HomeMy WebLinkAbout980351.tiff RESOLUTION
RE: APPROVE CONTRACT RENEWAL LETTER #2 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 Contract Renewal Letter#2 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 Health Department, and
the Colorado Department of Public Health and Environment, commencing January 1, 1998, and
ending December 31, 1998, with further terms and conditions being as stated in said renewal
letter, and
WHEREAS, after review, the Board deems it advisable to approve said renewal letter, 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 Contract Renewal Letter#2 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 Health Department, 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 letter.
The above and foregoing Resolution was, on motion duly made and seconded, adopted
by the following vote on the 4th day of March, A.D., 1998, nunc pro tunc January 1, 1998.
BOARD OF COUNTY COMMISSIONERS
WELD COUNTY, COLORADO
ATTEST: �.,. 44,+! r `.�i i / /��5 � ��� �.je
Constance L. Harbert, Chair
Weld County letcci,f�c to itie S0 . IL
f�J J /�,I
l� l./ 0 C/�l�'
W. h ster, ro-Tem 1/
BY: �i :J/44'6.✓_v'�.�iL - C
Deputy C WOW"
r y .� ____C-
� -,
illii..maI "George . Baxter
APP 0 FORM: EXCUSED
Dal K. Hall
unty attorney , ,4, _ Nil 4,./cdea/ f/�B�arbbara J. Kirkmeye
980351
HL0024
it�� mEmoRAn�um� � :_� Ct , ;, ,
Constance L. Harbert, Chair
To Board of County Commissioners Date March 2 r 8
COLORADO
From John Pickle, Director, Health Dep nt
Subject: Air Quality Program Renewal Lett
Enclosed for Board review and approval is Renewal Letter#2 to the Air Quality Control
Contract between the Weld County Health Department (WCHD) and the Colorado Department
of Public Health and Environment.
Under the provisions 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, 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 $38,560.57 which is
$6,225.51 more than we were funded for 1997. The term of the renewal letter is January 1, 1998
through December 31, 1998.
I recommend your approval of this addendum..
Enclosure
980351
STATE OF COLOF ADO
Roy Romer, e �F�
Patti Shwayder,Governor
er,Ex Execucu tive Director cF'E
Dedicated to protecting and improving the health and environment of the people of Colorado
Pr' r�
4300 Cherry Creek Dr.S. Laboratory and Radiation Services Division * *
�!
•
Denver,Colorado 80246-1530 8100 Lowry Blvd. *1./876 *
Phone(303)692-2000 Denver CO 80220-6928
Located in Glendale,Colorado (303)692-3090 Colorado Department
http://www.cdphe.state.co.us of Public Health
and Environment
CONTRACT RENEWAL LETTER
State Fiscal Year 1998-99
Contract Renewal Letter a Routing # 9808270
In accordance with Paragraph II.E. of Contract dated December 31, 1995, routing number 9605019,
contract number FAA 9605019, attached hereto as Exhibit ONE and by this reference made a part
hereof, between the State of Colorado Department of Health & Environment, Air Pollution Control
Division, and Weld County Health Department, 1517 16th Avenue Court, Greeley, CO 80631
covering the period January 1, 1998 through December 31, 1998 ("Contract"), the undersigned agree
the Contract is renewed for one (1) year, commencing January 1, 1998 and running through December
31, 1998, and that the Contractor will be reimbursed upon the basis of reasonable costs up to a
maximum of$38,560.57 for the period January 1, 1998 through December 31, 1998, based upon the
1998 Scope of Work attached hereto as Exhibit TWO and made a part hereof.
This contract contains $14.376.44 in federal monies and $24.184.13 in State monies. The amounts of
federal and State dollars in this contract may change, but the State shall inform the Contractor in
writing if any such change occurs.
Paragraphs II.A.1. through II.A.6 are hereby modified accordingly. This total amount mentioned
above shall be broken down as follows:
Paragraph II.A.1 referring to inspection and enforcement: Contractor may invoice State for a total
not to exceed TWENTY ONE THOUSAND FOUR HUNDRED FIFTY SIX DOLLARS AND
SIXTEEN CENTS ($21,456.16) for the work required in Sections IILA.,C.,D., F., IV, VI, and VII
of the Scope of Work (Exhibit TWO) with regard to enforcement and permits - for up to 4 payments of
FIVE THOUSAND THREE HUNDRED SIXTY FOUR DOLLARS AND FOUR CENTS
($5,364.04). Forty percent (40%) of the work required in Sections III.A.,C.,D., F., IV, V, and VII of
the Scope of Work (Exhibit TWO) with regard to enforcement and permits shall be completed no later
than June 30, 1998. All payments are subject to Division review and approval. The Contractor may not
request reimbursement for activities which are completed between January 1, 1998 and June 30, 1998
later than August 15, 1998. For activities performed between July 1, 1998 and December 31, 1998,
the Contractor may not request reimbursement later than February 1, 1999. Final payment is
contingent upon completion of Contract activities and approval of the final report which shall be
submitted to the Division no later than February 1, 1999. The State will not process reimbursements
for activities performed after December 31, 1998.
Paragraph II.A.2. referring to training: Contractor may invoice State for a total not to exceed
SEVEN THOUSAND EIGHT HUNDRED SIXTY FOUR DOLLARS AND EIGHTY CENTS
payments of ONE THOUSAND NINE HUNDRED TWENTY ONE DOLLARS AND TWENTY CENTS
($1,921.20). Forty percent (40%) of the work required in Section I of the Scope of Work (Exhibit TWO)
with regard to training shall be completed no later than June 30, 1998. All payments are subject to
Division review and approval. The Contractor may not request reimbursement for activities which are
completed between January 1, 1998 and June 30, 1998 later than August 15, 1998. For activities
performed between July 1, 1998 and December 31, 1998, the Contractor may not request reimbursement
later than February 1, 1999. Final payment shall is contingent upon completion of Contract activities and
approval of the final report which shall be submitted to the Division no later than February 1, 1999. The
State will not process reimbursements for activities performed after December 31, 1998.
Paragraph H.A.3. referring to operation & maintenance of particulate monitors: Contractor may
invoice State for a total not to exceed EIGHT HUNDRED SEVENTY TWO DOLLARS AND ZERO
CENTS ($872.00) for the work required in Sections II A., B., of the Scope of Work(Exhibit TWO) with
regard to operation and maintenance of particulate monitors - for up to4 payments of TWO HUNDRED
EIGHTEEN DOLLARS AND ZERO CENTS ($218.00). These activities shall be billed at a rate of
$16.38 per hour worked to a maximum of 53.23 hours and shall consist of an itemized list on the
Particulate Monitoring Report Form (Exhibit SIX, attached here to and incorporated herein by this
reference) of the samples collected and hours earned. Forty percent(40%) of the work required in
Sections II A., B., of the Scope of Work(Exhibit TWO) with regard to operation and maintenance of
particulate monitors shall be completed no later than June 30, 1998. All payments are subject to Division
review and approval. The Contractor may not request reimbursement for activities which are completed
between January 1, 1998 and June 30, 1998 later than August 15, 1998. For activities performed between
July 1, 1998 and December 31, 1998, the Contractor may not request reimbursement later than February
1, 1999. Final payment shall is contingent upon completion of Contract activities and approval of the final
report which shall be submitted to the Division no later than February 1, 1999. The State will not process
reimbursements for activities performed after December 31, 1998.
Paragraph II.A.4. regarding operation and maintenance of gaseous monitors: Contractor may invoice
State for a total not to exceed ONE THOUSAND FIVE HUNDRED FIFTY TWO DOLLARS AND
ZERO CENTS ($1,552.00) for the work required in Sections II A., C., of the Scope of Work(Exhibit
TWO) with regard to operation and maintenance of gaseous monitors - for up to4 payments of THREE
HUNDRED EIGHTY EIGHT DOLLARS AND ZERO CENTS ($388.00). These activities shall be billed
at a rate of$16.38 per hour worked to a maximum of 94.75 hours and shall consist of an itemized list of
the samples collected and hours earned. Forty percent (40%) of the work required in Sections II A., C., of
the Scope of Work(Exhibit TWO) with regard to operation and maintenance of gaseous monitors shall be
completed no later than June 30, 1998. All payments are subject to Division review and approval. The
Contractor may not request reimbursement for activities which are completed between January,l, 1998
and June 30, 1998 later than August 15, 1998. For activities performed between July 1, 1998 and '—
December 31, 1998, the Contractor may not request reimbursement later than February 1, 1999. Final
payment shall is contingent upon completion of Contract activities and approval of the final report which
shall be submitted to the Division no later than February 1, 1999. The State will not process
reimbursements for activities performed after December 31, 1998.
Paragraph II.A.5. regarding asbestos activities: Contractor may invoice State for a total not to exceed
ONE THOUSAND EIGHT HUNDRED ONE DOLLARS AND EIGHTY CENTS ($1,801.80) for the
work required in Sections III.B. of the Scope of Work(Exhibit TWO) with regard to asbestos activities -
for up to4 payments of FOUR HUNDRED FIFTY DOLLARS AND FOURTY-FIVE CENTS ($450.45).
These activities shall be billed on a quarterly basis at a rate of$16.38 per hour worked to a maximum of
110 hours and shall consist of an itemized list of the projects on which the hours were earned. Forty
percent (40%) of the work required in Sections III.B, of the Scope of Work (Exhibit TWO) with regard to
asbestos activities shall be completed no later than June 30, 1998. All payments are subject to Division
review and approval. The Contractor may not request reimbursement for activities which are completed
between January 1, 1998 and June 30, 1998 later than August 15, 1998. For activities performed between
July 1, 1998 and December 31, 1998, the Contractor may not request reimbursement later than February
1, 1999. Final payment is contingent upon completion of Contract activities and approval of the final
report which shall be submitted to the Division no later than February 1, 1999. The State will not process
reimbursements for activities performed after December 31, 1998.
Paragraph H.A.6. regarding CFCs activities: Contractor may invoice State for a total not to exceed
FIVE THOUSAND THIRTEEN DOLLARS AND EIGHTY-ONE CENTS ($5,013.81) for the work
required in Sections III.G. & H.of the Scope of Work (Exhibit TWO) and the Workload Estimate (Exhibit
THREE) with regard to training, inspections, equipment and surveillance of mobile and stationary source
air conditioning equipment and repair shops - for up to 1 payment of ONE THOUSAND TWO
HUNDRED FIFTY THREE DOLLARS AND SIXTY-SIX CENTS ($1,253.66), 1 payment of ONE
THOUSAND TWO HUNDRED FIFTY THREE DOLLARS AND SIXTY-FIVE CENTS ($1,253.65)
and 2 payments of 1 payment of ONE THOUSAND TWO HUNDRED FIFTY THREE DOLLARS AND
TWENTY-FIVE CENTS ($1,253.25). These activities shall be billed on a quarterly basis at a rate of
$32.77 per hour worked to a maximum of 153 hours and shall consist of an itemized list of the projects on
which the hours were earned. Forty percent(40%) of the work required in Sections III.G. & H., of the
Scope of Work(Exhibit TWO) with regard to training, inspections, equipment and surveillance of mobile
and stationary source air conditioning equipment and repair shops shall be completed no later than June
30, 1998. The above dollar and hour amounts represent a year's Scope of Work and reimbursement. If,
however, the general assembly does not grant program funding beyond June 30, 1998 all work and
subsequent reimbursement for CFCs activities shall cease and contract totals shall revert to one half their
original amounts. The State will notify the Contractor in writing no later than June 01, 1998 if funding
will be cut. If not notifed of a funding decrease prior to June 01, 1998, the Contractor shall complete the
total contract obligation and be reimbursed for all work performed under the Scope of Work. All
payments are subject to Division review and approval. The Contractor may not request reimbursement for
activities which are completed between January 1, 1998 and June 30, 1998 later than August 15, 1998.
For activities performed between July 1, 1998 and December 31, 1998, the Contractor may not request
reimbursement later than February 1, 1999. Final payment is contingent upon completion of Contract
activities and approval of the final report which shall be submitted to the Division no later than February 1,
1999. The State will not process reimbursements for activities performed after December 31, 1998. With
the exception of complaints, all automotive inspections shall be performed from April 1, 1998 thru
September 30, 1998.
The terms and conditions of the Contract shall remain the same other than as expressly modified herein.
This amendment to the Contract is intended to be effective as of January 1, 1998, but in no event shall it be
deemed valid until it shall have been approved by the State Controller or his authorized designee.
Please sign, date, and return all copies of this letter on or before December 31, 1997 to:
Anastacia J. Nutt
AIR-ADM-B 1
Colorado Dept of Public Health& Environment
4300 Cherry Creek Drive South
Denver CO 80246
A copy of this letter will be returned to you when it has been fully approved.
Contractor: Weld County Board of State of Colorado:
Commissioners Roy Romer, Governor
)��
BY. � 7ixi�r i ��i'iire By: AL.'?
Name: Constance L. Harbert Name:
Title: Chair (03/04/98)__ Title:
Approvals: State ContOrit simee
q� By: ST CO TROLLER
Division Director �' '4�
WELD COU r PARTI,,,;i►
'oH S. PICKLE, M.S. .H.
DIRECTOR
TABLE OF EXHIBITS
EXHIBIT ONE: 1996 CONTRACT(attached in full)
EXHIBIT TWO: 1998 SCOPE OF WORK
EXHIBIT THREE: 1998 WORKLOAD ESTIMATES
EXHIBIT FOUR: STATIONARY SOURCES INSPECTION
LIST
EXHIBIT FIVE: CFCs INSPECTION LIST & NEW SOURCE
ID
EXHIBIT SIX: PARTICULATE SAMPLER QUARTERLY
REPORT FORM
EXHIBIT ONE
1996 CONTRACT
041‘
DEPARTMENT OR AGENCY NUMBER
FAA 260000
CONTRACT ROUTING NUMBER
��
/ 9605019
tiCS
CONTRACT
THIS CONTRACT, made this 31st day of DECEMBER 1995 by and between the State of
Colorado for the use and benefit of the Department of PUBLIC HEALTH AND ENVIRONMENT, AIR
POLLUTION CONTROL DIVISION, 4300 Cherry Creek Drive South, APCD/ADM/B1, Denver, Colorado
80222-1530 hereinafter referred to as the State and Weld County Health Department, 1517 16th
Avenue Court, Greeley, Colorado 80631-4539 hereinafter referred to as "Contractor" .
WHEREAS, authority exists in the Law and Funds have been budgeted, appropriated and
otherwise made available and a sufficient uncommitted balance thereof remains available for
encumbering and subsequent payment of this Contract under encumbrance No. AIR9605019 in Fund
Number 100/119/275 , APPR Account 105/159/195 , and Organization 1100, 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
Pollution Prevention and 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 pursuant to 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 paYEicipate in
the development of State Implementation Plan (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. Administration
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.
