HomeMy WebLinkAbout940386.tiff iv
RESOLUTION
RE: APPROVE 1994 AIR QUALITY CONTROL CONTRACT BETWEEN COLORADO DEPARTMENT OF
HEALTH, AIR POLLUTION CONTROL DIVISION, AND HEALTH DEPARTMENT AND
AUTHORIZE CHAIRMAN 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 the 1994 Air Quality Control
Contract 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 Health
Department, and the Colorado Department of Health, Air Pollution Control
Division, commencing January 1, 1994, and ending December 31, 1994, with further
terms and conditions being as stated in said contract, and
WHEREAS, after review, the Board deems it advisable to approve said
contract, a copy of which is attached hereto and incorporated herein by
reference.
NOW, THEREFORE, BE IT RESOLVED by the Board of County Commissioners of Weld
County, Colorado, that the 1994 Air Quality Control Contract 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 Health Department, and the Colorado
Department of Health, Air Pollution Control Division, be, and hereby is,
approved.
BE IT FURTHER RESOLVED by the Board that the Chairman be, and hereby is,
authorized to sign said contract.
The above and foregoing Resolution was, on motion duly made and seconded,
adopted by the following vote on the 25th day of April, A.D. , 1994, nunc pro tunc
January 1, 1994.
110
BOARD OF COUNTY COMMISSIONERS
ATTEST: 4 WELD COUNTY C LORADO
Weld County Clerk to the Board
1 ,� A kbinai71
W. Webster, hairman
BY: 5I'(,(.�.! K,-� l L(.C�l�.litJ
eputy C;rk to the Board Dale . Hall, Pro- m
APPROVED AS TO FORM:
Geo ems`. Baxter
County Attorney Constance L. Harbert
Gidi9't /L
Barbara J. Kirkmeye
940386
L[i ex: km i,n� srH,
4 a 4
DHPARTMENI'OR AGENCY NUMBER
CO0 \ FAA - 260000
CONTRACT ROUTING NUMBER
a�� s♦G
1 G PJ940863
CONTRACT
THIS CONTRACT, made this 31st day of December 1993 by and between the State
of Colorado for the use and benefit of the Department of HEALTH, AIR POLLUTION CONTROL
DIVISION, 4300 Cherry Creek Drive South, APCD/ADM/81, Denver, Colorado 80222-1530
hereinafter referred to as the State and Weld County Health Department, 1517 16th
Avenue Court, Greeley, Colorado 80631 hereinafter referred to as the Contractor.
WHEREAS, authority exists in the Law and Funds have been budgeted, appropriated
and otherwise made available and a sufficient unencumbered balance thereof remains
available for payment in Fund Number 100/119/275 , APPR Code 105/195 , Contract
Encumbrance Number AIR940863 ; and
WHEREAS, required approval, clearance and coordination has been accomplished from
and with appropriate agencies, and
WHEREAS, pursuant to the legislative declaration set forth in the "Colorado Air
Quality Control Act" hereinafter called "Act", and pursuant to Standards, Rules and
Regulations and Statements of Policy of the Air Quality Control Commission relative
thereto and supplements or amendments thereto, and to Orders, Decisions, Findings,
Rulings, and administrative functions and procedures adopted, promulgated, issued and
enforceable pursuant to law, the State is vested by law with the duties and powers
necessary to carry out the intent of said Act and the State Implementation Plan (SIP) ;
and
WHEREAS, pursuant to the provisions of Section 25-7-111, C.R.S. of the Act, the
State is vested with certain powers therein prescribed, including in Subsection (2) (f)
of said section the following:
(2) (f) "Designate one or more persons or agencies in any
area of the state as an air pollution control
authority as agent of the division to exercise
and perform such powers and duties of the
division as may be specified in such
designation" ; and
WHEREAS, the State, in exercise of the power aforesaid, desires to designate the
Contractor to act in its behalf within the jurisdiction designated in Paragraph I.D.
herein in carrying out each and all responsibilities implemental of the legislative
declaration enunciated in the Act and as hereinafter prescribed, not by way of
limitation, in administering and enforcing the Act and Rules and procedures aforesaid;
and the Contractor agrees to accept said designation under said terms and conditions;
and
WHEREAS, nothing herein shall affect the ability of the Contractor to participate
in the development of SIP revisions or to challenge any provision thereof, provided,
however, that the Contractor agrees that it shall enforce the effective provisions of
the State Implementation Plan as provided by this Contract until they be modified.
NOW THEREFORE, it is hereby agreed that:
I'age Iof16
D0g6 jy03CP&
t
I . Administ.. stion
A. Designation as Agency
The State does hereby designate the Contractor and the Contractor
does hereby accept the designation as the Agent of the State
pursuant to 25-7-111(2) f, C.R.S. The Contractor agrees to do and
perform, in accordance with such Act, Standards, Rules, and
Regulations, Orders, Decsions, Findings, Rulings, and administrative
functions and procedures, and any amendments, additions, and
revisions thereof, such services as are required in enforcing the
same.
B. Contract Term
The term of this Contract is beginning January 1, 1994 and
continuing through December 31, 1994.
C. Supersession
This agency designation shall revoke and supersede any earlier
written or oral delegation of authority by the State to the
Contractor concerning the control of air pollution in the areas
listed in Paragraph Z .D.
D. Area of Control
The Contractor agrees to perform the duties listed in this Contract
in the following political subdivision of the State of Colorado:
Weld County
E. Support Personnel
The State shall designate specific state personnel who shall provide
information to assist the Contractor in its performance under this
Contract. The State shall notify the Contractor of such personnel
who have been so designated.
F. Cooperation, Training and Instruction
The State shall cooperate with and provide assistance to the
Contractor to ensure receipt of the training and instruction
reasonably necessary to fulfill the requirements of this Contract.
The Contractor shall ensure that: up to four (4) persons attend one
classroom opacity session and two opacity certification session per
Contract period and two (2) persons attend one odor school per
Contract period; a State Certified Opacity Observer is on staff at
all times; appropriate staff attend all scheduled enforcement
seminars and training sessions; and the Contractor be represented at
the annual All Agency Meeting.
The Contractor shall ensure that its employee 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.
The Contractor shall ensure that one (1) person attend a one half-
day stationary source air conditioning equipment and repair shop
field inspection training class.
G. Nothing herein shall limit the ability of the Contractor to
administer and enforce its own ordinances and orders issued under
its own independent authority to control air pollution.
Page 2 of 16
940386
II. Ambient Air ,quality Monitoring
A. The Contractor shall operate an air quality monitoring network
consisting of two (2) fine particulate monitors, one (1) total
suspended particulate monitor, one (1) ozone monitor, and one (1)
carbon monoxide monitor within the area listed in Paragraph I.D. , in
locations determined by the State and using monitors and filter pads
provided by the State.
B. The State shall provide the Contractor with a schedule for the
operation of the particulate monitors, the changing of filter pads
at those monitors, and instructions for the submission of those pads
to the State. The Contractor shall operate the monitors, change the
filter pads, and submit the filter pads to the State in accordance
with the schedule and instructions.
C. The Contractor shall provide the following services for the carbon
monoxide and ozone monitors:
1 . First line maintenance.
2 . Troubleshooting on maintenance problems with the assistance of
the State, including visual inspection of operating
components, minor adjustments of operating parameters.
3. In accordance with the schedule to be provided by the State,
inspections not to exceed three per week at each of the
monitors.
4. Maintenance of State provided log sheets for each of the
monitors.
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 (the Commission's)
Regulations Nos. 1 through 8 and Regulation No. 15, unless
otherwise specified or provided herein.
2. Conduct inspections as specified in this Section III.A. , of
all sources listed in Exhibit 1, which is attached hereto and
incorporated herein by this reference following the schedule
prescribed in Exhibit 1. As used in Exhibit 1, the first
period shall be from January 1, 1994 to March 31, 1994; the
second period shall be from April 1, 1994 to June 30, 1994;
the third period shall be from July 1, 1994 to August 31,
1994; the fourth period shall be from September 1, 1994, to
December 31, 1994.
3. Prepare Notices of Violation, in the form and manner
prescribed by the State for violations of the Commission's
Regulations Nos. 1 through 8 and Regulation No. 15. Notices
of Violation should be sent under joint State-Contractor
signature.
