HomeMy WebLinkAbout20171801.tiffRESOLUTION
RE: APPROVE TASK ORDER CONTRACT FOR AIR QUALITY PROGRAM AND
AUTHORIZE CHAIR TO SIGN
WHEREAS, the Board of County Commissioners of Weld County, Colorado, pursuant to
Colorado statute and the Weld County Home Rule Charter, is vested with the authority of
administering the affairs of Weld County, Colorado, and
WHEREAS, the Board has been presented with a Task Order Contract for the Air Quality
Program between the County of Weld, State of Colorado, by and through the Board of County
Commissioners of Weld County, on behalf of the Weld County Department of Public Health and
Environment, and the Colorado Department of Public Health and Environment, commencing
July 1, 2017, and ending June 30, 2018, with further terms and conditions being as stated in said
task order contract, and
WHEREAS, after review, the Board deems it advisable to approve said task order
contract, a copy of which is attached hereto and incorporated herein by reference.
NOW, THEREFORE, BE IT RESOLVED by the Board of County Commissioners of Weld
County, Colorado, that the Task Order Contract for the Air Quality Program between the County
of Weld, State of Colorado, by and through the Board of County Commissioners of Weld County,
on behalf of the Weld County Department of Public Health and Environment, and the Colorado
Department of Public Health and Environment be, and hereby is, approved.
BE IT FURTHER RESOLVED by the Board that the Chair be, and hereby is, authorized
to sign said task order contract.
The above and foregoing Resolution was, on motion duly made and seconded, adopted
by the following vote on the 19th day of June, A.D., 2017.
BOARD OF COUNTY COMMISSIONERS
WELD COUNTY, COLORADO
ATTEST: ddrif44) uldidAk
Weld County Clerk to the Board
APP
County Attorney
Date of signature: '7't3/ i 7
JuTA. Cozad, Chair 71 ---
Steve Moreno, Pro-Tem
Sean P. Conway
'il•
ik- Freeman
LG rtt_CST/T6/Mc....))
gl4tl t 7
arbara Kirkmeyer
c�
2017-1801
HL0049
/0 14.1/69 -
Memorandum
TO: Julie A. Cozad, Chair
Board of County Commissioners
FROM: Mark E. Wallace, MD, MPH
Executive Director
Department of Public Health & Environment
DATE: June 13, 2017
SUBJECT: Air Quality Program Continuation Task Order
Contract with CDPHE
Enclosed for the Board's approval is a continuation contract for the Air Quality Program between
the Colorado Department of Public Health and Environment (CDPHE) and the Board of County
Commissioners of Weld County for the use and benefit of the Weld County Department of Public
Health and Environment (WCDPHE).
For 25+ years, the Health Department has contracted with the CDPHE to perform air quality
related functions on their behalf in Weld County. Under the provisions of this task order, the
WCDPHE will operate an air quality monitoring network (particulate and gaseous), conduct
inspections and provide enforcement guidance concerning stationary sources, issue or deny open
burning permits, and respond to complaints. For these services, the WCDPHE will receive an
amount not to exceed $110,747.70, of which $21,534.30 is federal funding and $89,213.40 is
state funding. This contract amount is a decrease from last year's contract by $30,165.62. The
decrease is primarily due to reduced Federal funds for conducting Minor Source Inspections. The
Task Order term is July 1, 2017, through June 30, 2018.
The contract was approved for placement on the Board's agenda via pass -around dated June 6,
2017. I recommend approval of this continuation contract for Weld's Air Quality Program.
2017-1801
DEPARTMENT OF PUBLIC HEALTH AND
ENVIRONMENT
CMS ROUTING NO. 18 FAAA 100496
APPROVED TASK ORDER CONTRACT - WAIVER #154
This task order contract is issued pursuant to master contract made on 11/23/2016, with routing number 18 FAA 00051.
STATE:
State of Colorado for the use & benefit of the
Department of Public Health and Environment
Air Pollution Control Division
4300 Cherry Creek Drive South
Denver, Colorado 80246
CONTRACT MADE DATE: 5/17/2017
CORE ENCUMBRANCE NUMBER:
CT FAAA 201800000187
TERM:
This contract shall be effective upon approval by
the State Controller, or designee, or on 07/01/2017,
whichever is later. The contract shall end on 06/30/2018.