Page 1 of 10 Pages
The Contractor agrees to do and perform, in accordance with such Act, Standards,
Rules, and Regulations, Orders, Decisions, Findings, Rulings, and administrative
functions and procedures, and any amendments, additions, and revisions thereof,
such services as are required in enforcing the same.
B. Inspection Period
An Inspection Period as described in this contract begins January 1 and continues
through December 31 of every contract year. The first period of every year is
January 1 to March 31, the second period of every year shall be from April 1 to
June 30; the third period of every year shall be from July 1 to August 31; and
the fourth period of every year shall be from September 1 to December 31.
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 I.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. The Contractor shall perform the work as outlined in the Scope of Work attached
hereto as Exhibit 1 and incorporated herein by this reference. The parties
hereby agree that Exhibit 1 will be revised each year concurrently with the
contract renewal.
G. 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 as stated in the Scope of Work (Exhibit 1) .
H. 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.
II. 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-THREE THOUSAND SEVEN HUNDRED SIXTY-
FIVE DOLLARS AND FORTY-FOUR CENTS ($33, 765.44) for the period January 1, 1996
through December 31, 1996. Payment requests for said services invoiced by
Contractor to State as specified in Paragraph II.A.1. through II.A.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
Page 2 of 10 Pages
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. Contractor may invoice State for a total not to exceed SEVENTEEN THOUSAND
TWO HUNDRED EIGHTEEN DOLLARS ($17,218.00) for the work required in
Sections III.A. , III.C. , III.D. , III.F. , IV. , V. , and VII. of the Scope of
Work with regard to enforcement and permits - three (3) payments of FOUR
THOUSAND THREE HUNDRED FOUR DOLLARS AND FIFTY CENTS ($4,304.50) to be
respectively billed March 31, 1996, June 30, 1996, and September 30,
1996. A fourth payment of FOUR THOUSAND THREE HUNDRED FOUR DOLLARS AND
FIFTY CENTS ($4,304.50) is contingent upon completion of Contract
activities and approval of the final report which shall be submitted to
the Division not later than February 1, 1997. 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, 1996 and June 30, 1996 later than September 1, 1996. Requests for
reimbursement for these activities which are received after this date
shall not be processed and the Contractor shall not be reimbursed.
2 . Contractor may invoice State for a total not to exceed FOUR THOUSAND FIVE
HUNDRED FIFTY-EIGHT DOLLARS ($4, 558.00) for the activities specified in
Section I. of the Scope of Work with regard to training - three (3)
payments of ONE THOUSAND ONE HUNDRED THIRTY-NINE DOLLARS AND FIFTY CENTS
($1,139.50) to be respectively billed March 31, 1996, June 30, 1996, and
September 30, 1996. A fourth payment of ONE THOUSAND ONE HUNDRED THIRTY-
NINE DOLLARS AND FIFTY CENTS ($1,139.50) 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, 1997. 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, 1996 and June 30, 1996 later than September
1, 1996. Requests for reimbursement for these activities which are
received after this date shall not be processed and the Contractor shall
not be reimbursed.
3 . Contractor may invoice State for a total not to exceed ONE THOUSAND EIGHT
HUNDRED SEVENTY-THREE DOLLARS AND TWENTY CENTS ($1, 873.20) for the
operation & maintenance of particulate monitors as specified in Section
II.A. and B. of the Scope of Work. These activities may be invoiced at
the rate of FIFTEEN DOLLARS AND SIXTY-ONE CENTS ($15.61) per hour earned
to a maximum of ONE HUNDRED TWENTY (120) hours. Requests for payment
shall be made quarterly and shall include an itemized list of the samples
collected and the hours earned. These lists are subject to Division
review and approval. For hours which are earned between January 1, 1996
and June 30, 1996, the Contractor may not request reimbursement later than
September 1, 1996. Requests for reimbursement for these activities which
are received after this date shall not be processed and the Contractor
shall not be reimbursed. The fourth quarter reimbursement is contingent
upon completion of the contract activities and approval of the final
report which is due February 1, 1997.
4 . Contractor may invoice State for a total not to exceed ONE THOUSAND FIVE
HUNDRED FOURTEEN DOLLARS AND SEVENTEEN CENTS ($1, 514.17) for the operation
& maintenance of the gaseous monitors as specified in Section II.A. and C.
of the Scope of Work. These activities may be invoiced at the rate of
FIFTEEN DOLLARS AND SIXTY-ONE CENTS ($15.61) per hour earned to a maximum
of NINETY-SEVEN (97) hours. Requests for payment shall be made quarterly
and shall include an itemized description of the maintenance activities
and the hours earned. These lists are subject to division review and
approval. For hours which are earned between January 1, 1996 and June
30, 1996, the contractor may not request reimbursement later than
September 1, 1996. Requests for reimbursement for these activities which
are received after this date shall not be processed and the contractor
shall not be reimbursed. The fourth quarter reimbursement is contingent
upon completion of the contract activities and approval of the final
report which is due February 1, 1997.
Page 3 of 10 Pages
5. Contractor may invoice State for a total not to exceed ONE THOUSAND THREE
HUNDRED TWENTY-SIX DOLLARS AND EIGHTY-FIVE CENTS ($1, 326.85) for asbestos
activities as required by Section III.B. of the Scope of Work. These may
be invoiced at the rate of FIFTEEN DOLLARS AND SIXTY-ONE CENTS ($15.61)
per hour earned to a maximum of EIGHTY-FIVE (85) 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, 1996 and June 30, 1996, the Contractor may not request
reimbursement later than September 1, 1996. Requests for reimbursement
for these activities which are received after this date shall not be
processed and the Contractor shall not be reimbursed.
6. Contractor may invoice State for a total not to exceed SIX THOUSAND TWO
HUNDRED SEVENTY-FIVE DOLLARS AND TWENTY-TWO CENTS ($6,275.22) for the
activities specified in Sections III.G. and III.H. of the Scope of Work
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 THIRTY-ONE DOLLARS AND TWENTY-TWO CENTS ($31.22)
per hour to a maximum of ONE HUNDRED SEVENTY-ONE (171) hours. Enforcement
and surveillance activities shall be reimbursed at the rate of THIRTY-ONE
DOLLARS AND TWENTY-TWO CENTS ($31.22) per hour to a maximum of THIRTY
(30)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.G. and III.H. of the Scope of Work. Invoices 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, 1997. The State shall process reimbursement
requests as soon as possible after receipt. For activities performed
between January 1, 1996 and June 30, 1996, the Contractor may not request
reimbursement later than September 1, 1996. Requests for reimbursement
received after this date shall not be processed and the Contractor shall
not be reimbursed.
7. The Contractor may invoice State for a total not to exceed ONE THOUSAND
DOLLARS ($1, 000.00) for activities specified in Section V.B. of the Scope
of Work for proctoring mobile source exams. Proctored tests shall be
reimbursed at the rate of FIVE DOLLARS ($5.00) per test to a maximum of
TWO HUNDRED (200) tests. Invoices shall be submitted on a quarterly basis
and shall include a list of tests proctored. These 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, 1997. The State shall process
reimbursement requests as soon as possible after receipt. For tests
proctored between January 1, 1996 and June 30, 1996, the Contractor may
not request reimbursement later than September 1, 1996. 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
II.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-ONE THOUSAND NINE HUNDRED THIRTY-ONE DOLLARS ($21, 931.00) .
Page 4 of 10 Pages
C. The State may prospectively increase or decrease the total reimbursement amount
• payable under this Contract for the above named services as a result of an
increase or decrease of salary and/or full-time equivalent (FTE) staff through
a Contract Amendment Letter to be signed by the Contractor, the Department of
Health, and the State Controller or his authorized designee (a copy of this
Contract Amendment Letter is attached as Exhibit 7 and made a part hereof) . It
is further understood that said letter shall not be deemed valid until it is
signed by the State Controller or his authorized designee. Any increase or
decrease to the total reimbursement amount payable under this contract shall be
subject to the following conditions:
a. The Contract Amendment Letter shall include the following:
(1) Identification of contract by contract encumbrance number and number
of affected paragraph;
(2) Types of services or programs increased or decreased and the new
level of each service or program if applicable;
(3) Amount of increase or decrease in the level of funding for each
service or program and the total;
(4) Intended effective date of the funding change:
(5) A provision stating that the change shall not be valid until
approved by the State Controller or such assistant as he may
designate; and
(6) Authorized signatures of the State, the Contractor and the State
Controller or his designee.
b. Upon proper execution and approval, such Contract Amendment Letter shall
become an amendment to this Contract and, except for the General and
Special Provisions of the Contract, the Contract Amendment Letter shall
supersede the Contract in the event of a conflict between the two. It is
understood and agreed that the Contract Amendment Letter may be used only
for increased or decreased funding, or adjustments to service levels, FTE
adjustments, and any budget line items.
c. If the Contractor agrees to and accepts the change, the Contractor shall
execute and return the Contract Amendment Letter to the State by the date
indicated in the Contract Amendment Letter. In the event the Contractor
does not accept the change, or fails to timely return the executed
Contract Amendment Letter, the State may, upon notice to Contractor,
terminate this Contract effective at any time after twenty (20) days
following the return deadline specified in the Contract Amendment Letter.
Such notice shall specify the effective date of termination. In the event
of termination, the parties shall not be relieved of their obligations up
to; the effective date of termination.
d. Increases or decreases in the level of contractual funding or FTE changes
made through the Contract Amendment Letter process during tje term_of this
Contract may be made under the following circumstances:
(1) if necessary to fully utilize Colorado State appropriations and/or
non-appropriated federal grant awards adjustments to reflect current
year expenditures;
(3) 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 this program;
(4) closure of programs and/or termination of related contracts;
(5) delay or difficulty in implementing programs or services; or
(6) other special circumstances as deemed appropriate by the State.
Page 5 of 10 Pages
D. Because the appropriation of funds is a legislative function, funding
availability after the current state fiscal year is contingent upon an annual
appropriation of funds by the legislature, and in the event no appropriation is
made, this contract may be canceled and terminated with no penalty to the State.
The state fiscal year is July 1 through June 30.
E. The term of this Contract begins January 1, 1996 and continues through December
31, 1996, and is renewable at the State's option for four (4) additional one year
periods by Contract Renewal Letter in the form attached hereto as Exhibit 8
signed by the Contractor, the Colorado Department of Public Health and
Environment, and the State Controller or his authorized designee. It is further
understood that said Contract Renewal Letter shall not be deemed valid until it
is signed by the State Controller or his authorized designee. Dollar and FTE
amounts for any renewal period are subject to change from prior contract periods
based on actual funding appropriations and legislative approval for each state
fiscal year.
January 1 to March 31 for any given year is identified as the first quarter;
April 1 to June 30 the second quarter; July 1 to September 30 the third quarter;
and October 1 to December 31 the fourth quarter.
B:LWECONT. 96
a_
Page 6 of 10 Pages
•
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 pay when due all required employment taxes and income tax withholdinz. shall provide and keep in force
workers'compensation (and show proof of such insurance)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, or 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-I1O,whichever is applicable;
b) the Hatch Act(5 USC 1501-I508)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 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
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.
1) 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).
Page 7 of 10 Pages
Rcv. 06/01/92 (GEN070595)
GENERAL PROVISIONS -- Page 2 of 2 pages
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.
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 alter 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/dess-not)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 8 of 10 Pages
Rev. 06/01/92 (GEN070595)
SPECIAL PROVISIONS
CONTROLLER'S APPROVAL
1.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,provendor 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 provisions shall be contained in all Stale 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 handicap,or age.The contractor will take affirmative action to insure that applicants are employed,and that employees are treated
during employment,without regard to the above mentioned characteristics.Such action shall include,but not be limited to the following:employment upgrading,
demotion,or transfer,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 rjnder 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,and 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 race,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 obstructor 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.0211(GEN070595)
Revised I r93
395-53-01-1022
page 9 of 1° pages
r
, (k) 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, 1975 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 Slate of Colorado.
COLORADO LABOR PREFERENCE
6a. Provisions of CRS 8-17-101 & 102 for preference of Colorado labor arc applicable to this contract if public works within the State are undertaken hereunder
and are financed in whole or in part 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 non-resident bidder is a resident. [fit is determined
by the officer responsible for awarding the bid that compliance with the 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 shall be suspended,but only to the extent necessary to prevent denial of the
moneys or to eliminate the inconsistency with Federal requirements(CRS 8-19-101 and 102).
GENERAL
7. Thc 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 part shall be valid or enforceable or available in any action at law whether
by way of complaint,defense,or otherwise. My 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,rules,and regulations that have
been or may hereafter be established.
9. The signatories aver that they arc familiar with CRS 18-8-301,ct 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 first above written.
Contractor: State of Colorado
(Full Le:al Name) Weld County Health Department ROY ROMER,GOVERNOR
/ n
B r^i:.�_�. —I-- it izn� /=J / '
v o L_l� O 04 24 9. ® /? X9,_
-s „n.- R. WFT.D COUNTY BOARD OF By
r ' I,MMISSIONERS
A. to 8,4.'�-� s 8 B
,,l 4, �� `>a Number or Federal LD.Number Department
�r--_�-�,�, of PUBLIC HEALTH AND ENVIRONMENT
i2.-, Co'�')' ��'n ttknv'.n,/� ��i Coun r • a
Y .1e- ,. 1>,. . . , WELD COON- EA H AP(IRNENT
y�✓ ce'.0
By ' CIQ// K.- ( V V/A dou�- -- JOHN S. PICKLE
iggi�feadbefdfffl(iY+3GTrSifCraitin Ciife ounty Clerk TO BOARD - DIRECTOR
APPROVALS 1 hereby certify this to be
ATTORNEY GENERAL - a true end exact copy of the
CONTROLLER original
By By n
Gale A_Norton Clifford W.Hall / '
BY I` )
Form 6-AC-02C(CEN07o595) Page 10 which is the last of 10 pages
Revised 193
39513-01.1030
PROGRAM APPROV
1996 STATE/LOCAL AIR QUALITY CONTRACTS
EXHIBITS
EXHIBIT 1 - SCOPE OF WORK
EXHIBIT 2 - WORKLOAD ESTIMATE
EXHIBIT 3 - SSP INSPECTION LISTS
EXHIBIT 4 - CFC INSPECTION LISTS
EXHIBIT 5 - CFC INSPECTION PROCEDURES
EXHIBIT 6 - PARTICULATE SAMPLE FORM
EXHIBIT 7 - SAMPLE CONTRACT AMENDMENT LETTER
EXHIBIT 8 - SAMPLE CONTRACT RENEWAL LETTER
EXHIBIT 1
SCOPE OF WORK
•
WELD COUNTY - AIR9605019
SCOPE OF WORK
EXHIBIT 1
Z. Cooperation, Training and Instruction
The Contractor shall ensure its employees who conduct odor and opacity violation
inspections attend the required certification sessions during the contract period in
accordance with the Stationary Sources Program Training Plan and that 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(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 by the Division, prior to conducting asbestos
inspections.
