division Fiscal Services Colorado Department of Public Health and Environment APCD-BI-Admin 4300 Cherry Creek Drive South Denver,CO 80246 To be considered for payment,billings for payments pursuant to this Task Order 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 Task Order Contract must be received by the State within a reasonable time after the expiration or termination of this Task Order Contract;but in no event no later than sixty(60)calendar days from the effective expiration or termination date of this Task Order Contract. Unless otherwise provided for in this Task Order Contract,"Local Match", if any, shall be included on all billing statements as required by the 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. To be attached to CDPHE Page 1 of 2 Revised: 12/19/06 Task Order v1.0(11/05)contract template EXHIBIT A 3. 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: 1) 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. If the Contractor fails to correct such deficiencies within thirty(30)calendar days,the Contractor shall be in default of its obligations under this Task Order Contract and the State, at its option,may elect to terminate this Task Order Contract or the Master Contract and all Task Order Contracts entered into pursuant to the Master Contract. To be attached to CDPHE Page 2 of 2 Revised: 12/19/06 Task Order v1.0(11/05)contract template / ) O . o ) . / \ \ Z tri \ • \ \ j � 2 § 3 g 3 % / 0 \ \ H A \ C $ / ~ , ; \ / \ o \ \ / ~ ~ g ) § / § . § -o ) .. k m § g } o \ pol \ 0 \ Q ) a / o / E § ch o 'et \ / '` $ / / i a 4 z ® < in / E ) o a G 7 .\ / / 7 \ � ° d \ / % / § + $ H = 2 = u ® 2 ± a H Q \ j / \ \ / . } \ § \ \ \ / U \ w \ \ ) g \ \ # ) \ / .. \ / H \ / o 0 \ H \ \ 0 EXHIBIT B STATEMENT OF WORK EXHIBIT B STATEMENT OF WORK To Contract Dated 06/05/2007-Contract Routing Number 08 FAA 00137 These provisions are to be read and interpreted in conjunction with the provisions of the contract specified above. 1. The Contractor,in accordance with the terms and conditions of this contract, shall perform and complete, in a timely and satisfactory manner,all activities described in the approved Work Plan/Scope of Work that is attached hereto as Attachment B-1 and incorporated in accordance with the associated Budget which is attached hereto as Attachment B-2 and incorporated herein. To be attached to CDPHE Page 1 of 1 Revised:4/1/04 Version 1.0(4/04)contract template , ATTACHMENT B-1 FISCAL YEAR 2008 STATE/LOCAL AIR QUALITY CONTRACT SCOPE OF WORK I. 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 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. If the county does not perform asbestos work,this paragraph does not apply. 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 Monitoring(PM)2.5, PM 10,Total Suspended Particulate(TSP)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, PM 10, TSP 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. II. Ambient Air Quality Monitoring A. The Contractor shall operate an air quality monitoring site, in locations 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 manual. B. The State shall provide the Contractor with a schedule for the operation of the particulate monitors(PMI0, PM2.5 and TSP),the changing of filters at those 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 schedule and instructions. In addition,the Contractor operating PM2.5 monitors shall conduct the first line of maintenance for the PM2.5 monitors. The Contractor shall keep the PM2.5 monitors clean and in good working condition, in accordance with the PM2.5 Field Standard Operating Procedures manual. 1. The contractor shall completely and properly fill out the Field Data Sheet/Chain of Custody(FDS/COC) form and all other relevant PM2.5 sampling forms and logs, in order to be eligible for reimbursement under this contract. Payment for PM2.5 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. Page 1 of 9 2. The Contractor will ship 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-related shipping charges incurred by the Contractor. Exposed PMl 0 and TSP filters will be shipped to the State-designated laboratory within five days of sampling batch date. 3. The Contractor shall notify the PM2.5/PM 10/TSP program staff by telephone and must reach a person within 24 hours of any malfunction or sampler problem. Electronic mail can be used as a back up. The following paragraph C. shall apply to the following counties only: Boulder, El Paso,Larimer,Mesa, and Weld. C. The Contractor shall provide the following services for the carbon monoxide,ozone and/or meteorological monitors: 1. First line maintenance. The contractor shall notify the continuous monitoring program staff of any equipment problems or concerns requiring State attention by telephone or email within 24 hours; 2. Routine troubleshooting on maintenance problems with