Loading...
HomeMy WebLinkAbout20063240.tiff RESOLUTION RE: APPROVE TASK ORDER OPTION TO RENEW LETTER #1 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 Option to Renew Letter 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 January 1, 2007, and ending June 30,2007,with further terms and conditions being as stated in said renewal, and WHEREAS, after review, the Board deems it advisable to approve said renewal, 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 Option to Renew Letter#1 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 renewal. The above and foregoing Resolution was, on motion duly made and seconded, adopted by the following vote on the 27th day of November, A.D., 2006. BOARD OF COUNTY COMMISSIONERS WELD COU TY, COLORADO 4 >G ATTEST: atel �'I � • -Y . eile, Chair Weld County Clerk to th- • • ( - %V ti gi 1 David E. Long, Pro-Tem De ty Cle to the Board '�*� �- ��� ✓ Wil " m Jerke IQ, APP ASTOF e\\ & IQ, Robert D. Masden • ounty Attorney EXCUSED Glenn Vaad Date of signature: I`4'/ ' 2006-3240 HL0033 7:' • f/k ( -3c,,,C ) /---- -/3-0e- ‘H.H% Memorandum I TO: M.J. Geile, Chair OBoard of County Commissioners • From: Mark E. Wallace, MD, MPH, Director COLORADO Department of Public Health and Environment 1(r if,'1 kir DATE: November 20, 2006 \ SUBJECT: Air Quality Program Task Order Enclosed for Board review and approval is the Air Quality Program Task Order 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 $49,029.60. The term of the task order is January 1, 2007 through June 30, 2007. Please note this is a six-month task order and the Department will be presenting a new task order and master contract later this spring/summer. I recommend your approval of this task order. Enclosure 2006-3240 • TASK ORDER OPTION TO RENEW LETTER November 7,2006 Task Order Option to Renew Letter Number 01, Contract Routing Number 07 FAA 00158 State Fiscal Year 2007-2007 Air Pollution Control Division This Task Order Option to Renew Letter is issued pursuant to paragraph F.5.of the Master Contract identified by contract routing number 05 FAA 00054 and paragraph C.5. of the Task Order identified by contract routing number 06 FAA 00079 and contract encumbrance number PO FAA AIR0600079. This Task Order Option to Renew Letter is between the COLORADO DEPARTMENT OF PUBLIC HEALTH AND ENVIRONMENT and BOARD OF COUNTY COMMISSIONERS OF WELD COUNTY(a political subdivision of the state of Colorado)for the use and benefit of the WELD COUNTY. The Task Order,as amended, if applicable, is referred to as the "Original Task Order". This Task Order Option to Renew Letter is for the renewal term of January 1,2007, through June 30,2007. The maximum amount payable by the State for the work to be performed by the Contractor during this renewal term is Forty-Nine Thousand,Twenty-Nine Dollars and Sixty Cents,($49,029.601 for an amended total financial obligation of the State of ONE HUNDRED FORTY THOUSAND,TWO HUNDRED TWENTY DOLLARS AND SIXTY-FOUR CENTS, This is an increase of$49,029.60 of the amount payable from the previous term. The Budget for this renewal term is incorporated herein by this reference, made a part hereof,and attached hereto as"Attachment A". The first sentence in paragraph C. of the Original Task Order is modified accordingly. All other terms and conditions of the Original Task Order are reaffirmed. This Task Order Option to Renew Letter is effective upon approval by the State Controller,or designee,or on January 1,2007, whichever is later. Please sign,date, and return all 4 originals of this Task Order Option to Renew Letter by December 8,2006,to the attention of: Kathleen Deckler,Colorado Department of Public Health and Environment,Mail Code APCD- ADM-B1,4300 Cherry Creek Drive South,Denver,Colorado 80246. One original of this Task Order Option to Renew Letter will be returned to you when fully approved. BOARD OF COUNTY COMMISSIONERS OF STATE OF COLORADO WELD COUNTY(a political subdivision of the Bill Owens,Governor state of Colorado) for the use and benefit of the WELD COUNTY DEPARTMENT OF PUBLIC HEALTH AND ENV ONMENT 1, By: Gat. By: v v Name: M. J. Geile 11/77/2006 For the Executive Director Title: Chair,Board of County Commissioners DEPARTMENT OF PUBLIC HEALTH FEIN: 846000813 AND ENVIRONMENT PROGRA APPROVAL: By: ,i . aLf' t1 414.1Ii LL COONTRACTS 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. ATE CONTROLLER: WELD COUNTY DEPARTMENT OF Leslie M. en e PUBLIC IIEPLTH AND ENVI ENT •<:L 1:16‘ 1 By. Date: � Mark E. Mkt., MD. MPH-Director Revised:11/5/04 ''// ATTACHMENT A Budget ATTACHMENT A WELD COUNTY DEPARTMENT OF PUBLIC HEALTH AND ENVIRONMENT CY 2007-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 THIRTY-TWO THOUSAND,NINE HUNDRED FORTY-SEVEN DOLLARS AND TWENTY CENTS ($32,947.20)for the work required in The Original Contract with regard to enforcement and permits associated with stationary sources. The Contractor will be reimbursed $46.80 per hour for up to 352 hours per quarter. Each quarterly payment shall not exceed $16,473.60. Total hours worked under this paragraph shall not exceed 704. Referring to work related to PROFESSIONAL TRAINING ACTIVITIES: The Contractor may invoice the State for a total not to exceed ONE THOUSAND,THREE HUNDRED TEN DOLLARS AND FORTY CENTS($1,310.40) 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 $46.80 per hour for up to 14 hours per quarter. Each quarterly payment shall not exceed$655.20. 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 SEVEN HUNDRED THIRTY-TWO DOLLARS AND NO CENTS ($732.00) 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 quarter and 30.0 samples for the last quarter. The first quarterly payment shall not exceed$372.00;the last quarterly payment shall not exceed $360.00. Total samples collected under this paragraph with regard to PM 10,shall not exceed 61. 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 TWO THOUSAND, FIVE HUNDRED SEVENTY-FOUR DOLLARS AND NO CENTS ($2,574.00) for the work required in Attachment B with regard to CFC activities. The Contractor will be reimbursed$46.80 per hour for up to 27.5 hours per quarter. Each quarterly payment shall not exceed$1,287.00.Total hours worked under this paragraph shall not exceed 55. Referring to work related to OPERATION AND MAINTENANCE OF GASEOUS MONITORS The Contractor may invoice the State for a total not to exceed TWO THOUSAND, FOUR HUNDRED FIFTY- SEVEN DOLLARS AND NO CENTS($2,457.00) for the work required in The Original Contract with regard to the operation and maintenance of gaseous monitors.The Contractor will be reimbursed$46.80 per hour for up to 26.25 hours per quarter. Each quarterly payment shall not exceed $1,228.50. Total hours worked under this paragraph shall not exceed 52.5. 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 NINE THOUSAND,NINE DOLLARS AND NO CENTS($9,009.00) 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 PM2.5 range. The Contractor will be reimbursed $46.80 per hour for up to 96.25 hours per quarter. Each quarterly payment shall not exceed$4,374.56. Total hours worked under this paragraph shall not exceed 192.5. BUDGET TOTAL: $49,029.60 EXb1bd 2 2007 WORKLOAD (JANUARY 1, 2007 - JUNE 30, 2007) CFC PROGRAM COUNTY YEAR WELD 2007 TOTAL HOURS 55 HOURLY RATE 546.80 TOTAL BUDGET $2,574.00 TYPE HOURS % TIME ENFORCEMENT 5 9% COMPLAINTS NEW SOURCE ID TRAINING 2 3.5% INSPECTIONS TYPE INSPECTIONS INSPECTION % TIME HOURS MOTOR VEHICLE MVAC (FN) 18 18 33% SHOP STATIONARY SHOP SSAC (FN) 16 16 29% STATIONARY SSER (REGISTERED) 8 12 22% EQUIPMENT RETAIL FOOD REFER (REGISTERED) 1 2 3.5% Coe: . RUCYCLE �` Colorado Department of Public Health and Environment a Air Pollution Control Division St* CFC Program Inspections for 2007 December 13,2006 Site Address Cit Map Location Phone SS RE FN WELD COUNTY FACILITY NOTIFICATION COWBOY CORRAL KIA LLC 10168 E 1-25 FRONTAGE RD LONGMONT (303)776-2443 ❑ ❑ ❑d MVAC FIRESTONE TIRE&SERVICE CENTER 1130 8TH AVE GREELEY (970)356-1191 ❑ ❑ Ell MVAC BUFFALO RIDGE LANDFILL 11655 WELD COUNTY RD 59 KEENESBURG (303)914-1448 ❑ ❑ W RECO AFFORDABLE HEATING&NC 12000 HWY 392 GREELEY (970)223-1433 ❑ ❑ E SSAC H&R AUTO&TRUCK SVC 123 W SOUTH FIRST ST JOHNSTOWN (303)587-2868 ❑ ❑ 7 MVAC WELD COUNTY GARAGE-TRUCK CITY 1415 1ST AVENUE GREELEY (970)352-1313 ❑ ❑ W MVAC SATURN OF LONGMONT 1461 VISTA VIEW DR LONGMONT (303)678-8950 ❑ ❑ LI MVAC HEARTLAND MECHANICAL 1913 WINDSONG DR JOHNSTOWN (970)587-0575 ❑ ❑ W SSAC ACTIVE TRUCK&AUTO PARTS INC 19640 W CR#28/PO BOX 600 HUDSON (303)534-5102 ❑ ❑ El MVAC WELD COUNTY SCHOOL DIST#6 2204 5TH AVE GREELEY (970)348-6410 ❑ ❑ E SSAC MILLIKEN JOHNSTOWN ELECTRIC 23 N GREELEY JOHNSTOWN (970)587-4912 ❑ ❑ D. SSAC DEBEY'S SERVICE 2315 W 10TH ST GREELEY (970)356-7677 ❑ ❑ 0 MVAC LEMONS HEATING&COOLING 24725 WCR 58 GRAND JUNCTION (970)353-3527 ❑ ❑ 7 SSAC WARREN'S FIXIT FACILITY 24857 1ST ST GALETON (970)454-3998 ❑ ❑ 7 MVAC EHRLICH SUBARU 2805 8TH AVE GREELEY (970)353-7707 ❑ ❑ El MVAC TIM'S CAR CLINIC 300 WOODWARD ST KEENESBURG (303)732-4108 ❑ ❑ ❑ JOE'S AUTO KHAIR 3022 1ST AVE,BLDG A,UNIT D GREELEY (970)356-7200 ❑ ❑ W MVAC WINDSOR AUTO REPAIR 320 E CHESTNUT WINDSOR (970)686-7705 ❑ ❑ El MVAC ECONOMY BODY&RV CENTER 3231 W SERVICE RD EVANS (970)339-5350 ❑ ❑ W SSAC AUTO TRANS DIESEL PERFORMANCE 3295 W 10TH ST GREELEY (970)330-6650 ❑ ❑ 0 MVAC NORTHERN HEATING&AIR 355 WALNUT AVE EATON (970)290-7419 ❑ ❑ W SSAC INNOVATIVE HVAC SYSTEMS INC 3612 MONTROSE ST EVANS (970)330-3051 ❑ ❑ n SSAC FIRST CLASS TRUCK&AUTO SVC 3725 W SERVICE RD EVANS (303)330-9038 ❑ ❑ El MVAC KINDER MORGAN 3766 EUREKA WAY UNIT 1 FREDERICK (303)763-3499 ❑ ❑ 0 SSAC NORTH WELD SANITARY LANDFILL 40000 WELD COUNTY RD 25 AULT (303)914-1448 ❑ ❑ 0 RECO NORTHERN CLIMATE CONTROL 414 SORRELL DR WINDSOR (303)668-1094 ❑ ❑ El SSAC FASTEC SERVICE CO 414-C MAIN ST WINDSOR (970)674-0676 ❑ ❑ 0 SSAC ERIE AUTO SALVAGE 48781-25 FRONTAGE RD DACANO (303)571-5375 ❑ ❑ n MVAC PIKE'S TIRE&SERVICE CTR 500 MAIN ST WINDSOR (970)686-8473 ❑ ❑ [] MVAC LEO'S HEATING&AIR COND 510 4TH ST FREDERICK (303)833-0615 ❑ ❑ LI SSAC PURIFOY CHEVROLET CO 601 DENVER ST FORT LUPTON (303)659-8311 ❑ ❑ n MVAC AIRE-FORCE HEATING&COOLING 602 TRAILDUST DR MILLIKEN (970)587-7180 ❑ ❑ 0 SSAC CMS MECHANICAL SERVICES INC 609 TECHNOLOGY CIR#A WINDSOR (970)686-6800 ❑ ❑ ] SSAC ACCELERATED AUTOMOTIVE SPECIALISTS INC 6380 10TH GREELEY (970)356-7373 ❑ ❑ El MVAC MARTIN SUPPLY&SALVAGE 8405 US HIGHWAY 34 WINDSOR (970)686-2460 ❑ ❑ 7 RECO CHAMPION CHEVROLET 9050 HIGHWAY 392 WINDSOR (970)686-2575 ❑ ❑ 0 MVAC AMERICAN AIR HEATING&A/C INC 918 CLYDESDALE LANE WINDSOR (970)686-6086 ❑ ❑ W SSAC WELD COUNTY FACILITY NOTIFICATION dnspeycounty Wednesday,December 13,2006 Page 1 RSCYCLE `` Colorado Department of Public Health and Environment O a' Air Pollution Control Division fo4sot `/ CFC Program Inspections for 2007 December 13,2006 Site Address City,Map Location Phone SS RF FN ICE ENERGY INC 9351 EASTMAN PARK DR#B WINDSOR (970)545-3630 ❑ ❑ ❑.� SSAC WELD COUNTY FACILITY NOTIFICATION rInspOycounty Wednesday,December 13,2006 Page 2 "-� Colorado Department of Public Health and Environment • . G. V- • '• Air Pollution Control Division CFC Program Inspections for 2007Val December 13,2006 Site Address City,Map Location Phone SS RF FN WELD COUNTY RETAIL FOOD EQUIPMENT REGISTRATION KING SOOPERS#32 2712-11TH AVE GREELEY (303)778-2790 ❑ ❑ WELD COUNTY RETAIL FOOD EQUIPMENT REGISTRATION rInspBycounry Wednesday,December 13,2006 Page 3 CYCLE �o`` Colorado Department of Public Health and Environment liny tpe'' " Air Pollution Control Division St* • °" CFC Program Inspections for 2007 December 13,2006 Site Address City.Map Location Phone SS RF FN WELD COUNTY a^^ STATIONARY SOURCE EQUIPMENT REGISTRATION NORTHRIDGE HIGH SCHOOL 100 71ST AVE GREELEY (970)348-6410 ID ❑ ❑ EDUCATIONAL SERVICES BLDG 1025 9TH AVE GREELEY (970)348-6402 O) ❑ ❑ GREELEY CENTRAL HIGH SCHOOL 1515 14TH AVE GREELEY (970)348-6410 ❑,i ❑ ❑ STATE FARM INSURANCE CO BLDG.C 1555 PROMONTORY CIR GREELEY (970)395-5135 O ❑ ❑ PLATTE VALLEY YOUTH SERVICES CENTER 2200'O"ST GREEELEY (303)866-7223 0 ❑ ❑ EASTMAN KODAK COMPANY(BLDG#C-28) 9952 EASTMAN PARK DR,C-28 WINDSOR (970)686-4291 ❑ ❑ EASTMAN KODAK COMPANY(BLDG#C-48) 9952 EASTMAN PARK DR,C-48 WINDSOR (970)686-4291 O1 ❑ ❑ EASTMAN KODAK COMPANY(BLDG#C-61) 9952 EASTMAN PARK DR,C-61 WINDSOR (970)686-4291 ❑d ❑ ❑ WELD COUNTY STATIONARY SOURCE EQUIPMENT REGISTRATION dnspBycounty Wednesday,December 13,2006 Page 4 ORIGINAL CONTRACT DEPARTMENT OR AGENCY NAME COLORADO DEPARTMENT OF PUBLIC HEALTH AND ENVIRONMENT DEPARTMENT OR AGENCY NUMBER FAA CONTRACT ROUTING NUMBER 06-00079 TASK ORDER Air Pollution Control Division This Task Order is made this 1"day of October, 2005,by and between:the state of Colorado, acting by and through the COLORADO 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,the BOARD OF COUNTY COMMISSIONERS OF WELD COUNTY (a political subdivision of the state of Colorado)for the use and benefit of the WELD COUNTY DEPARTMENT OF PUBLIC HEALTH AND ENVIRONMENT, whose address or principal place of business is 1555 North Seventeenth Avenue,Greeley,Colorado 80631, hereinafter referred to as"the Contractor". FACTUAL RECITALS The United States Environmental Protection Agency("USEPA"),has awarded the State [federal funds under Notice of Award number 99878802 to perform air pollution monitoring activities. (See, Catalog of Federal Domestic Assistance("CFDA")number 66.6060).The State has formulated a comprehensive State plan, with associated budgets,to disburse these funds throughout the state of Colorado. Under this comprehensive State plan, the State shall allocate these funds to qualified entities to provide air pollution monitoring activities to the citizens of the state of Colorado on behalf of the State. Section 29-1-201,C.R.S. as amended, encourages governments to make the most efficient and effective use of their powers and responsibilities by cooperating and contracting with each other to the fullest extent possible to provide any function, service, or facility lawfully authorized to each of the cooperating or contracting entities. Section 29-1- 201,C.R.S.,as amended, further states that all state of Colorado contracts with its political subdivisions are exempt from the state of Colorado's personnel rules and procurement code. The Contractor is a political subdivision of the state of Colorado. The State and the Contractor mutually agree that the most efficient and effective way to provide the above-described services is at the local level. The State and the Contractor previously entered into a Master Contract with contract routing number 05 FAA 00054. This Task Order is issued pursuant to the terms and conditions of that Master Contract. As to the State,authority exists in the Law and Funds have been budgeted, appropriated,and otherwise made available,and a sufficient uncommitted balance thereof remains available for subsequent encumbering and payment in Fund Code(s)100, 119,275,406, Organizational Unit Code(s) 1450, 1471, 1540, 1550, 1560 Appropriation Code(s) 119, 133, 163, 171, 185 ,Program Code(s)7055, Function Code(s)FLWT,Object Code(s)5420, and Grant Budget Line Code(s)016G,2D6G,2G6G,SN6G,GQ4C under Contract encumbrance number 06 FAA 00079. All required approvals, clearances, and coordination have been accomplished from and with all appropriate agencies. NOW,THEREFORE, in consideration of their mutual promises to each other, stated below,the parties hereto agree as follows: A. PERIOD OF PERFORMANCE AND TERMINATION. The proposed effective date of this Task Order is January 1,2006. However, in accordance with section 24-30-202(1), C.R.S.,as amended,this Task Order is not valid until it has been approved by the State Controller,or an authorized designee thereof. The Contractor is not authorized to, and shall not,commence performance under this Task Order until this Task Order has been approved by the State Controller. The State shall have no financial Page 1 of 6 9OD5 ?69/ 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. If the State Controller approves this Task Order on or before its proposed effective date,then the Contractor shall commence performance under this Task Order on the proposed effective date. If the State Controller approves this Task Order after its proposed effective date,then the Contractor shall only commence performance under this Task Order on that later date. The initial term of this Task Order shall commence on the effective date of this Task Order and continue through and including December 31,2006 unless sooner terminated by the parties pursuant to the terms and conditions of this Task Order. In accordance with section 24-103-503,C.R.S.,as amended,and Colorado Procurement Rule R-24-103-503,the total term of this Contract, including any renewals or extensions hereof,may not exceed five(5)years. B. DUTIES AND OBLIGATIONS OF THE CONTRACTOR. The Contractor, in accordance with the terms and conditions of the Master Contract and this Task Order,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"Attachment A"and "Attachment B". C. DUTIES AND OBLIGATIONS OF THE STATE. 