Loading...
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