the assistance of the State,as necessary, including visual inspection of operating components and minor adjustments of operating parameters; 3. Inspections should occur once per week and on special request by the State at each of the monitors; 4. Routine precision tests will be performed by the State and are only to be performed by the contractor on special request from the State;and 5. Maintenance of State provided log sheets for each of the monitors. The following paragraph D. shall apply to the following county only: Mesa. D. The Contractor shall provide the following services for the air toxics monitors(including Volatile Organic Compounds [VOC], carbonyl,metals,hexavalent chrome): 1. Change samples(canisters,cartridges, filters)according to established Standard Operating Procedures (SOP)and schedules as part of the EPA National Air Toxics Trends Stations network and ship samples to State-designated/contracted laboratories within 24 hours after sample recovery; 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. Provide first-line maintenance on samplers.Notify the State of any problems or concerns by telephone or email within 24 hours. 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.) 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 Contract Attachment B-2,Budget, and Exhibit 1 — 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 Page 2 of 9 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. 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. 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 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. If the county does not perform asbestos work,this paragraph does not apply. 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 Contract Attachment B-2. 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. Page 3 of 9 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,pre-abatement site visits and variance request reviews. Page 4 of 9 Table 1: Work Categories and Typical Reimbursement Levels µ 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"III"LETTERS REVIEW OF LOI OR A"Ill" 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 STATE/COUNTY ASBESTOS No reimbursement INSPECTOR MEETINGS FIT TEST,LUNG FUNCTION, Actual time spent(typically 4 hours per inspector) MEDICAL MONITORING Maximum I 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 while the contractor is on site 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. 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. "111"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. 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. "Ill"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. 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. Page 6 of 9 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 burn 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 approval prior to making application for a search warrant to the court. The following paragraphs G., H., and I. shall not apply to Mesa County and San Juan Basin Health Departments. 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 III.G. of sources listed in Exhibit 2,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 such that one-half of the inspections are conducted during the first two quarters and one-half are conducted during the last two quarters. 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. Page 7 of 9 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 such that one-half of the inspections are performed during the second quarter and one-half of the inspections are performed during the third quarter. 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(1) 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. 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: Page 8 of 9 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 Exhibit I. 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, Ill 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. PM10 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" which is attached and by this reference made a part hereof as Exhibit 3. A monthly sample log currently in use by the Contractor and approved by the State may be 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 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 (PM2.5 Field Form), Refrigerator Control Log, and the Station Anomaly Form. The FDS/COC form is the cornerstone-of PM2.5 monitoring to show sample validity and it must be submitted to the contracted laboratory every two weeks with the corresponding samples. The PM2.5 Field Form must also be submitted every two weeks with the matching samples. The Refrigerator Control Log and the Station Anomaly Forms are monthly forms that must be submitted within fifteen days after the end of the corresponding month. All forms are provided by the State and an example of each form is attached and by this reference made a part hereof as Exhibit 4. 