4. Issue Compliance orders for violations of the Commission's
Regulations Nos. 1 through 8, except for asbestos, after
written approval by the Executive Director of the Colorado
Department of Health or his designee with respect to each
separate order to be issued. Prior written approval by the
Executive Director shall not be required for orders issued for
Page 3 of 16
940386
/\ ^`
violations of Regulation No. 1, Section II.C. Compliance
Orders may, but are not required to, be issued under joint
State-Contractor signature upon request of either the
Contractor or the State. Approval for the issuance of
Compliance Orders shall be obtained in accordance with the
following procedures:
a. A copy of a draft of the Compliance Order prepared by
the Contractor shall be transmitted to the State person
identified by Paragraph I.E. of this contract.
b. The State shall ensure the appropriate circulation
within the Colorado Department of Health to obtain
technical review, legal review and approval
(concurrence) or disapproval for the issuance of the
Order.
c. Approval (concurrence) 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, denoting approval or concurrence,
of the Executive Director of the Colorado Department of
Health or his designee.
5. Conduct investigations of specific air contaminant sources
upon request of the State or upon valid written complaint of
any other person within the area identified by Paragraph I.D.
of this contract, to ascertain compliance with the Act,
including the Standards, Orders, and Regulations of the
Commission.
6. Conduct surveillance of any stationary source observable
during field activities.
7. Prepare Determination of Penalty letters (DOP) , in the form
and manner prescribed by the State, for violations of the
Commission's Regulation No. 8, Part B (Asbestos) .
Determination of Penalty letters should be sent under joint
State-Contractor signature. Approval for the issuance of DOP
letters shall be obtained in accordance with specifications in
this Section III.A.4.b. and c. above.
B. Reimbursement for asbestos inspections shall be limited to
activities associated with demolition or renovation projects in the
area identified in Paragraph I.D. 1. of this Contract.
1. For the purpose of determining asbestos inspection hours, the
following definitions apply:
a. A FULL abatement inspection is one in which the
inspector enters the enclosure, dressed in protective
clothing and wearing respiratory protection, for the
purpose of observing work practices and waste handling
techniques.
b. A PARTIAL abatement inspection is one in which the
inspector does not enter containment.
c. A PRE-ABATEMENT inspection is one in which the inspector
arrives at the site after construction of the
containment has begun but before removal, encapsulation
or enclosure has begun.
d. A POST-ABATEMENT inspection is one in which the
inspector arrives at the site after the removal,
encapsulation or enclosure has been completed, but
Page 4 of 16
940386
before the containment has been taken down. The
inspector must arrive in time to conduct a complete
visual inspection.
e. A COMPLAINT inspection is one in which the Contractor is
investigating a report of violations or potential
violations.
f. A RE-INSPECTION is an inspection conducted for the
purpose of determining whether or not previously
encountered violations have been corrected.
1'agc5 of16
940386
•
2. Reimbursements shall be based upon asbestos activity hours as
shown in the following table:
Reimbursement Hours
Asbestos Activity (permitted or non permitted projects)
Full inspection
All inspections will he credited
Partial inspection in actual inspection hours,
rounded to the nearest
Pre-abatement inspection quarter hour,
as shown on either
Post abatement inspection
the inspection report
or the Notice of Inspection form
Pre-Demolition inspection
submitted to the
Complaint Asbestos Unit Leader
inspection
of the
Re-inspection Air Pollution Control Division.
Attempted inspection Travel time, only, if the attempted
(contractor not on site) inspection is conducted during work hours
shown on the notification form
Consulting No credit hours for consulting
Follow Up
Enforcement Activities Reimbursement hours
Notice of Violation letter 4.0 hours
NOV conference Duration of NOV conference
Determination of Penalty 5.0 hours
letter
Settlement Conference Duration of settlement conference
Letter of Inquiry (LOI) 1.0 hour
Review of LOI response 2.0 hours
Letter of Admonition (LOA) 1.0 hour
Cease & Desist Order 4.0 hours
Case Review and Assessment Duration of meeting, inspector only
Board (CRAB) meeting
Adjudicatory Hearing Duration of hearing, plus time spent
providing testimony and depositions
3. The maximum number of inspection hours required by this
contract is specified in Exhibit 1. A minimum of 75% of the
inspection hours must be earned through inspections as defined
in Paragraphs III.B.1.a. to III.B. 1. f. above. The Contractor
shall not be required to conduct asbestos activities once the
maximum number of hours has been consumed.
4. Post-abatement inspections shall be credited only when they
include a thorough visual inspection conducted inside the
containment for the purpose of determining the presence of
suspect asbestos containing debris.
I';ig 4 of Ire
940386
5. The Division shall reimburse the Contractor double the number
of inspection hours shown in the Table for any asbestos
inspection conducted entirely during off hours, for each
inspector. For the purposes of this Contract, off hours
include weekends, official State holidays, and between the
hours of 6:00 P.M. and 6:00 A.M. weekdays.
6. The Contractor shall investigate all complaints of asbestos-
related activities within the area defined in Paragraph I.D.
7. The Contractor shall not be reimbursed for any asbestos
related activity not associated with compliance with
Regulation No. 8.
8. The Contractor shall prepare and sign all asbestos-related
Notice of Violation (NOV) letters, Determination of Penalty
(DOP) letters and
Letters of Admonition (LOA) and forward them to the State,
which shall co-sign them and transmit them to the
addressee(s) . Letters of Inquiry (LOI) may be issued with
only the Contractor' s signature.
9. The Contractor shall be co-participants in all N0V
conferences, Adjudicatory Hearings and settlement discussions,
as necessary and appropriate.
C. Permits
The Contractor will perform the following services for the State in
connection with the enforcement and administration of the Commission's
Regulations concerning air pollution emission permits and open burning
permits.
1. Issue or deny permits to open burn to individuals making
application for such permits within the area listed in
Paragraph I.D. provided that, in cases involving novel or
unusual issues or circumstances, or in cases presenting
questions of local importance or affecting the State
Implementation Plan, the Contractor shall secure the written
approval of the Executive Director of the Department of
Health, or his designee, prior to issuing or denying permits
to open burn.
2 . Provide appropriate permit application forms, furnished by the
State, to persons within the area listed in Paragraph I.D. who
are subject to the provisions of the Air Quality Control
Commission's Regulation No. 3; review and report to the State
on permit applications submitted by such person within the
time deadlines for permit review as specified in the Act, and
on conditions warranting revocation or modification of
existing permits issued pursuant to Regulation No. 3. The
State reserves to the Executive Director of the Department of
Health, or his designee, the authority to issue, deny, or
revoke such permit applications and permits.
3. Conduct inspections of all sources within the area listed in
Paragraph I.D. which have been issued initial approval of
their emission permit, and report to the State on conditions
warranting revocation, or modification pursuant to Regulation
No. 3.
4. - The Contractor shall conduct final approval inspections and
submit the completed inspection along with the agency' s
recommendations after demonstration of compliance and
commencement of the full start-up by the source operation date
as submitted by the source.
Page -folio
940356
D. Identify and locate new unpermitted air pollution sources within the
area identified in I .D. of this Contract in accordance with the
procedures outlined in Exhibit 2, which is attached and by this
reference made a part hereof. The maximum number of new sources
identified and located as required by this contract is specified in
Exhibit 1.
E. Provide air pollution emission notice forms furnished by the State to
sources within the area listed in Paragraph I.D. subject to the
requirements of Section 25-7-114, C.R.S. Completed forms shall be
transmitted to the State in triplicate for incorporation into the State
air pollution emission inventory.
F. 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.
G. 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 and obtain the
written approval of the party designated in Section I.E. prior to
making application for a search warrant to the court.
H. 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 AQCC
Regulation No. 15 within the areas identified in Paragraph I.D. of this
Contract. The Contractor shall conduct inspections as specified in this
Section III.H. of sources listed in Exhibit 3 which is attached and by
this reference made a part hereof. With the exception of complaints,
inspections performed shall be spread throughout the contract year such
that one-half of the inspections are conducted between January 1, 1994
and June 30, 1994; one-half are conducted between July 1, 1994 and
December 31, 1994. 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 in Exhibit 2.
1. Verify that technicians are certified under an EPA approved
program;
2 . Verify that technicians are registered with the Air Pollution
Control Division.
3. verify that technicians are utilizing and properly using
recycle/recovery equipment;
4. Verify that all Stationary Equipment is in compliance with all of
the applicable portions of Regulation No. 15 if they meet the
requirements of registration.
5. Investigate complaints that warrant follow-up inspections;
6. Notify the State Air Pollution Control Division in writing of any
violators of the requirements of Regulation No. 15.
IV. Emission Inventory
The Contractor shall participate in the emission inventory update
process with the State. The Contractor will in the course of
continuing surveillance make emission inventory updates on emission
points at sources within the areas specified in Paragraph I.D. Such
updates will either be transmitted to the State as annotations on
Page R of 16
940386
emissLon inventory computer printout sneets or on forms acceptable
to the State and the Contractor.