The Contractor shall ensure that employees who conduct stationary and mobile sources
CFC inspections attend one day certification and training test for stationary and
mobile sources CFC programs; and all other new persons who were not trained in the
previous contract year for stationary and mobile inspections either receive such
training by the Division staff or by local agency staff previously trained by the
Division. Site training shall be developed and provided by the Division for each
contractor. Such training shall be pre-approved by the Division. Training shall be
limited to eight (8) hours per year, per inspector performing CFC inspections on a
regular basis.
II. Ambient Air Quality Monitoring
A. The Contractor shall operate an air quality monitoring network of which the
quantity and type of equipment is described in Exhibit 2 within the areas listed
in Paragraph I.D. of the Contract, 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.
The following paragraph C. shall apply to the following counties only: Boulder, El Paso,
Larimer, Mesa, Weld.
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,
as necessary, 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; and
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
Page 1 of 8 Pages
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 in this Section III.A. , of all sources
listed in Exhibit 2 - Workload Estimate and Exhibit 3 - Inspection Lists,
which are attached hereto and by this reference made a part hereof
following the schedule prescribed in Exhibit 3 and the Inspection Period
as described in Section I.B. , second paragraph, of the Contract.
3 . Prepare draft Notices of Violation (NOV) , 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 will be
forwarded to the State for review and will be under the signature of the
State. NOV's may, at the discretion of the Contractor, be issued under
joint State-Contractor signature if requested.
4. Prepare draft Compliance Orders for violations of the Commission's
Regulations Nos. 1 through 8 and 15 (except for asbestos) . 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 person identified by Paragraph I.E. of the
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. 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 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 identified by Paragraph I.D.
of the 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 draft Compliance Determination letters (CDLs) , in the form and
manner prescribed by the State, for violations ofthe 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.
The following Section 8 shall apply to Tri-County Health Department only:
8 . The Contractor shall assist in the enforcement of the State's woodburning
ban. These activities shall not exceed the total hours as described in
Exhibit 2 Workload Estimate during the contract period and shall include
the following:
Page 2 of 8 Pages
•
• a. Determine compliance rate of fireplace and woodstove users with
woodburning bans in the area defined in Paragraph I.D. of the
Contract.
b. Field surveillance and enforcement on days when the State imposed
woodburning ban is in effect. Such surveillance and enforcement
activities shall include at least forty-four (44) hours of evening
and week-end work.
c. Enforcement activities shall consist of a letter for first time
offenders and a notice of violation or phone call for second time
offenders.
d. Educational information provided to the public through the
distribution of State supplied informational flyers and brochures on
woodburning device effectiveness and woodburning bans.
The following Section B. shall apply to the following counties only: Denver, El Paso,
Jefferson, Larimer, Pueblo, Tri-County, and Weld.
B. Asbestos Program
Reimbursement for asbestos inspections shall be limited to activities associated
with demolition or renovation projects.
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 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.
S. 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.
2. Reimbursements shall be based upon asbestos activity hours as shown in the
following table. 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.
Page 3 of 8 Pages
Reimbursement Hours
Asbestos Activity (permitted or non permitted projects)
Full inspection
All inspections will be credited
Partial inspection in actual inspection hours,
rounded to the nearest quarter
Pre-abatement inspection hour, as shown on either the
inspection report or the Notice
Post abatement inspection of Inspection form submitted
to the Asbestos Unit Leader of
Pre-Demolition inspection the Air Pollution Control
Division.
Complaint inspection
Re-inspection
Attempted inspection Travel time, only, if the attempted inspection is conducted
(contractor not on site) during work hours shown on the notification form and an
inspection report is submitted to the Division
Consulting No credit for consulting
Follow Up
Enforcement Activities Reimbursement hours
Notice of Violation letter Actual time spent, up to 4.0 hours maximum
NOV conference Duration of NOV conference + Travel time
Compliance Determination letter Actual time spent, up to 5.0 hours maximum
Settlement Conference Duration of settlement conference + Travel time
Letter of Inquiry (LOI) Actual time spent, up to 1.5 hour maximum
and "111" Letters
Review of LOI response Actual time spent, up to 2.0 hours maximum
Letter of Admonition (LOA) Actual time spent, up to 1.0 hour maximum _
Cease & Desist Order Actual time spent, up to 4.0 hours maximum
Case Review and Assessment Duration of meeting, inspector only + Travel
Board (CRAB) meeting
Adjudicatory Hearing Duration of hearing, plus time spent providing testimony and
depositions + Travel
Page 4 of 8 Pages
3 . The maximum number of hours required by the Contract is specified in
Exhibit 2. A minimum of 75% of the reimbursable hours must be earned
through inspections as defined in Paragraphs III.B.1.a. to III.B.l.f.
above. The Contractor shall not be required to conduct asbestos
activities once the maximum number of hours has been consumed.
4. The Contractor shall inspect a minimum of 70% of the permitted projects
and 50t of the non permitted projects conducted within its jurisdiction in
meeting the total allowable reimbursable hours set forth in Exhibit 2 of
the Contract. The Contractor also agrees to complete a minimum of 85% of
the reimbursable asbestos hours set forth in Exhibit 2. In the event that
the Contractor achieves the total number of reimbursable hours prior to
the end of the contract period the State will apply these minimums to the
projects that have been conducted up to the date on which the maximum
number of hours was realized.
5. The Division shall reimburse the Contractor double the number of activity
hours shown in the Table in Section III.B.2. of this Scope of Work for any
asbestos activity 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 5:00 P.M. and 6:00 A.M. weekdays.
6. The Contractor shall respond to all complaints of asbestos-related
activities within the area defined in Paragraph I.D. of the Contract,
unless the State relieves them of the responsibility.
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, in draft form, all asbestos-related
Compliance Documents (CD letters, NOV letters, LOAs and "111" letters) and
forward them to the State for review. The State must, and the Contractor
may, sign all NOVs, LOAs and "111" letters. The State shall transmit them
to the addressee(s) on Colorado Department of Public Health & Environment
letterhead. Letters of Inquiry (LOIs) may be issued with only the
Contractor signature on Contractor letterhead.
9. The Contractor shall co-participate in all NOV conferences, adjudicatory
hearings, and settlement discussions, unless the State relieves them of
the responsibility.
10. The Contractor must contact the State to justify any single inspection
taking longer than 5 hours.
11. The Contractor agrees not to exceed 30% of the reimbursable hours in any
single quarter in conducting asbestos activities under this Contract.
G_ r 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(s) listed in Paragraph I.D. of the Contract
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.
2 . Provide appropriate permit application forms, furnished by the State, to
persons within the area(s) listed in Paragraph I.D. of the Contract who
Page 5 of 8 Pages
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 Public
Health and Environment, or his designee, the authority to issue, deny, or
revoke such permit applications and permits.
3 . 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.
D. Provide air pollution emission notice forms furnished by the State to sources
within the area(s) listed in Paragraph I.D. of the Contract 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
and obtain the written approval of the party designated in Section I.E. of the
Contract prior to making application for 'a search warrant to the court.
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 within the area(s) listed in Paragraph I.D of the Contract. The
Contractor shall conduct inspections as specified in this Section III.G. of
sources listed in Exhibit 4 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 approximately one-fourth of the
inspections are conducted during the first quarter; approximately one-fourth are
conducted during the second quarter; approximately one-fourth are conducted
during the third quarter; and approximately one-fourth are conducted during the
fourth quarter. 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 5.
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 properly using approved recycle/recovery
equipment;
4. Verify that State registered stationary equipment is in compliance with '
all of the applicable portions of Regulation No. 15.
5. Notify the State Air Pollution Control Division in writing of all
complaints received.
6 . Investigate complaints that warrant follow-up inspections;
7. 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 6 of 8 Pages
, . 8. 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 within the area(s) listed in Section
I.D. of the 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 during the second quarter; and one-half of the
inspections are performed during the third quarter. With the exception of
complaints, inspections of motor vehicle salvage facilities shall be spread
throughout the contract year such that approximately one-fourth of the
inspections are conducted during the first quarter; approximately one-fourth of
the inspections are conducted during the second quarter; approximately one-fourth
of the inspections are conducted during the third quarter; and approximately one-
fourth of the inspections are conducted during the fourth quarter. 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 5.
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 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.
IV. Emission Inventory
The Contractor shall participate in the update of emission inventory related
information. The Contractor, in the course of continuing inspection and surveillance,
shall make updates to the emission inventory related information, but needs not
quantitatively evaluate the source emissions for purposes of updating the inventory.
The Contractor should evaluate the source emissions to the point of being able to
determine the need for a new air pollution emission notice or if the current Air
Pollution Emission Notice is sufficient.
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.