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 15`1 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 February 1,2008. 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 k I iFr - !i. Y,,:;:: A 1111�w\ 11^ I I' ' 3 ir' I I iceWccWceWc, Wte 'WceW YWacwccsrcccc CWcc ..cc CCCC I'� 1 8llwwwwLs'JwuSJ �il;',1 twwwwW ' .�5 1 cc a a a a CC a a' CC IY W CL CL CC CC CL CC lY:,Ce 'IC CC 'W Cr Cr i ` �;m mm m m m m m m m m m m m m m m m m m m m m m mm Iaaaaaa: aa: aaaaa 'aaaaaaa a CI: aaari CO c0 m to co CO oo as c0 co m co m co w co 00 00 co L7O 00 0o Co �g8O8o8O8O8O800•088888 °8888O 1 a • O O O O O O O O O O O O .a I Q ! N fV N ) N 11 N 2V Nig• N N N N N g N c1 o o o o o �{ N O 'O 0 0 0 0 0 0 0 0 co O O O O O O O O Oco co co co O O O I!I 14 I v) I`c� `8. O `$ o88 `88 .8. 8 .;o `.. O `6S $ `S O S •. - IIT. t.,,,,,- t •� c:�is ..3,E #t • ..H i, r 'LI) 1 - •k:r•f: X:,A'.i: Y..?;:r !.'F:.- )y :x:!_:':: ig.1 d,fAiI I t i „F'r:_ y€t:. :n,4.. zf @p E4 rF 4isi II - -!�.,,. _ tti'•l�` IFS.,: itir: J:..l.! ;�₹. •I I - 11V1;; 1 z'� __, 1-C;':1;::: k:�y' I # .. ,,,,k,.,,1!•;;: Azii t::: •. —. ?:a zLiii'r s :, zgril.. . I I zui:: �Ir.::: ��3�jn ;F:'1.5;5'.'. _ ii - - ::sax - ri:•tr:: F7 i:ll :cr_:. Njii EEL:..2 1 : 1 = v,. �,, fir, aE,.: II;,: �Fy'! • 4 Q � _ it!!! Al. Nilt I - h'ia:. iy,!! - F=F' e ,e Y O I RI J J J J J J J J J J` V J •.K.J J J J •J J J J J J J J J J :444- Q) _, J J J J J J J J J J J J J J-J J J J J J J ,._I J J J : DDDDDDDDDDD P D J J •D D D a D D D D Jr v Q i LL LL LL LL LL LL LL LL LL LL LL LL LL,LL 'LL LL 1J- LL Lk., LL ;tL LL LL LL 11..- C a aaaaaaaaaan. a. daELCLa, a. a'aaa. : aa.' •a _L m cn m ill) cn cn m m u) u) V) CO V)i to V) V) U) L7 cn CO',t/1 to V) cn cn 1 II- Z Z Z Z Z Z Z Z Z z z z z z z z z z z Z Z Z K z Z C) I me 0) UJ GO cn (n to - V) w rn cn (I) to (n cn V? co (n.:cn 0) w '0 cn L ; LL LL LL LL LL LL LL LLLL LL LL LL LL LL LL LL 11 LL LL 11. LL LL <L LL LL LL.: ' ii 4V zzzzzzzzzzzzzzz4. zzzzzzzzzz: s;Iih x `' yy N 0 jeF yY,':: W '''''''1"1:: •if: �... is•': 7:::.::: ( .=i'i' 7g's Iycs �";; t':k`Fp" 'AFL,. ::; ;t:ii. 4,nt. :ms _ =s ,r. :: • -e. ';Sti iiFn ik • - !! i - .t t ..6 y 1�. I v mtom .u) ccnmccntti''mob'mf1-m0wm' nnmminatoomtCilm ; r III A m 1 I } N co z O 0 IE W Z w ' W O ° I; LL Z w w L1J a Y i- C7 >Z- h a q J J I p c) g ¢ O ] J j W J CC •n. 5 Q ]C < w O w to cc p- O Y O p O .1.te z Cr <n cow U W < V a z 1 CO V ° M m li Y w J x z z P.H3- 2 O. Q a a H u-} Q --, w . a a Z f- I !J LLI j -I -I J J ? CO j u) =;..„, U J cn D >- J_ - LLJ I Z ( c'!a d a' L- 2 0 Q 0 ' Cl- 9 cc J •Z.'Z g uti J ci CC x ` U Z Q I Ia U ¢ Z• O V a - kj 0 C "Z Q I CG z w g } w W O I U)ii i CC O -J (7 . Ct III u) co z Z a Ea 'i2 a Q w O w } 1- a ~.- I I m ,i_ W LL! CC ` H }- I i lU Fes: � — Z � F- �' � � I . C] Z — CO � i I . I0ww . zfl{o0 O W & wam du� pa N , pp I z '- JJ W - WLLIOOUZZCCW — zwOw _ VaF- d CZ, I clac0iw `aYaa � y :zHw.� w¢ ° � a• CDzLL' - < (.90 c nizUDt.) UC7 nw .UYz c.) c7 � •E, o F a10mc� ,flDOC < 'v) a � aaQ 00Qu) � ac~nz � 0 tn 1 Q ,- N M LO O N L� M CO I'- cNM� O) (R O) CO 1,- N 12 M d N CO IS) CO N 0 M e0 M ►+ 00 0 CD en Nr N :t,� o N an••t O N p I *6'. I S O M M ' M Q co 'tr.) C+7 M Co M M co M c4 o co co co co ce i t EIN N N N _ N N N N N N`N •CAL N :N:N 'i+J N N'N N N (N1.C•1 N (Cb i ! al F :r r r r +`J"Y r .- r IT t'-• .-:.r t-..r lir.r :vr P .- ,e- <- �"r r E 1 CO U) O O c ' d i > I I C - R Ch rnl C cf O u V (1) m a c co R a a E 0 C) 0 v 0 O U I � m co 0 0 N 0 co Q 0 O O N a) a) a) N s m O Ii• 'a) Co i >. 0 co▪ IO I U h 0- aa) -� c Q HI N O 't I I U LxLibiA. z 2008 WORKLOAD (JULY 1, 2007 -JUNE 30, 2008) CFC PROGRAM COUNTY YEAR WELD FY 2008 TOTAL HOURS 125 HOURLY RATE $44.48 TOTAL BUDGET$5,560.00 TYPE HOURS % TIME ENFORCEMENT 15 12% COMPLAINTS NEW SOURCE ID 8 6% TRAINING INSPECTIONS TYPE INSPECTIONS INSPECTION %TIME HOURS MOTOR VEHICLE MVAC(FN) 34 34 30% SHOP 33 33 27% STATIONARY SHOP SSAC (FN) STATIONARY SSER(REGISTERED) 16 24 19% EQUIPMENT RETAIL FOOD RFER(REGISTERED) 4 8 6% ` Colorado Department of Public Health and Environment a . % • Air Pollution Control Division tcr.jet •'"' • CFC Program Inspections for 2008 July 11,2007 Site Address City,Map Location Phone SS RF FN WELD COUNTY FACILITY NOTIFICATION STEVEN'S APPLIANCE LLC 1005-42ND ST EVANS (970)330-0733 ❑ ❑ 0 SSAC ABSOLUTE AUTOMOTIVE 1011 16TH ST GREELEY (970)346-8020 ❑ ❑ 0 MVAC CAMINO REAL HEATING&SHEET METAL 1100 2ND AVE GREELEY (970)651-8432 ❑ ❑ 0 SSAC SHUPE'S TRUCK SVC 115 4TH ST RD GREELEY (970)352-0133 ❑ ❑ MVAC NORTH STAR REFRIGERATION 121 HUNTERS COVE LONGMONT (720)299-3312 ❑ ❑ 0 SSAC RANDY PREMER REPAIR INC 1300 8TH AVE GREELEY (970)352-2823 ❑ ❑ 0 MVAC B&R HEATING&AIR 1424 RED FOX CIRCLE WINDSOR (970)218-9925 ❑ ❑ 0 SSAC K&C RV INC 14504 E 125 FRONTAGE RD LONGMONT (303)776-1309 ❑ ❑ 0 MVAC SAM AINSWORTH&CO 1452 9TH ST GREELEY (970)352-2117 ❑ ❑ 0 SSAC ANDERSEN'S SALES&SALVAGE 1490 E 8TH ST GREELEY (970)352-7797 ❑ ❑ 0 RECO ENGINEERED COMFORT SYSTEMS 156 FALCON CIR MEAD (720)220-0440 ❑ ❑ 0 SSAC PRECISION AUTO BODY 1619 1ST AVE GREELEY (970)353-7461 ❑ ❑. 