PROCUREMENT METHOD:
Exempt
BID/RFP/LIST PRICE AGREEMENT NUMBER
N/A
LAW SPECIFIED VENDOR STATUTE:
N/A
STATE REPRESENTATIVE:
Shannon McMillan
Air Pollution Control Division
Department of Public Health and Environment
4300 Cherry Creek Drive South
Denver, CO 80246
CONTRACTOR:
Board of County Commissioners of Weld County
for the use and benefit of the Weld County
Department of Public Health and Environment
1555 North 17th Avenue
Greeley, Colorado 80631
CONTRACTOR DUNS: 75757955
CONTRACTOR ENTITY TYPE:
Political Subdivision
BILLING STATEMENTS RECEIVED:
Quarterly
STATUTORY AUTHORITY: Not Applicable
CLASSIFICATION: Contractor
CONTRACT PRICE NOT TO EXCEED: $1 10,747.70
FEDERAL FUNDING DOLLARS: $21,534.30
STATE FUNDING DOLLARS: $89,213.40
OTHER FUNDING DOLLARS:
Specify "Other":
MAXIMUM AMOUNT AVAILABLE PER FISCAL YEAR
FY18: $110,747.70
PRICE STRUCTURE: Fixed Price
CONTRACTOR REPRESENTATIVE:
Tanya Geiser
Weld County Dept of Public Health & Env
1555 North 17th Avenue
Greeley, Colorado 80631
PROJECT DESCRIPTION:
Perform air pollution monitoring activities, including inspections, complaint response, open burning permits, gaseous monitoring, air toxic
monitoring, particulate monitoring, and stationary and mobile sources Chlorofluorocarbon (CFC) monitoring.
Weld_Contract_Task_Order I8 FAAA 100496 . docx
Page 1 of 6
c?t0 / 7-1(W (/)
EXHIBITS:
The following exhibits are hereby incorporated:
Exhibit A - Additional Provisions (and any of its Attachments; e.g., A-1, A-2, etc.)
Exhibit B - Statement of Work (and any of its Attachments; e.g., B -I, B-2, etc.)
Exhibit C - Budget (and any of its Attachments; e.g., C-1, C-2, etc.)
GENERAL PROVISIONS
The following clauses apply to this Task Order Contract. These general clauses may have been expanded upon or
made more specific in some instances in exhibits to this Task Order Contract. To the extent that other provisions of
this Task Order Contract provide more specificity than these general clauses, the more specific provision shall
control.
1. This Task Order Contract is being entered into pursuant to the terms and conditions of the Master Contract
including, but not limited to, Exhibit One thereto. The total term of this Task Order Contract, including any
renewals or extensions, may not exceed five (5) years. The parties intend and agree that all work shall be
performed according to the standards, terms and conditions set forth in the Master Contract.
2. In accordance with section 24-30-202(1), C.R.S., as amended, this Task Order Contract is not valid until it
has been approved by the State Controller, or an authorized delegee thereof. The Contractor is not
authorized to, and shall not; commence performance under this Task Order Contract until this Task Order
Contract has been approved by the State Controller or delegee. The State shall have no financial obligation
to the Contractor whatsoever for any work or services or, any costs or expenses, incurred by the Contractor
prior to the effective date of this Task Order Contract. If the State Controller approves this Task Order
Contract on or before its proposed effective date, then the Contractor shall commence performance under
this Task Order Contract on the proposed effective date. If the State Controller approves this Task Order
Contract after its proposed effective date, then the Contractor shall only commence performance under this
Task Order Contract on that later date. The initial term of this Task Order Contract shall continue through
and including the date specified on page one of this Task Order Contract, unless sooner terminated by the
parties pursuant to the terms and conditions of this Task Order Contract and/or the Master Contract.
Contractor's commencement of performance under this Task Order Contract shall be deemed acceptance of
the terms and conditions of this Task Order Contract.
3. The Master Contract and its exhibits and/or attachments are incorporated herein by this reference and made
a part hereof as if fully set forth herein. Unless otherwise stated, all exhibits and/or attachments to this Task
Order Contract are incorporated herein and made a part of this Task Order Contract. Unless otherwise stated,
the terms of this Task Order Contract shall control over any conflicting terms in any of its exhibits. In the event
of conflicts or inconsistencies between the Master Contract and this Task Order Contract (including its exhibits
Weld_ Contract_ Task_ Order 18 FAAA 10 04 9 6 . docx
Page 2 of 6
and/or attachments), or between this Task Order Contract and its exhibits and/or attachments, such conflicts or
inconsistencies shall be resolved by reference to the documents in the following order of priority: 1) the
Special Provisions of the Master Contract; 2) the Master Contract (other than the Special Provisions) and its
exhibits and attachments in the order specified in the Master Contract; 3) this Task Order Contract; 4) the
Additional Provisions - Exhibit A, and its attachments if included, to this Task Order Contract; 5) the
Scope/Statement of Work - Exhibit B, and its attachments if included, to this Task Order Contract; 6) other
exhibits/attachments to this Task Order Contract in their order of appearance.
4. The Contractor, in accordance with the terms and conditions of the Master Contract and this Task Order
Contract, shall perform and complete, in a timely and satisfactory manner, all work items described in the
Statement of Work and Budget, which are incorporated herein by this reference, made a part hereof and
attached hereto as "Exhibit B" and "Exhibit C".
5. The State, with the concurrence of the Contractor, may, among other things, prospectively renew or extend
the term of this Task Order Contract, subject to the limitations set forth in the Master Contract, increase or
decrease the amount payable under this Task Order Contract, or add to, delete from, and/or modify this
Task Order Contract's Statement of Work through a contract amendment. To be effective, the amendment
must be signed by the State and the Contractor, and be approved by the State Controller or an authorized
delegate thereof. This contract is subject to such modifications as may be required by changes in Federal or
State law, or their implementing regulations. Any such required modification shall automatically be
incorporated into and be part of this Task Order Contract on the effective date of such change as if fully set
forth herein.