1. The Contractor shall be compensated in accordance with the rates set forth in Attachment B hereto. In consideration of those services satisfactorily and timely performed by the Contractor under this Task Order the State shall cause to be paid to the Contractor a sum not to exceed NINETY-ONE THOUSAND,ONE HUNDRED NINETY-ONE DOLLARS AND FOUR CENTS, ($91,191.04)for the initial term of this Task Order. Of the total financial obligation of the State referenced above,$17,498.24 are identified as attributable to a funding source of the United States government and, $73,692.80 are identified as attributable to a funding source of the state of Colorado. 2. Payments under this Task Order shall be made either through the State's Electronic Fund Transfer system or,upon the Contractor's periodic submission of a duplicate"Task Order Reimbursement Statement". 3. If this Task Order requires the Contractor submit a"Task Order Reimbursement Statement",then the Contractor shall submit a signed, duplicate quarterly Task Order Reimbursement Statement within sixty(60)calendar days of the end of the billing period for which services were rendered. A sample Task Order Reimbursement Statement is incorporated herein by reference,made a part hereof,and attached hereto as"Attachment C". Expenditures shall be in accordance with those items identified in Attachment C. These items may include,but are not limited to:the Contractor's salaries,fringe benefits, supplies,travel,operating,and indirect costs which are allowable and allocable expenses related to its performance under this Task Order. Each Task Order Reimbursement Statement shall reference the related Master Contract by its contract routing number and this Task Order by their respective contract routing numbers. The contract routing numbers are located on page one of these documents. Each Task Order Reimbursement Statement shall also indicate the applicable performance dates,the names of payees;a brief description of the services performed during the relevant performance dates;all expenditures incurred;and,the total reimbursement requested. Reimbursement during the initial, or any renewal,term of this Task Order 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. Each Task Order Reimbursement Statement shall be sent to: Page 2 of 6 • Kathleen Deckler Air Pollution Control Division Colorado Department of Public Health and Environment APCD-B1 4300 Cherry Creek Drive South Denver,CO 80246 4. The State may prospectively increase or decrease the amount payable under this Task Order through a"Task Order Change Order Letter"that is substantially similar to the sample Task Order Change Order Letter that is incorporated herein by this reference, made a part hereof, and attached hereto as"Attachment D". To be effective, a Task Order Change Order Letter must be: signed by the State and the Contractor;and,approved by the State Controller or an authorized designee thereof. Additionally,a Task Order Change Order Letter shall include the following information: A. Identification of the related Master Contract and this Task Order by their respective contract routing numbers and affected paragraph number(s); B. The type(s)of service(s)or program(s) increased or decreased and the new level of each service or program; C. The amount of the increase or decrease in the level of funding for each service or program and the new total financial obligation; D. A provision stating that the Task Order Change Order Letter is effective upon approval by the State Controller, or designee,or its proposed effective date,whichever is later. Upon proper execution and approval,a Task Order Change Order Letter shall become an amendment to this Task Order. Except for the General and Special Provisions of the Master Contract, and the Additional Provisions of the Task Order, if any, the Task Order Change Order Letter shall supersede this Task Order in the event of a conflict between the two. It is expressly understood and agreed to by the parties that the task order change order letter process may be used only for increased or decreased levels of funding, corresponding adjustments to service or program levels,and any related budget line items. Any other changes to this Task Order,other than those authorized by the task order option to renew letter process described below, shall be made by a formal amendment to this Task Order executed in accordance with the Fiscal Rules of the state of Colorado. If the Contractor agrees to and accepts a proposed Task Order Change Order Letter,then the Contractor shall execute and return that Task Order Change Order Letter to the State by the date indicated in that Task Order Change Order Letter. If the Contractor does not agree to and accept a proposed Task Order Change Order Letter, or fails to timely return a partially executed Task Order Change Order Letter by the date indicated in that Task Order Change Order Letter,then the State may,upon written notice to the Contractor, terminate this Task Order no sooner than thirty(30) calendar days after the return date indicated in the Task Order Change Order Letter has passed. This written notice shall specify the effective date of termination of that Task Order. If a Task Order is terminated under this clause,then the parties shall not be relieved of their respective duties and obligations under that Task Order until the effective date of termination has passed. Increases or decreases in the level of contractual funding made through the task order change order letter process during the initial, or renewal,term of a Task Order may only be made under the following circumstances: E. If necessary to fully utilize appropriations of the state of Colorado and/or non- appropriated federal grant awards; F. Adjustments to reflect current year expenditures; Page 3 of 6 G. Supplemental appropriations,or non-appropriated federal funding changes resulting in an increase or decrease in the amounts originally budgeted and available for the purposes of a Task Order; H. Closure of programs and/or termination of related contracts or task orders; I. Delay or difficulty in implementing new programs or services;and, J. Other special circumstances as deemed appropriate by the State. 