V. Mobile Source Control Activities
A. The Contractor will assist in performing certain activities related
to informing and educating the public on various aspects of the
Automobile Inspection and Readjustment (AIR) Program and the
oxygenated fuels program. Pamphlets, brochures, and consumer
information handbooks may be provided by the State for distribution
by the Contractor.
B. The Contractor shall proctor AIR Program Mechanic Certification
tests in accordance with the schedule provided by the State.
C. The Contractor shall conduct inspections and provide enforcement and
surveillance of Motor Vehicle Air Conditioning and Refrigeration
Repair Shops and Motor Vehicle Salvage Facilities which are subject
to the provisions of AQCC Regulation No. 15 within the areas
identified in Paragraph I.D. of this Contract. 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 between April 1, 1994 and June 30, 1994; and one-half of
the inspections are performed between July 1, 1994 and September 30,
1994. With the exception of complaints, inspections of motor
vehicle salvage facilities shall be spread throughout the contract
year such that one-half of the inspections are conducted between
January 1, 1994 1994 and June 30, 1994; one-half of the inspections
are conducted between July 1, 1994 and December 31, 1994. 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 in Exhibit 2.
1. Verify that technicians are certified under an EPA approved
program;
2. Verify that technicians are registered with the Air Pollution
Control Division.
3. Verify that technicians are utilizing and properly using EPA
approved recycle/recovery equipment;
4. Investigate complaints that warrant follow-up inspections;
5. Notify the State Air Pollution Control Division in writing of
any violators of the requirements of Regulation No. 15.
VI. Reports and Documents
The Contractor shall provide to the State the following reports and
documents at the times indicated.
A. A monthly report of activities for the Contractor's air pollution
program using the form supplied by the State. Each monthly report
shall be submitted to the Division by the 15th of the subsequent
month.
B. Upon request of the State, reports covering specified violations in
a form and manner indicated at the time of the request.
C. Copies of all notices of violation and revocations of Open Burning
permits within seventy-two (72) hours after such notices of
violation or revocations are issued.
D. Copies of all field inspection reports for those sources within the
area specified in Paragraph I.D. , as listed in Exhibit 1. All
'age 7 of 16
940386
inspection reports shall be submitted to the State within 45 days of
completion of the inspection.
E. Copies of all permits for open burning issued by the Contractor
shall be submitted on a monthly basis.
F. All asbestos inspection reports shall be completed using the State
form or a form previously approved by the State. All inspection
reorts the received shall
be later submitted
bth n n the o 10th State of the n monthly
monthfollowing the
inspections.
VII. 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.
VIII . Consideration and Budget
A. Consideration
The State shall, in consideration of said services, cause to be paid
to the Contractor, a total sum not to exceed THIRTY-FIVE THOUSAND
ONE HUNDRED SIXTY-ONE DOLLARS ($35, 161.00) for all activities
specified in this Contract. Payments for said services may be
billed as specified in Paragraphs VIII.A. 1. through 7. below,
provided however, no payment shall be made and the Contract shall
not be valid until the State controller has approved the Contract in
accordance with Special Provision #1 of this Contract. If any
portion of the Contract workload activities as specified in Exhibit
1 are not accomplished, sufficient justification for non-completion
of the tasks must be submitted in writing as soon as it is apparent
that the tasks cannot be completed. A portion or all of the fourth
quarter reimbursement may be held for non-completion of the said
services agreed to in this Contract and for lack of sufficient
justification. The amount withheld will be determined by the State
and the Contractor will be notified in writing of this decision.
1. A total not to exceed FOURTEEN THOUSAND THREE HUNDRED SIXTY
DOLLARS ($14,360.00) for the work required in Sections III.A. ,
III .C. , III.E. , III.F. , III.G. , IV. , V.A. , and VI. with regard
to this Contract with regard to enforcement and permits -
three (3) payments of THREE THOUSAND FIVE HUNDRED NINETY
DOLLARS ($3, 590.00) to be respectively billed as soon after
January 1, 1994, April 1, 1994, and July 1, 1994. A fourth
payment of THREE THOUSAND FIVE HUNDRED NINETY DOLLARS
($3,590.00) is contingent upon completion of the Contract
activities and approval of the final report which shall be
submitted to the Division no later than February 1, 1995. The
State shall process such requests as soon as possible after
receipt. The Contractor may not request reimbursement for
activities which are completed between January 1, 1994 and
June 30, 1994 later than September 1, 1994. Requests for
reimbursement for these activities which are received after
this date shall not be processed and the Contractor shall not
be reimbursed.
2. A total not to exceed FOUR THOUSAND NINE HUNDRED FIFTY EIGHT
DOLLARS ($4,958.00) for the activities specified in Section
I.F. of this Contract with regard to training - three (3)
payments of ONE THOUSAND TWO HUNDRED THIRTY-NINE DOLLARS AND
FIFTY CENTS ($1,239.50) to be respectively billed as soon
after January 1, 1994, April 1, 1994, and July 1, 1994. A
fourth payment of ONE THOUSAND TWO HUNDRED THIRTY-NINE DOLLARS
Page 10 of 16
AND FIFTY CENTS ($1,239.50) is contingent upon completion of
the contract activities and approval of the final report which
shall be submitted to the Division not later than February 1,
1995. The State shall process such requests as soon as
possible after receipt. The Contractor may not request
reimbursement for the activities which are completed between
January 1, 1994 and June 30, 1994 later than September 1,
1994. Requests for reimbursement for these activities which
are received after this date shall not be processed and the
Contractor shall not be reimbursed.
3. A total not to exceed THREE THOUSAND TWO HUNDRED FORTY-ONE
DOLLARS AND FIFTY-SIX CENTS ($3,241.56) for' the identification
of new air pollution sources as required by Section III.D. of
this Contract. These may be invoiced at the rate of $63.56
per application submitted to a maximum of 51 applications.
Requests for payment shall be made quarterly and shall include
an itemized list of the new air pollution source facilities as
specified by the procedures in Exhibit 2. These lists are
subject to Division review and approval. The fourth quarter
reimbursement is contingent upon completion of the Contract
activities and upon approval of the final report. For sources
which are identified between January 1, 1994 and June 30,
1994, the Contractor may not request reimbursement later than
September 1, 1994. Request for reimbursement for these
activities which are received after this date shall not be
processed and the Contractor shall not be reimbursed.
4. A total not to exceed THREE THOUSAND FIVE HUNDRED SIXTY
DOLLARS ($3, 560.00) for the ambient air quality monitoring
activities as specified in Section II. of this Contract, three
( 3) payments of EIGHT HUNDRED NINETY DOLLARS ($890.00) to be
respectively billed as soon after January 1, 1994, April 1,
1994, July 1, 1994. A fourth payment of EIGHT HUNDRED NINETY
DOLLARS ($890.00) is contingent upon completion of the
Contract activities and approval of the final report which is
due February 1, 1995. The State shall process such requests
as soon as possible after receipt. For activities performed
between January 1, 1994 and June 30, 1994, the Contractor may
not request reimbursement later than September 1, 1994.
Requests for reimbursement for these activities which are
received after this date shall not be processed and the
Contractor shall not be reimbursed.
5. A total not to exceed ONE THOUSAND SEVEN HUNDRED FORTY-NINE
DOLLARS ($1,749.00) for asbestos activities as required by
Section III .B. of this Contract. These may be invoiced at the
rate of $15.90 per hour earned to a maximum of 110 hours.
Requests for payment shall be made quarterly and shall include
an itemized list of the projects on which the hours were
earned. These lists are subject to Division review and
approval. For asbestos hours which are earned between
January 1, 1994 and June 30, 1994, the Contractor may not
request reimbursement later than September 1, 1994. Requests
for reimbursement for these activities which are received
after this date shall not be processed and the Contractor
shall not be reimbursed.
6. A total not to exceed ONE THOUSAND DOLLARS ($1,000.00) for the
activities specified in Section V.B. of this Contract for the
proctoring of AIR Program Mechanic Certification tests which
shall be reimbursed at the rate of $5.00 per test proctored.
Requests for payment shall be made quarterly and shall include
the number and dates of tests proctored. For tests proctored
between Janaury 1, 1994 and June 30, 1994, the Contractor may
not request reimbursement later than September 1, 1994.
Pap II of 16
940386
Requests for reimbursement fot these activities which are
received after this date shall not be processed and the
Contractor shall not be reimbursed.
7. A total not to exceed SIX THOUSAND TWO HUNDRED NINETY-TWO
DOLLARS AND FORTY-FOUR CE!:TS ($6,292.44) for the activities
specified in Sections III.H. and V.C. of this Contract for the
inspection, enforcement and surveillance of mobile and
stationary source air conditioning equipment and repair shops.