The following paragraph B. shall applyto the following counties only: Boulder and Weld.
B. The Contractor shall proctor AIR Program mechanic certification testing in
accordance with the schedule to be provided by the State.
The following Section VI. shall apply to the following counties only: Denver, El Paso, Mesa.
VI. Special Project(s)
The Contractor shall perform activities on special projects that are related to
improving air quality in the area(s) listed in Section I.D. of the Contract. These
activities are specified in Exhibit 9, which by this reference, is made a part hereof.
Page 7 of 8 Pages
'III. 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. A monthly report for each preceding month shall
be submitted to the Division the 15th of each 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. of the Contract, as listed in Exhibit 3. All
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 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.
G. Particulate 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 6. Or 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.
H. All CFC inspections shall be completed on a standardized inspection worksheet
provided by the Division. A written copy of each inspection worksheet shall be
submitted to the Division upon completion of such inspection(s) . Inspection
worksheets shall be submitted to the Division on a monthly basis and received no
later than the 15th day of the following month of the inspection.
All complaints shall be documented on an inspection worksheet or a complaint form
provided by the Division or on a form approved by the Air Pollution Control
Division. All complaint documentation shall be submitted to the Division upon
completion of investigation(s) .
I. A final report, in narrative form, of program accomplishments shall be submitted
as part of the finalrequests 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, 1997.
VIII. 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.
B:LWESCOPE.96
Page 8 of 8 Pages
EXHIBIT 2
WORKLOAD ESTIMATES
EXHIBIT 2
1996 WORKLOAD ESTIMATE
WELD COUNTY HEALTH
STATIONARY SOURCE ACTIVITIES
MAJOR SOURCE INSPECTIONS (see attached list) - 17
MINOR SOURCE INSPECTIONS (see attached list) - 102
PORTABLE SOURCES 3
FINAL APPROVAL INSPECTIONS (three-year avg. ) - 22
ENFORCEMENT ACTIVITIES (three-year avg. ) - 9
COMPLAINTS (three-year avg. ) - 251
OPEN BURNING PERMITS (three-year avg. ) - 528
WOOD STOVE DEALER INSPECTIONS (see attached list) - 1
ASBESTOS INSPECTIONS- 85 Hours
TRAINING & CERTIFICATION- 146 Hours
TECHNICAL SERVICE ACTIVITIES
PARTICULATE MONITORS- 3 TSP MONITORS, 240 SAMPLES, 120 HOURS
GASEOUS MONITORS- 1 STATION, 2 MONITORS, 97 HOURS
MOBILE SOURCE ACTIVITIES
PROCTOR TESTING- Proctor certification testing
CFC INSPECTION/COMPLAINT ACTIVITIES - WELD COUNTY
TRAINING 16
ENF/ID 30
MVAC INSPECTIONS- 64
STATIONAY SOURCES EQUIPMENT INSPEC- 13
RETAIL FOOD FACILITIES- 14
STATIONARY SOURCE SHOP INSPECTION 64
TOTAL 201 HOURS
Page 1 of 2
WOODSTOVE DEALER
POULSON HARDWARE
Page 2 of 2
EXHIBIT 3
STATIONARY SOURCES INSPECTION LISTS
Weld County
Code Plant Name Address City
QTR MAJOR SOURCES
1 123 V 0002 WESTERN SUGAR 1302 1ST AVENUE GREELEY
2 123 V 0003 EASTMAN KODAK COMPANY 9952 EASTMAN PARK DRIVE WINDSOR
3 123 V 0005 GOLDEN TECHNOLOGIES COMPANY 8714 HWY 60 JOHNSTOWN
1 123 V 0018 MONFORT-PACKING DIVISION 100 NORTH 8TH AVENUE GREELEY
2 123 V 0051 COLORADO INTERSTATE GAS CO. CHEYENNE ST SEC?T?N R?W GREELEY
3 123 V 0074 ASSOCIATED NATURAL GAS INC. SINGLETREE WELD COUNTY FORT LUPTON
1 123 V 0076 ASSOCIATED NATURAL GAS INC.WEST SPINDLE WELD CO RDS 14& 19 FORT LUPTON
2 123 V 0079 LAIDLAW-DENVER REGIONAL LANDFILL(SOUTH) 1441 WELD COUNTY ROAD 6 ERIE
3 123 V 0089 GOLDEN ALUMINUM COMPANY 1405 E 14TH ST FORT LUPTON
1 123 V 0106 PLATTE GAS LINE CO FT LUPTON PLANT 1245 WCR#19 BRIGHTON
2 123 V 0107 ASSOCIATED NATURAL GAS LUCERNE PLANT 31495 WELD CO RD 43 LUCERNE
3 123 V 0119 VESSELS GAS PROC LTD. FT LUPTON PROC PLT 1245 WELD COUNTY RD. #19 BRIGHTON
1 123 V 0121 REGAL FIBERGLASS INC. 455 5TH AVENUE GREELEY
2 123 V 0140 NORTHERN PRIMING&PRE-STAIN, INC. 432 5TH STREET KERSEY
3 123 V 0258 RR DONNELLEY NORWEST, INC. 259 30TH ST. GREELEY
1 123 V 0277 SNYDER OIL CORP.ENTERPRISE BOOSTER STA. SW/SW SEC 30 T3N R63W KERSEY
2 123 V 0422 SNYDER OIL CO.-WEST GAS PLANT SEC 8 T3N R66W WELD COUNTY
MINOR SOURCES
1 123 0004 BESTWAY PAVING CO BOX 338 GREELEY
2 123 0006 PURINA MILLS,INC.-LUCERNE MILL 33134 U.S. HIGHWAY 85 LUCERNE
3 123 0009 MONFORT FEEDLOT#1 28825 HIGHWAY 34 WELD COUNTY
4 123 0013 WESTERN MOBILE NORTHERN, INC. 1013 N,25TH AVENUE GREELEY
1 123 0014 PUBLIC SERVICE COMPANY-FT LUPTON SEC 33 T2N R66W FORT LUPTON
2 123 0024 SNYDER OIL CORP.SOUTHFIELD COMP. STA. SEC 29 T1 N R63W ROGGEN
3 123 0039 FARR FEEDERS INCORPORATED 30130 WELD COUNTY ROAD 49 GREELEY
4 123 0044 MORNING FRESH FARMS, INC. 15121 WELD COUNTY ROAD 32 PLATTEVILLE
1 123 0059 KN FRONT RANGE GATHERING CO. HAMBERT ST SEC 36 T4N R66W FORT LUPTON
2 123 0067 FARMLAND INDUSTRIES, INC.-AULT PLANT 230 FIRST ST WELD COUNTY
3 123 0069 COLORADO INTERSTATE GAS CO. SPINDLE WCR 19& 16 GREELEY
4 123 0071 HYDRAULICS UNLIMITED MFG CO INC 600 OAK STREET EATON
1 123 0075 ASSOCIATED NATURAL GAS INC. SURREY PLANT WELD COUNTY FORT LUPTON
2 123 0088 COORS ENERGY-KEENESBURG 13495 WELD COUNTY ROAD#61 KEENESBURG
3 123 0093 ASSOCIATED NATURAL GAS INC. JOHNSTOWN/BT 36469 WELD COUNTY RD.33 EATON
4 123 0095 WESTERN MOBILE BOULDER-STROMQUIST PIT 8751 WELD COUNTY LONGMONT
1 123 0100 ANDESITE ROCK CO. 3457 HWY 119 LONGMONT
2 123 0114 E&R AGGRAGATES NO STREET ADDRESS PLATTEVILLE
3 123 0120 TECTONIC CONSTRUCTION COMPANY 12501 WELD COUNTY RD 13 LONGMONT
4 123 0127 NORTH AMERICAN RESOURCES CO.-ARISTOCRA W/2 NE/4 SEC 4 T3N R65W ROGGEN
1 123 0141 PUBLIC SERVICE COMPANY-YOSEMITE WELD COUNTY ROADS 4& 19 GREELEY
2 123 0144 LAIDLAW-DENVER REGIONAL LANDFILL(NORTH) 1441 WELD COUNTY ROAD 6 ERIE
3 123 0149 DIVERSIFIED OPERATING CORPORATION SW/SW SEC 22 TON R58W RAYMER
4 123 0152 ASSOCIATED NATURAL GAS INC. PANTERA STA. N/2 SEC 21 T7N R61 W EVANS---
1 123 0154 CACTUS HILL RANCH 38990 HIGHWAY 257 FORT COLLINS
2 123 0157 MOUNTAIN VIEW LAMB FEEDERS 11590 WELD COUNTY ROAD 80 EVANS
3 123 0158 HARPER LIVESTOCK COMPANY 21855 WELD COUNTY ROAD 76 WELD COUNTY
4 123 0161 ASSOCIATED NATURAL GAS NEW RAYMER STA. NE/4 SEC 8 T7N R58W GREELEY
1 123 0176 BOOTH LAND&LIVESTOCK 5065 COUNTY ROAD 24 LONGMONT
2 123 0182 LONGMONT FOODS 450 N. FRONT ST WELD COUNTY
3 123 0186 ANDESITE ROCK CO. 6100 WELD COUNTY ROAD#21 CARR
4 123 0192 PUBLIC SERVICE COMPANY-CHALK BLUFFS SEC 5 T11 N R66W/65200 HWY 85 CARR
1 123 0196 ASSOCIATED NATURAL GAS INC. GREASEWOOD SEC 31 T7N R60W FORT LUPTON
2 123 0197 ASSOCIATED NATURAL GAS INC. SPEAKER P SEC 27 T8N R61 W FORT LUPTON
3 123 0198 ASSOCIATED NATURAL GAS INC. STEFFAN"N" SEC 34 T9N R58W FORT LUPTON
4 123 0199 ASSOCIATED NATURAL GAS FINA STATION SEC 21 T7N R59W FORT LUPTON
1 123 0200 ASSOCIATED NATURAL GAS WILDCAT STATION SEC 2 TSN R59W FORT LUPTON
2 123 0202 ASSOCIATED NATURAL GAS CO. EAST LATERAL SEC 18 T3N R58W GREELEY
3 123 0209 WASTE SERVICE-N.WELD SANITARY LANDFILL 40000 WELD COUNTY RD 25 WELD COUNTY
4 123 0215 NORTHERN COLORADO BRINE 10600 WCR 54 MILLIKEN
1 123 0220 ASSOCIATED NATURAL GAS INC. MILLER"P" SE/4 SE/4 SEC 3 T8N R58W GREELEY
2 123 0223 WELD COUNTY ROAD&BRIDGE-LEHR PIT WCR 120 BETWEEN 127& 128 GREELEY
3 123 0224 WELD COUNTY ROAD&BRIDGE-EMPKE PIT SEC 12,T1ON, R60W GREELEY
4 123 0226 WELD COUNTY ROAD&BRIDGE-GEISERT PIT 933 N. 11TH AVE GREELEY
1 123 0236 WESTERN MOBILE BOULDER-HAMM PIT 3029 HWY 119 LONGMONT
2 123 0244 TROLLCO INC 8200 EASTMAN PKWY WINDSOR
PR C,a. i ok
•
3 123 0248 ROCKY MOUNTAIN RAILCAR NW/4 SEC1 TIN R65W HUDSON
4 123 0252 WELD COUNTY ROAD&BRIDGE-PETERS PIT COUNTY RD 136.5 AT CNTY RD 69 GREELEY
1 123 0253 WELD COUNTY ROAD&BRIDGE-BASHOR PIT COUNTY RD 87 AT COUNTY RD 118 GREELEY
2 123 0259 KENNETH SCHELL&BILL KOBOBELL 7909 WELD CO. RD 5 LONGMONT
3 123 0262 ROGGEN GAS PROCESSING CO.TAMPA BOOSTE SEC 31 T4N R63W ROGGEN
4 123 0270 KN ENERGY, INC.-NEW RAYMER SITE SEC 22 T7N R58W RAYMER
1 123 0285 UNION PACIFIC RES. CO.SEC 9 COMPRESSOR SEC 9 T3N R65W GREELEY
2 123 0286 UNION PACIFIC RES. CO. REEVE 1 41-15 NE/NE SEC 15T4N R65W GREELEY
3 123 0288 UNION PACIFIC RES. CO. UNKNOWN SITE NAME NE/4 SEC 31 T4N R65W GREELEY
4 123 0297 UNION PACIFIC RES. CO. EAST ERIE 1-17 NW/NE SEC 17 TIN R68W DURANGO
1 123 0105 83RD JOINT VENTURE 47TH AVE&F STREET GREELEY
2 123 0315 WELD COUNTY MINING DIVISION SEC 31 T11N R61N WELD COUNTY
3 123 0316 WELD COUNTY MINING DIVISION SEC 1 T8N R61W WELD COUNTY
4 123 0327 R&R CUSTOM WOODWORKING, INC. 401 17TH ST. GREELEY
1 123 0341 CLARY'S SERVICE INC. HWY 85& B ST. AULT
2 123 0367 VESSELS GAS PROCESSING, INC. NE CORNER STATE HWY 7&HURO WELD COUNTY
3 123 0368 ALBERT FREI&SONS, INC. WELD COUNTY RD 4& U.S. HWY 85 WELD COUNTY
4 123 0371 ALL-PRO AUTOBODY 3714 CARSON AVE EVANS
1 123 0376 AMOCO PRODUCTION CO. FORT LUPTON AREA ASSORTED SECS.,T2-4N R63-86W FORT LUPTON
2 123 0378 C&M COMPANIES 1 MILE SE WATTENBERG
3 123 0380 AGLAND INC. SEC 19 T6N R65W EATON
4 123 0381 AGLAND INC. P.O. BOX 338 EATON
1 123 0382 AGLAND INC. SE 1/4 OF SECTION 28 EATON
2 123 0384 AGLAND, INC. NW/4 SEC 6 T6N R65W EATON
3 123 0385 AGLAND INC. NE1/4 OF SE1/4 OF SEC. 18 EATON
4 123 0387 VESSELS OIL&GAS CO. -IONE COMP. STA. SE/SW SEC 8 T2N R66W FORT LUPTON
1 123 0400 STERLING READY-MIX CONCRETE. CO. 0.75 MI S. OF HWY34&WCR 92.5 WELD COUNTY
2 123 0401 TIRE MOUNTAIN, INC. 12311 WELD CTY RD. 41 HUDSON
3 123 0411 MACKENZIE MANUFACTURING 2332 4TH AVE GREELEY
4 123 0412 THERMO GREELEY, INC. 1/2 MILE S.OF 1-85 ON 6TH AVE GREELEY
1 123 0413 GRAY OIL CO. 1100 RAILROAD FORT LUPTON
2 123 0415 AGLAND, INC. SE 1/4, SEC 8, TSN, R65W GREELEY
3 123 0423 SNYDER OIL CORP.-PARKER &PARSLEY CMP.ST SW/4 SE/4 SEC 5 T53N R63W WELD COUNTY
4 123 0428 WESTERN MOBILE NORTHERN-GREELEY WEST P 1013 N. 25TH AVE GREELEY
1 123 0433 ROCKY MOUNTAIN PRODUCE 6811 WELD COUNTY ROAD 31 FORT LUPTON
2 123 0443 COOLEY GRAVEL COMPANY 2300 COUNTY RD. 20 1/2 LONGMONT
3 123 0453 TWIN PEAKS EXCAVATING, INC. NE/4 SEC 17 T2N R68W LONGMONT
4 123 0456 WELD COUNTY(MINING DIVISION) 83RD AVENUE/VVCR 62 GREELEY
1 123 0457 C& M CONCRETE CO. OF BOULDER COR.WELD RD 6 HIGHWAY 85 NIWOT
Tay, cd- a,
EXHIBIT 4
CFC INSPECTION LISTS
•
T
H
TYd' 2)> Y
u w w O O w w a w
▪ JJVI SJI- aa
W W O O W-w w
U w a a w Q w W
6 K m- 0 m J m m
W O 0 3 J 0 0 0 0
m N
0 \
m -
W 2 J
inN < 4 PJ
v f-1-a > 6
0 N W 2 J W U m w
a O --S i-i<0..i<
- 1' O H' - U -ow
1- O N (A W H W W X
u 0 2a 003m1-
W -I31-w V1-
um
H, mN A00-
2 U 0.-0 00000
- C .SNP -0020
• 00O .SA.-NM
-
2
W N
Z W
O. U r
0 -W 6 1
o a
uw 6
cc a N Co Li
Z a w-' w
O . a wO _ z _ -
- 0 § mu a
U Y O 2
I- a-a--1U a m a N
0 1-W2 U
-wa -V ww-
Ur 2 0 o S U O J
1J W DUO 2 0.O W K
S YW U U6'a
o a OU04 mi---I.:. `I
J S w w O N w
o - (Y1- NJ mH
J U in) O 3 U a a
3 LL as awww1-
amw =macaw
d
0' faN - O 0 0
- N O dd'-
a A N POM
m 0
W 0 0 0.-0
O
W V }
Is. CO "m O.O M M
0
a
WI cam' N.-CO v n.-
'� I- JMO VOVn.G VI
O 0 0 0 0 0 0 0
0 000 00000
O•0.
2,.... N
J 1-
N- 2
or,
poi w W W W W W W w
•
Y Y 2 Y Y Y
U W w O W ww
J J J
W W W U' W Z W w
U W W 2 W Q W W
W 0MMOce
0-JC9 Wt0]U
w
0 >
N W W H Q W
>0>N >
2.606 x Q
-r
Ui K .4220 N.-p
6' Q 3—Q N M • N
N U O N-N N--O
S LL
O NreN{GNM
0.
W
N
^ U Y
pQ 2
o/ W
LL
J_ W Q
Q K06)Mx
N
I'• CA)tOOMWMO.
WitMI
a0.
LL 6 U N N N W
U £ N.-.�Q2ONpy0
U = N T N CI 2 O U
J 2 W W LL N► N
o O W W W LL U
p W W W S S
LL OQJJI-^Q
3 N Q Q N y
dp
P O In
O.
'co..N
Me NM
I-P APB
W PO
W OM 000
C v
o.
S
I NONtr�MNO
W O N O M N M N
oMW OOP
LLOOOLLOO
N 1'NQQp'1.C3
•OP
S\ f.