6. The conditions, provisions, and terms of any RFP attached hereto, if applicable, establish the minimum
standards of performance that the Contractor must meet under this Task Order Contract. If the Contractor's
Proposal, if attached hereto, or any attachments or exhibits thereto, or the Scope/Statement of Work -
Exhibit B, establishes or creates standards of performance greater than those set forth in the RFP, then the
Contractor shall also meet those standards of performance under this Task Order Contract.
7. STATEWIDE CONTRACT MANAGEMENT SYSTEM [This section shall apply when the Effective
Date is on or after July 1, 2009 and the maximum amount payable to Contractor hereunder is $100,000 or
higher]
By entering into this Task Order Contract, Contractor agrees to be governed, and to abide, by the
provisions of CRS §24-102-205, §24-102-206, §24-103-601, §24-103.5-101 and §24-105-102 concerning
the monitoring of vendor performance on state contracts and inclusion of contract performance information
in a statewide contract management system.
Contractor's performance shall be evaluated in accordance with the terms and conditions of this Task Order
Contract, State law, including CRS §24-103.5-10I, and State Fiscal Rules, Policies and Guidance.
Evaluation of Contractor's performance shall be part of the normal contract administration process and
Contractor's performance will be systematically recorded in the statewide Contract Management System.
Areas of review shall include, but shall not be limited to quality, cost and timeliness. Collection of
information relevant to the performance of Contractor's obligations under this Task Order Contract shall be
determined by the specific requirements of such obligations and shall include factors tailored to match the
requirements of the Statement of Project of this Task Order Contract. Such performance information shall
be entered into the statewide Contract Management System at intervals established in the Statement of
Project and a final review and rating shall be rendered within 30 days of the end of the Task Order Contract
term. Contractor shall be notified following each performance and shall address or correct any identified
problem in a timely manner and maintain work progress.
Should the final performance evaluation determine that Contractor demonstrated a gross failure to meet the
performance measures established under the Statement of Project, the Executive Director of the Colorado
Department of Personnel and Administration (Executive Director), upon request by the Colorado
Department of Public Health and Environment and showing of good cause, may debar Contractor and
Weld_Contact_Task_Order_18 FAAA 100496 . docx Page 3 of 6
prohibit Contractor from bidding on future contracts. Contractor may contest the final evaluation and result
by: (i) filing rebuttal statements, which may result in either removal or correction of the evaluation (CRS
§24-105-102(6)), or (ii) under CRS §24-105-102(6), exercising the debarment protest and appeal rights
provided in CRS §§24-109-106, 107, 201 or 202, which may result in the reversal of the debarment and
reinstatement of Contractor, by the Executive Director, upon showing of good cause.
8. If this Contract involves federal funds or compliance is otherwise federally mandated, the Contractor and
its agent(s) shall at all times during the term of this contract strictly adhere to all applicable federal laws,
state laws, Executive Orders and implementing regulations as they currently exist and may hereafter be
amended. Without limitation, these federal laws and regulations include the Federal Funding
Accountability and Transparency Act of 2006 (Public Law 109-282), as amended by §6062 of Public Law
110-252, including without limitation all data reporting requirements required there under. This Act is also
referred to as FFATA.
Weld_Contract_Task_Order_l8 FAAA 100496. docx
Page 4 of 6
THE PARTIES HERETO HAVE EXECUTED THIS CONTRACT
* Persons signing for Contractor hereby swear and affirm that they are authorized to act on Contractor's
behalf and acknowledge that the State is relying on their representations to that effect.
CONTRACTOR:
Board of County Commissioners of Weld County (a
political subdivision of the state of Colorado) for the use and
benefit of the Weld County Department of Public Health
and Environment
Legal Name of Contracting Entity
Julie A. Cozad
Print Name of Authorized Officer
Signature of Authoriz
JUN 1 9 2017
Date
STATE OF COLORADO:
JOHN W. HICKENLOOPER, GOVERNOR
PAL
By:
For Executive Director
Department of Public Health and Environment
Chair By:
annon M
Print Title of Authorized Officer
ent Program AAppr
C(2val:
4 /7
ompliance and Enforcement Program
Manager
ALL CONTRACTS MUST BE APPROVED BY THE STATE CONTROLLER
CRS §24-30-202 requires the State Controller to approve all State Contracts. This Contract is not valid until
signed and dated below by the State Controller or delegate. Contractor is not authorized to begin performance until
such time. If Contractor begins performing prior thereto, the State of Colorado is not obligated to pay Contractor
for such performance or for any goods and/or services provided hereunder.