0 MVAC G&M IMPLEMENT 1717 2ND AVE GREELEY (970)378-1202 ❑ ❑ 0 SSAC DUALITY PAINT&BODY INC 1859 2ND AVE GREELEY (970)351-7768 ❑ ❑ O MVAC ACTIVE TRUCK&AUTO PARTS INC 19640 W CR#28/PO BOX 600 HUDSON (303)534-5102 ❑ ❑ 0 MVAC AIRTECH HVAC SERVICES 2002 1ST AVE GREELEY (970)686-7072 ❑ ❑ 0 SSAC D&D AG REPAIR 20476 WCR 29 PLATTEVILLE (970)737-2671 ❑ ❑ 0 MVAC MCLANE WESTERN 2100 E HIGHWAY 119 LONGMONT (303)682-7598 ❑ ❑ 0 MVAC RUSH TRUCK CENTER 2111 2ND AVE GREELEY (970)353-7919 ❑ ❑ 0 MVAC BLOOMS MOBILE REPAIR 21167 WCR 70 EATON (970)691-3114 ❑ ❑ 0 MVAC JOHNSON MECHANICAL 221 7TH ST FREDERICK (303)833-3252 ❑ ❑ 0 SSAC HI-TECH AUTO BODY INC 222 22ND ST GREELEY (970)356-7151 ❑ ❑ 0 MVAC MIDAS AUTO SERVICE#77108 2390 W 28TH ST GREELEY (970)330-8055 ❑ ❑ O AUTOMOTIVE SERVICES OF ALL SORTS 2421 8TH AVE GREELEY (970)352-5598 ❑ ❑ 0 MVAC ADVANCED.AUTO PROS 2527 8TH AVE GREELEY (970)351-7665 ❑ ❑ 0 MVAC CHAMPION CHRYSLER JEEP DODGE 2563 W 28TH ST GREELEY (970)330-1800 ❑ ❑ 0 MVAC EHRLICH VOLKSWAGEN 2605 35TH AVE GREELEY (970)330-5430 ❑ ❑ 0 MVAC - BUCKLEY ANG-137TH SWS 2605 E 8TH ST GREELEY (720)847-9100 ❑ ❑ 0 SSAC NELSON'S HEATING&AIR CONDITIONING 26096 WCR 4 KEENESBURG (970)287-6825 ❑ ❑ 0 SSAC ADVANCED COMFORT 26929 WCR 451/2 GREELEY (970)539-3068 ❑ ❑ 0 SSAC WELD COUNTY GARAGE 2699 47TH AVENUE GREELEY (970)352-1313 ❑ ❑ 0 MVAC AIR MECHANICAL INC 2700 S MAIN ST#B ERIE (720)890-8224 ❑ ❑ 0 SSAC BRAKES PLUS#17 2707 23RD AVE GREELEY (970)330-2100 ❑ ❑ 0 MVAC GHENT MOTOR CO 2715 35TH AVE GREELEY (970)339-2438 ❑ ❑ 0 MVAC YETI MECHANICAL LLC 3005 W 29TH ST G-2 GREELEY (970)330-6689 ❑ ❑ 0 SSAC WILES EUROPEAN MOTORS INC 301 4TH ST MEAD (970)535-4715 ❑ ❑ 0 MVAC GENE'S AUTO CLINIC INC 302 1ST AVE GREELEY (970)3524387 ❑ ❑ 0 MVAC WELD COUNTY FACILITY NOTIFICATION rinspeycounty Wednesday,July 11,2007 Page 1 • RECYCLE A.A Colorado Department of Public Health and Environment N`/• VAteilt + • Air Pollution Control Division a". CFC Program Inspections for 2008 July 11,2007 Site Address City,Map Location Phone SS RF FN STAN PADDOCK AUTO REPAIR 327 N 16TH AVE GREELEY (970)352-5775 ❑ ❑ M MVAC AUTO EXPERTS 3275 W 10TH ST GREELEY (970)356-5752 ❑ ❑ M MVAC DAIRY SPECIALISTS 3309 EMPIRE ST EVANS (970)330-1870 ❑ ❑ M SSAC AIR X-TREME 331 MAIN ST LASALLE (970)284-5455 ❑ ❑ M SSAC PROSPECT IMPLEMENT CO 33894 HIGHWAY 52 KEENESBURG (970)732-4321 ❑ ❑ M MVAC MC CREERY&SUN OF COLORADO 3455 W F ST#3 GREELEY (970)339-5740 ❑ ❑ M SSAC JIM'S AUTO SERVICE 3529 4TH ST GREELEY (970)351-8141 ❑ ❑ 0 MVAC TIP TOP MOBILE HOME SERVICE 3530 11TH AVE EVANS (970)330-4100 ❑ ❑ M SSAC AIR EXPERTS 3610 35TH AVE UNIT#4 EVANS (970)336-0707 ❑ ❑ M SSAC KINDER MORGAN INC 3766 EUREKA WAY UNIT 1 FREDERICK (303)763-3534 ❑ ❑ M SSAC KINDER MORGAN INC 3766 EUREKA WAY UNIT 1(CALL 1ST) FREDERICK (307)742-3548 ❑ ❑ M SSAC DAN'S REFRIGERATION 3772 PURITAN WAY#B-1 FREDERICK (303)530-2319 ❑ ❑ M SSAC GENERAL HEATING&AIR COND 3808 CARSON AVE EVANS (970)339-5704 ❑ ❑ M SSAC M&S GARAGE LLC 3822 HIGHWAY 119#C LONGMONT (303)776-8608 ❑ ❑ M MVAC FOGGMASTER HVAC 42510 WCR 35 PIERCE (970)590-3104 ❑ ❑ M SSAC SCOTT'S REFRIGERATION LLC 4405 INDIGO DR WINDSOR (970)686-6871 ❑ ❑ M SSAC HONDA OF GREELEY 4535 W 29TH ST . GREELEY (970)506-2791 ❑ ❑ M MVAC KINDER MORGAN INC 457 LEWIS ST(CALL 1ST) PAGOSA SPRINGS (719)384-0345 ❑ ❑ M SSAC EHRLICH TOYOTA&SCION 4732 W 26TH ST GREELEY (970)347-2798 ❑ ❑ M MVAC AULT TRUCK&EQUIPMENT 5 JOE P MARTINEZ LN AULT (970)834-1055 ❑ ❑ M MVAC KINDER MORGAN INC 502 COLORADO AVE(CALL 1ST) LA JUNTA (719)384-0345 ❑ ❑ M SSAC IMS HEATING&AIR INC 5213 LONGS PEAK RD UNIT A JOHNSTOWN (970)669-6873 ❑ ❑ M SSAC PHIL'S PRO AUTO SVC INC 540 27TH ST GREELEY (970)353-2739 ❑ ❑ M MVAC ATEK HEATING&AIR COND INC 5979 IRIS PKWY FREDERICK (303)833-1592 ❑ ❑ M SSAC GREELEY AUTO TECH 602 13TH ST GREELEY (9/0)356-4771 ❑ ❑ M MVAC ONORATO GARAGE 730 1ST ST FIRESTONE (970)833-9982 ❑ ❑ M MVAC TRA MAR MECHANICAL INC 7392 WELD COUNTY ROAD 84 FORT COLLINS (970)226-5415 ❑ ❑ M SSAC BRUCE'S GARAGE 7528 WCR 79 ROGGEN (970)849-5237 ❑ ❑ M MVAC FORMBY FORD 800 BRYAN CT DACONO (303)833-6700 ❑ ❑ M MVAC KINDER MORGAN INC 8017 1ST ST UNIT F(CALL 1ST) WELLINGTON (907)742-3548 ❑ ❑ M SSAC ROBERT'S HEATING&AIR 840 6TH ST NUNN (970)897-2337 E E w SSAC EHRLICH LINCOLN MERCURY 843 27 ST RD GREELEY (970)352-0230 ❑ ❑ M MVAC OPTERA COLORADO INC 95861-25 FRONTAGE RD#100 LONGMONT (720)652-0212 ❑ ❑ M SSAC WELD COUNTY FACILITY NOTIFICATION dnsveya>Mh Wednesday,July 11,2007 Page 2 as— Colorado Department of Public Health and Environment t.c?