Inspections may be invoiced at the rate of $31.78 per hour to
a maximum of 140 hours. Enforcement and surveillance
activities shall be reimbursed at the rate of $31.78 per hour
to a maximum of 58 hours. Unused enforcement and surveillance
hours may be applied toward inspection hours for additional
time spent on inspections of existing or newly identified
sources within the time frames as specified in Sections III.H.
and V.B. of this Contract. Invoices for these activities and
the associated mileage shall be submitted on a quarterly basis
and shall include a list of facilities inspected and
enforcement actions taken. Lists are subject to Division
review and approval. The fourth quarter reimbursement is
contingent upon completion of the Contract activities and
approval of the Final Report which is due February 1, 1995.
The State shall process reimbursement requests as soon as
possible after receipt. For activities performed between
January 1, 1994 and June 30, 1994, the Contractor may not
request reimbursement later than September 1, 1994. Requests
for reimbursement received after this date shall not be
processed and the Contractor shall not be reimbursed.
B. Personnel and Operating Budget
1. The Contractor agrees that all monies received in accordance
with Article VIII .A. of this Contract and matching Contractor
funds shall be expended exclusively in the performance of air
pollution services as set forth in the provisions of this
Contract.
a. A copy of the Contractor's air pollution program
operation budget and staffing pattern shall be filed
with the State as soon as possible or within thirty (30)
days of the effective date of the contract.
2. The Contractor further agrees to match the State amount with
at least TWENTY-TWO THOUSAND EIGHT HUNDRED SEVENTY-EIGHT
DOLLARS ($22,878.00) .
H:\DWELD.94
•
rag 12 O1 16
94,0386
•
COLORADO DEPARTMENT OF HEALTH - hereinafter, under the General Provisions referred to as
"Health".
GENERAL PROVISIONS -- page 1 of 2 pages
1. The contractor shall perform its duties hereunder as an independent contractor and
not as an employee. Neither the contractor nor any agent or employee of the contractor
shall be or shall be deemed to be an agent or employee of the state. Contractor shall.
ply when due all required employment taxes and income tax withholdinx. shall provide and
keep in force worker's compensation (and show proof of such insurancel and unemployment
compensation insurance in the amounts required by law. Contractor will be solely
responsible for its acts and the acts of its agents, employees, servants and
subcontractors during the performance of this contract.
2. Contractor authorizes Health, or its agents, to perform audits and to make
inspections for the purpose of evaluating performance under this contract.
3. Either party shall have the right to terminate this agreement by giving the other
party thirty days notice by registered mail, return receipt requested. If notice is so
given, this agreement shall terminate on the expiration of the thirty days, and the
liability of the parties hereunder for the further performance of the terms of this
agreement shall thereupon cease, but the parties shall not be relieved of the duty to
perform their obligations up to the date of termination.
4. This agreement is intended as the complete integration of all understandings
between the parties. No prior or contemporaneous addition, deletion, dr other amendment
hereto shall have any force or effect whatsoever, unless embodied herein in writing. No
subsequent novation, renewal, addition, deletion, or other amendment hereto shall have
any force or effect unless embodied in a written contract executed and approved pursuant
to the State Fiscal Rules.
5. If this contract involves the expenditure of federal funds, this contract is
contingent upon continued availability of federal funds for payment pursuant to the
terms of this agreement. Contractor also agrees to fulfill the requirements of:
a) Office of Management and Budget Circulars A-87, A-21 or A-122, and A-102 or
A-110, whichever is applicable;
b) the Hatch Act (5 USC 1501-1508) and Public Law 95-454 Section 4728. These
statutes state that federal funds cannot be used for partisan political purposes of any
kind by any person or organization involved in the administration of federally-assisted
programs; -
c) the Davis-Bacon Act (40 Stat. 1494, Mar. 3, 1921, Chap. 411, 40 USC
276A-276A-5) . This act requires that all laborers and and mechanics employed by
contractors or sub-contractors to work on construction projects financed by federal
assistance must be paid wages not less than those established for the locality of the
project by the Secretary of Labor;
d) 42 USC 6101 et seq, 42 USC 2000d, 29 USC 794. These acts require that no
person shall, on the grounds of race, color, national origin, age, or handicap, be
excluded from participation in or be subjected to discrimination in any program or
activity funded, in whole or in part, by federal funds; and
Page 13 of 16 Pages
Rev. 06/01/92
-
GENERAL PROI(IS,IONS77Page, )f 2 pages
e) the Americans with Disabilities Act (Public Law 101-336; 42 USC 12101, 12102,
12111 - 12117, 12131 - 12134, 12141 - 12150, 12161 - 12165, 12181 - 12189, 12201 - 12213
and 47 USC 225 and 47 USC 611.
f) if the contractor is acquiring real property and displacing households or
businesses in the performance of this contract, the contractor is in compliance with the
Uniform Relocation Assistance and Real Property Acquisition Policies Act, as amended
(Public Law 91-646, as amended and Public Law 100-17, 101 Stat. .246 - 256) ;
g) when applicable, the contractor is in compliance with the provisions of the
"Uniform Administrative Requirements for Grants and Cooperative Agreements to State and
Local Governments (Common Rule) .
•
6. By signing and submitting this contract the contractor states that:
a) the contractor is in compliance with the requirements of the Drug-Free
Workplace Act (Public Law 100-690 Title V, Subtitle D, 41 USC 701 et seq. ) ;
b) the contractor is not presently debarred, suspended, proposed for debarment,
declared ineligible, or voluntarily excluded from covered transactions by any federal
department or agency; and
7. To be considered for payment, billings for payment pursuant to this contract must
be received within 60 days after the period for which payment;. is being requested and
final billings on the contract must be received by Health within.60 days after the end
of the contract term.
8. If applicable, Local Match is to be submitted on the monthly payment statements, in
the column provided, as required by the funding source. -
9. If Contractor receives $25,000.00 or more per year in federal funds in the
aggregate from Health, Contractor agrees to have an annual audit, by an independent
certified public accountant, which meets the requirements of Office of Management and
Budget Circular A-128 or A-133, whichever applies. If Contractor is required to submit
an annual indirect cost proposal to Health for review and approval, Contractor's auditor
will audit the proposal in accordance with the requirements of OMB Circular A-87, A-21
or A-122. Contractor agrees to furnish one copy of the audit reports to the Health
Department Accounting Office within 30 days of their issuance, but not later than nine
months after the end of Contractor's fiscal year. Contractor agrees to take appropriate
corrective action within six months of the report's issuance in instances of
noncompliance with federal laws and regulations. Contractor agrees to permit Health or
-its agents to have access to its records and financial statements as necessary, and
further agrees to retain such records and financial statements for a period of three
years after the date of issuance of the audit report. This contract does
contain federal funds as -of the date it is signed. This requirement is in addition to
any other audit requirements contained in other paragraphs within this contract.
10. Contractor agrees to not use federal funds to satisfy federal cost sharing and
matching requirements unless approved in writing by the appropriate federal agency.
Page 14 of 16 Pages
Rev. 06101/92
940386
f •
SPECIAL PROVISIONS
CONTROLLER'S APPROVAL•
I.This contract shall not be deemed valid until it shall have been approved by the Controller of the State of Colorado or such assistant as he may designate.This
provision is applicable to any contract involving the payment of money by the State.
FUND AVAILABILITY
2.Financial obligations of the State of Colorado payable after the current fiscal year are contingent upon funds for that purpose being appropriated,budgeted,
•and otherwise made available.
BOND REQUIREMENT
3.If this contract involves the payment of more than fifty thousand dollars for the construction,erection,repair,maintenance,or improvement of any building,
road,bridge,viaduct,tunnel,excavation or other public work for this State.the contractor shall,before entering upon the performance of any such work included
in this contract,duly execute and deliver to the State official-who will sign the contract,a good and sufficient bond or other acceptable surety to be approved by
said official in a penal sum not less than one-half of the total amount payable by the terms of this contract.Such bond shall be duly executed by a qualified corporate
surety conditioned upon the faithful performance of the contract and in addition,shall provide that if the contractor or his subcontractors fail to duly pay for any
labor,materials,team hire,sustenance,provisions.provender or other supplies used or consumed by such contractor or his subcontractor in performance of the work
• contracted to be done or fails to pay any person who supplies rental machinery,tools,or equipment in the prosecution of the work the.surety will pay the same in
an amount not exceeding the sum specified in the bond,together with interest at the rate of eight per cent per annum.Unless such bond is executed,delivered and
filed,no claim in favor of the contractor arising under such contract shall be audited,allowed or paid.A certified or cashier's check or a bank money order payable
to the Treasurer of the State of Colorado may be accepted in lieu of a bond.This provision is in compliance with CRS 38-26-106.