By:
Date
STATE CONTROLLER:
Robert Jaros, CP MBA, JD
pild iladj
((l)3lr 7
Weld_ Contract_ Task_ Order_1 8 FAAA 10 04 9 6 . docx
Page 5 of 6
/7,-ice/6')
This page left intentionally blank.
Weld _Contract_Task_order_18 FAAA 100496 . docx Page 6 of 6
EXHIBIT A
ADDITIONAL PROVISIONS
To Task Order Contract Dated 05/17/2017 CMS Task Order Routing Number 18 FAAA 100496
These provisions are to be read and interpreted in conjunction with the provisions of the Task Order Contract specified above.
1. This Task Order Contract contains federal funds (see Catalog of Federal Domestic Assistance (CFDA)
number 66.034).
2. The United States Department of Environmental Protection Agency ("USEPA"), through the PM 2.5 103
grant has awarded as of 03/16/2017 anticipated federal funds of $446,000.00 under Notice of Cooperative
Agreement Award, hereinafter "NCAA", number PM -96837501, to perform the following — air pollution
monitoring activities, including particulate monitoring (PM2.5).
If the underlying Award authorizes the State to pay all allowable and allocable expenses of a Contractor as
of the Effective Date of that Award, then the State shall reimburse the Contractor for any allowable and
allocable expenses of the Contractor that have been incurred by the Contractor since the proposed Effective
Date of this Task Order Contract. If the underlying Award does not authorize the State to pay all allowable
and allocable expenses of a Contractor as of the Effective Date of that Award, then the State shall only
reimburse the Contractor for those allowable and allocable expenses of the Contractor that are incurred by
the Contractor on or after the Effective Date of this Task Order Contract, with such effective date being the
later of the date specified in this Task Order Contract or the date the Task Order Contract is signed by the
State Controller or delegee.
3. To receive compensation under the Contract, the Contractor shall submit a signed Quarterly Invoice Form.
This form is titled "Air Pollution Control Division (APCD) Custom Invoice for Locals" and will be sent to
you electronically (sample reimbursement/invoice form is attached as Attachment B-2) and is accessible
from the CDPHE internet website https://www.colorado.gov/pacific/cdphe/standardized-invoice-form-and-
links the form is incorporated and made part of this Contract by reference. The Invoice Form must be
submitted no later than forty-five (45) calendar days after the end of the billing period for which services
were rendered. Expenditures shall be in accordance with the Statement of Work and Budget. The
Contractor shall submit the invoice using one of the three methods listed below.
Mail to:
Peggy DeOrio, Contract Manager
Air Pollution Control Division, Administration
Colorado Department of Public Health and Environment
APCD-ADM-B 1
4300 Cherry Creek Drive South
Denver, Colorado 80246
Scan the completed and signed Reimbursement Invoice Form into an electronic document. Email the
scanned invoice to: Peggy DeOrio, Contract Manager, peggy.deorio@state.co.us
Fax the completed and signed Reimbursement Invoice Form to: Attention: Peggy DeOrio, Contract
Manager, 303-782-5493
Final billings under the Contract must be received by the State within a reasonable time after the expiration
or termination of the Contract; but in any event no later than forty-five (45) calendar days from the
effective expiration or termination date of the Contract.
Page 1 of 2
Contract_Exhibit-A_AdditionalPmvisions_Task()rder 040715
EXHIBIT A
Unless otherwise provided for in the Contract, "Local Match", if any, shall be included on all invoices as
required by funding source.
The Contractor shall not use federal funds to satisfy federal cost sharing and matching requirements unless
approved in writing by the appropriate federal agency.
4. Time Limit For Acceptance Of Deliverables.
a. Evaluation Period. The State shall have thirty (30) calendar days from the date a deliverable is
delivered to the State by the Contractor to evaluate that deliverable, except for those deliverables
that have a different time negotiated by the State and the Contractor.
b. Notice of Defect. If the State believes in good faith that a deliverable fails to meet the design
specifications for that particular deliverable, or is otherwise deficient, then the State shall notify
the Contractor of the failure or deficiencies, in writing, within thirty (30) calendar days of: 1) the
date the deliverable is delivered to the State by the Contractor if the State is aware of the failure or
deficiency at the time of delivery; or 2) the date the State becomes aware of the failure or
deficiency. The above time frame shall apply to all deliverables except for those deliverables that
have a different time negotiated by the State and the Contractor in writing pursuant to the State's
fiscal rules.
c. Time to Correct Defect. Upon receipt of timely written notice of an objection to a completed
deliverable, the Contractor shall have a reasonable period of time, not to exceed thirty (30)
calendar days, to correct the noted deficiencies. If the Contractor fails to correct such deficiencies
within thirty (30) calendar days, the Contractor shall be in default of its obligations under this
Task Order Contract and the State, at its option, may elect to terminate this Task Order Contract or
the Master Contract and all Task Order Contracts entered into pursuant to the Master Contract.
5. Health Insurance Portability and Accountability Act (HIPAA) Business Associate Determination. The State
has determined that this Contract does not constitute a Business Associate relationship under HIPAA.