% Air Pollution Control Division *141# CFC Program Inspections for 2008 July 11,2007 Site Address City,Map Location Phone SS RF FN WELD COUNTY RETAIL FOOD EQUIPMENT REGISTRATION KING SOOPERS#11 2100 35TH AVE GREELEY (303)778-2790 ❑ ❑ ALBERTSON'S#883 2325 23RD AVE GREELEY (970)330-4910 ❑ E ❑ SUPER KMART CENTER#4934 2400 W 29TH ST GREELEY (970)330-1015 ❑ © ❑ WAL-MART SUPER CENTER#980 3103 23RD AVE GREELEY (303)420-8401 ❑ ❑ • WELD COUNTY RETAIL FOOD EQUIPMENT REGISTRATION nnspercounh Wednesday,July 11,2007 Page 3 IIECTCLE �- Colorado Department of Public Health and Environment c' . Air Pollution Control Division tscrick •' 70 CFC Program Inspections for 2008 , July 11,2007 Site Address City,Map Location Phone SS RF FN WELD COUNTY STATIONARY SOURCE EQUIPMENT REGISTRATION WELD COUNTY HEALTH DEPT 1555 N 17TH AVE GREELEY (970)336-7211 ,W ❑ ❑ COTTONWOOD POINTE OFFICE BLDG 1600 23RD AVE GREELEY (970)330-1828 © ❑ ❑ SWIFT&COMPANY 1770 PROMONTORY CIR GREELEY (303)449-2092 ] ❑ ❑ NORTH COLORADO MEDICAL CENTER 1801 16TH ST GREELEY (970)350-6261 W ❑ fl SSAC GREELEY MEDICAL CLINIC 1900 16TH ST GREELEY (970)353-1551 ❑d ❑ ❑ UNIVERSITY OF NORTHERN COLO 2101 10TH AVE GREELEY (970)351-1268 © ❑ ❑ LONGMEADOW APARTMENTS 2311 16TH ST GREELEY (970)356-7129 E ❑ ❑ SEARS-GREELEY 2800 GREELY MALL GREELEY (970)351-8500 E ❑ ❑ STATE FARM INSURANCE COMPANIES 3001 8TH AVE GREELEY (303)466-2500 ❑r ❑ ❑ 4161 SPECIALTY PL BLDG 4161 SPECIALTY PL . LONGMONT (970)535-6604 W ❑ ❑ ISLAND GROVE EVENT CENTER 421 N 15TH AVE GREELEY (970)350-9522 ❑ ❑ ❑ GREELEY TRIBUNE 501 8TH AVE GREELEY (970)352-0211 ❑,i ❑ ❑ COAL RIDGE MIDDLE SCHOOL 6201 BOOTH DRIVE FIRESTONE (303)682-7269 W ❑ ❑ BOOMERANG PROPERTIES LLC 700 N 71ST AVE GREELEY (970)356-8096 O ❑ ❑ JEROME BUILDING 800 8TH AVE GREELEY (303)422-6725 Ej ❑ ❑ EASTMAN KODAK COMPANY(BLDG#C-17) 9952 EASTMAN PARK DR,C-17 WINDSOR (970)686-4291 I] ❑ k SSAC • • WELD COUNTY STATIONARY SOURCE EQUIPMENT REGISTRATION dnspBrcaunty Wednesday,July 11,2007 Page 4 ATTACHMENT B-2 WELD COUNTY DEPARTMENT OF PUBLIC HEALTH AND ENVIRONMENT FY 2008- BUDGET All payment requests are subject to Division review and approval. Referring to work related to INSPECTIONS AND ENFORCEMENT for STATIONARY SOURCES: The Contractor may invoice the State for a total not to exceed FIFTY-FIVE THOUSAND,SIX HUNDRED DOLLARS ($55,600.00) for the work required in The Original Contract with regard to enforcement and permits associated with stationary sources. The Contractor will be reimbursed $44.48 per hour for up to 262 hours per quarter. Each quarterly payment shall not exceed $12,261.60. Total hours worked under this paragraph shall not exceed 1048. Referring to work related to PROFESSIONAL TRAINING ACTIVITIES: The Contractor may invoice the State for a total not to exceed ONE THOUSAND,TWO HUNDRED FORTY- FIVE DOLLARS AND FORTY-FOUR CENTS ($1,245.44) for the work required in The Original Contract with regard to professional training of staff performing air pollution related work associated with stationary sources. The Contractor will be reimbursed$44.48 per hour for up to 7 hours per quarter. Each quarterly payment shall not exceed $311.36. Total hours worked under this paragraph shall not exceed 28. Referring to work related to OPERATION& MAINTENANCE OF PARTICULATE MONITORS FOR PM 10: The Contractor may invoice the State for a total not to exceed ONE THOUSAND FOUR HUNDRED SIXTY- FOUR DOLLARS ($1,464.00) for the work required in The Original Contract with regard to the operation and maintenance of particulate monitors used to measure particulate emissions in the PM 10 range. The Contractor will be reimbursed $12.00 per sample for up to 31.0 samples for the first two quarters and 30.0 samples for the last two quarters. The first two quarterly payments shall not exceed $372.00; the last two quarterly payments shall not exceed $360.00. Total samples collected under this paragraph with regard to PM 10, shall not exceed 122. Reimbursement requests shall be accompanied by a completed itemized Particulate Monitoring Report form. Referring to work related to CFC ACTIVITIES: The Contractor may invoice the State for a total not to exceed FIVE THOUSAND, FIVE HUNDRED SIXTY DOLLARS ($5,560.00) for the work required in The Original Contract with regard to CFC activities. The Contractor will be reimbursed $44.48 per hour for up to 31.25 hours per quarter. Each quarterly payment shall not exceed $1,390.00. Total hours worked under this paragraph shall not exceed 125. Referring to work related to OPERATION AND MAINTENANCE OF GASEOUS MONITORS The Contractor may invoice the State for a total not to exceed FOUR THOUSAND,SIX HUNDRED SEVENTY DOLLARS AND FORTY CENTS ($4,670.40) for the work required in The Original Contract with regard to the operation and maintenance of gaseous monitors. The Contractor will be reimbursed $44.48 per hour for up to 26.25 hours per quarter. Each quarterly payment shall not exceed $1,167.60. Total hours worked under this paragraph shall not exceed 105. Referring to work related to OPERATION& MAINTENANCE OF PARTICULATE MONITORS