M 2
Or S
01\ 3
N W W W W W W W
•
8
2 0 OJLU 0 OJ 0 00 0 0 OJ 0 0 0 0 0 0 u0 0 0. 0 0 O OJ 0 OJ 0 OJ cLU W.o 0 0 OJ OJ 0 OJ 0 0 0 0 OJ 0 OJ O 0 OJ OJ OJ O 0 0 00 0 00
0 3 3 3 33 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3
AA 0 0 P.f 0 Nm NA
MIA N 0 NO W N.. AM N in
W
N N. 0..4 CD PAPA In W M .i M •O N M Al.f •O N W .O
.1N M LA LA M ma. M M-O M LAM
S WM N M MN W LAM MM COLA W M
0 \\ \ \ \\ \ \\ A M
M M M M M MIA so en
\ \
p MM M M CAM M MOM MO M in
o
CD 0 00 0 0 0NN
0 CDN 0 0 O W LA
O 0 C. 0 CU 0 0.A P
0 P-
�}.N.ttO NM el el M pn O el O"O Ne.fCL N`0e 0.4.-21.-N OJJM-MN O NM<<LA CV-O M M.--.r.--00--210
- 000.O 0M 0 00000000000000
000MMM00M00N.O V�•O`O`O.O OVl�0 0�0.0.O�O V�00,0 000M0000N•O�O O.O O�O.ON
N W W COW W W W W W M W W W W W 0000000 00 0000000000000000000000000000000000
O W W 00 Wt0 W W W W W W W Wa0 W 0 W WW WW W W W W a0 W W W
Y
_ U 2 22 w w 0 S d Y
Z S Z 2 -2 W
0 W ws Y YMYU TO-� 0- CJ >-a0 O >->-mra�-- >- >e a��t �a >. >.O
<O N N N J J W J O 0.- C d H m J J Y W e 2 r Y Y N W W J o C 2 p W o w o o W o p u s-
pKLi UDQ <-..1200--.WJJ4Y - 00 .-0 JJWZJJNN O-N
F NN2 SZ W WO.-WOJOmO2Jwww OINY WUVIWY Y2WWNy_ Y NN J OJWZZ.+JYW
- O 4 <S W W OC J W 2 w m Y S w C Y W-O p' Y d W W W `J Y V o N -w w W U W 4 4 N ow
U J S W W-' 0 U 0 Q 0 3 LL U.2 O)U-J w O J CCICe J O U m S W U U Y U U J w U{.'>SJ S 0 1L w mU CC O LL mU p W U W W p LL U W
0
4
>_ .0
s d u d
IA 2 > j N W C <
2 OWI
0 N2 N 4 • Dom .--0 W Y 1-j
- R- NIA ON - NVI f> Y > Win MY 0 K>N W
6 2S > SFW H U Wean W NYN< ZN41-» N > NJ tQ Ool...W4 wi.I- m
0 Y22 ON Q -N =me V uq- > V > 0 p44 Q rl-H2 VISA»NCr J
p mu> m•-. = -. >}.• o 4 A>-4£'SOCNLL< - OC ace N5NON___WQO[ •,_N >
_ 031- p•O[ .- 3W2 Wp'OC2 Y3 Jr<YUMOSxL owcoc JO:U > WSC M2
N N <4 S.--SY d..uUNme ZSLWPOUON--�-.- 3NUN3--0o-WS WZ.-NF• Nh•N4
W NON Up N 2N Qf Q3 33 \N W<.�MNWP I- A2uuN JW-YI-b.I0IA m
CC .O .WO NNW£NOW pp..W 'Ns--- •OPWN2U..1 2.. UOSN -O-Ope-<M .-<U
`m OmN NOO .O A P OOR
0 O P O -0OMO.-e.N.P 000 N0WJN.-.1m.- Nmm<u>eNNAm>0.0mA.0AJ-N.-t<Nm
< O OPA AO Al OONO.n .2•tne<OO.-O ^^O.-N NM MAONMNMM W O 0.LAe.-.O NA-..NOMO.-•NMIC
>I
4 Nei< MN .-. .-•.}N..MANAPmP-NN NNAy.-oN.-N.-<mmeM.-.OWNM -WP-NdWM.OPM
u
0
0 =
u
0 u 0
u m 2 u 0
co u M >- £ - U.0 j
6 0. N W O. U 1- wo.<-2 6
W pm O w 0_ le >. U o O. 2ZN WpQ N
O0 N < > 0 0 A C = Oa I-K<ap Y
P < VI N MY WCC N 2 0 WYN JO'J.t -0
P 2 4 s p)•p 0 N O W 0 >~ g L U O- W x
0 w O4 m > w ew u O °° ..� 4 0-nw<ew.r 0
NIA.- O. DU 3 O 0 ww J <p >-L
a 20 .- Y< 4 £0 Y 0 u u 4 W Y L «0 00
Op V w 4 O.0 IJ N N N C w
OW< 00 0 Om O[ O.- YWZ-- NN p' m-a. U VI m_WV10< CC OC<0 W_-U
0 OWWI A- A< Y O-S Sp O400`-•>-O 0-1- V1 < 1- 4 O >U » 2 WYWOL< c- > mWCUoiO-
MOW << W �Q N _ L O O DC >4 L L w o >S O 3 D O w m m J A K O .J r 0 0 0 U 0 3> oaf QQ UW f SF DAUD 4 OLKUWWU Yo030U Im ItQq-oiJ 0Jf0M£Q m p'W
W S F CO -J 2 W 0 0 0 0 0 J N 2 Y 0 A N VI 4 u O 0 O S Q N
5£ < owwww N< WC Q 3<J m. -NUD KWUU m w N >. U~£O w=m 36 U NKTVI NN CC
F WOW K a.W N m. U f N L W O W o J 0..J 4 N J m W W N O 2 d 0 2 W O W 2.. <p W r i-
-ow O.<.+Q-0 J4 NY.'.W&OWO<p N J. WU W4 NJ. YW- OOCmno<e. wWLO--£
N' U e-ow w<<Y w 00 N U 2 O 0 m< —Vol 2 C Q W Y 2 O N N N.0 N 0 U 4.-W W w w Y S-
4 J J W 3 W Q W O, U Q L M£Z 88 Lu W 2-U W O W l] Y Q W w 2 0 [3 O >J m 0 2<Y Y J m U W Ae! Eck
C W
W <<<N 4<v 4 K 4<4 4 m m m m m U U U U o 0 0 0 0 0 0 0 w LL 0 0 0 0 S S S S S S-W<O<4---O-s 3 A w
Y J J£S££S S 6 p O K K K
•N W
0P O
2\ O
N U
COY I e MM M M M MWM M M M M M M M e M M M M M Mm\ U MM M CO MMMMMMMMMMM M .IMMMMMMrMMMMMMMM
Mr 0 N.,r CKI - N.>NN.i`N>>NIN.NN n> n '1.r->N Nr..O..IN.IN.IN.N.NNIN.N.m nnnjnrN.0-NIN.N N.NN.n '}'.r, vi
N
0 0 0 0 0 0 000
J J J J J J J
U 3333333333
N O n co
�
N•O N
•O N CV.0 CO
n N UN PI,0
In 13 Nun 0
W a) n AMM
\ \ \\\
O M Vf M M N,
O 0 O O O
d M 1•f H M M
N CO N
▪ co VI
• M n
n 3 3
CV CV 10 Pld .O.O.o.00•o A.o-oN
0 0 0 O 0 O 0 0 O 0
N O OJ 03 co m(O CO CO RI GI
C
0
a E
JY C •033
J W O w L Y Y
N VI -1 YF�
r22a•W ono CY YW
4 4 L.W C W O Y Y-
U W W 0•0 0 CC J0 N O 0w
U
Lu
<
> n
v p
s a
V C
0 U >I >.
- �N6 w Yr'-
F• > > 0 .- >VI.O
U KWL< 2 Q
Q.w wrW yUf• > C in
V I N U)1� C 2 xa-I
2 N m N Y N N r w
- W 0 W ^ 3
K I-O OV% OVIO
U 0 �O-t CC in VIVI'-n
Q O MIFO.O OO M
_ < I-NWN
U
U
0 y
U r y
W U 1-
0 J O
I .a L3
W 2 O I-•
0 ad ix
fa N Y•+ m
K_ U U •- C N
C J p SMLL
GOONo
0..o.-ce000
GC J C=a.0 ] D. 0
00100 3<QW IL.n
w " d• WL O
S 0 2 Y m 0 U C C 2
Z 6< ^ OW Q
Lu ,(CL
Nx >d US. EYYu.
O YOYc pl- LY Yp
J m Of cc•n NNvlH333
•VI W
O P 0
2\ O
N U
• � I wOOO O.OD O•N O.O O
�\ in in VI VIMMMM0MM
YN AnAA.AAt- ntA 0.4- VI
Y
' 0000 0 000000000
u 3 333 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3
V `O .0 .0.O.Op.f0N0.00.V0,W0030%NN.00 W N V O N V A•0•0 0.,0 PNOm PO.O C.J-40
0 < A M JNNAMNN.O.-NONM.t•OMONN000.-W,—J�M MWN0W.-ONNr1 N.f
0 N N Odd al Jd 0a-NAA0N.-MP.t O A N N M M.-a-MM e-Ad.2-0 OM•OIOA N A.-.tAW
N N N O NNNAPPe-CNANMN.I.ONMWOM.OP.INNI--NAWN.OANON•OWNAN.OM
M A N N AA•O.O.O.0..t00.0 POPAAA.O.OMNONO.G•O-40•O.O.OM•O.O LO.O.O N•O.O O.OJ
N C CWWWWWMMMNMMMNNVNNNNNMNMIOVNNNINNNNNVNXNNNNNNMVNN
w M N v M N•O'O,O.OWMMMMMMOWWMMMMMMMMMMMMMMMMMMMMMMMMMM
2 \ \ \ \ \\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\
O M M M M O O O O O O O O O O O O O M M M O O O O O O O O O O O O O O O O O O O O O O O O O O
= 0 0 0 0 A A A A A A A A A A A A A O O O A A A A A A A A A A A A A A A A A A A A A A A A A A
d M M M M p P P P P P P P P P P P P M M M P P P P P P P P P P P 0.P p P P P O.P P P P P P P P
OA f N OO e-00- ^PONMPO pmACOm•O.O NVOPV N .A W O.-.00.} p
CO 0 OM 00 POMM.f.T MOMOOOMJ y� N^ .-
OOO A A ON 000 eMN.-M.SH MPONIPqOP 00 Q C A •p.NaNM 0 •ON..N M M
ON '000 NO0XINNNN N.'.NN.-N.- .(0u N. A OWNJ WMrvvv N O.
J�� ^ .}O�N�.-.-e .1M 00000000000............................
�-ter• _ _ .
O. M M M M M M N M.-M Y0N M.1 M.1 N N N N a-N N N N N N N N N M M M M M M M M M M M M M M M M M M M M M M M M M M
`U M.O 0 .O 100.O•0 0 0 LO W`O N N N N N N•0,0,0.O40.O.0,0•0•O.O.O`O`O.O.O.O.O.O`)'0'0 0,0,0 WO'O`0,0`O'0,0,0 b.O.O
N W W W W C O W O O W W W W O W W W W W O W O O O O W W W W O W W O O O O W O O W W W W O W O W W W O W W W W W W
W 2 C C C
C J 0 C 000
ed
3.-Y >.Y >- H Y Y» >.� Ob LL 333P>..>.>.T?T»T>•>>.>TT>T>.>.>.T>.>.>.
W W Y W W W W W J Y J u y O O O O J J J b Y Y y Y Y O b Y y b b Y b y b b O Y y b y Y Y y Y
JJ J J NNJCJ 6 '- NNN N NNNN
Y W W b W W C 2 W O W Y Y b m C V V V V J C C C C C C . . . . . . . .
u u b 0 Y 0 b b 0 Y Y 0 b 0 0 b y Y y y b y Y Y Y y Y Y
Y W W Y W W L<W u W<K L L C C C g q q q q q L L ` Y L b y L Y y b y i i i i y i Y ` b y i Y Y y Y y
u of.300 o mwowunau�-OiS3.333<wwwwwwaaaupt000u L.PpoopopuouUUuuLtL]uvu-
u
<
N
N
N
2 1
J y
Y K N K 6 0 d J -0U
u f[ O y
W 8 \ >0 u
6 0 W m 0 L< 00 _ C `
m m M 4 C L Y L L Y Is
2 Y>u LU < y N 2 m P N> N u u u u 0 0 Y y u >
N 6 N> O Y < p� " DC Ow [ COL C N 4 u >N > N 4 u N CO N > > > > CO at
Y oC MSC 1-02LNP 0W wMN .. .. ..
L u N.+L >0CLLN<L 0 LLNL -_,.....2
.L«4S_ L
2 22=2 M 4 .O C__u u MOCWL C L L U C J u u L V U O N V u L 2 N I-N V\.1 N MAW M£ M ti X W g L O.42 u W A A u C J A Y u 0 P A u L A b N O A N M P MO, O u u u
O W .} 2 .1 iWN4'.00 SU <SWMMNUmMONSN.-WMN36'N M�A�-3�NNM O.TANP3NNr
x .•OO .-P0M, 0 Ne C N ONO.-NOW0NO.IPN'^NOOe-NIO...
0 •Oe-ON A iON•ONryWopNeP W ONe�W 00e.1OeOOPOHNMAMeNNAVOOOOOONOPeONeNe0
6 0 ONN.1 O M.OAe-A.OAe-e0.Oe00 O.ON.OpOP•pe-Oe-N000 WPVWOPNVMONPANe-^.-OMOAO
" 6 .OMMN Necmmim eee de in,0�ANN�NMM.-•e-.0.-•.-MeeNNNY N'NMMN.-.--� .- NNer
N .
U U
LI 2_
> 0 0 O C 0 O
u m = Um n N3. >.r V 0 o u
O i In C O F 0.1
C CC 4 L C [0 2 m« N U Cl
et W .x y 0 u 0 C<2 M u E 0 0 V u U y N C.O C C N
3 m W S 0 0 2000
IO O m Y L N W WO + L O« C V N N 0i'dWO N N jEj C C[ N
.pO O M 0 =N N C 20 MCO u«< m b C 0 i U u LU C U C C m ] CO E d
P .- J U d' ad r <O 2 aA C O 4 E d 0' C.•C �. J N E L C q C N C v y y q N&-- y L<
OCOm<2- WM - 1 yO < Jqyy q m aN Eur u m d.JE0 Lu
w Y C < m J 20 .l mg L L N U E C U COO 4 E N q�< N Y EL y L U L L N•.- 41 p1 m L U a y
C][Jm20 WCUM IOEue._ G _
06',pE d'22 OOC.2 du•� L uaLC•.- C Le.- Cud Ld< CM Lqm` mac QLa-q' mq aq<3
d W J WO U•j-]a Y t g C J 6 M y> C C u q > ryryryp a a g a Y a< q O< O<d b L C N< N N A
Wdd� 2 toed Ex2 UWJ aLQ E_Lawrq-Q3< y m«d<3g4 LC C > q�� q
<.-. W J 0 O -m ONL4_b<S0Uu..-tint OWM C S ya � OMCSM. L< MM MOO
£ OMY U23- 000-'W000-dC OLIO•.- V•-� 88 8 4C biCi qu < qd Od NU
`< W< 01U 2 0. WLJ30aC �-. CSUN•_mOIO0y88V'JC 3£ >.0 >-L--
.. b S C q u I
J000W CY0 2O .L CYYCCC< CCCgLO 0 ] L YS > ] 3 .- qDC 0agyJLOyN2Ce .S qqNeCWU OmryryeCu0 YIOqaaLONCOOLNSLVu L LW CVLU `L OpbY-2 IS E0 0OI N EeCNuyu. EC00C30V.. 0 UIOCIOquJJJULby .-uqIOC Ui3LCNJUrWd -UX0<u36yLa-0XeLbu >eL OL . Uyp0e.^ LOy .VqeuNby�0 J6YOW 2J0 g6OdC 3.- .COOJOgOqa LLyLOO .- LLOON > OCOCOOVl In <' 7Y6<em<4WJW<WYm£4L0O6000U2- U-,24 <WmImu0u0r00xxe .YJJ£ L0
OP y
2\ 8
O U
p.. ^I Me-M MMMM.-M�e-.-e-MMMMe--MMMMMMMM-MMMMMMM.-MMMMM
deAAAA- A AAAAAAAAAANANNNNNANAAAANNNNAANNNNNNNNAVaNNNNUayaANtilvi Va V.
m .Oe-.O.O.O.D.Oe.O.-.-NN.OV.O.ONN.O.OV.O V.OV.Oe V.O V•O.O.O.O O.O.O.O.O
T - '
_Z
0 333333
wwwW__
NO
o N'toPAM�T
ANAM'00' d
NPfl U, N'00
OP O..1'O'T NN
MMMNNPOWW
M MM-O M(OAA
0 0 0 0 M O O O O
x A A A O A A A A
R PPPMPPO.P
O A.O y
N'- -t
J�1M A
JPP1.11e1
41.N'
{4t 0IA
Ln IA In
0- 'O'0,040 .0.0.0
00000000
N W W W W W N N W
d d
> >. > >
d 0 0 C 0 Y Y
>- d d d M M L Y
d d d L d C CO
L L d• ��
U 0 0 0 x Y 6 o.0.