6. This award does not include funds for Research and Development.
Page 2 of 2
Contract Exhibit-A_AdditionalProvisions_1'askOrder 040715
EXHIBIT B
STATEMENT OF WORK
To Task Order Contract Routing Number 18 FAAA 100496
These provisions are to be read and interpreted in conjunction with the provisions of the contract specified above.
Project Description:
This project serves to allow the Contractor to perform the following air pollution activities acting as a delegated
agent of the Air Pollution Control Division (APCD):
A. Conducting inspections, records review and compliance evaluations of sources of air pollution emissions;
B. Responding to and investigating stationary source complaints;
C. Administering an open burning permit program;
D. Conducting routine and complaint inspections to ensure compliance with the chlorofluorocarbon (CFC)
Program;
E. Conducting air monitoring site visits to perform first -line maintenance and repairs on gaseous sensors,
analyzers and building infrastructure;
F. Conducting air monitoring site visits to perform first -line maintenance, install clean filters, collect sampled
filters and data at particulate monitoring sites;
G. Conducting air monitoring site visits to perform monitoring for volatile organic compounds (VOCs), semi -
volatile organic compounds/polycyclic aromatic hydrocarbons (SVOCs), carbonyls, and metals.
II. Definitions:
A. CDPHE - Colorado Department of Public Health and Environment
B. APCD — Air Pollution Control Division
C. EPA — U.S. Environmental Protection Agency
D. CFR - Code of Federal Regulations
For the purpose of measuring particulate air pollution concentrations in ambient air, the following definitions
apply:
A. AQS - Air Quality System, EPA's air pollution database and data repository
B. CO — carbon monoxide
C. COC - Chain -of -Custody
D. CFR — Code of Federal Regulations
E. FDS/COC - Field Data Sheet/Chain of Custody contains monitoring instrument information associated
with filter ID's used to validate data and determine the volume and concentration of PM
F. GRIMM or GRIMM EDM 180 - The GRIMM is essentially a continuous instrument using a
spectrometer or particle counter that stores particles in various bin sizes and uses a density function for
each bin size to calculate the mass concentration in each bin. The bins are summarized into categories of
PMI, PM2.5, PM10 or other size ranges.
G. Hi -Vol - PM10 filter based monitors with a high volume flow rate (1.132 m3/min or 1132 L/min)ID -
Filter identification number
H. Low -Vol - Low -Volume filter samplers, refers to the flow rate of the monitoring instrument (16.7 LPM)
I. LPM — Liters per minute
J. NAAQS - National Ambient Air Quality Standards
K. PM - Particulate Matter
L. PM2s — Particulate matter or particles in ambient air less than two point five (2.5) micrometers in
aerodynamic diameter
NI. PMio - Particulate matter or particles in ambient air less than ten (10) micrometers in aerodynamic
diameter
N. PSFE - Particulate Sampling Field Envelopes, which also serves as the COC form for each PMio sample
O. SOP - Standard Operating Procedure
P. SOW - Statement of Work document (this document)
Q. Tare filter - clean un-sampled filter that has been equilibrated and pre -weighed by a contract laboratory
R. TSP - Technical Services Program in the Air Pollution Control Division
III. Work Plan:
Goal: To measure particulate air pollution concentrations in ambient air and ensure compliance with EPA NAAQS and
Page 1 of 10
Contract Statement of Work — Exhibit B
March 2017
EXHIBIT B
40 CFR regulations to protect air quality in Colorado.
Objective #1: (Stationary Sources) No later than the expiration date of this contract, stationary sources in Colorado are
inspected for compliance with applicable statutes, emission control regulations and emission permit conditions.
Primary Activity
#1
The Contractor shall conduct inspections and issue or deny permits to individuals to open burn.
Sub -Activities #1
I . The Contractor shall conduct the total number of inspections as stated in the Exhibit C,
Budget, for compliance.
2. The Contractor shall provide enforcement and surveillance of sources.
a. Contractor shall perform site visits to the air pollution emission sources as stated in
the Attachment B-1, Inspection List, of the Contract.
3. The Contractor shall respond to and investigate complaints within their jurisdictions as
appropriate.
a. The Contractor shall perform site visits to the location of the complaint.
b. The Contractor shall enter all complaints into the Stationary Source Program's
CACTIS database using VMware View Client software (previously installed with
the Contractor) noting:
i. the date of the complaint,
ii. source of the complaint,
iii. the complainant's information,
iv. subsequent investigation of the complaint, and
v. resolution of the complaint.
c. The Contractor shall pursue enforcement actions when dictated by inspections or
complaint investigations.
i. All data and information gathered by the Contractor that shows the source
may be violating any applicable statute, air quality control regulation, or
permit condition shall be transmitted to APCD electronically by the
Contractor for review and follow up by APCD.
ii. APCD will work with the Contractor in the issuance of all Compliance
Advisories, Notices of Violation (NOV), Compliance Orders, or Early
Settlement Agreements as appropriate.
4. The Contractor shall issue or deny permits to open burn to individuals within the
Contractor's jurisdiction.