5. The State may renew a Task Order through a"Task Order Option to Renew Letter"substantially similar to the sample Task Order Option to Renew Letter that is incorporated herein by this reference,made a part hereof,and attached hereto as"Attachment E". To be effective,a Task Order Option to Renew Letter must be: signed by the State and the Contractor;and,approved by the State Controller or an authorized designee thereof. Additionally,a Task Order Option to Renew Letter shall include the following information: A. Identification of the related Master Contract and that Task Order by their respective contract routing numbers and affected paragraph number(s); B. The type(s)of service(s)or program(s),if any, increased or decreased and the new level of each service or program for the renewal term; C. The amount of the increase or decrease, if any, in the level of funding for each service or program and the new total financial obligation; D. A provision stating that the Task Order Option to Renew Letter is effective upon approval by the State Controller, or designee,or its proposed effective date,whichever is later. Upon proper execution and approval,a Task Order Option to Renew Letter shall become an amendment to this Task Order. Except for the General and Special Provisions of the Master Contract,and the Additional Provisions,if any of that Task Order, a Task Order Option to Renew Letter shall supersede that Task Order in the event of a conflict between the two. It is expressly understood and agreed to by the parties that the task order option to renew letter process may be used only to:renew a Task Order; increase or decrease levels of funding related to that renewal; make corresponding adjustments to service or program levels,and,adjust any related budget line items. Any other changes to a Task Order,other than those authorized by the task order change order letter process described above,shall be made by a formal amendment to a Task Order executed in accordance with the Fiscal Rules of the state of Colorado. If the Contractor agrees to and accepts a proposed Task Order Option to Renew Letter,then the Contractor shall execute and return that Task Order Option to Renew Letter to the State by the date indicated in that Task Order Option to Renew Letter. If the Contractor does not agree to and accept the proposed renewal term,or fails to timely return a partially executed Task Order Option to Renew Letter by the date indicated in that Task Order Option to Renew Letter,then the State may,upon written notice to the Contractor,terminate this Task Order no sooner than thirty(30) calendar days after the return date indicated in the Task Order Option to Renew Letter has passed. This written notice shall specify the effective date of termination of that Task Order. If a Task Order is terminated under this clause,then the parties shall not be relieved of their respective duties and obligations under that Task Order until the effective date of termination has passed. 6. All attachments or exhibits to this Task Order are incorporated herein by this reference and made a part hereof as if fully set forth herein. If a conflict or inconsistency is found to exist between the Page 4 of 6 terms and conditions of this Task Order and those of any attachment or exhibit hereto,then the terms and conditions of this Task Order shall control. 11 ADDITIONAL PROVISIONS. Reimbursements for the I"(March 31,2006)and 2nd(June 30,2006)quarters of the contract period will be made commensurate with a dollar amount not to exceed ''A of the total Task Order amount each quarter. If, at the end of the third quarter(September 30,2006)the Contractor has completed less than 75%of the workload associated with any section of this Task Order, adjustments for decreased 3`d quarter payments will be made. Therefore,beginning with 3`d quarter payments, reimbursement will be made commensurate with the level of work actually performed. All activities associated with this Task Order shall be billed at a rate of$45.45 per hour. All activities associated with PM 10 monitoring shall be billed at$12.00 per sample. 2. The Contractor may not request reimbursement past August 15,2006 for activities performed in the l"and 2"d quarters of the renewal period between January 1,2006 and June 30,2006. Likewise,the Contractor may not request reimbursement past February 1, 2007 for activities performed in the 3`d and 4h quarters of the Task Order period between July 1,2006 and December 31,2006. Final payment is contingent upon completion of all Task Order activities articulated in Attachment A and approval of the Final Report which shall be submitted to the Division no later than February 1, 2007.The State will not process reimbursements for activities performed after December 31, 2006 under this Task Order. 3. The Contractor certifies, to the best of its knowledge and belief,that no federally appropriated funds have been paid or will be paid by or on behalf of the Contractor,to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress,an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of this Task Order, and the extension,continuation, renewal, amendment, or modification of this Task Order, or any grant, loan, or other cooperative agreement that utilizes federal funds. If any funds other than federally appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, Member of Congress, an officer or employee of Congress in connection with this Task Order,or any other grant, loan,or other cooperative agreement,then the Contractor shall complete and submit Standard Form—LLL,"Disclosure Form to Report Lobbying" in accordance with its instructions. 4. The contractor shall require that the language of this certification be included in the award documents for subawards at all tiers(including subcontracts, subgrants, and contracts under grants, loans,and cooperative agreements)and that all subrecipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into.This certification is a prerequisite for making or entering into this transaction imposed by section 1352,title 31, U.S. Code. Any person who fails to file the required certifications shall be subject to a civil penalty of not less than $10,000 and not more than$100,000 for each such failure. Page 5 of 6 IN WITNESS WHEREOF, the parties hereto have executed this Task Order as of the day first above written. CONTRACTOR: STATE: BOARD OF COUNTY COMMISSIONERS OF WELD COUNTY(a political subdivision of the state of Colorado)for the use and benefit of the STATE OF COLORADO WELD COUNTY DEPARTMENT OF PUBLIC HEALTH AND ENVIRONMENT Bill Owens. Governor �/ By: �/'�'-L,�/ By: F4-4Arr./1 Name: William H.Jerke or the E�,hutive Director / Title: Chair,Board of County Commissioners DEPARTMENT OF PUBLIC HEALTH FEIN: 846000813 AND ENVIRO ENT 10/19/2005.• Date: sou stew Imo,' 1EILr�� ! ) ATTriajo PROGRAM APPROVAL: "4.41‘ otrour ‘rra, ' Y✓ a n�� m/1 By: sitaeutaceocraicatakweawaratiatc Deputy Clerk to the Board APPROVALS: 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: WELD COUNTY DEPARTMENT OF Leslie M.Shenefelt PUBLIC HEALTH AND ENVIRONME T B (n5 ,izt�QDO l By- Mark Walla e, D, MPH'Director ' Date: II 2 Cv Revised:11/5/04 Page 6 of 6 &A25-5099 ATTACHMENT A Scope of Work ATTACHMENT A • CY 2006 STATE/LOCAL AIR QUALITY CONTRACT SCOPE OF WORK I. Cooperation, Trainin¢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 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 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 PM 2.5,PM 10,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 PM2.5 Coordinator. All training related to PM2.5 shall be pre-approved by the Division's P612.5 Program Coordinator and shall be devoted to related particulate monitoring work.Types of training may include but not be limited to:Division-sponsored training, 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 Mr 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. B. The State shall provide the Contractor with a schedule for the operation of the particulate monitors(PM10, 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 this duty. 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 PM10 and TSP filters will be shipped to the State-designated laboratory within five days of sampling date. 3. The Contractor shall notify the PM2.5/PM10/TSP program staff by telephone or electronic mail within 24 hours of any malfunction or sampler problem. 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 totes monitors(including VOC,carbonyl metals,hexavalent chrome): 1. Change samples(canisters,cartridges,filters)according to established SOP's 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 8 and 15,unless otherwise specified or provided herein. 