U
6
N
N
-sW
N O N
in
O K Lp[yc
U
L T > T
U d O Y C YC
0. C'O 0-• J 0
CO d CO 0 00 0 •
Y > d O C O U M
000
Q ▪ L 3 C 3 3 M
CA O W N M< R M
K omen MAW
3 AMAOOVMI,0� - - - -
'C Mrs TVA..
U
U
O 010
CU a
0 r W C
CO
d� 03
3 x O d
N[bU 0'
(0' nrnoci.a
4 • g
w nn saw•- d
u 0 N y 2 S C d L
N I Y....U OP L 1...Y al
P p •
O
0
W U
m0 UI M.-��M��M
a N N A A A N A A
0.r N
COO 'o.-r�'orr.O
NEW SOURCE IDENTIFICATION PROCEDURES EXHIBIT 5
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
A:cfcexhib. 96
LOCAL AGENCY PARTICULATE SAMPLER EXHIBIT 6 Colorado Dept of Public Health&Environment
QUARTERLY REPORTING FORM Air Pollution Control Division
Technical Services Program
YEAR: MONTH: LOCAL AGENCY
SAMPLING SITE: PMIO TSP
DATE FILTER it HRS 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
FORM TO BE SUBMITTED TO APCD AS AN ATTACHMENT TO TIIE QUARTERLY LOCAL AGENCY VOUCHER.
nnnr , nr
STATE OF COLORADO
Roy Romer,Governor
Patti Shwayder,Acting Executive Director of cow
ADedicated to protecting and improving the health and environment of the people of Colorado
4300 Cherry Creek Dr.S. Laboratory Building • �:� +
Denver,Colorado 80222-1530 4210 E.11th Avenue
Phone(303)692-2000 Denver,Colorado 80220-3716 r tB7b
(303)691-4700 Colorado Department
of Public Health
and Environment
EXHIBIT 7
SAMPLE CONTRACT AMENDMENT LETTER
Date Routing Number
State Fiscal Year 19
CONTRACT AMENDMENT LETTER NO.
In accordance with Paragraph of Contract dated , routing number
- contract number FAA AIR (by this reference made a part
hereof) , between the State of Colorado Department of Public Health &
Environment ,. Air Pollution Control Division and
covering the period , 19
through , 19 the undersigned agree that the maximum amount
payable by the State fore the defined services is being by
$ to a new total of $ and is to be spent in the
following manner:
(Description of activity or reference new Scope of Work)
Paragraph is hereby modified accordingly. The terms and conditions of the
original contract shall remain the same.
This amendment to the contract is intended to be effective as of / /
but in no event shall it be deemed valid until it shall have been approved by the
State Controller or his authorized designee.
Please sign, date, and return all copies of this letter on or before
, 19 to:
Colorado Department of Public Health & Environment
Air Pollution Control Division
4300 Cherry Creek Drive South
Denver, CO 80222-1530
A copy of this letter will be returned to you when it has been fully approved.
- _ Contractor: • . - State of Colorado: -- - -Roy Romer, Governor
By: By:
Name Lee Thielen, Assistant Director
Title for the Executive Director
Colorado Department of Public Health
& Environment
APPROVALS:
By: By:
Program Approval State Controller or Authorized Designee
Pagel of 1
STATE OF COLORADO
Roy Romer,Governor
Patti Shwayder,Acting Executive Director OfCp/0
ti69
e
Dedicated to protecting and improving the health and environment of the people of Colorado
4300 Cherry Creek Dr.S. Laboratory Building . 49
•
Denver,Colorado 80222-1530 4210 E.11th Avenue
Phone(303)692-2000 Denver,Colorado 80 2 2 0-3 71 6 •'Ian
(303)691-4700
Colorado Department
of Public Health
EXHIBIT NO. 8 and Environment
SAMPLE RENEWAL LETTER
State Fiscal Year 19
Contact Renewal Letter # Routing #
In accordance with Paragraph of Contract dated
number contract number FAA AIRy routing
part hereof) , between the State of Colorado Department tof Publics reference Heal hmade &
Environment, Air Pollution Control Division, and
Health Department covering the period County19 through
19 ("Contract") the undersigned agree the Contract is renewed
for one year, commencing and running through
, and that the allowable administrative costs will be reimbursed
upon the basis of actual documented "out-of-pocket" expenditures or a maximum of
$ per year, which ever is less for the period
through , based upon the Scope of Work attached hereto as
Exhibit and made a apart hereof.
Paragraphs is hereby modified accordingly. The terms and conditions
of the Contract shall remain the same other than as expressly modified herein.
This amendment to the Contract is intended to be effective as of / , but
in no event shall it be deemed valid until it shall have been approved by the
State Controller or his authorized designee.
Please sign, date, and return all copies of this letter on or before
, 19 to:
Air Pollution Division Contract Administrator
Colorado Department of Public Health & Environment
4300 Cherry Creek Drive South '- --
Denver, CO 80222-1530
A copy of this letter will be returned to you when it has been fully approved.
Contractor: State of Colorado:
Roy Romer, Governor
By: By:
Name Lee Thielen, Assistant Director
Title for the Executive Director
Colorado Department of Health
APPROVALS:
By: By:
Program Approval State Controller or
Authorized Designee
Page 1 of 1
EXHIBIT TWO
1998 SCOPE OF WORK
JA N 0 8 toop
1998 STATE/LOCAL AIR QUALITY CONTRACT
SCOPE OF WORK
EXHIBIT 2
I. Cooperation, Training and Instruction
The Contractor shall ensure its employees who conduct odor and opacity
violation inspections attend the required certification sessions during
the contract period in accordance with the Stationary Sources Program
Training Plan and that 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 (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 by the
Division, prior to conducting asbestos inspections.
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 CFCs shall be pre-approved 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 and field training, other Division sponsored training.
II. Ambient Air Quality Monitoring
A. The Contractor shall operate an air quality monitoring network of
which the quantity and type of equipment is described in Exhibit 3
within the areas listed in Paragraph I.D. of the Contract'-document
in Exhibit 1, which by this reference is hereby attached, 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, see Exhibit 3. 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.
Page 1 of 12
The following paragraph C. shall apply to the following counties only:
Boulder, El Paso, Larimer, Mesa, Weld.
C. The Contractor shall provide the following services for the carbon
monoxide and/or ozone monitors:
1. First line maintenance;
2. Troubleshooting on maintenance problems with the assistance
of the State, as necessary, including visual inspection of
operating components, minor adjustments of operating
parameters;
3 . In accordance with the schedule to be provided by the State,
inspections should occur at least two times per week, but
not to exceed three per week at each of the monitors; and
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 ("Commission's")
Regulations Nos. 1 through 8 and 15, unless otherwise
specified or provided herein.
2 . Conduct inspections as specified in this Section III.A. , of
all sources listed in Exhibit 3 - Workload Estimate and
Exhibit 4 - Inspection Lists, which are attached hereto and
by this reference made a part hereof following the schedule
prescribed in Exhibit 4 and the Inspection Period as
described in Section I.B. , second paragraph, of the
Contract document in Exhibit 1. Inspections and inspection
reports shall be of level II quality. All EPA-repo.table_ _
inspections shall be completed and reports submitted to
the APCD no later than September 1, 1998.
3 . Prepare draft Notices of Violation (NOV) , 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 will be forwarded to the State
for review and will be under the signature of the State.
NOV's may, at the discretion of the Contractor, be issued
under joint State-Contractor signature if requested.
Page 2 of 12
4. Prepare draft Compliance Orders for violations of the
Commission's Regulations Nos. 1 through 8 and 15 (except for
asbestos) . 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 person
identified by Paragraph I.E. of the Contract document
in Exhibit 1.
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. 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 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 identified by Paragraph I.D. of the Contract
document in Exhibit 1, 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 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.
Page 3 of 12
The following Section B. shall apply to the following counties only:
Denver, El Paso, Jefferson, Larimer, Pueblo, Tri-County, and Weld.
B. Asbestos Program
Reimbursement for asbestos inspections shall be limited to
activities associated with demolition or renovation projects.
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
before the containment has been taken down. The
inspector must arrive in time to conduct a complete
visual inspection.
e. A COMPLAINT inspection is one in which the Contractor
is investigating a report of violations or potential
violations.
f. A RE-INSPECTION is an inspection conducted for the
purpose of determining whether or not previously
encountered violations have been corrected.
g. INSPECTION RELATED ACTIVITIES include those activities
directly related to an asbestos abatement project that
is taking place or may take place, such as telephone
calls, meetings, pre-abatement site visits and
variance request reviews.
2 . Reimbursements shall be based upon asbestos activity hours
as shown in the following table. 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.
Page 4 of 12
Asbestos Inspections Reimbursement Hours
Full inspection
All inspections will be credited
Partial inspection in actual inspection hours,
(typically 1-4 Hours) as shown on either the
Pre-abatement inspection inspection report or the Notice
of Inspection form submitted
Post abatement inspection to the Asbestos Unit Leader of
the Air Pollution Control
Pre-Demolition inspection Division.
Complaint inspection
Re-inspection
Attempted inspection Travel time, only, if the attempted inspection is conducted
(contractor not on site) during work hours shown on the notification form and an
inspection report is submitted to the Division
Consulting No credit for consulting
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 letter Actual time spent (typically 2-5 hours)
Settlement Conference Duration of settlement conference + Travel time
Letter of Inquiry (LOI) Actual time spent(typically 30 minutes to 90 minutes)
and "111" Letters
Review of LOI response Actual time spent (typically 1-2 hours)
Letter of Admonition (LOA) Actual time spent(typically 1/2-1 hour)
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 inspector meetings Duration of meeting and travel time
Fit test, lung function, medical 10 Hours per inspector
monitoring
Page 5 of 12
3 . The maximum number of hours required by the Contract is
specified in Exhibit 3. A minimum of 75% of the
reimbursable hours must be earned through inspections as
defined in Paragraphs III.B.1.a. to III.E.l.f. above. The
Contractor shall not be required to conduct asbestos
activities once the maximum number of hours has been
consumed.
4 . The Contractor shall inspect a minimum of 70% of the
permitted projects and 50% of the non permitted projects
conducted within its jurisdiction in meeting the total
allowable reimbursable hours set forth in Exhibit 3 of the
Contract. The Contractor also agrees to complete a minimum
of 85% of the reimbursable asbestos hours set forth in
Exhibit 3 . In the event that the Contractor achieves the
total number of reimbursable hours prior to the end of the
contract period the State will apply these minimums to the
projects that have been conducted up to the date on which
the maximum number of hours was realized.
5. The Division shall reimburse the Contractor double the
number of activity hours shown in the Table in Section
III.B.2. of this Scope of Work for any asbestos activity
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
5:00 P.M. and 6:00 A.M. weekdays.
6. The Contractor shall respond to all complaints of asbestos-
related activities within the area defined in Paragraph I.D.
of the Contract document in Exhibit 1, unless the State
relieves them of the responsibility.
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, in draft form, all asbestos-
related Compliance Documents (CD letters, NOV letters,
LOAs, warning letters, and "111" letters) and forward them
to the State for review. The State must, and the Contractor
may, sign all NOVs, LOAs and "111" letters. The State shall
transmit them to the addressee(s) on Colorado Department of
Public Health & Environment letterhead. Letters of Inquiry
(LOIs) may be issued with only the Contractor signature on
Contractor letterhead.
9. The Contractor shall co-participate in all NOV conferences,
adjudicatory hearings, and settlement discussions, unless
the State relieves them of the responsibility.
10. The Contractor must contact the State to justify any single
inspection taking longer than 5 hours.
Page 6 of 12
11. 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.
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(s) listed in
Paragraph I.D. of the Contract document in Exhibit 1
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.
2. Provide appropriate permit application forms, furnished by
the State, to persons within the area(s) listed in Paragraph
I.D. of the Contract document in Exhibit 1 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
Public Health and Environment, or his designee, the
authority to issue, deny, or revoke such permit applications
and permits.
3. When a source requests the state or contractor to make a
final approval inspection, the contractor shall conduct the
final approval inspections and submit the completed
inspection report along with the agencies recommendation.
D. Provide air pollution emission notice forms furnished by the State
to sources within the area(s) listed in Paragraph I.D. of the
Contract document in Exhibit 1, 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
Page 7 of 12
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 and obtain the written approval of the party designated in
Section I.E. of the Contract document in Exhibit 1, prior to
making application for a search warrant to the court.
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
within the area(s) listed in Paragraph I.D of the Contract
document in Exhibit 1. The Contractor shall conduct inspections
as specified in this Section III.G. of sources listed in Exhibit 5
which is attached and by this reference made a part hereof. If,
however, the general assembly does not grant program funding
beyond June 30, 1998 all work and subsequent reimbursement for
CFCs activities shall cease and contract totals shall revert to
one half their original amounts. The State will notify the
Contractor in writing no later than June 01, 1998 if funding will
be cut. If not notifed of a funding decrease prior to June 01,
1998, the Contractor shall complete the total contract obligation
and be reimbursed for all work performed under the Scope of Work.
The Contractor shall perform the following services for the State
with regard to the enforcement of Regulation No. 15.
1. Verify that technicians are certified under an EPA approved
program;
2 . Verify that technicians are properly using approved
recycle/recovery equipment;
3. Verify that State registered stationary equipment is in
compliance with all of the applicable portions of Regylotinn
No. 15.
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 8 of 12
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 within the area(s) listed in
Section I.D. of the Contract document in Exhibit 5. 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 inspections are performed during the third quarter. With
the exception of complaints, inspections of motor vehicle salvage
facilities shall be spread throughout the contract year. If,
however, the general assembly does not grant program funding
beyond June 30, 1998 all work and subsequent reimbursement for
CFCs activities shall cease and contract totals shall revert to
one half their original amounts. The State will notify the
Contractor in writing no later than June 01, 1998 if funding will
be cut. If not notifed of a funding decrease prior to June 01,
1998, the Contractor shall complete the total contract obligation
and be reimbursed for all work performed under the Scope of Work.
The Contractor shall perform the following services for the State
with regard to the enforcement of Regulation No. 15.
1. verify that technicians are certified under an EPA approved
program;
2. Verify that technicians are properly using EPA approved
recycle/recovery equipment;
3. Investigate complaints that warrant follow-up inspections;
4. 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 update of emission inventory
related information. The Contractor, in the course of continuing ____ _
inspection and surveillance, shall make updates to the emission
inventory related information, but need not quantitatively evaluate the
source emissions for purposes of updating the inventory. The Contractor
should evaluate the source emissions to the point of being able to
determine the need for a new air pollution emission notice or if the
current Air Pollution Emission Notice is sufficient.
Page 9 of 12
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. A monthly report
for each preceding month shall be submitted to the Division the
15th of each 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. of the Contract document in
Exhibit 1 and as listed in Exhibit 4 . All inspection reports
shall be submitted to the State within 45 days of completion of
the inspection and shall be of Level II quality.