5. The Contractor shall provide air pollutant emission notice forms and emission permit
application forms to sources within their appropriate area(s).
a. These forms can be downloaded from the APCD's website at
https://www.colorado.gov/pacific/cdphe/apen-and-permitting-guidance and are
incorporated and made part of this contract by reference.
b. The Contractor shall advise the source to submit APENs and/or permit applications
to the APCD Compliance & Enforcement Contract Coordinator.
Objective #2: (Meteorology and Gaseous Monitoring) No later than the expiration date of this contract, provide local
field support and operations for the Colorado CDPHE air quality monitoring sites within Weld County that monitor for
meteorology and/or gaseous pollutants.
Primary Activity
#1
The Contractor shall provide weekly and as requested site visits to perform first -line
maintenance and repairs on sensor, analyzers and building infrastructure.
Sub -Activities #1
I. The Contractor shall perform weekly site visits to each site and non -routine site visits on
special request by APCD.
2. The Contractor shall perform a site inspection during each site visit.
3. The Contractor shall perform first -line maintenance and troubleshooting on all analyzers,
sensors, data loggers, gas standards, communication equipments, support equipment and
building infrastructure as need during the site visit.
4. The Contactor shall document all site visits, work, observations and concerns on the
analyzer and site log sheets.
a. The Contractor shall annotate all analyzer log and station log sheets at the site
during each site visit.
b. Enter "Message to Central" into the data logger for every site visit. The message
Page 2 of 10
Contract Statement of Work — Exhibit B
March 2017
EXHIBIT B
shall contain a brief description of the work performed at the site and notes
regarding any significant findings or operational malfunction observed at the site.
Primary Activity
#2
The Contractor shall attend all training sessions provided by APCD, within the Contract period.
Objective #3: (Ozone Precursor/Air Toxics Program) No later than the expiration date of this contract, provide local
field support and operations for the APCD's air quality monitoring site within Weld County that collects samples for
toxic air pollutants.
Primary Activity
#1
The contractor shall provide weekly and as requested site visits to perform first -line operation,
maintenance and repairs on air toxics samplers.
Sub -Activities #1
The Contractor shall:
I. Operate and maintain ozone precursor/air toxics sampling equipment at the South Valley
Middle School site located at 1004 Main St. Platteville, CO 80651.
2. Perform site visits to the site every 6th calendar day, and non -routine site visits on special
request by APCD.
3. Install whole -air canisters (for VOCs) and DNPH cartridges (for carbonyls).
4. Retrieve whole -air canisters and DNPH cartridges.
5. Record all sampling data on the custody forms that are provided by the analytical laboratory
for whole air (canister) and carbonyl (cartridge) samples; shall also annotate the on -site log
book with sampling information and site conditions for each of the sample media listed.
6. Ship whole -air canisters and DNPH cartridges (with the supplied custody forms) via FedEx
Overnight to the designated analytical laboratory after every sample using the provided
shipping materials.
7. Send in the downloaded run data from each VOC and carbonyl sample taken, not more than
4 days after the completion of the sampling day.
8. Conduct first line maintenance of the ozone precursor/air toxics samplers including keeping
them clean, performing equipment fault troubleshooting and repair, and contacting the
APCD immediately when they cannot resolve problems.
Make a note on the appropriate custody form, and email the APCD Air Toxics Technical Lead
regarding a problem encountered as soon as possible, whenever there is an indication of
improper/non-normal sampling.
Objective #4: (Particulate Monitoring) No later than the expiration date of this contract, operate and maintain
particulate monitors.
Primary Activity
#i
The Contractor shall operate and maintain two PMio Hi -Volume flow (Hi -Vol) monitors
operating on an every third day schedule at the Greeley Hospital site located at 1517 16th Avenue
Court, Greeley, CO., 80631.
Sub -Activities #1
1. The Contractor shall install new tare filters, collect data and retrieve sampled filters.
2. The Contractor shall conduct first line maintenance of the PMio Hi -Vol samplers which
shall include:
a. keep samplers clean and operational;
b. trouble -shoot problems; and
c. contact the APCD immediately when problems cannot be resolved by operators.
3. The Contractor shall ship PMio sampled filters and associated data using the mailing
envelopes provided by the APCD.
Primary Activity
#2
The Contractor shall operate and maintain 2 filter -based PM2.5 Low -Volume flow (Low -Vol)
monitors each operating on an every third day schedule at the Greeley Hospital site located at
1517 16th Avenue Court, Greeley, CO 80631 and the Platteville site located at the South Valley
Middle School, 1004 Main St. Platteville, CO 80651.
Sub -Activities #2
1. The Contractor shall install filters and start data, retrieve filters and end data, and ship filters
and data via FedEx Overnight to the CDPHE LSD ARL once every two weeks.