2. Conduct inspections as specified and listed in Contract Attachment B,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 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 8,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,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 Compliance Determination letters 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. 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,a ter 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. 1. 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* 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 (WI) Actual time spent(typically.5 to 1.5 hours) AND"Ill"LETTERS REVIEW OF LOI OR A"I 11" 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 1 inspector per county PHONE CALLS,OUTREACH No reimbursement 1 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:CD letters,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. "1 l l"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. "III"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: I. 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 inspections as specified in this Section M.G.of sources listed in Exhibit 2 which is attached and by this reference made a part hereof. 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. 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. Page 7 of 9 • 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: 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. Page 8 of 9 13. Electronic copies of all field inspection reports for those sources listed in Exhibit 1. 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. E. 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. F. PM 10 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 2.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 Maintenanre/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 3. 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 February 1,2007. 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 Exhibit 7 OD OD c0 OD OO OO OD c0 OD Oa m OD OO c0 OD m OO OD m OD O0 m OD m c0 OD m OD OD CO OD OD c0 O OD OD OD OD OO OD 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 a) - N 0)i aai 00) aa) N a0i a") 0)i a) a)aai a) a)aai a) a)aai aa)) aa)) aai 0)) aa)i aa)) aai N N aa) 0 N 0 w aai 0)i 0)i 0)i a") aa)) a) a)aai aai aa)i aa)) LN ,00000000000000000000000000000000000000000 K CO CO CO CO CO CO CO M CO CO CO CO CO CO CO M CO CO CO CO CO M CO CO CO CO M CO CO CO CO CO CO CO CO CO CO CO CO CO W a) > a) a) m E t U Oa T ctrwwWwwwwwwwwwwwWwwwwwwwwwwwwwwwwwwwwWwwww H H H H H H H F I- H H H I- H H F- H H F F I- F H F- F F F H F H F I- H H H I- F H F H On On On On m m On m In On U (n N m On m m On m On N On 9 m m (n N m w On w O/) O/) On w (n w m On w zzzzzzzzzzzzzzzzzzzzzzzzzzzzzzzzzzzzzzzz Z Z Z z Z Z Z z Z Z z z Z Z Z Z Z Z Z z z Z Z z z z Z Z Z z Z Z z Z Z z Z z 0000000000000000000000000000000000000000 J m ] J J m J J J J J J J ] m J J J m J J J J m J aaaaaasasaa < aaaaaaaaaaaaaaaaaaaaaaaaaaaa wwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwww wwwwwwwwwwwwwwwwwwWwwwwwwwwwwwwwwwwwww III w U 000 U U U U U U U U U U U U U U U U U U U 0000 U 000 U U U U 0000 U zzzzzzzzzzzzzzzzzzzzzzzzzzzzzzzzzzzzzzzz aaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaa J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J a LL a a a CL a LL LL a 0_ 0_ LL a LL a a LL a a a a a CL a a LL a a a a a a a a a a a a a 2222222222222222222222222222222222222222 0000000000000000000000000000000000000000 000000000000000000 0000000000000000000000 J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J DDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDD LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL a a a a LL a a a a a a a a a a a LL a a a a a a a LL a LL a a a a a LL a LL a LL a LL a CO On CO On W CO COW COW CO W CO CO CO On On On CO CO CO CO U CO CO On On W CO CO CO On CO COW CO co (n Zzzzzzzzzzzzzzzzzzzzzzzzzzzzzzzzzzzzzzzzz 011IIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIII 2CU CO CO OD CO CO CO CO on co OD CO CO CO U) 00 CO CO CO CO CO CO CO OD CO 00 CO co op cn u) co OD CO CO CO 09 0) CO co co LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL Z z z Z z Z z z z Z Z z Z Z z Z z Z z z Z Z Z z z Z z Z z Z z Z z z Z z Z z Z z )n N CD "rj 222 2222 222 2 22 2222 2 2 a s On On On m m m On m On m On On On m m m On On m On On o U m m m On m m On m m m m m m m m m m a U co 0 Y H H ? w H Q 2 F � F H Z (7 0 U W H Q -� LL OLL W w rc z w0 } wcc ww E z Za co z u_ w a H o - a O E U a z It W w — C7 Y a O W - (1) (1) � z � N w w W W 0 CO 0 > U ? m Z > ? CC K J U_ W Z J W a m a J O J O w 2 J U 00 a F w O O J > E Co UQa0 wW p �¢� z 0- _, U0wz � y () > cnzO � Ja0ca 0 0 Z _U O ? mm > J W H - UU ,- ZzgprJ�UuU W Zat) U > ,J M. pF � L� O � Ocn j°bw W EpW v� On z wmmOz ? LL ~ $ JacowU } (2 ZOJ > � Sow � LcYigO006 ow '' ozj � ? ¢ ctl- yya }a} 1- 1- p1- ¢ °D >a> OO � wOzR j O z tpn a w w U Z Z U O Q K O Q Z Q p z z = n W — Z Z m z Z a W w O nOOocEt W W Mpin zzzz U' F LL a () FZ0ZDD DZUzmwO a V OW WHH U E a W wrzF_ LLa r0000JJ W o <nU � 00a wa � OcnwW pLLZ � � m ocnm2Ow W wJZU W ZZZZO < W O W W Z < UUmUW Fw Uw (7HU p W U J Ia p F J J W w a a O Z a a 0 2 On J W a 0 0 0 Z p > Z = LL O J O z o u- a W Oo < OOO W OZ W Z W U' O owOnOW LLZ0 W JJOCC (9OHOn1Iw-1 Ill JIQ ¢ >a JLLLLQdH a0UZmt0 < LL' W m < < < < 2 < LL' ZaaaX ? OaJ2 (Z' = SLLJ » OU < ? V UD On O M M O '-- OD CO N M 1n On N N V OD OD O T- OO 0) V V co 1— N O N On OO 1- O M-p O O 8 h 0 0 O N On N M aD 2 aD O%) O O `4"“? Q) OA N N N N M OD 2 OO U) N N M M M V V l()0 0 0 0 0 0 N M M M 9 M M V V V V OD 9 OD 9 9 9 OD 9 9 M M M M M M M M I O 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 nC M co co co co co co co co co co 0`) co co co co co co Oh co co Oh M C7 co M co co co co co co M Oh O`I) M M (n M th N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N 0000W000 0 0 0 0 0 0 000000000 ' lir II O 00000000 w wwwwwwow O 00000000 M M M M M M M M M wwwwwwwww HHHHH z• zzzzzzzz O 00000000 mm wwwwwwwww wwwwwwwww 000000000 zzzzzzzzz < < < < < < < < < J J J J J J J J J aaaaLLLLaaa 222222222 O 00000000 O 00000000 J J J J J J J J J DMDDJ J J J J J J J J D 7 D D ww LL LL LL LL LL LL LL LL LL 0- 0- 0- 0- 0- n- 000 (0000) 00 zzzzzzzzz 00000 (00) 00) LL LL LL LL LL LL LL LL LL zzzzzzzzz MMMMMMMMM � H J wLU 0 >Q' Z 3 0 W H J 0 °6 0- E °8 w 2 Z 0 0 00 202 Q (0 } 0 J w O HUH Ur W J zw = ZwM dmw ' z . °6 Q U O X 0 w O J LL U a < w U 0z W LL 0 } < Q 2 Q Q U0w2FQw2rcrn WMOW < M H w ° w D D KomwEwaw M M M N (O R 1l (0O O u I M • M M V V O O M M M M M M M M M N N N N N N N N N 2006 WORKLOAD (JANUARY 1, 2006 - DEC. 31, 2006) CFC PROGRAM COUNTY YEAR WELD 2006 TOTAL HOURS 100 HOURLY RATE $45.45 TOTAL BUDGET$4,545.00 TYPE HOURS % TIME ENFORCEMENT 5 5% COMPLAINTS NEW SOURCE ID TRAINING 6 6% INSPECTIONS TYPE INSPECTIONS INSPECTION %TIME HOURS MOTOR VEHICLE MVAC(FN) 33 33 33% SHOP STATIONARY SHOP SSAC (FN) 27 27 27% STATIONARY SSER(REGISTERED) 14 21 21% EQUIPMENT RETAIL FOOD REFER 4 8 8% (REGISTERED) ----..;,. .1, Colorado Department of Public Health and Environment �' 0 Air Pollution Control Division L'"� 4,„ CFC Program Inspections for 2006 `$_ October 20,2005 Site Address City,Map Location Phone SS RF FN WELD COUNTY FACILITY NOTIFICATION COUNTY LINE AUTO BODY INC 1021 CARBON CT ERIE (303)828-2699 ❑ ❑ V MVAC A-1 HEATING&AIR CONDITIONING 107 23RD AVE GREELEY (970)352-3500 ❑ ❑ ❑r SSAC COLORADO KENWORTH INC-GREELEY 112 13TH ST GREELEY (970)353-9700 ❑ ❑ ❑/ MVAC GREELEY FURNACE CO LLC 112 E 30TH ST GREELEY (970)366-0121 ❑ VJ V SSAC SHUPE'S TRUCK SVC 115 4TH ST RD GREELEY (970)352-0133 ❑ ❑ V MVAC THEE YARD 12433 WELD COUNTY ROAD 41 HUDSON (303)536-0701 ❑ n L7 RECO RANDY PREMER REPAIR INC 1300 8TH AVE GREELEY (970)352-2823 ❑ ❑ V MVAC EVANS AUTO SVC&SALES 1340 FACTORY CIR FORT LUPTON (970)857-6750 ❑ ❑ ❑d MVAC B&R HEATING&AIR 1424 RED FOX CIRCLE WINDSOR (970)218-9925 ❑ ❑ V SSAC FIRST CHOICE HEATING&AC INC 14469 MEAD CT LONGMONT (303)772-1591 ❑ ❑ V SSAC BOO 1490 E 8TH ST GREELEY (970)352-7797 ❑ ❑ V RECO PRECISION AUTO BODY 1619 1ST AVE GREELEY (970)353-7461 ❑ ❑ V MVAC ARMENDARIZ MECHANICAL INC 1760 MONTGOMERY CIR LONGMONT (303)651-6472 ❑ ❑ V SSAC QUALITY PAINT&BODY INC 1859 2ND AVE GREELEY (970)351-7768 ❑ ❑ V MVAC ACTIVE TRUCK&AUTO PARTS INC 19640 W CR#28/PO BOX 600 HUDSON (303)534-5102 ❑ ❑ ] MVAC D&D AG REPAIR 20476 WCR 29 PLATTEVILLE (970)737-2671 ❑ ❑ V MVAC TOY SHOP AUTO REPAIR 205 E 18TH ST GREELEY (970)378-7000 ❑ ❑ E MVAC CEDARIDGE WEST APTS 2072 30TH ST GREELEY (970)356-5112 ❑ ❑ ❑i SSAC DAN'S GARAGE 21042 PECKHAM DR LA SALLE (970)284-7807 ❑ H 0 MVAC RUSH TRUCK CENTER 2111 2ND AVE GREELEY (970)353-7919 ❑ ❑ 0 MVAC BLOOM'S MOBILE REPAIR 21167 WCR 70 EATON (970)691-3114 ❑ ❑ ❑i MVAC JOHNSON MECHANICAL 221 7TH ST FREDERICK (303)833-3252 ❑ H 0 SSAC HI-TECH AUTO BODY INC 222 22ND ST GREELEY (970)356-7151 ❑ ❑ V MVAC ALL WEATHER HEATING&COOLING 225 6TH ST GILCREST (970)737-9073 ❑ ❑ ❑i SSAC MIDAS AUTO SERVICE#77108 2390 W 28TH ST GREELEY (970)330-8055 ❑ ❑ [ MVAC BI-STATE MACHINERY COMPANY INC 240 5TH ST GREELEY (970)356-3666 ❑ ❑ V MVAC STAMPEDE HYUNDAI 2501 35TH AVE GREELEY (970)330-3801 ❑ O E MVAC EHRLICH VOLKSWAGON 2605 35TH AVE GREELEY (970)330-5430 ❑ ❑ ❑i MVAC WELD COUNTY GARAGE 2699 47TH AVENUE GREELEY (970)352-1313 ❑ ❑ Kei MVAC BRAKES PLUS#17 2707 23RD AVE GREELEY (970)330-2100 ❑ ❑ [ MVAC MT ENTERPRISES INC 2730 WCR 41 HUDSON (303)536-4010 ❑ ❑ [ SSAC M B AUTO SALES&SALVAGE 2732 COUNTY ROAD 27 FORT LUPTON (303)654-1882 ❑ ❑ ] RECO EHRLICH MOTORS INC 2733 8TH AVE GREELEY (970)353-5333 ❑ ❑ ID MVAC BRAND SOURCE TV AND APPLIANCE 2780 8TH AVE GREELEY (970)304-6880 ❑ ❑ ] SSAC INTEGRITY AUTO WORKS 300 8TH AVE GREELEY (970)352-7372 ❑ ❑ [ MVAC WILF'S EUROPEAN MOTORS INC 301 4TH ST MEAD (970)535-4715 ❑ ❑ V MVAC B&G EQUIPMENT INC 301 E 8TH ST GREELEY (970)352-9141 ❑ ❑ [I MVAC WELD COUNTY FACILITY NOTIFICATION dnspeycounty Thursday,October 20,2005 Page 1 Colorado Department of Public Health and Environmenta ,�-�% Air Pollution Control Division CFC Program Inspections for 2006 - October 20,2005 She Address City,Map Location Phone SS RF FN GENES AUTO CLINIC INC 302 1ST AVE GREELEY (970)352-4387 ❑ ❑ B MVAC HORTON SHEET METAL CO 3027 29TH ST GREELEY (970)330-4405 ❑ ❑ Q SSAC C G HAYES REPAIR 32010 WCR 63 GILL (970)356-3355 ❑ ❑ © MVAC AIR X-TREME 331 MAIN ST LASALLE (970)284-5455 ❑ ❑ ® SSAC PROSPECT IMPLEMENT CO 33894 HIGHWAY 52 KEENESBURG (970)732-4321 ❑ ❑ B MVAC MC CREERY&SUN OF COLORADO 3455 W F ST#3 GREELEY (970)339-5740 ❑ ❑ Q SSAC KEENE TRACTOR&EQUIPMENT SVC 35 N MARKET ST KEENESBURG (970)732-4542 ❑ ❑ ❑� MVAC AIR EXPERTS 3610 35TH AVE UNIT#4 EVANS (970)336-0707 ❑ ❑ © SSAC ABSOLUTE COOL 4011 CENTRAL ST EVANS (970)339-9033 ❑ ❑ © SSAC COOKSEY FARMS 41419 HIGHWAY 52 ROGGEN (970)849-5214 ❑ ❑ © SSAC MIKE'S HEATING&NC 417 4TH ST NUNN (970)353-7553 ❑ ❑ 0 SSAC STEVEN'S APPLIANCE SERVICE 420 N 2ND ST LA SALLE (970)330-0733 ❑ ❑ © SSAC FOGGMASTER HVAC 42510 WCR 35 PIERCE (970)590-3104 ❑ ❑ © SSAC LONGS PEAK EQUIPMENT 4322 HIGHWAY 66 LONGMONT (970)535-4474 ❑ ❑ ❑.i MVAC HONDA OF GREELEY 4535 W 29TH ST GREELEY (970)506-2791 ❑ ❑ 0 MVAC GARNSEY&WHEELER CO 4901 29TH ST GREELEY (970)506-3635 ❑ ❑ ® MVAC AULT TRUCK&EQUIPMENT 5 JOE P MARTINEZ LN AULT (970)834-1055 ❑ ❑ 0 MVAC SEVEN SONS AUTO SALVAGE 519 US HIGHWAY 85 BRIGHTON (303)659-2285 ❑ ❑ Q RECO RIES ELECTRIC 60 S MAIN ST KEENESBURG (970)732-1127 ❑ ❑ © SSAC A A QUALITY HEATING&NC 6069 WELD COUNTY RD 5 ERIE (303)449-5511 ❑ ❑ © SSAC WLD CNN BUDGET APPLIANCE SVC 6118 W 10TH ST GREELEY (970)352-8697 ❑ ❑ be SSAC C P MECHANICAL SVCS 635 HICKORY ST HUDSON (303)536-0200 ❑ ❑ © SSAC AIR REPAIR 6380 W 10TH ST#10 GREELEY (970)353-3685 ❑ ❑ ® SSAC COMFORT ZONE HEATING&AIR 641 INNOVATION#C WINDSOR (970)686-2252 ❑ ❑ ® SSAC WESTERN COMFORT SYSTEMS INC 6522 W 4TH ST GREELEY (970)352-3432 ❑ ❑ 0 SSAC ONORATO GARAGE 730 1ST ST FIRESTONE (970)833-9982 ❑ ❑ © MVAC ROBERT'S HEATING&AIR 840 6TH ST NUNN (970)897-2337 ❑ ❑ Q SSAC WELD COUNTY FACILITY NOTIFICATION drisPBYcountY Thursday,October 20,2005 Page 2 • - _-:� Colorado Department of Public Health and Environment anew" •` ai: * Air Pollution Control Division �"` CFC Program Inspections for 2006 �` October 20,2005 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 ❑ W ❑ ALBERTSON'S#883 2325 23RD AVE GREELEY (970)330-4910 ❑ ❑d ❑ WHOLESALE FOOD OUTLET 3635 W 10TH ST GREELEY (970)351-0727 ❑ W L&I FAMILY MARKET 818-31ST ST EVANS (970)330-2404 ❑ ❑d ❑ WELD COUNTY RETAIL FOOD EQUIPMENT REGISTRATION dnspeycounty Thursday,October 20,2005 Page 3 11 Nal= . Colorado Department of Public Health and Environment fl '? % • Air Pollution Control Division• tilll# ' • CFC Program Inspections for 2006 October 20,2005 Site Address CitvLMap Location Phone SS RF FN - WELD COUNTY STATIONARY SOURCE EQUIPMENT REGISTRATION CITY HALL 1000 10TH ST GREELEY (970)350-9395 0 ❑ ❑./ SSAC COTTONWOOD POINTE OFFICE BLDG 1600 23RD AVE GREELEY (970)330-1828 © ❑ ❑ DILLARD'S#997-GREELEY MALL 1840 GREELEY MALL GREELEY (719)550-1159 ® ❑ ❑ UNIVERSITY OF NORTHERN COLO 2101 10TH AVE GREELEY (970)351-1268 © ❑ ❑ LONGMEADOW APARTMENTS 2311 16TH ST GREELEY (970)356-7129 ❑Q ❑ ❑ SEARS-GREELEY 2800 GREELY MALL GREELEY (970)351-8500 W ❑ ❑ STATE FARM INSURANCE COMPANIES 3001 8TH AVE GREELEY (303)466-2500 0 ❑ ❑ HAUSER PARK 4161 SPECIALTY PL LONGMONT (303)447-8326 I] ❑ ❑ GREELEY TRIBUNE 5018TH AVE GREELEY (970)352-0211 W ❑ ❑ BUDWEISER EVENTS CENTER 5290 ARENA CIRCLE LOVELAND (970)619-4116 © ❑ ❑ COAL RIDGE MIDDLE SCHOOL 6201 BOOTH DRIVE FIRESTONE (303)682-7269 © ❑ ❑ BOOMERANG PROPERTIES LLC 700 N 71ST AVE GREELEY (970)396-8808 © ❑ ❑ UNION COLONY CIVIC CENTER 701 10TH AVE GREELEY (970)350-9395 ® ❑ ❑ JEROME BUILDING 800 8TH AVE GREELEY (303)422-6725 (] ❑ ❑ WELD COUNTY STATIONARY SOURCE EQUIPMENT REGISTRATION daspaycounty Thursday,October 20,2005 Page 4 Exhibit 3 Colorado Department of Public Health and Environment—Air Pollution Control Division--Technical Services Program LOCAL AGENCY PARTICULATE SAMPLER QUARTERLY REPORTING FORM YEAR MONTH LOCAL AGENCY SAMPLING SITE: PM10 TSP PM2.5 Date Filter# Hours Spent COMMENTS: (Missed sample,void sample, problem noted) 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 �x4�tib�k 4 Field Standard Operating Procedures, Filter Data Sheet Explanation The Filter Data Sheet (IDS) is the cornerstone in the sample validation process of Colorado's PM2.5 program. APCD requires that site operators understand the FDS and fill it out completely. The records generated by site operators (specifically the FDS and other required forms) serye as proof of sample validity; additionally, the FDS serves as a chain of custody document. Without a complete, properly filled out FDS APCD/PM2.5 personnel cannot link an electronic record with the physical sample. Without this link it cannot be shown that a sample is valid. In fact, just the opposite is true. Without the proof offered by a complete FDS it is assumed that a sample is invalid. To summarize: when a site operator fails to fill out the FDS completely, even if they've performed all the. required work, they are invalidating the samples. Below, there is an example of a complete FDS with all necessary data filled in, the Boulder PM2.5 site is used in this example. The data is imaginary and reflective of no actual data. It is there only to demonstrate completeness and format. The image itself is a bitmap and can be copied, enlarged, and printed out. There are five different areas of the FDS that site operators need to fill out. The image below identifies these five parts. Site operators should read through the associated notes for an explanation,of each portion of the FDS. If further explanation is necessary the site operator should contact the appropriate APCD/PM2.5 personnel. Filter Data Sheet See Note 1 ?)&.6 Faderal REferenoe hlethod'Fi1{er Oats Sheettthalh of Custad •A. 1 :4' + GAh•Il RI1WA GP vlelrt G1- K: Gbtaa. lmlaf f 000610. ' 00af0 + Ian t QCa21 OOaTA ^flWf a9Cal1f1ai4�G f# +tt 410R! a AlrS eoR : OLOb00121 TiR Vm 1 }bN I 63 !'- 1104 � K45 nw1+;VbiA 91K S+'➢IR Vap. 0Ai25a dPR00V k s Ir ' h i ' k h } 51e02aaT *.A.pRaa - 2T6fWID1 iT.l: I:. � 1 £ FRTER GRTA 1 hOor Itt4I ORG1R.P T^Q. Grwl A0�f0 AwcNAMb ANupo IMLT.,q CA.MAa1R wire se", IlaulnY� 24 tt. aria+1Mf G.,.