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
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.
G. Particulate 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 7. Or 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.
H. All CFC inspections shall be completed on a standardized
inspection worksheet provided by the Division. A copy of each
inspection sheet shall be submitted to the division upon
completion of each complaint inspection or any other inspection
related to a potential enforcement action. All other general
inspection worksheets shall be submitted to the division on a
Page 10 of 12
monthly basis and received no later than the 15th day of the
following month of the inspection.
All complaints shall be documented on an inspection worksheet or a
complaint form provided by the Division or on a form approved by
the Air Pollution Control Division. All complaint documentation
shall be submitted to the Division upon completion of
investigation(s) .
I. 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, 1999.
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.
Page 11 of 12
EXHIBIT THREE
1998 WORKLOAD ESTIMATE
Weld County - 587 hrs .
14 major sources X 6 hrs/source = 84 hrs.
Western Sugar 08-08-123-00002
Golden Aluminum 08-08-123-00089
Eastman Kodak Co. 08-08-123-00003
RR Donnelley 08-08-123-00258
Thermo Power and Elect . 08-08-123-00126
Thermo Cogen Part . 08-08-123-00250
Metal Container Corp. 08-08-123-00134
Waste Mgmt . North Weld 08-08-123-00209
USA Waste Front Range Land. 08-08-123-00246
PSCo. Ft . St . Vrain 08-08-123-00023
PanEnergy Field Serv. Eaton 08-08-123-00035
PanEnergy Field Serv. Greeley 08-08-123-00099
PanEnergy Field Serv. Roggen 08-08-123-00049
PanEnergy Fld Kersey/Mewbourn 08-08-123-00090
20 major sources by phone X 2 hrs./source = 40 hrs.
PSCo . Ft . Lupton 08-08-123-00014
Colorado Interstate Gas 08-08-123-00051
Amoco Prod. Co . West Gas Plnt 08-08-123-00422
KN Energy Hambert Station 08-08-123-00059
KN Energy Dougan Station 08-08-123-00185
KN Energy Frederick Sta. 08-08-123-00184
KN Energy Ft . Lupton Sta. 08-08-123-00057
KN Energy Hudson Station 08-08-123-00048
PanEnergy Field Serv. Lucern 08-08-123-00107
PanEnergy Field Sery Spindle 08-08-123-00015
PanEnergy Fld Sery Enterprise 08-08-123-00277
PanEnergy Fld Svc Kirkmeyer 08-08-123-00221
PanEnergy Field Serv. Marla 08-08-123-00243
PanEnergy Fld Sery Singletree 08-08-123-00074
PanEnergy Fld Svc Spindle CIG 08-08-123-00069
PanEnergy Fld Svc Surrey 08-08-123-00075
PanEnergy Fld Sv West Spindle 08-08-123-00076
Vessels Oil & Gas 08-08-123-00119
Windsor Gas Processing 08-08-123-00098
Williams Natural Gas 08-08-123-00078
Newly Issued Final Approvals
53 X 2 . 5 hrs/FA + 4 problems X 5 hrs/source = 153 hrs .
50 Syn Minor source inspections X 10 hrs/source = 500 hrs
MACT Source Inspections
Nu-Way Cleaners 08-08-123-00165
2726 llth Ave .
Bennett ' s 08-08-123-00338
1214 9th Ave .
Harsh International , Inc . 08-08-123-
600 Oak Drive
Eaton
3 MACT inspections X 3 hrs/inspection = 9 hrs.
Self Cert. Study Insp 4 inspections X 3 .5 hrs/insp = 14 hrs.
North Colorado Medical Center 08-08-123-0055 Permit 92WE634
City Of Greeley - Water Poll . 08-08-123-0322 Permit 95WE1067
Jacks Bean Company 08-08-123-0354 Permit 93WE908
Asphalt Paving Company 08-08-123-0402 Permit93WE1328F
Overcommitted Hours - 214 extra hours
PARTICULATE MONITORING
WORKLOAD ESTIMATES
County Sites Frequency Total Samples
Boulder Co Boulder Chamber 1/6 days - 2 samples 122
Longmont 1/6 days - 2 samples 122
Denver Co DVC 1/1 days - 1 sample 364
Gates 1/6 daus - 4 samples 244
El Paso Co Meadowland 1/6 days - 2 samples 122
RBD 1/6 days - 3 samples 183
Service Cen 1/6 days - 1 sample 61
Jefferson Co Arvada 1/6 days - 1 reading 61
Golden 1/6 days - 1 reading 61
Larimer Co Ft. Collins 1/6 days - 2 samples 122
Mesa Co Stocker 1/6 days - 1 reading 61
Pueblo Co Pueblo 1/6 days - 2 samples 122
Tri County Adams City 1/1 & 1/6-1 sample 365/61
Brighton 1/6 days - 2 sample 122
Weld Co Greeley 1/6 days - 2 samples 122
EXHIBIT FOUR
STATIONARY SOURCES
INSPECTION LIST
S
I
W
a
1-
cc
W A
o o
LL W
N0
H
¢
U
LL
F-
a'
W
U
LL
J
W
N X
I—
...)
f
Z
0
I
a
}
m
re
O
C
x X X XXXXXXXX X X x X X X X X X
H N
_ U
LL
Z 0 o 0)
cc N 0i z tO - o
0 (0 N w r N K o
LLz Y CC ce � m
za a � � 3z�p v2�2�pp ~ I- 3y ¢ D N 0 f a
Z CO Z co N 2 Z W Z CO tO )o g Z y O (0 0 W 0 v 0 )o z 0 H •V 7 W V
a W Q Z N O a' a' a' N Z a' a' m Z o K U > Z O N U Z H 0 N C 2 0 S H 2 a cn q m LL' N
0`J a I- N F- co Z W N z 0 z N W Z 0 0 H v R N V O• (n = = W N W V c0 J H
v~ amc0jr' �V3vHXcoov3w00 ' U)) O U)) ¢ > F-- coo cacnm0wr=- aim _, 0S0mHacC5v~)
N N N IL o) In co 0 N N (0 co 0 z N V N W CO N N t 3 W .- . Z o 5 N W " 0 (y Z V f l N z o N - -
O o O0 U 0 0 -- 0 0 0 " U N O .1. Q 0 0 o T8 U N rn 00
g CO
N
E W W )0 W 3 w W z w W 3 W 0 W V W M WN ° N W W W w O0 N W 0 N n Cr; 8 m 8 8 m
at N N ,- co co co N — co co co 0 x co .- N .- co m .- N — co Z V N cn 3 t0 N fn .- r0 m I-. N N
} H Z Z 0 U LL a 0 ? CO U V Z Z U, = U CO Z
CO U H N V
Q D Q F- Q J 0 J CO 0 0 Z 0 z j Z J J H Q Q J a F- U 3 Q } Z Z U R'
W 2 H J H -I Z H co Lu Z W X a' Z Q O N y W Ce Z Z a J J } Z W K U Q W O O > W Q
c 000 a' 0 K h_ H a' M In cn y U' U U ce W OU a' c 0 a' K W ce K (n z O M O w z 0 0 a' W U
Hay
Q W < W < Z W a W El
OW W D Z a Q S Z K S w a Q a Z Z W O Z O z cc o R o Z-S re �
J▪ 0 0 > 0 > 0 W } m z } } } } Q D } a } } K 3 12 a] f0 Z 0 0 Z ° J } Q U J J w Q i. W a' R' O
a Z z w H' w H W a 0 w U a' K K a' cn a K a' K K 2 LL 0 W W > }_ H 2 O W c7 0: a K '� W H H = W LT
w It
X Q N a N Q FH- W Q H X WWWW 5 Z W O W W a O 0 r N ¢ a Z O Z W a Q H } a, UD IL W O Z W
N w m 0 m C 3 z of 3 W z z z z a z z z z Z W N co co > w - z o N cii ¢ w z z a. cr cZ O re
w 0 N 0 cn z a 0 z z a a a a O Q a a O x w z z Q cn cn Z H rc a W H 0 a 0 0 a a 0 0 0
ugo_ ao. < Yac.JYpY� aaaa3Oa3aazH2pxYg3 ¢ ¢ u - ¢ o_ ¢ co00. 022aLL2az
NO t07 888V u0 c° Cq'l 8N 8N 8n 1°- Sr 8P 8m QQj (YQ2 �(OQ° (si '888888888
N CQQQa1 [QQQO 2 �QV8 (�QFi (QVg {S�yW 1(QVO (I�gES 1(�Q��j (`A (8gVV� IDS- 2 ' m ,93 {pQ4 2 I�(SQ2
LL `O F.' Rr.igigircUgl 'Aisc(Yare `A &Istc:IN 8 a a� O O O O O O Q N N N N N 8 8 N N N N N N N N N Nri§ §NNcN N N N
¢ 050666 0 05 05 05 05 05 0 05 m ao c6 c6 m m A 05 05 05 05 05 05 ro N 05 05 05 05 co m a5 cb o6 c ni u5 ao cab
0 0 g q ,o/, 0 0 g q 0 0 0 0 0 o O o 0 g q q q o g 0 0 or 9 q 9 q q q q o q
0 0 0 o aaobb 8 a o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 8 8 oDoii o 0 0 0 8 8 8 0 8 0 0
W N 1n In in U0 N U) in in U) In in to I() U) In to N to In 1n In In U in N to W co In in In U cn 2 S S S S 2 2 2 2 rL 2
W I- H H H H H H H H H H H H H H H H H H H H H H H H H H H H H H H H H N co co co cn co V) co co co co
}
H
Z
D O O D 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0
O 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
U W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W
333333333333333333333333333333333333333333333
l
c.
2
re
w
a
F' LL
z
m
O 0)8 co
N
CO
-
J 3 3 3
w
CO0) 0) Co
F
0
it
f
rG
0
LL
W
N, X X X.
r
U
Q
2 0 ❑ O
2
0
r
a
r
m
w
O
Q
E
1- W
v N 0
r Z rn
2 F 3 c3i o ❑ z
00 3 ° a0 N
a:z I- o co w 2 co I- N kr z 0 IL o
aO ❑ CC w 0 CC m ❑ o m 0 ¢ w co
ZQ F > �❑ < 3 3 Z Z Z U.
> 3 0 m N co m Z N N LL
¢O m 2 ❑ m m 8 H 3 F' F- z F- F' 2 0 cN K W m z U g o w w -}2 W
P O LLO m W m 0 `- W N (ZY y b Z C Z X m W N w N 2 w a Q N K Z Or 1 ❑ F I a Y al Ct 0 'Z w N al I -• 2 ❑
w_ rtooc2pw }� ¢ M = ~ a UF- c� gm3m '° wrn ¢ 1 ¢ co/
DZO Z_ 3 8beNj� ~ a
1� O Q N 1 r1�0 N �O U N U N U W ❑ 1,12
d p O Z O W Z co N CC O U p LLO N N N 2q Z U U W C Z O O
N M m r C O N W 0 W W Q W N W Q 3 N Q O (p W m ❑ O N N) 01 N N 0 al m V N Co N N 0 N N N In m N Z - N °a� 0 N 2 m ,- C9 N C - 2 ,0 `Co Co - m r V N N d' Of NCD
z a CO O Z m 0
z W ¢ K N CO U LL J W O O N O Y w 0 0- 2 O 2 '� Z U LL
W u- Z Q o U Q z 7 N a W U W j w j y W K = U N I Z Z 0 Z
W Q W W a 00 W U a o CO W = Z 0 c7 0 0 1- ¢ 0 W Z a W w Z N 0 0 Z Q Q
a 0 K K w o U K U' K N U O z U o N 0 a 3 n V w Q O m 3 Z W . J N O Z
2 o b- I- Do ¢ W Y i- w Q 0 0 0 Ct x m m O a z w z m 0 0 W r ❑ ULij = 0 Z ¢ O 0 0
g a Z z ❑ 0 0 U' 0 ❑ 2 K J_ m O >_ (7 1X U 2 LL 3 W LL Z Z D 00 > 0 0 LL Co ❑ N W W O ❑ Q m K
a F- F- ❑ F Z W Z U H c S O U O ❑¢ Q Co i- a U Oa 0 0 0 0 ¢ z p z a 0 z ec > x a > _ z y D U H
0 O 2 O ~ W 0 o o F- m W ❑ 2 Z Z WW -1 z W O Z 2 LL m Z W❑ Z 2 J w F- Z F- N lar W Lu Cn 0_ coI- W W a F c < N
LL 20 < cnm1l zmwcn0OF--, 2 = aOwz = zLoo< ozoaiwwOm < aw0gzwwl- D ¢
x 2 LL ¢ 3 ¢ w F- a z 2 N m N S LL ❑ 0 > > a 0 Z) m J -, ¢ m ¢ 0 3 z e 3 3 > U a : K ea on
I
0 $N O sr- 6O)°o 6ON p N N p C 8 11t2 m 09 Co a, L 8O §N mN `r mCo 8N 8N °D 8p8mppN VNCQQVr < VVT0q0m 8 $ 88 Y88a) 8888888888 � $
m ri °5c5ri )nMIn1hco Ac5ACoCo aSC0) hmmthaSt7C1t7vbriArbt7CCoIn )o C m r r CO
LL N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N r r N
R 0 m C6 0 0 0 0 cb ab o5 ab m cb m ao m co ab cb m cb m co cb cb m ab cb °b cb d1 9 cm!, r
0 0 0 o O o o .5 o o 9 o 9 o 0 0 o q wr q ° o o O o 0 o O o 9 9 o QQ pp `�'S5`�' q
0 0 0 0 0 0 0 0 0 0 0 0 0 0 00 0 00 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0000 co 0 co
w 22222222222222222222222222222222222222222220
C N N m m CO N N N n N N m N m N N N N N O N N m N N m N m N N N N n N m N m N N N N N N Z m
Y
F-
2
O J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J
O W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W
333333333333333333333333333333333333333333333
W nfl STnVP f]FAI FR INSPFrTI NII 1ST 12/10/9
COUNTY NAME ADDRESS CITY