Page 3 of 10
Contract Statement of Work — Exhibit B
March 2017
EXHIBIT B
2. The Contractor shall conduct first line maintenance of the PM2.5 samplers.
a. keep samplers clean and operational;
b. trouble -shoot problems; and
c. contact the APCD immediately when problems cannot be resolved by operators
3. The Contractor shall record all data.
4. The Contractor shall ship PM2.5 sampled filters using the supplies provided by the APCD.
Primary Activity
#3
The Contractor shall operate and maintain PM25 continuous GRIMM EDM 180C continuous
particulate analyzer at the Greeley Hospital site located at 1517 16 Avenue Court, Greeley, CO
80631.
Sub -Activities #3
I. The Contractor shall conduct a Weekly Inspection of the PM2.5 GRIMM EDM180C
instrument.
2. The Contractor shall record all pertinent data on the APCD provided "Sampler Verification
Form", which is emailed by APCD to the Weld County Health Dept once per month.
3. The Contractor shall conduct first line maintenance of the PM2.5 instrument including:
a. keeping the instruments operational;
b. trouble -shooting minor problems; and
c. immediately calling APCD when they cannot resolve problems.
4. The Contractor shall conduct the "Every 2 -Week Verification Procedures" as described in
the SOPs, as shown below in the Standards and Requirements Section, with the exception
that the APCD will do required periodic maintenance procedures.
Primary Activity
#4
The Contractor shall operate and maintain two PM25 chemical speciation monitors (a STN SASS
monitor and a URG carbon monitor) operating on an every six day schedule at the Platteville site
located at the South Valley Middle School, 1004 Main St. Platteville, CO 80651.
Sub -Activities #4
1. The Contractor shall install filters and set sample schedule, retrieve filters and sample
data, and ship filters and data via pre arranged method to the speciation contract lab per
their established schedule.
2. The Contractor shall conduct first line maintenance of the PM2 5 speciation samplers.
a. keeping the instruments operational;
b. trouble -shooting minor problems; and
c. immediately calling APCD when they cannot resolve problems.
3. The Contractor shall record all sample data.
4. The Contractor shall ship PM2,5 speciation samples using the supplies provided by the
contract lab. The Contractor shall conduct the required maintenance as described in the
SOPs, as shown below in the Standards and Requirements Section, with the exception
that the APCD will do the inlet head cleanings and sampler maintenance procedures.
Objective #5: (CFC Program) No later than the expiration of this contract, ensure compliance with AQCC Regulation
No. 15 and EPA608 and EPA609.
Primary Activity
#1
The Contractor shall provide enforcement and surveillance of the provisions of Colorado Air
Quality Control Commission Regulation No. 15.
Sub -Activities #1
1. The Contractor shall conduct inspections of stationary source air conditioning and
refrigeration equipment and technicians that are subject to the regulation;
a. Notify APCD in writing of all complaints received.
b. Investigate complaints that warrant follow-up inspections.
2. The Contractor shall conduct inspections of motor vehicle air conditioning and refrigeration
repair shops and motor vehicle salvage facilities which are subject to the regulation.
a. The Contractor shall investigate complaints that warrant follow-up inspections.
b. The Contractor shall collaborate with APCD to create a list of new source
identification (NSID) sites to conduct inspections.
Standards and
Requirements
I. Objective 1: Stationary Sources
a. The Contractor shall offer compliance assistance to ensure that the sources comply
with AQCC Regulation No. 3,
https://www.colorado.gov/pacific/sites/default/files/5-CCR-1001-5 0.pdf, which is
incorporated and made part of this Contract by reference.
b. Air pollutant emission notice forms and emission permit application forms are
Page 4 of 10
Contract Statement of Work — Exhibit B
March 2017
EXHIBIT B
available from the APCD website https://www.colorado.gov/pacific/cdphe/apen-
and-permitting-guidance, which is incorporated and made part of this contract by
reference.
c. The Contractor shall ensure its employees who conduct odor and opacity violation
inspections attend the required certification sessions provided by APCD during the
contract period in accordance with the Stationary Sources Program Training Plan.
d. The Contractor shall ensure to the extent practicable, a State Certified Opacity and
Odor Observer is on staff at all times.
e. Inspections and inspection reports shall be of Full Compliance Evaluation quality,
as described in EPA's Clean Air Act Stationary Source Compliance Monitoring
Strategy, July, 2014. The most recent version of this document was sent via e-mail
to the Contractor.
f. All inspections shall be submitted using Microsoft (MS) Word 2000® software or
subsequent newer versions of this software.
g. The contractor shall issue burn permits according to policies issued by APCD in
connection with the enforcement and administration of the Air Quality Control
Commission's Regulations Nos. 1 through 9 concerning air pollution emission
permits and open burning permits.
h. All monthly reports for the Field Services Unit shall be submitted electronically in
a format specified by APCD.
i. APCD reserves the right to modify procedures for the enforcement of the
applicable regulations consistent with policy statements issued by APCD and to
provide forms to be used to implement said policy.
j. 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 APCD and
obtain written approval prior to making application for a search warrant to the
court.