INDEMNIFICATION
4.To the extent authorized by law, the contractor shall indemnify, save,and hold harmless the State, its employees and agents,against any and all claims,
damages,liability and court awards including costs,expenses,and attorney fees incurred as a result of any act or omission by the contractor,or its employees,
agents,subcontractors,or assignees pursuant to the terms of this contract.
DISCRIMINATION AND AFFIRMATIVE ACTION
5.The contractor agrees to comply with the letter and spirit of the Colorado Antidiscrimination Act of 1957,as amended,and other applicable law respecting
discrimination and unfair employment practices(CRS 24.34-402),and as required by Executive Order,Equal Opportunity and Affirmative Action,dated April 16,
1975.Pursuant thereto,the following provision shall be contained in all State contracts or sub-contracts.
During the performance of this contract,the contractor agrees as follows: •
•
(a)The contractor will not discriminate against any employee or applicant for employment because of race,creed,color,national origin, sex,
marital status,religion,ancestry,mental or physical BMdicap,or age.The contractor will take affirmative action to insure that applicants are employed,and that
employees are treated during employment;without regard lie tlta:ttiolt-men sorted characteristics.Such action shall include.but not be limited to the following:
employment upgrading,demotion,or eraser,recruitment or recruitment advertisings;layoffs or terminations:rates of pay or other forms of compensation:and
• selection for training,including apprenticeship.The contractor agrees to post in conspicuous places,available to employees and applicants for employment,
notices to be provided by the contracting officer setting forth provisions of this non-discrimination clause.
(b)The contractor will,in all solicitations or advertisements for employees placed by or on behalf of the contractor,state that all qualified applicants will
receive consideration for employment without regard to race,creed,color,national origin,sex,marital status,religion,ancestry,mental or physical handicap. .
or age.
(c)The contractor will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or
understanding,notice to be provided by the contracting officer,advising the labor union or workers'representative of the contractor's commitment under the
Executive Order,Equal Opportunity and Affirmative Action,dated April 16. 1975.and of the rules,regulations,and relevant Orders of the Governor.
(d)The contractor and labor unions will furnish all information and reports required by Executive Order,Equal Opportunity and Affirmative Action of April
16. 1975.end by the rules,regulations and Orders of the Governor,or pursuant thereto,and will permit access to his books,records,and accounts by the
contracting agency and the office of the Governor or his designee for purposes of investigation to ascertain compliance with such rules,regulations and orders.
(e)A labor organization will not exclude any individual otherwise qualified from full membership rights in such labor organization,or expel any such individual
from membership in such labor organization'or discriminate against any of its members in the full enjoyment of work opportunity because of see,creed,color,
sex,national origin,or ancestry. •
•
(f)A labor organization,or the employees or members thereof will not aid,abet,incite,compel or coerce the doing of any act defined in this contract to be
discriminatory or obstruct or prevent any person from complying with the provisions of this contract or any order issued thereunder,or attempt,either directly
or indirectly,to commit any act defined in this contract to be discriminatory.
•
Form 6-AC-02B
Revised I/93
39S-53.01.1022 1 C
pageof pages
940386
•
(g)In the event of the contractor's non-compliance with the non-discrimination clauses of this contract or with any of such rules,regulations.or orders,
this contract may be canceled,terminated or suspended in whole or in part and the contractor may be declared ineligible for further State contracts in
accordance with procedures,authorized in Executive Order,Equal Opportunity and Affirmative Action of April 16. 1973 and the rules,regulations,or
orders promulgated in accordance therewith,and such other sanctions as may be imposed and remedies as may be invoked as provided in Executive Order,
Equal Opportunity and Affirmative Action of April 16, 1975.or by rules,regulations,or orders promulgated in accordance therewith,or as otherwise
provided by law.
(h)The contractor will include the provisions of paragraphs(a)through(h)in every sub-contract and subcontractor purchase order unless exempted by
rules,regulations,or orders issued pursuant to Executive Order,Equal Opportunity and Affirmative Action of April 16.1975,so that such provisions will
be binding upon each subcontractor or vendor.The contractor will take such action with respect to any sub-contracting Or purchase order as the contracting
agency may direct,as a means of enforcing such provisions,including sanctions for non-compliance;provided,however,that in the event the contractor
becomes involved in,or is threatened with,litigation,with the subcontractor or vendor as a result of such direction by the contracting agency.the contractor
may request the State of Colorado to enter into such litigation to protect the interest of the State of Colorado.
COLORADO LABOR PREFERENCE
6a.Provisions of CRS 8-17.101&102 for preference of Colorado labor are applicable to this contract if public works within the State are undertaken hereunder and
are financed in whole or in pan by State funds.
b.When a construction contract for a public project is to be awarded to a bidder,a resident bidder shall be allowed a preference against a non-resident bidder from
a state or foreign country equal to the preference given or required by the state or foreign country in which the nor-resident bidder is a resident.If it is determined by
the officer responsible for awarding the bid that compliance with this subsection.06 may cause denial of federal funds which would otherwise be available or would
otherwise be inconsistent with requirements of Federal law,this subsection shag be suspended,but only to the extent accessary to prevent denial of the moneys or to
eliminate the inconsistency With Federal requirements(CRS 8-19-101 end 102)
GENERAL
7.The laws of the State of Colorado and rules and regulations issued pursuant thereto shall be applied in the interpretation,execution,and enforcement of this
contract.Any provision of this contract whether or not incorporated herein by reference which provides for arbitration by any extra-judicial body or person or which
is otherwise in conflict with said laws,rules,and regulations shall be considered null and void.Nothing contained in any provision incorporated herein by reference
which purports to negate this or any other special provision in whole or in pan shall be valid or enforceable or available in any action at law whether by way of complaint,
defense,or otherwise.Any provision rendered null and void by the operation of this provision will not invalidate the remainder of this contract to the extent that the
contract is capable of execution.
8.At all times during the performance of this contract,the Contractor shall strictly adhere to all applicable federal and state laws,inlet,and regulations that have.
been or may hereafter be established.
9.The signatories aver that they are familiar with CRS 18-8-301,at.seq.,(Bribery and Corrupt Influences)and CRS 18.8.401,et.seq.,(Abuse of Public Office).
and that no violation of such provisions is present.
10.The signatories aver that to their knowledge,no state employee has any personal or beneficial interest whatsoever in the service or property described herein:
IN WITNESS WHEREOF,the parties hereto have executed this Contract on the day fiat above written.