FOR PM 2.5: The Contractor may invoice the State for a total not to exceed SEVENTEEN THOUSAND,ONE HUNDRED TWENTY-FOUR DOLLARS AND EIGHTY CENTS ($17,124.80)for the work required in The Original Contract with regard to the operation and maintenance of particulate monitors used to measure particulate emissions in the PM2.5 range. The Contractor will be reimbursed $44.48 per hour for up to 96.25 hours per quarter. Each quarterly payment shall not exceed$4,281.20. Total hours worked under this paragraph shall not exceed 385. BUDGET TOTAL: $85,664.64 ATTACHMENT B-2 WELD COUNTY DEPARTMENT OF PUBLIC HEALTH AND ENVIRONMENT FY 2008-BUDGET All payment requests are subiect to Division review and approval. Referring to work related to INSPECTIONS AND ENFORCEMENT for STATIONARY SOURCES: The Contractor may invoice the State for a total not to exceed FIFTY-FIVE THOUSAND,SIX HUNDRED DOLLARS ($55,600.00)for the work required in The Original Contract with regard to enforcement and permits associated with stationary sources. The Contractor will be reimbursed $44.48 per hour for up to 262 hours per quarter. Each quarterly payment shall not exceed $12,261.60. Total hours worked under this paragraph shall not exceed 1048. Referring to work related to PROFESSIONAL TRAINING ACTIVITIES: The Contractor may invoice the State for a total not to exceed ONE THOUSAND,TWO HUNDRED FORTY- FIVE DOLLARS AND FORTY-FOUR CENTS($1,245.44) for the work required in The Original Contract with regard to professional training of staff performing air pollution related work associated with stationary sources. The Contractor will be reimbursed $44.48 per hour for up to 7 hours per quarter. Each quarterly payment shall not exceed $311.36. Total hours worked under this paragraph shall not exceed 28. Referring to work related to OPERATION& MAINTENANCE OF PARTICULATE MONITORS FOR PM 10: The Contractor may invoice the State for a total not to exceed ONE THOUSAND FOUR HUNDRED SIXTY- FOUR DOLLARS ($1,464.00) for the work required in The Original Contract with regard to the operation and maintenance of particulate monitors used to measure particulate emissions in the PM 10 range. The Contractor will be reimbursed $12.00 per sample for up to 31.0 samples for the first two quarters and 30.0 samples for the last two quarters. The first two quarterly payments shall not exceed$372.00; the last two quarterly payments shall not exceed $360.00. Total samples collected under this paragraph with regard to PM 10, shall not exceed 122. Reimbursement requests shall be accompanied by a completed itemized Particulate Monitoring Report form. Referring to work related to CFC ACTIVITIES: The Contractor may invoice the State for a total not to exceed FIVE THOUSAND,FIVE HUNDRED SIXTY DOLLARS ($5,560.00) for the work required in The Original Contract with regard to CFC activities. The Contractor will be reimbursed $44.48 per hour for up to 31.25 hours per quarter. Each quarterly payment shall not exceed $1,390.00. Total hours worked under this paragraph shall not exceed 125. Referring to work related to OPERATION AND MAINTENANCE OF GASEOUS MONITORS The Contractor may invoice the State for a total not to exceed FOUR THOUSAND, SIX HUNDRED SEVENTY DOLLARS AND FORTY CENTS ($4,670.40) for the work required in The Original Contract with regard to the operation and maintenance of gaseous monitors. The Contractor will be reimbursed $44.48 per hour for up to 26.25 hours per quarter. Each quarterly payment shall not exceed $1,167.60. Total hours worked under this paragraph shall not exceed 105. Referring to work related to OPERATION& MAINTENANCE OF PARTICULATE MONITORS FOR PM 2.5: The Contractor may invoice the State for a total not to exceed SEVENTEEN THOUSAND,ONE HUNDRED TWENTY-FOUR DOLLARS AND EIGHTY CENTS ($17,124.80)for the work required in The Original Contract with regard to the operation and maintenance of particulate monitors used to measure particulate emissions in the PM2.5 range. The Contractor will be reimbursed $44.48 per hour for up to 96.25 hours per quarter. Each quarterly payment shall not exceed$4,281.20. Total hours worked under this paragraph shall not exceed 385. BUDGET TOTAL: $85,664.64 EXHIBIT C LIMITED AMENDMENT FOR TASK ORDERS TEMPLATE EXHIBIT C DEPARTMENT OR AGENCY NAME COLORADO DEPARTMENT OF PUBLIC HEALTH AND ENVIRONMENT (ADD PROGRAM NAME HERE) DEPARTMENT OR AGENCY NUMBER *** CONTRACT ROUTING NUMBER ELIMINATE ALL INFORMATION APPEARING IN RED LIMITED AMENDMENT FOR TASK ORDERS #* This Limited Amendment is made this **** day of*********, 200*, by and between the State of Colorado, acting by and through 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, LEGAL NAME OF ENTITY, (legal type of entity), whose address or principal place of business is Street Address, City, State & Zip Code, hereinafter referred to as the "Contractor". FACTUAL RECITALS