WE POULSEN HARDWARE 151 S OAK ST EATON
Page 1
EXHIBIT FIVE
CFCs WORKLOAD ESTIMATES
NEW SOURCE ID
1998 WORKLOAD ESTIMATES
(JANUARY 1, 1998 - DECEMBER 31, 1998)
CFC PROGRAM
COUNTY YEAR
WELD 1998
TOTAL HOURS 153 HOURLY RATE $32.77 TOTAL BUDGET $5,013.81
TYPE HOURS % TIME
ENFORCEMENT 15 10%
COMPLAINTS
NEW SOURCE ID
TRAINING 4 3%
INSPECTIONS TYPE HOURS % TIME
MOTOR VEHICLE SHOP MVAC (SIC) 70 46%
STATIONARY SHOP SSAC(SIC) 44 29%
STATIONARY EQUIPMENT SSER(REGISTERED) 12 8%
RETAIL FOOD REFER (REGISTERED) 8 4%
1998 WELD COUNTY MVAC INSPECTIONS
Page 1 of 7
MVAC
BUS_NAME ADDRESS CITY ZIP PHONE
BLONDIE'S AUTO SPECIALIST 100 18TH ST GREELEY 80631-591 970/346-0215
CITY OF GREELEY 1000 10TH ST GREELEY 80631
JIM'S AUTO REPAIR 1001 22ND AVE CT GREELEY 80631
ROLAND'S AUTO REPAIR 101 18TH ST GREELEY 80631
ABSOLUTE AUTOMOTIVE 1011 16TH ST GREELEY 80631-551 970/346-8020
NAPA AUTO PARTS 1029 8TH AVE GREELEY 80631-400 970/353-1400
SERVICE STATION THE 104 DENVER AVE FORT LUPTON 80621 303/857-6522
J SIPRES AUTO REPAIR 107 MAIN ST LA SALLE 80645
BARTLETT REPAIR 11007 COUNTY ROAD 73 ROGGEN 80652-950 303/849-5250
16TH STREET TEXACO 1105 16TH ST GREELEY 80631
ADVANCED AUTO PROS 1201 8TH AVE GREELEY 80631-401 970/351-7665
VAN WHY&SONS INC 1201 HOPE AVE PIERCE 80650
JIFFY LUBE 1208 5TH ST GREELEY 80631
WAPA 1222 16TH ST GREELEY 80631
RAPID LURE 1231 MAIN ST WINDSOR 80550
C&M PARTS CO 127 S DENVER AVE FORT LUPTON 80621
ALL RADIATOR SVC 1310 4TH AVE GREELEY 80631-410 970/353-3721
COLO DEPT OF TRANSPORTATION 1420 2ND ST GREELEY 80631
DEBAYS SERVICE 1441 28 AVE GREELEY 80631
ROCKY MOUNTAIN FUEL INJECTIO 150 E 18TH ST GREELEY 80631-601 970/356-2672
HIGHLINE AUTO REPAIR 1517 2ND AVE GREELEY 80631 "- -----
GREELEY WEST AUTO REPAIR 1604 9TH ST GREELEY 80631-313 970/356-6667
WELD COUNTY GARAGE-TRUCK CI 1616 2ND AVE GREELEY 80631-595 970/352-7300
AGLAND INC 1641 2ND AVE GREELEY 80631-590 970/352-4562
B&G EQUIPMENT INC 1717 2ND AVE GREELEY 80631
QUALITY PAINT&BODY INC 1859 2ND AVE GREELEY 80631
AUTO SVCS OF ALL SORTS 1932 34TH AVE GREELEY 80631
CONOCO CAR CARE CENTER 1939 20TH ST GREELEY 80631
GARY'S REPAIR 19646 HIGHWAY 52 FORT LUPTON 80621-850 303/536-4288
Page 2 of 7
MVAC
BUS_NAME ADDRESS CITY ZIP PHONE
I M'S AUTO SVC 205 1/2 13TH ST GREELEY 80631-424 970/353-7058
NORTH AMERICAN MFG CO 20910 WELD CTY RD 54 GREELEY 80631 970/339-3000
VISTAR AUTO GLASS 2105 9TH ST GREELEY 80631-303 970/351-7577
MONTGOMERY WARD&CO 2160 GREELEY MALL GREELEY 80631-851 970/356-2000
WELD CTY SCHOOL DISTRICT 6 2204 13TH AVE GREELEY 80631
UNIVERSITY AMOCO SVC 2210 8TH AVE GREELEY 80631-701 970/352-2729
LEAR SIEGLER INC 22499 WCR 70 EATON 80615
BOOTS AUTO SALES 2329 8TH AVE GREELEY 80631
AUTO SVCS OF ALL SORTS 2331 1ST ST GREELEY 80631
A&W WATER SERVICE 234 4TH ST FORT LUPTON 80621
HAMMONS IMPLEMENT INC 2349 4TH AVE GREELEY 80631
BI-STATE MACHINERY COMPANY I 240 5TH ST GREELEY 80631
PENSKE AUTO CTR 2400 29TH ST GREELEY 80631-852 970/330-0864
PRINDLE'S AUTOMOTIVE 2435 5TH AVE GREELEY 80631-712 970/351-7896
PRO ALIGNMENT 2435 8TH AVE#B GREELEY 80631-703 970/356-0452
AAMCO TRANSMISSIONS 2445 29TH ST GREELEY 80631-852 970/330-4858
IMPORT SPECIALISTS 2527 8TH AVE GREELEY 80631-840 970/352-4141
EHRLICH MOTORS INC 25835 SANDY KNOLLS BL KERSEY 80644
SHUPE BROTHERS COMPANY 2600 2ND AVE GREELEY 80631-721 352-6760
AUTO COLLISION SPECIALISTS 2620 6TH AVE GREELEY 80631-840 970/356-8645
ED WALTER INC 2635 12TH AVE GREELEY 80631
WESTERN_AUTO SUPPLY 2707 23RD AVE GREELEY 80631
LEONS BODY SHOP 2714 7TH AVE GREELEY 80631
HILLSIDE AUTO SUPPLY 2735 9TH AVE GREELEY 80631-841 970/356-6480
TRANS WEST FREIGHTLINER 300 E 16TH ST GREELEY 80631
TOWN OF WINDSOR 301 WALNUT ST WINDSOR 80550
TIRE CENTERS INC 3182 WCR 16 ERIE 80516
ECONOMY BODY&RV CENTER 3231 W SERVICE RD EVANS 80620
SHUPE&YOST 326 CLAREMONT EVANS 80620
KEENE TRACTOR&EQUIPMENT 35 N MARKET ST KEENESBURG 80643
ELITE PAINT AND BODY 3803 W 10TH ST GREELEY 80634
COOKSEY FARMS 41419 HIGHWAY 52 ROGGEN 80652
Page 3 of 7
MVAC
BUS NAME ADDRESS CITY ZIP PHONE
EPPLE RANCH 43089 WCR 10 ROGGEN 80652
WIGGINS TRUCK&TRACTOR 4806 GRAND CANYON DR GREELEY 80634
AIMS COMMUNITY COLLEGE 5401 W 20TH ST GREELEY 80634
D&D AUTO SALVAGE&RADIAT 615 N 11TH AVE GREELEY 80631
J&W AUTOMOTIVE 701 10 GREELEY 80631
KMART AUTO SERVICE 717 37TH AVE CT GREELEY 80634
JOHN&SONS TIRE 735'CATTLE ERIE 80516
WELD COUNTY SCHOOL DIST#6 811 15TH ST GREELEY 80631
D.S.C.O. BOX 1447 GREELEY 80632
WESTERN DISPOSAL PO BOX 129 JOHNSTOWN 80534
TRI TOWN BIG A AUTO PARTS PO BOX 188 FIRESTONE 80530
TOM'S CONOCO PO BOX 267 AULT 80610
SONNY'S GARAGE PO BOX 389 MEAD 80542
RAYS GARAGE PO BOX 482 FREDERICK 80530
R&R SERVICE PO BOX 545 GREELEY 80632
NYMAN OIL CO PO BOX 87 SEVERANCE 80546
NORM'S GARAGE PO BOX A GILCREST 80623-002 970/737-2128
1998 WELD COUNTY SSAC INSPECTIONS
(
Page 4 of 7
SSAC PHONE
BUS_NAME ADDRESS CITY ZIP
COUNTRY CLUB WEST 1001 5TH AVE GREELEY 80634-000
UNITED ARTISTS THEATRES 1031 24TH ST GREELEY 80631-000
KOBEL HEATING&PLUMBING CO INC 1100 2ND AVE GREELEY 80631-000
MOORE'S REFRIGERATION SVC. 119 N FREMONT AVE JOHNSTOWN 80534-000
TIN MAN 121 ASH ST WINDSOR 80550-500 970/686-7084
CENTRAL REPAIR SERVICE 125 8TH AVE GREELEY 80631-000
CONTINENTAL AIRLINES 13713 WELD CTY RD FORT LUPTON 80621-000
M&M PLUMBING 14459 COUNTY ROAD 18 1/ FORT LUPTON 80621-921 303/654-1871
RINEHART CONSTRUCTION CO 14742 COUNTY ROAD 64 GREELEY 80631-937 970/352-3949
JANTZ PLUMBING&HEATING 1626 41ST AVE GREELEY 80634-332 970/330-7316
WALTS APPLIANCE REPAIR 1803 2ND AVE GREELEY 80631-000
FOY MECHANICAL INC 1847 MOUNTAIN VIEW DR ERIE 80516-000
MASTER MECHANICAL SVC 2000 48TH AVE GREELEY 80634-321 970/339-9587
AWK ENTERPRISES 20446 NORTHMOOR DR JOHNSTOWN 80534-931 970/587-4054
TOM LADD PLUMBING&HEATING 207 4TH ST WINDSOR 80550-510 970/686-7793
E&E SHEET METAL INC 2240 E 725 FRONTAGE RD ERIE 80516-830 303/659-2053
ACKERMAN EXCAVATION 22935 COUNTY ROAD 33 LA SALLE 80645-780 970/284-5599
FISHER MECHANICAL CONTRACTORS 2305 9TH ST GREELEY 80631-291 970/356-8636
TODDYS SUPERMARKETS 2313 17TH ST GREELEY 80631-000
DELUXE PLUMBING 241 BUCHANAN AVE FIRESTONE 80520 303/833-2422
WACO TV&APPLIANCE 25 MAIN ST WINDSOR 80550-000
C.T.POWER INC 2634 21ST AVT CT GREELEY 80631-000
WAL-MART 2723 23RD ST GREELEY 80631-765
DICK GAFFER SEPTIC SYSTEMS 2760 S MAIN ST ERIE 80516-810 303/499-5655
LILES APPL.&REFRIG.REP 321 MAIN ST ARRIBA 80804-000
DAIRY SPECIALISTS 3309 EMPIRE ST EVANS 80620-000
A&A APPLIANCE REPAIR 3507 MAGNOLIA ST EVANS 80620-000
FARRER EXCAVATING 3739 COUNTY ROAD 7 ERIE 80516-860 303/775-2540
QUALITY PLUMBING&REPAIR 408 MAPLE AVE EATON 80615-345 970/454-3709
Pago 5 ^f 7
SSAC PHONE
BUS NAME ADDRESS CITY ZIP
UNIVERSITY OF NORTHERN CO 411 20TH ST GREELEY 80639-000
HY COUNTRY 416 N 2ND ST LA SALLE 80645-000
MIKES HEATING&AIR COND 417 4TH ST NUNN 80648-104 970/353-7553
LORIN'S APPLIANCE SERVICE 422 28TH AVE CT GREELEY 80631-000
AGUILAR'S CONCRETE PRODUCTS 4301 DENVER ST EVANS 80620-331 970/330-7086
NORTHERN COLORADO PLUMBING 4515 5TH ST GREELEY 80634-133 970/330-1900
OWENS SANITATION 45345 COUNTY ROAD 41 PIERCE 80650-940 970/834-2181
LON D WADDELL 4772 EDIE PL ERIE 80516-900
COMFORT CONTROL 502 6TH ST GREELEY 80631-241 970/353-5570
AC/DC APPLIANCE&TV SVC 514 MAIN ST WINDSOR 80550-000
WELD COUNTY APPLIANCE INC 6118 W 10TH ST GREELEY 80634-000
W&W BACKHOE SVC 621 MCKINLEY AVE FORT LUPTON 80621-213 303/857-2047
REMODEL SHOPPE 6268 10TH ST#C GREELEY 80634-979 970/353-8474
AIR REPAIR 6380 10TH ST# 10 GREELEY 80634-979 970/353-3685
WESTERN COMFORT SYSTEMS INC 6513 4TH ST GREELEY 80634-977 970/352-3432
HEWLETT PACKARD 700 71ST AVE GREELEY 80634-000
LEWIS MECHANICAL SVC 906 FIR AVE FORT LUPTON 80621-243 303/857-4464
GRAY LINE BACKHOE SVC 9703 COUNTY ROAD 59 KEENESBURG 80643-962 303/732-9208
KODAK COLORADO DIVISION 9952 EASTMAN PARK DR WINDSOR 80551-159
CAMINO REAL HEATING&SHEET ME PO BOX 2398 GREELEY 80631-000
KEENE APPLIANCE PO BOX 563 PLATTEVILLE 80651-000
1998 WELD COUNTY REGISTERED EQUIPMENT INSPECTIONS
Page 6 of 7
SITE_NO NAME ADDRESS CITY PHONE
00689 NORTH COLORADO MEDICAL CENT 1801 16TH ST GREELEY 970-350-6261
00794 JOSLINS 1840 GREELEY MALL GREELEY 513-881-8202
00797 GREELEY MEDICAL CLINIC 1900 16TH ST GREELEY 970-353-1551
00633 SEARS-GREELEY 2800 GREELY MALL GREELY 303-398-7997
00513 STATE FARM INSURANCE COMPANI 3001 8TH AVE GREELEY 970-351-5147
00476 HAUSER CHEMICAL RESEARCH INC 4161 SPECIALTY PL LONGMONT 303-443-4662
00867 GREELEY TRIBUNE 501 8TH AVE GREELEY 970-352-0211
00045 EASTMAN KODAK COMPANY 9952 EASTMAN PARK DR WINDSOR 970-686-4293
1998 WELD COUNTY RETAIL FOOD INSPECTIONS
Page 7 of 7
SITE_NO NAME ADDRESS CITY PHONE
A0883 ALBERTSON'S#883 2325 23RD AVE GREELEY 208-385-6574
RF002 TODDY'S SUPERMARKET 2400 W 16TH ST GREELEY 303-352-4980
K0032 KING SOOPERS#32 2712- 11TH AVE GREELEY 303-778-2790
RF023 STEFFEN'S SUPER MARKET INC 818 -31ST ST EVAN 303-330-2404
CFC NEW SOURCE IDENTIFICATION PROCEDURES
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
EXHIBIT SIX
PARTICULATE MONITORING
SAMPLING FORM
LOCAL AGENCY PARTICULATE SAMPLER EXHIBIT 7 Colorado bept of Public Health&Environmen
OUARTERLY REPORTING FORM Air Pollution Control Divisior
Technical Services Progran
YEAR: MONTH: LOCAL AGENCY
SAMPLING SITE: PM10_ TSP
DATE FILTER N HRS SPENT COMMENTS(Missed ampk,void sample,problem noted)
2
3
4
5
6
7
8
9
l0
1l
12
13
14
IS
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
FORM TO BE SUBMITTED TO APCD AS AN ATTACHMENT TO TIIE QUARTERLY LOCAL AGENCY VOUCHER.
Hello