contractor: WELD COUNTY HEALTH DEPARTMENT
(Full Legal Name) WELD COUNTY BOARD OF STATE OF COLORADO
ROYROMER,GOVERNOR
COUNTY CO ISSIONERS
L" et vi.e4a5tg B�Jra for
O4/27 4
Pakion(Tick) CHAIRMAN
846000813B
Seth its Neerosr er FeaN La NadMm DEPARTMENT •
If Corporation:) OF HEALTH
Attars(
By D JA 's WELD COON TH D PART TT
ecru TO BOARD •
BY
APPROVALS .N S• ICKLE
`•c. ED INFORMATION
ni RECTOR
ATTORNEY GENERAL
COPY
CONTROLLER !g Oflg,nal and
By By i`itract hat, DY boon
�pieS Of iii$
state officials r I sy6 I ll
aVPro e
Fong 6-AC-02CRevised 1/93 past 16 which is the lost of 16 pages -
J953J-a OJe *See instruction on reverse side. ACI v
/y�
9
PROGRAM APPROVAL: Q f7
038s
•
EXHIBIT 1
1994 WORKLOAD ESTIMATE
WELD COUNTY HEALTH
STATIONARY SOURCE ACTIVITIES
MAJOR SOURCE INSPECTIONS(see attached list) - 18
MINOR SOURCE INSPECTIONS(see attached list) - 40
PORTABLE SOURCES 4
FINAL APPROVAL INSPECTIONS(three-year avg. ) - 41
ENFORCEMENT ACTIVITIES(three-year avg. ) - 3
COMPLAINTS (three-year avg. ) - 271
OPEN BURNING PERMITS (three-year avg. ) - 300
WOOD STOVE DEALER INSPECTIONS(see attached list) - 2
ASBESTOS INSPECTIONS- 44 CREDITS/110 HOURS
NEW SOURCE IDENTIFICATION- 51
TRAINING & CERTIFICATION- VE & ODOR PLUS TRAINING
TECHNICAL SERVICE ACTIVITIES
PARTICULATE MONITORS- 3 TSP MONIOTRS, 240 SAMPLES
GASEOUS MONITORS- 1 STATION, 2 MONITORS
MOBILE SOURCE ACTIVITIES
PROCTOR TESTING- Proctor certification testing
CFC INSPECTION/COMPLAINT ACTIVITIES
MVAC INSPECTIONS- 72
STATIONARY SOURCES TECHNICIAN INSPEC- 37
STATIONAY SOURCES EQUIPMENT INSPEC- 28
RETAIL FOOD FACILITIES- 3
COMPLAINTS- 70
Page 1 of 3 •
94038E
COUNTY WELD 123
SOURCE # SOURCE NAME INSPECTION
********************************* QUARTER
MAJOR SOURCES
002 WESTERN SUGAR - GREELEY 1
003 EASTMAN KODAK 2
004 BESTWAY PAVING 2
008 FLATIRON PAVING 2
009 MONFORT FEEDLOT-KERSEY 3
018 MONFORT PACKING 3
045 GREELEY EXCAVATION 2
067 FARMLAND IND 1
073 HEWLETT PACKARD 1
(2) 088 COORS - KEENSBURG MINE 1 & 3
114 E & R AGGREGATES 2
119 VESSELS GAS PROCESSING 1
120 TECTONIC 1
128 PANHANDLE EASTERN-DOUGAN 1
176 BOOTH LAND & LIVESTOOK 1
182 LONGMONT FOODS 3
188 FARR FEEDERS 3
MINOR SOURCES
006 RALSTON PURINA 1
069 CIG - SPINDLE 1
071 HYDRAULICS UNLTD MFG 1
087 ROBINSON ELEV 1
089 GOLDEN RECYCLING 1
093 ASSOC NAT GAS-BIG THOMP 1
094 TURNPIKE CONST 1
105 ROCKY MT READY MIX 1
110 ROGGEN GAS 1
111 THOMPSON VALLEY GAS 2
129 WELD DISPOSAL INC 2
142 HUMANE SOC OF WELD CO 2
143 KEN'S PAINT & BODY SHOP 2
144 LAIDLAW WASTE SYSTEM 2
147 LONGMONT COOP 2
148 VESSELS GAS 2
149 DIVERSIFIED OPERATING CORP 2
150 ELLSRO INC 2
151 VESSELS GAS PROCESSORS 2
152 ASSOC NAT GAS 3
158 HARPER LIVESTOCK CO 3
Page 2 of 3
940386
161 ASSOC NAT GAS 3
164 COLUMBINE IRON & METAL. 3
167 HIGHLAND FEEDERS INC 3
170 ASSOC NAT GAS 3
173 C & M COMPANIES 3
180 DENVER/CENT. READY MIX 3
186 ANDESITE CARR 3
191 DANIEL BUXMAN 4
194 PLATTEVILLE ELEVATOR INC. 4
215 NORTHERN COLO. BRINE 4
220 ASSOCIATED NATURAL GAS 4
226 WELD CO. GEISER PIT 4
236 FRONTIER MATERIALS 4
242 PLASTIC ART PRODUCTS 4
247 NORWEST PUBLISHING CO 4
253 WELD CO-BASHOR PIT 4
260 MOUNTAIN CONSTRUCTORS 4
271 SCHRIBER'S AUTO GALLERY 4
275 MAXANN'S INC. 4
WOODSTOVE DEALER
GREELEY STONE STOVE
POULSON HARDWARE
Page 3 of 3
CAt Anna
NEW SOURCE IDENTIFICATION POLICY EXHIBIT 2
NEW SOURCE EMISSIONS
THE APPORTIONS FOR NEW SOURCE IDENTIFICATION WILL BE USED AS
TARGET VALUES WHICH WILL BE SPECIFSED WITHIN EACH OF THE LOCAL
CONTRACTS. PAYMENT WILL BE MADE TO THE LOCAL AGENCIES ON AN
"AS-YOU-FIND-THEM" BASIS. LOCAL AGENCIES SHOULD COLLECT THE
COMPLETED AIR POLLUTION EMISSION NOTICE AND/OR PERMIT
APPLICATION FROM THE FACILITIES AND FORWARD THESE TO THE
DIVISION. AN ITEMIZED LIST OF THE NEWLY LOCATED FACILITIES
SHALL BE SUBMITTED TO THE DIVISION CONTACT PERSON ON A
QUARTERLY BASIS. PRIOR TO REIMBURSEMENT, THE LIST IS SUBJECT
TO REVIEW AND APPROVAL BY DIVISION STAFF. THE FOLLOWING
POLICIES SHALL BE OBSERVED:
1 . LOCAL AGENCIES WILL BE REIMBURSED ON A "PER FACILITY
BASIS" REGARDLESS OF HOW MANY INDIVIDUAL EMISSION POINTS
ARE LOCATED AT THAT FACILITY.
2 . LOCAL AGENCIES WILL BE REIMBURSED ONLY FOR THOSE
FACILITIES FORMERLY UNKNOWN TO THE DIVISION. AGENCIES
WILL NOT BE REIMBURSED FOR IDENTIFYING NEW POINTS AT
FACILITIES ALREADY ON DIVISION SYSTEMS. SUCH POINTS
SHOULD CONTINUE TO BE IDENTIFIED AS PART OF ROUTINE WORK.
3 . LOCAL AGENCIES WILL BE REIMBURSED FOR LOCATING ANY
FACILITY THAT WILL BE REQUIRED TO FILE AN AIR POLLUTION
EMISSION NOTICE, REGARDLESS OF PERMIT REQUIREMENTS.
CFC EMISSIONS
1. LOCAL AGENCIES WILL BE REIMBURSED AT THEIR CURRENT HOURLY
RATE FOR ANY NEW SOURCE IDENTIFICATION.
2 . LOCAL AGENCIES WILL BE REIMBURSED ONLY FOR THOSE NEW
SOURCE IDENTIFICATIONS THAT ARE UNKNOWN TO THE DIVISION.
Page 1 of 1
940386
EXHIBIT 3
940386
98CO'6 3 f ( -acod
Y
Y
8 NNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNN
U tag !pp Y� �{ ry �y111 .} pip �y y� (pA
A l NN-Y�NP-N NIA Ypgp a walk MP Um; .Pp yp��^M�yA� M1 OJ N O IAN
.O dtfl.t .tONNN ..1M Vg N 02 2 NI�1 is se
1 IMVOHVV11 M1 8 4N NN MM MN 0 mm in rn�p Me1�1O1pI1 M1pI1 Me1p�1l e MOl M q.latermae, yy��� M yer MOB MOQ . C�eC. MO MO MO/O..,M.M MOM M
6 M MMH M0000 00 00 M1 MM�f I� MMM. MI MMMMMM MM MMMMM MM M$0
O O 00 O O Oo O8 �f (NOyf N -� �Np 'r
n1 ACC
04 O 0 0 P • O O O N PO - O PP N
RRAm13EDIR9§ § gl A211 1iilij IERIli C CCCCCCW C3 CCCC
CC
> >>> I- it h.
0 Y> . — w✓ ]. a
tY 2 L it L 1�t LI C Y W O L Y..--.--1-.t r r L Y s...a.-Y j t W rY N Y t Y Y Y W Y g g W W ZI yL.C C
WOW YW yCNCN YYOty1�YtYW pEEECppC111�U�UttVYCWY2YYYCty�Q 0p_w NYMWW YW Y� a Y Yr+YY ww YYVVWW Y W'OC
m W L7 L LLW0 L O L Lw O LW L>W LW LL LL.JJ�W qL 3WW WLU UW LI+LLLL-.L ii LO:L LL OOweeL wdLm
0 00=000WY0K00W J000W00M000-O 0.==1LOJO<W0000Z001.Ed 0000000-0-OOOJ 00-0
•
K O V < M > _
> 0= YOW JO t �t y1 YONG M C CO<C O.
`CU >N miu 00 N NN 0d>..> > O > >�<gN✓NYY<M✓ W1ytMttCWy1"...W
N C M<Y O 0 pq> 0 T> y>>p 0 0 o>
2 NU<<.age 0 W04.=Y 9_....0".„„
CtML O<=.Y<=�<0 <W4. = 0 20<lcoC9e i~ON1=-YNN CS=06N
N t-r3 mcor =w]1W O'Z aP O'3CDMNNA r= C ow N1 .+MWOLM Y
fftttG..iiiiil IL r W 0 L l r I, pJ r� D N r 0 r
pW =Or Wmine 0
.pp.pp pp0p= �NAtS SN.t/e .tlp�lp� Z2i�pNy.0 St1� 23tprW�< ���pppp �o yp�O8 W .}1y we
< q 0 000mpmm r NA M'N��AN�MC V��M� �' �NNMIMMMMONPg`O'�O�10NA
U P P IV
yp 2 EE u
O^ - r Y L U
NCC 0 m 8 O Y
OOH C IY I.) 0 OW Y >.0 OWL 7 7 U W
C ` C {u�Y MSa 2a >O = =wee C <qUZO 2 U
�O. Oq J N 1 t2'y <2 1- s L e.,=.-2..?„
=4,0,- 0 0Ow 0a4. q Z1ry yQ0 Om
.. YqN r at 8 J tlW CN < U G0Hli0 q ML »w=.< Yu Z YEg0.1 �Yp
C Yqyy q b- - L Y 0+e w6 i O+Hy V8C+ L-+<M >+>�tM i`Y YYY
p� ≥L t<t O 0"
L M UG O a Z Y 2 L> W L U �YYy ypp in
M L+J,B 0100.