The parties entered into a Master Contract, dated ******** ** **** with contract routing number ** *** ***** "the Master Contract"). Pursuant to the terms and conditions of the Master Contract, the parties entered into a Task Order Contract, dated ******** **, ****, with contract encumbrance number PO *** ********** and contract routing number ** *** *****, [insert the following if previous amendment(s), change order(s), renewal(s) have been processed: as amended by] [include all previous amendment(s), change order(s), renewal(s) and their routing numbers], [insert the following if previous amendment(s), change order(s), renewal(s) have been processed: collectively] referred to herein as the "Original Task Order Contract, whereby the Contractor was to provide to the State the following: [Briefly describe what the Contractor was to do under the Original Task Order Contract— indent this paragraph] [Please choose one of the following four options and delete the other three options not selected] The State promises to [choose one and delete the other] increase/decrease the amount of funds to be paid to the Contractor by ********** Dollars, (S*.**) during the current term of the Original Task Order Contract in exchange for the promise of the Contractor to perform the [choose one and delete the other] increased/decreased work under the Original Task Order Contract. Page 1 of 5 The State promises to pay the Contractor the sum of********** Dollars, ($*.**) 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**** years/months, ending on ******** ** ****. The State promises to [choose one and delete the other] increase/decrease the amount of funds to be paid to the Contractor by ********** Dollars, (S*.**) for the renewal term of**** [choose one and delete the other] years/months, ending on ******** **, ****, in exchange for the promise of the Contractor to perform the [choose one and delete the other] increased/decreased work described herein. The State hereby exercises a"no cost" change to the [choose those that apply and delete those that don't apply] budget, specifications within the Statement of Work, project management/manager identification, notice address or notification personnel, or performance period within the [choose one and delete the other] current term of the Original Task Order Contract or renewal term of the Original Task Order Contract. NOW THEREFORE, in consideration of their mutual promises to each other, stated below,the parties hereto agree as follows: 1. Consideration for this Limited Amendment to the Original Task Order Contract consists of the payments and services that shall be made pursuant to this Limited Amendment, and promises and agreements herein set forth. 2. It is expressly agreed to by the parties that this Limited Amendment is supplemental to the Original Task Order Contract, contract routing number ** *** *****, [insert the following language here if previous amendment(s), change order(s), renewal(s) have been processed] as amended by [include all previous amendment(s), change order(s), renewal(s) and their routing numbers], [insert the following word if previous amendment(s), change order(s), renewal(s) have been processed, otherwise delete "collectively"]collectively referred to herein as the Original Contract, which is by this reference incorporated herein. All terms, conditions, and provisions thereof, unless specifically modified herein, are to apply to this Limited 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: [Please choose one of the following three options and delete the two options not selected] A. [Use this paragraph when changes to the funding level of the Original Task Order Contract occur during the current term of the Original Task Order Contract] This Limited Amendment is issued pursuant to paragraph 5 of the Original Task Order Contract identified by contract routing number ** *** *****. This Limited Amendment is for the current term of********* ** Page 2 of 5 EXHIBIT C ******, through and including ********* **, ****, The maximum amount payable by the State for the work to be performed by the Contractor during this current term is [choose one and delete the other] increased/decreased by ********** Dollars, ($*.**) for an amended total financial obligation of the State of********** DOLLARS, ($*.**). [Delete the following sentence if not applicable in your situation] The revised Statement of Work is incorporated herein by this reference and identified as "Attachment *". [Delete the following sentence if not applicable in your situation] The revised Budget is incorporated herein by this reference and identified as "Attachment *". The Original Task Order Contract is modified accordingly. All other terms and conditions of the Original Task Order Contract are reaffirmed. A. [Use this paragraph when the Original Task Order Contract will be renewed for another term] This Limited Amendment is issued pursuant to paragraph 5 of the Original Task Order Contract identified by contract routing number ** *** *****. This Limited Amendment is for the renewal term of********* ** ****, through and including ********* **, ****. The maximum amount t payable by the State for the work to be performed by the Contractor during this renewal term is ********** Dollars, (5*.