— a,,, c vas. VC014 CORi1GfC4Y.rC war it. NRAO A,n M «a4b A+W+.�M @nro..; 1rA'1J OrS _ ti u z m-� zsG :G1s w usG 9a s69 firll date t 2150 : C l O�V ggalT s 211b 2V 412 IGT 1L02 OR Dl9 Graf b6att 1 om,_,^ _-,� ..: iYA5 See Note 3 Ear aalp :: 1 z121w: Y1 O.Wtha EV OOaAO a SSffi.`-' 252 :'411 1LT 1342 is �EAt p"ICi2 2 W Et -.516 167'. ; " 2pA @;Glpf See Note 4 a0aa25 - 1 �1Hi:: __ >.T Gwr O.ax 5 2010 a6 iY $.Y' 1221 &2 sus GY1 CM '. SYx Notes hLTEY WPPIDTallla AELOLAlbATA HbatlY *A&PLU Gp1fl'dSW INS Q}IY. fipac G1 R al M 1 0A 'p6 GOc04m2{MAp: K: AIaGR201TPAV.ftl.R u0(t i 45 -12 -W .2.2 CmCYR Y2' A.<*C G YaLtllmrt�Rplal %OM ;A NR gyryp GAerh0 tip..f,: h ulAv0a24 NOTES: Each FDS is produced by APCD personnel to accompany a specific batch of filters to a specific site. Each FDS is sent out to the appropriate site with pre-printed information pertinent to that site. These data are site information, including the site name, site code, AIRS ID, and sampler serial number. If there is information on this form that is incorrect (i.e. sampler serial number) contact the appropriate APCD/PM2.5 personnel. Note 1:Site visit information. Every time an operator visits his or her site it is necessary for them to fill in this information. APCD personnel need to know the date and time of the site visit and which site operator(s) was there. Operators need to fill this section out every site visit, completely, no exceptions. Note 2:Sample Load/Retrieval Site Visit #. When an operator goes to the site to load a new batch of filters into the instrument they should note which Site Visit the filters were loaded. This Site Visit# goes in the column labeled Sample Loaded/Retrieved Site Visit # and adjacent to the row corresponding with the sample start date. When an operator goes to the site to retrieve filters they should note which filters were retrieved on that particular site visit. This Site Visit # goes in the column labeled Sample Loaded/Retrieved Site Visit# and adjacent to the row corresponding with the sample end date. When an operator fills this out they document when they pulled a filter off the instrument. APCD determines if a particular filter was retrieved under the 96-hour criteria. (Remember sample loaded goes in the Sample `Start' row and sample retrieved goes in the Sample 'End' row.) Note 3:Operator Comments: The operator may make any comments associated with a particular sample or filter including weather events, high pollution events, anomalous site conditions, and condition of the filter upon receipt, etc. The operator should also use this space to document any status conditions associated with that sample. Note 4:Filter data information. This data you pull from the machine with a couple of important exceptions...The filter and cassette IDs are given to you on the preprinted labels on each filter you receive from the lab. The next two columns of data refer to 1) Sample start/end date(s) (the column heading is 'Date(yymmcid)') and 2) On what site visit was a filter loaded into the machine and when was that filter retrieved after sampling (column heading 'Site Visit#). Start date and end date should be self-explanatory. Site operators receive each FDS with the `Start Date' already filled in. All samples should be 24 hours long which means that the 'End Date' will be the day following the `Start Date'. There may be exceptions to this but the general rule is to sample for 24 hours. If a filter did not sample on the prescribed start/end date, then it is necessary, to make this notation on the FDS and write in the correct information. The next eight columns after the Sample Loaded/Retrieved column (previously discussed in Note 2) are all concerned with actual sample data. These values serve a two-fold purpose. Firstly, they allow site operators to verify that the sample has met some of the critical criteria for a sample to be considered valid, and secondly these data serve as a hardcopy backup to the electronic record. Should a sample not meet one or more of the criteria concerning sample time, average flow, coefficient of variation, and sample volume they should contact the appropriate .APCD/PM2.5 personnel to arrange for a make-up sample. Note 5:Field Lab Data. The data a site operator should write in this section refers to temperatures of their transport container and field lab refrigerator. When you visit your site and recover a filter, record the maximum temperature (outdoor probe) of your transport cooler (after it has stabilized at a temperature below 4°C) and the maximum temperature (outdoor probe) of your refrigerator after you place the sampled filter in the refrigerator for storage until shipment. An exposed filter must stay at or beneath 4°C from the time it is retrieved from the site to the time it arrives at the lab. An additional space is given for site operators to record the maximum temperature of the shipping container after it has been packed for return to the lab. Record the maximum temperatures only after the cooler or refrigerator has equilibrated to a temperature below 4°C. PM2.5 Field Form COLORADO DEPARTMENT DF PUBLIC HEALTH AND ENVIRONMENT Air Pdkban centre(Olisign.Tectniaal Services Prugaryl 4<if PI42 RegUar Mair4eTaloe/San-pier Verification Fate 8TE. Md PLESOATA Sb VMS EGNerAtJT DNTA in Name: :ROAaa RI 12 6S 14 RS'. GpxiWi __ __ Oset'sneck Ira SfNk 014014.02t.O • iape.r teats: MSDii1 01w . —�——.�—.— O>ORA•Natr RS el l.P.r ura: 200T➢Ds01 TIA.e Ca dikadOn Die 1Y21RR AIRS ID: 060110012 ki.Snu.——— St5 U 0208 FZVole WSbr 42710 W.liar Therfia.ew T ce: VWRSCanOk Jz Ca.:(WN]' TAOe.a.ew HN: ":.. 34181 Sau:W.1. ---- aara.awSTI: : *We Fs.Flow_Raw • Tene.{ryN _ ewe:01..�..— ...-.-�.�—r.n Re0 awee'erw.Jlk.. ".:raerWPek tw'A!9.SVRR0100P' Ste how -..mit ade PAW Got! Anittisnp. Awn trap. F1% Acw Vick' WIM mart pp. MA Cet.R e.ETEa6S Oaten Surcdl. Clan* Saelafa •M.. ₹prtan, rT5 6-.: l4R .z.sNRA •nc.rr( 41i.Y Lflltsi LVG L10rR.YT0 '::LAN:RM 4kR t: Vitt 2' Skint T1a1.Ylp....WVeh...naY..d..1.es is ga.R 1IS luny fIYanal.,.S h as sawHwa Assn a•l'IP",...'P.aR..I..a waA.l I`Ft..'MWae.Ol,•1f .-lweq.a.mr'wnW.Y.aloss.w.Is.s w n a-a Nla.lel%• 1a Ma.OWOr I.5 emiww 1•.na..aU . .h.T .ih.I" ram a.4.Ibi.'<..w1.1WYXMN .s.ad. s Ms�1a.gi..A1 r1va..fl..la AP.i1'FTP.w..n IS''ScwlS.k.Rae II11 tea. rip. nI)MN. . U IM N-ar11Y...J'mn.r t ..lanaa.Ianal ntl. llt .a. dS.nIOee<l rs Tr ip. W.I.PR{MLMYN 0P0 OM Cl w.."NNQ Sheet:'25 d 2D" TIME PERIOD: 01.1211: te 0112,14 LIST OF SQIEDULED e.JENTS/SCHEDULEDD.ATES estisIdUe01 Everts: 4.144,5-ess,t ,�12471D1 I ' � Refrigerator Control Log COLORADO.DEPARTMENT OF PUBLIC HEALTH AND ENVIRONMENT Air PdlLtim Cmtrol gust clnieal Services Progam +W Ref geratci-cr Cc CsnIrd Log c .v AIRS la 08-013-0012 Site ID- Bolder Month: Decerri3er Tear: 2001 '"if." - . e� ''R'iyw* 53 xg(,,U a Pf€ fir_ xt= fi a 3hi W • • Station Anomaly Form • • COLORADO DEPARTMENT OF PUBLIC HEALTHAND ENVIRONMENT Nr Po& I i CanVd DWMian T L$lMosr Protean ,� s1.q�n MlIr*Pan► - '' 'A�estc: ea-o,wa� aruu:.rlsMi - ar�nr (ddI0.) dal: . •;... . :Aiaallous#vet'°• ..., .;' > . ..idImTsMrr' • • �sR4t+hr!w`II!4Y4•'�el4rr!#4�k' �ks .r':::; .:.;...•. 4MMraawMagNatWn. • • • • • • ATTACHMENT B Budget ATTACHMENT B WELD COUNTY DEPARTMENT OF PUBLIC HEALTH AND ENVIRONMENT CY 2006-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 SIXTY THOUSAND,NINE HUNDRED NINETY-THREE DOLLARS AND NINETY-TWO CENTS ($60,993.92) for the work required in Attachment A with regard to enforcement and permits associated with stationary sources. The Contractor will be reimbursed $45.45 per hour for up to 335.5 hours per quarter. Each quarterly payment shall not exceed$15,248.48. Total hours worked under this paragraph shall not exceed 1,342. Referring to work related to PROFESSIONAL TRAINING ACTIVITIES: The Contractor may invoice the State for a total not to exceed TWO THOUSAND,ONE HUNDRED EIGHTY- ONE DOLLARS AND SIXTY CENTS ($2,181.60) for the work required in Attachment A with regard to professional training of staff performing air pollution related work associated with stationary sources. The Contractor will be reimbursed $45.45 per hour for up to 12 hours per quarter. Each quarterly payment shall not exceed $545.40. Total hours worked under this paragraph shall not exceed 48. 