O WY Y L>C <u y >O
M L O U C 7 Y pM W GY MY+o Yi- ......i.e.=Y d 0.y> Y V C C NV 0rpE O O1�N�C 5 CE
IW9b]t NNJg= ty-5UE 3. g0LW+e „I., 00U 0 JO YO7r OW.7Y O V=J 0.`0≤
<+U u J a�11 G _O yM
w= a =C >LgLz=�YZq�32� vwio3l==t�CC<sntttsive0C�C11 .�Ciihatitiplligs"<JC<✓ c CE=wY<8Jf11 M=A 05c
Z yN
YL-iUV Q.1y .-Y CWw-.watt-2YK1�1yC00.0 ;Y0@OgO � OqCq 07~ /t� 0<b S. 6 BL
rNa
1 0O 11 q yp IIi p E
0 W i U J 7+0J L V O 8 Y+O+W=
«1 Y tt L-11 t
< 6«00tDmm0U 0000-tL0000Sx= = SZOO OC KKKNNNNNN I-Y
N 0
W
U"
U
W
0 aA Y 1- Y
. r 2 pp pp
OP 0 et/lIyn yn ylryl ynfllflln yMn yM1l yflin�yM,M yMt yn I,MMMm�.yMlnt/MMIynaMliif yM�YmM yntn yn_yn yn yin inifyliyn inM
2:0 8 gxp-x 1eNAt�1�1� 1�1�f� ricimrrr rrgrr AANAv1t�Af�icmccc Af�lOi11�1�AA1� rr ifi.
d. Cr
mN o r
N
C.
a r in
99M6 _ j-Q z a6t),
Mry�M M
MM
8 N N N N N NN
§P1113 ryfy
M10 p
NM�O 00
MVITAM
C
V
R genes "a
d M MM M M M
pp
f� O
N CO2CO
Y
O7•mu £Y 7`
tl y tl Y Y C C Y w W Y S
~ .- ‘> > 1.= 1-=
U WOWWoWQM
A
V 6 N W-
1C Y 1-JK
MU N 0
rY L<1-mR
Y MY Oil-
r1JW
{C.COMmw-OW
N JCON3y-3--
W
m e MNOO1-
pO MO—MNr-1-1r�
< rNMJNd02
m
0
N _
-J
r<
Y r tl
u 11 3u!
ow ow U3e
al clMam
06 0—WZK pEgm
≤j�L mL $64O
W Y�frfppy WWLLG
y
E PCMCm
ZI +1mYYMHma
M C m O tl m tl�
»ss ssss
N O
W
H
U
w
O n
to
N S
•OP wp yM relrny�tel•-rny�tny�tel1!�
•
UI rr rr NAl�A
N N
u_ m
Y
a
8 MMry�ry ry�MMM M MMMry MM M ry M MMMMy M y Mry�M MM
NNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNN
U
2 0 o �p Al mm ib $� �0 AR
(/N1 M NMi�.��OOi Aaam'N XO1 MM0 MM MP NMN MN YqA� MEMO AM NOMMJ
Wa 0
Mp\ In
G\ C\Mp MpN1�p\n M\ RR RR
Mp\1M\1 \\ \N\1 RR RR\C n.. .gyp\f
a M M �tppMMMMM MM MM MM MM MM MM 0M
pN 00 SM S O 'NNW' N� �N00 Mi�iOOS "-
A 00 Om 0 0 OM� g Yi00 PN00
.ypp�00 O1�yp�O��M6O pyp� p0O�.pyp��pyp .(MOy��pyp N.Mpp M.AO'�M'OOP"O MN0 �YpO��MMNO..0j ON Moo..o p
oiiOiOiOiWWi Aill000 0i ii iiOi iiiii iii iii iii:i0i0 t0
S W 0 0 0 O
a
5- NM Y YY Y>.LO > Y £ J>.>�YYTY�JY£YYJY O. �J YYY KY
WYJW WYOMC W W Ji1NWW WW JW YWJWJJ WOWI L
Jam+ J�NJ� .. cC. 0itaa 0qCt JJJJ� J��J J -I Ma(/)•1
Y W i-W aW C OY LWYCNYYWWWWYMW WYWYMYWGWayi
i- 'Ii - W to<W tp�ip1. yq4 mw .q YN YYW W W W OY LW t 1 WKWCL NNW'il.Wi Y
KLO L>KL,^-5JYJ >0CLj<L ,ama0CLOtt womo OLKI1OCG LL
U U' w wwwwwa,SWWWUww UUVJf.'JUww...U' WIAi.'JLL(fLLLLi9wars,w
V
a X M
M N < O: Mg CC O< t+ O ii2�� M
N i-CY 2 p M iy 0 iy it y
> N tai 0<CC 0>W Y »N=mN F-« J>A`✓ N«P
i0riC WC NYM O <N 1->«x'yyO(C NN iw�..tp₹YCIpNyyt�,�,>YCYN L
N N NWMSMYW UmifNMFM J'<CCW Yd W MP0.0 00.0m
LU a.-"—Pi
p i i iCWiy.F0 Niiyy_cc W Wit
-i2pp ��}} iL WN
< 512.-V��N�N NN MMM�� OO NMM M�O�M dON
ryO WS�N^I MN .
U
a
u .
U
z
q q re to 3 pC q 1-Yaa_ p a •
NY wS x C OiUu � UpVMO ow GZU� y6 Fa �Y
C em-
N UM aa0 tl x
Zp Oe iQi�'p .Y y p ap ^a ipi On 0"
Ys Wtl KC iO�YyN< x== C �YiUCJL6=C d`~ CC Oxu s.
Y.I 40 iFI-ma f Otl,pEC xOO tl$� Mp1-woci.aai`u.UNO` tlp�.�OK=a resa-me
e
tlY O= JO .SpJC "C"CK CtCt.Z�p,tle K�O�Ctle Ego itxYiiW 1p O,'pe^C
GYi4iyyl8Yr6 ----L6lOW-c = .'geli_'....1 o. IY 6
W .. .,—O =Ztl�6LUC6_iq YU YN6YJGL6 yNN JJU
C z ..0. GlL tpppli 6CaM 8`pY LL888JY OPLxW n o xY `Owai fJJ NMtl F
3 <rim*
<f< KJmfl l 0th Y l3# GMF llE�M•Jp5 g Ma
0
W
Y
U
LL W
o a
N
a
OP W M
S,- 8 AAAAAAAAAAAAAAAAAAAAAAAAAAAAAAACAAAAA AAAAA •
Or I
P\ 0
0O. 0 .-a.
9See 6 J° h a�'d
z 9999999999999999999 00999090000009900 0030000 O 0000000009900
99JJ J JJJJ JJJJJJJJJJJJJJ JJ
U 33I33333is'"ssss333333its"333333333 3333333"w33333na3333i333�i'33333
0
W
z
W
)--
0
U coo
rOP0UNK ��}}0M10�ppI �pM��pp}}... m��ppoN1Sp M�I mMHi.ppp��0ppOpp �.{t.} y1n��3rnotoocain `'ryC 00 T .VIA 00 ..�ppOp�MOryyI ppprypry..�pp p. ((A�.MI/Iy1/��pp�� .p�y�p p,
00
QI VN8N2NP.000 NQNDII8t: O.0 AA1m'n OPPO.�C�A.0 O 0— s 0010 5 .NAOII)N mA POIf)mm�( PP ' Om C' N
N . M
J
O
N
6
3N
N a i •0. rs .-
O TT Tm< T.T.T T AC F TT TJD TT TTT Tg TT T
U I- WW WOO CLAW ILO WOWW WJJ T WILILY'WWWH WW ZW OXWWWWgWWWWWWW
I V)22J J2 JLL0 OC JJJN a0-la J WJJUJJJJS JJ Oa XUJaaarlr
W. 2OOWWOZWWUWJ pWp((WWO yWpCCWWI WpOhpp(tFpppp-(t�N1yyWW6'W yWy.WWOI�FjWW o22 oo'a ZWWWW'j'j3OWWWWWW.W
V) CWW00 W20SmW02U' oum 0300cCmi1a.1�Y000.0t.900mcc 00 . =0 .am0000J0000000W
O(
re
0 T-
V) g
la
1 O88
Z.9 zO Y JtJN fl T
y3 Oa 21. I- O 6 I- - .5-CC <22d YIP- 2
S 000 X 3p..t=CO' ZSS VIZZpt =�`FIFZ 20=0 retie NJ<F =r PZWWWS �p.p K>YZ pp�
O `00Z<NIZ-OJd'�.Om<..ocrY 'W rrNfrrNrr'MIZ-FTJ eg m -.P r W OW�')OVM'«Ma0
Q Nqr.-010a.3m� 0000Q.pyp(t ftppm }} pp3pptt1z�pI1'mmC c-20M
II.III1Ia�GCiN CO 2N' pp.pp1IVV$pp�ml. .pp
NI N..0Xla 0PONMMNM.S..*OON MPMMN00��NN.Omomfoom I32 N d0 ,.S, 000a000NCOPMN
PIC 2 M WW_ ilii
US0 ;Lg..