**) for an amended total financial obligation of the State of********** DOLLARS, ($*.**). [Delete the following sentence if not applicable in your situation] The revised Statement of Work is incorporated herein by this reference and identified as "Attachment *" [Delete the following sentence if not applicable in your situation] The revised Budget is incorporated herein by this reference and identified as "Attachment *" The Original Task Order Contract is modified accordingly. All other terms and conditions of the Original Task Order Contract are reaffirmed. A. [Use this paragraph when there are "no cost changes" to the Budget, the specifications within the original Statement of Work, allowable contract provisions as noted, or performance period.] This Limited Amendment is issued pursuant to paragraph 5 of the Original Task Order Contract identified by contract routing number ** *** *****. This Limited Amendment [choose those that apply and delete those that don't] modifies the Budget in [identify location in contract], modifies the Statement of Work in f identify location in contract], modifies the project management/manager identification in ]identify location in contract], modifies the notice address or notification personnel in [identify location in contract], modifies the period of performance in [identify location in contract] of the Original Task Order Contract. The revised [choose those that apply and delete those that don't] Budget, Statement of Work, project management/manager identification, notice address or notification personnel, or period of performance is incorporated by this reference and identified as. All other terms and conditions of the Original Task Order Contract are reaffirmed. 4. The effective date of this Limited Amendment is **/**/****, or upon approval of the State Controller, or an authorized delegate thereof, whichever is later. Page 3 of 5 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 Limited Amendment and any of the terms and provisions of the Original Task Order Contract, the terms and provisions of this Limited 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 4 of 5 EXHIBIT C IN WITNESS WHEREOF, the parties hereto have executed this Limited Amendment on the day first above v,Titten. CONTRACTOR: STATE: [LEGAL NAME OF CONTRACTOR] STATE OF COLORADO (a political subdivision of the State of Colorado) Bill Ritter, Jr. Governor By: By: Name: For the Executive Director Title: DEPARTMENT OF PUBLIC HEALTH FEIN: AND ENVIRONMENT ATTEST: PROGRAM APPROVAL: Because the Contractor is a governmental entity, an attestation is required By: (Seal, required) By: City, City and County, County, Special District, or Town Clerk or Equivalent [Delete inapplicable language.] ALL CONTRACTS MUST BE APPROVED BY THE STATE CONTROLLER CRS 24-30-202 requires that the State Controller approve all state contracts. This limited amendment is not valid until the State Controller, or such assistant as he may delegate, has signed it. The contractor is not authorized to begin performance until the contract is signed and dated below. If performance begins prior to the date below, the State of Colorado may not be obligated to pay for goods and/or services provided. STATE CONTROLLER Leslie M. Shenefelt By: Date: Page 5 of 5 t. STATE OF COLORADO Bill Ritter,Jr.,Governor • James B.Martin, Executive Director 4 a`°o 'cotpp�\ Dedicated to protecting and improving the health and environment of the people of Colorado /F�'? �� esti 4300 Cherry Creek Dr.S. Laboratory Services Division �', Denver,Colorado 80246-1530 8100 Lowry Blvd. " Phone(303)692-2000 Denver,Colorado 80230-6928 to 96 TDD Line(303)691-7700 (303)692-3090 Located in Glendale,Colorado Colorado Department of Public Health http://www.cdphe.state.co.us and Environment July 24, 2007 n Ms. Judy Nero Weld County Department of Public Health& Environment 1555 North 17 Avenue Greeley CO 80631 Dear Ms. Nero: Enclosed please find an original of the Fiscal Year 2008, July 1, 2007 through June 30, 2008 Task Order Contract between the Colorado Department of Public Health and Environment and Weld County Department of Public Health& Environment, our contract routing number 08-00137. If you have any questions or should you need more information about this contract please contact me by one of the following methods: Telephone: 303-692-3116 Fax: 303-782-5493 Email: kathleen.deckler@state.co.us Sincerely, 04<(19442—,. Kathleen Deckler tms
Hello