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,TWO HUNDRED DOLLARS ($1,200.00) for the work required in Attachment A 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 4 payments of up to$300.00. Total samples collected under this paragraph with regard to PM 10, shall not exceed 100. 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 FOUR THOUSAND,FIVE HUNDRED FORTY- FIVE DOLLARS($4,545.00) for the work required in Attachment A with regard to CFC activities. The Contractor will be reimbursed$45.45 per hour for up to 25 hours per quarter. Each quarterly payment shall not exceed $1,136.25. Total hours worked under this paragraph shall not exceed 100. 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, SEVEN HUNDRED SEVENTY-TWO DOLLARS AND TWENTY-EIGHT CENTS ($4,772.28) for the work required in Attachment A with regard to the operation and maintenance of gaseous monitors. The Contractor will be reimbursed$45.45 per hour for up to 26.25 hours per quarter. Each quarterly payment shall not exceed $1,193.07. 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, FOUR HUNDRED NINETY-EIGHT DOLLARS AND TWENTY-FOUR CENTS ($17,498.24)for the work required in Attachment A 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$45.45 per hour for up to 96.25 hours per quarter. Each quarterly payment shall not exceed $4,374.56. Total hours worked under this paragraph shall not exceed 385. BUDGET TOTAL: $91,191.04 ATTACHMENT C Contract Reimbursement Statement V a E 4 O .N d WCO Cii CO w Z 6) 0 8 .4 bou Z 63 a 4 V 3 E U H F°., O a.• 2 0 `; cti U 'C W . U X u d I = U V cr 4) 0 c4 «. 0 W g ^C E- uJ 8 d E Ca a F. a a 4) 0) w N H O - O 0 ') •O V ..0— E• U W en g4 A gt Ts e Z ¢ tr) e I •4) 0 x GQ 0'12 a cr 0 U -o a, .5 • • UGA C o rn O c� W a.. w b Q `c U o H o A 0 2 N zz g O Q .6 UVo .� Z A ° 2Vo � z • v -" U `' � UU �.'' A cox o > Lu O z a a e) O ,�' c8 cR Udd � Ll � x u z e, x c� e. F. H 3 Ca d H ry ATTACHMENT D SAMPLE CHANGE ORDER LETTER Attachment D TASK ORDER CHANGE ORDER LETTER [Date] Task Order Change Order Letter Number**, Contract Routing Number** *** ***** State Fiscal Year 20**-20**, ***************Program This Task Order Change Order Letter is issued pursuant to paragraph*_*.of the Master Contract identified as contract routing number** *** ***** and paragraph*. *. of the Task Order identified as contract routing number ** *** *****and contract encumbrance number** *** **********. This Task Order Change Order Letter is between the COLORADO DEPARTMENT OF PUBLIC HEALTH AND ENVIRONMENT and JLEGAL NAME OF CONTRACTOR'. The Task Order has been amended by Task Order Option to Renew Letter**. contract routing number** *** ***** and/or Task Order Change Order Letter**,contract routing number** *** *****, if any. The Task Order,as amended, if applicable,is referred to as the"Original Task Order". This Task Order Change Order Letter is for the current term of********* ** ****,through********* **,****. The maximum amount payable by the State for the work to be performed by the Contractor during this current term is increased/decreased by**********Dollars ($*.**1 for an amended total financial obligation of the State of ********** DOLLARS,($*.**). The revised specifications to the original Scope of Work and the revised Budget are incorporated herein by this reference,made a part hereof,and attached hereto as"Attachment*"and "Attachment*". The first sentence in paragraph*_*.of the Original Task Order is modified accordingly. All other terms and conditions of the Original Task Order are reaffirmed. This change to the Task Order shall be effective upon approval by the State controller,or designee,or on ********* **, **** whichever is later. Please sign,date,and return all** originals of this Task Order Change Order Letter by********* ** **** to the attention of: ************ ************,Colorado Department of Public Health and Environment,4300 Cherry Creek Drive South,Mail Code***-***-**,Denver,Colorado 80246. One original of this Task Order Change Order Letter will be returned to you when fully approved. [LEGAL NAME OF CONTRACTOR] STATE OF COLORADO (a political subdivision of the state of Colorado) Bill Owens,Governor By: By: Name: For the Executive Director Title: DEPARTMENT OF PUBLIC HEALTH FEIN: AND ENVIRONMENT PROGRAM APPROVAL: (Seal-Required) By: ATTEST(required): By: 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: Date: Revised:11/5/04 ATTACHMENT E SAMPLE OPTION TO RENEW LETTER Attachment E TASK ORDER OPTION TO RENEW LETTER [Date] Task Order Option to Renew Letter Number**, Contract Routing Number** *** ***** State Fiscal Year 20**-20** *************** program This Task Order Option to Renew Letter is issued pursuant to paragraph_*.of the Master Contract identified by contract routing number** *** ***** and paragraph*. *. of the Task Order identified by contract routing number ** *** ***** and contract encumbrance number** *** **********. This Task Order Option to Renew Letter is between the COLORADO DEPARTMENT OF PUBLIC HEALTH AND ENVIRONMENT and!LEGAL NAME OF CONTRACTOR!. The Task Order has been amended by Task Order Change Order Letter**,contract routing number** *** *****,and/or Task Order Option to Renew Letter**, contract routing number** *** *****, if any. The Task Order, as amended,if applicable, is referred to as the"Original Task Order". This Task Order Option to Renew Letter is for the renewal term of********* **,**** through********* **,****. The maximum amount payable by the State for the work to be performed by the Contractor during this renewal term is ********** Dollars (*.**)for an amended total financial obligation of the State of**********DOLLARS This is an increase/decrease of($*.**)of the amount payable from the previous term. The Budget for this renewal term is incorporated herein by this reference,made a part hereof,and attached hereto as"Attachment*". The first sentence in paragraph*_*.of the Original Task Order is modified accordingly. All other terms and conditions of the Original Task Order are reaffirmed. This Task Order Option to Renew Letter is effective upon approval by the State Controller,or designee,or on********* **,****,whichever is later. Please sign, date,and return all **originals of this Task Order Option to Renew Letter by********* **, ****,to the attention of: ************************* Colorado Department of Public Health and Environment,Mail Code***-***-**,4300 Cherry Creek Drive South,Denver,Colorado 80246. One original of this Task Order Option to Renew Letter will be returned to you when fully approved. [LEGAL NAME OF CONTRACTOR] STATE OF COLORADO (a political subdivision of the state of Colorado) Bill Owens,Governor By: By: Name: For the Executive Director Title: DEPARTMENT OF PUBLIC HEALTH FEIN: AND ENVIRONMENT PROGRAM APPROVAL: (Seal-required) By: ATTEST(required): By: 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: Date: Revised:11/5/04 STATE OF COLORADO Bill Ritter,Jr.,Governor James B. Martin, Executive Director .oF-cote Dedicated to protecting and improving the health and environment of the people of Colorado R * 'R 4300 Cherry Creek Dr.S. Laboratory Services Division Denver,Colorado 80246-1530 8100 Lowry Blvd. s 18 • Phone(303)692-2000 Denver,Colorado 80230-6928 87s 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 January 22, 2007 Ms. Judy Nero Weld County Department of Public Health& Environment 1555 North 17 Avenue Greeley CO 80631 Dear Ms. Nero: Enclosed please find your original of the January 1, 2007 through June 30, 2007 Task Order Option to Renew Letter between the Colorado Department of Public Health and Environment and Weld County Department of Public Health& Environment, our contract routing number 07-00158. 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 2Sinc rely, Q Kathleen Deckler tms Hello