y>� paa
ON1Nyy11Wyy�yNy,,p( yNW •W `9g0J ' �j�Jjp( v wp mN y2Z2p ��11 mW G Q Nir WWGm N pp[ dW 1VT �6yO' W<�'�l. zo-o-S >2Y W N <p0�.p6CYN H..w UUYT v H`i_ ZpOa 2 88 ^Iyy�Iyy 2<W\ y, WY ~W�O oxox Wpp pOp
H 3 TW 0Y ZZ W S< OY�y p`2U 01 UU
1 8 H H� 'mo t di6. ]�( O U' T.Ot O`L��8 U I�Y�IO:O6�( 00
II F 6 ILI OJ 'a ;la:
Ill'tW JW �< fHYOf� HT ae
`OpCK WWZDC OC
g 2 Fpp�•Ipp_�i HM
HI U ii XX XX 2X tf� W W XO.XXXHUUX ii
N W
YZ WrC J U N p>—_O(> m a—
a
gm� .200 .f_f.ii a = Jim T Nee
�1WWW .�J
co O3W -140(1 J ' 60.0 0 O W m =<. s W
5,-
Or 2 00p<t0W 6' << 2yp,2 TZ,TZ yUy! << J WUI- O 022 W
N -z W uw.WZU UW W2 y m aO. >8 <g3 W22ppJ 0ZU Wtpml ypm yp00UW§ WOO W
ppNU 01 - pp UU' }}< Z 22e OW
- K�� WmOm 16 Opt4`` 1.
0 0
O JFm 2m 2_w <S 888w�}v,S2 TU.]O(W Z(Z/�mi—cU WI-. JZpW Wflfr—Ui.1m O<N11.i2.40MTTTT JKCC C
O K61UI 'Ym y<,EZOC M6,U<�CO3J JJU8O>� <z.SJJ „7..1oWT<W WWOLHZ Bu 0000
88 flCCIW 0 0Uai Z JJ!MUU p yi(( 3 ye[ COCU6pypGW
' U �2 ~ �Y60=.6-.0 aM�SWr�GGpKKK<UW2J7t IId 601ZANS2i-02x203 OQoom2
OP J.+ W f O O WZ 2T 3TTTTTTTW1-I-fF2 WZ02lUUU WiiiUUJJJ 111UUJJI -
Z\ Spp, m2 m WZ62KWm 6TT5<ZZ WWWWWWWJmmNs-cZ3W ow........-0.= mccmz<
0 m 6Z m W W0 2W ZWI HI- 3WWWJJJJJJJZWWWW O 6aVIm C.KKOCJJ000OOH
i.— W J6<m.-.JZI-Y0 Zl. OIU.+J 1-r r I WOOUW W W WWWWW 00JJ=mpt OaWWWoJ«KJ...l-az
or. t 0JJIJ 6K.Z<— 22 a a 2 J..a.002 I.J J<W WWWWW WWY.re 2.2 0p 5-02 2J 000 rr .J'2,. 22
ea 3 QOo.nJg6 wan of ur pOWW 600<`OOK ce m 6'OC ae ye ce KWW✓ 1 JZ 00«<UUWWW.-.0000
• 0 464444mmmmm mt )U OOWWWWLL{50 a 000000000=2 SS..a aaJ££ ££££££££££
98C0716 Sc -.1.9-5.
9 c;6 bd
Y
I-
2 0000000c0000000000000000000000
LA NN"issIg NWNi"s' N'µj'N'yN'NN" "s'y"y="ys'NiNN
O
W
2
W
1-
N
O
W
0,0 GPMa pp {p'��MM�pp�pp ryIy 1�gC•�IY��{• pQ{Q',� ryIy{�NpyI�I��I y1I��SSSS.�}}y1•��MM.fIn
OC▪I NO N•N0inCrAWO J V NOA•ON�Ifl0ON3uil EZ
_< -_ N r r rM- r rM r
O
N
N,.
6
N
WI 00
MrrrrOer n-rr Co
CA- .22.322ggg8gg 1111 a 0 0
Y a rF i-
i- ,..%=,- S3 8t 2 T O 0€
U WWJJWWJF-F- W F1�I..W WWWWWWW
I mw JU T.SSZ J SSSJ
W I-WY•-WOCI-WWfff:::111O.W 0U' 0W WWWWWWW
e- W.•6'W W63 >W W WWW WW WW
▪ 0200201220<20 KKOLOL K 222
a 20S.Ir'6Ia- JWU' as la 00131!1'10
0C p§pq
K 8S
r ii
!!!
yv Y iii—s.oa Ju8p<<( Q = N>�SSSO
N 1-
6 0 M0 N Sr NNM NN p.pppp.,QpO�In pM MM 3
^I AP•O.710e0E EM11;N OO.O•' I'-OOYM1�NNN
N rNrrNrw.NN MNN •-•-AAAr'0 0,1. e-NNNM
<
S
Z •
Z -1 1Ay IAy d
J O W W WO
J • • O1.
< •• 2 6
OLI WWWyO oos
< •r !`2 11.1 _ SX�S
2p 662
cis A 6
ow 5S630 O�yjI< 00< a yO1CW
mw 6-w
We o au Gfr Na-w N'! CC) HU 3N
u- p •.•_ U ppC ppC
az
W la la 111
= 0 Z2 .-0<30 •2-•>o ppspp ppSppn
N 602«2 <.-o-
Weer"JJ CACA2 WO JJHY
0 •-•y6Z'6�•6a- <1-«22111 WWOO660.6
0 01-20022 ^^Zf 1-30g 3�0>WWUU Za
KO[OCOCW_W_
m.-...uuor ee 'J' x ____
N QUJ H< JJOCSW2aS WWJr <<____33
!OG (OJJST Y21- WWW r2D wUI
2 «•+WS.»NW WWW = OOOOWW
260 OJ CO2.”0.-.%2222 ] w�
M JW 001-022..G 94 f'10 W((W �s-9.1, 2<<
2\ ... -4.._,6 JJ....„1:::11L
466 t( <O JJ...WWWSS
C 6' 020 6uU O<6WW«ar WWJJJJWW
Lr W h 3 YY J 6'6'WWO3 Y, .4-< Ca0I-)'1-P WWWW00
W N 3 ~6 2 S 6 W W W J J 2 W<�•(^'�'<O 0 1' J N N N N W W W W W_W_ !'1
6r O a226C666ceKNNW r•<.I<-��3 332 3233333
•
et‘ir memominDum
Bill Webster, Chairman
Board of County Commissioners April 18, 1994
To Date
John Pickle, Director, Weld County Health Department
From
1994 Air Quality Program Contract
Subject:
Enclosed for Board approval is the 1994 Air Quality Control contract between the
Weld County Health Department and the Colorado Department of Health.
Under the provision of the contract, WCHD will operate an air quality monitoring
network, conduct inspections and provide enforcement and surveillance of
stationary sources, conduct asbestos inspections for demolition or renovation
projects, issue or deny permits for open burning, identify and locate new
unpermitted air pollution sources, conduct inspections and provide enforcement
and surveillance of stationary source air conditioning and refrigeration
equipment and technicians, proctor Automobile Inspection and Readjustment (AIR)
Program mechanic certification tests, and conduct other air quality program
activities.
For these services the Health Department will receive a sum not to exceed
$35,161.00. This funding is the same as the funding for 1993.
The term of the contract is January 1, 1994 through December 31, 1994.
I recommend your approval of this contract.
940386
Hello