2. Objective 2: Meteorology and Gaseous monitoring
a. Weld County air quality site and analyzers/sensors subject to this Work Plan are:
Greeley Tower (ozone, carbon monoxide, meteorology)
b. Messages entered into station data loggers will be polled daily by APCD central
polling server.
c. SOP documents are available on the Colorado Air Quality website
http://www.colorado.gov/airquality/tech doc repository.aspx and are incorporated
and made part of this contract by reference.
d. Special requests for site visits can only be made by all Gaseous and Meteorological
Monitoring (GMM) Unit technical staff.
e. The Contractor shall perform equipment fault troubleshooting and repair in consult
with the GMM Unit Technical Staff.
f. The Contractor shall only perform a Performance Test or a Quality Control (QC)
Precision Test on special quest from APCD.
g. The Contractor shall perform work on analyzers in accordance with the
manufacturer's Operator Manuals (located at each site).
h. The Contractor shall perform work in accordance with APCD's Technical Services
Program Quality Assurance Project Plan and associated Standard Operating
Procedures (located at site).
i. The Contractor shall notify the GMM Technical Lead within 24 hours, on business
days, of any analyzer/sensor malfunctions or other critical problem requiring
APCD staff attention. Contact is to be made by phone, electronic mail can be used
as a backup to document the event in writing, but is not a substitute for reaching a
live person.
j. The Contactor shall ensure all employees who provide maintenance to gaseous
Page 5 of 10
Contract Statement of Work — Exhibit B
March 2017
EXHIBIT B
monitoring sites be trained by APCD GMM technical staff in addition to ancillary
training by local agency contractors trained by APCD.
a. The Contractor shall notify APCD's GMM Supervisor or GMM Technical
Lead when new employees and interns are to be trained for work under
this work plan.
K. The Contractor shall perform work in accordance with the following which are
incorporated and made part of this contract by reference:
a. CFR Title 40 Part 50. http://www.ecfr.gov/cgi-bin/text-
idx?tpl=/ecfrbrowse/Title40/40cfr50 main 02.01
b. CFR Title 40 Part 58. http://www.ecfr.gov/cgi-bin/text-
idx?tol=/ecfrbrowse/Title40/40cfr58 main 02.tpl
3. Objective 3: Ozone Precursor/Air Toxics Program
a. The contractor shall:
i. Follow the Quality Assurance Project Plan (QAPP) and Standard
Operating Procedures (SOPs) as provided by APCD;
��. SOP documents are available on the Colorado Air Quality website
http://www.colorado.gov/airquality/tech doc repository.aspx and are
incorporated and made part of this contract by reference.
iii. Follow the EPA national every -sixth -day sampling schedule as provided
by APCD or the analytical laboratory;
iv. Document all site visits, work, observations and concerns on the sample
custody forms and in the on -site log book;
v. Download all VOC and carbonyl run data and send electronically to the
Air Toxics Technical Lead within 4 days after each sampling day;
vi. Perform routine site inspections and maintenance;
vii. Perform equipment fault troubleshooting and repair in consult with the
APCD Air Toxics Technical Lead;
viii. Notify the APCD Air Toxics Technical Lead within 24 hours, on business
days, of any analyzer/sensor malfunctions or other critical problem
requiring APCD staff attention. Contact is to be made by phone;
electronic mail can be used as a backup to document the event in writing,
but is not a substitute for reaching a live person;
ix. Ensure that all employees who provide maintenance to gaseous
monitoring sites are trained by APCD technical staff in addition to
ancillary training by local agency contractors trained by APCD;
x. Notify APCD's Program Manager or Air Toxics Technical Lead when
new employees and interns are to be trained for work under this work
plan.
b. Special requests for site visits will be made by APCD technical staff.
c. The contractor shall collect a minimum of 90% valid canister and cartridge samples
and associated data on the scheduled sampling days each calendar quarter. This
collection rate will take into consideration sampler malfunctions or extreme
weather.
d. All air quality monitoring equipment shall be kept clean and in good working
condition
4. Objective 4: Particulate Monitoring
a. The Hi -Vol samplers located at the Greeley site shall be operated every three days.
Both Weld County Low -Vol PM2.5 samplers shall be operated on an every three
day schedule. The continuous GRIMM at the Greeley site shall be operated to
minimize instrument reporting downtime. The speciation samplers (MetOne SASS
& URG) at the Platteville site shall be operated every six days.
b. The contractor shall follow the relevant Standard Operating Procedures (SOP) for
each pollutant method, including:
i. The Hi -Vol PMio SOP (Appendix PMI - High Volume MFC
Sampler.pdf);
Page 6 of 10
Contract Statement of Work — Exhibit B
March 2017
EXHIBIT B
ii. The Low -Vol PM2.5 SOP (Appendix PM2 - Low Volume Filter Based
PM25 and PMIO Samplers.pdf);
iii. The Standard Operating Procedures for the Determination of PMio
and PM25 in Ambient Air Using a GRIMM EDM 180 instrument
(Appendix PM4 - GRIMM.pdf).; and
iv. The Standard Operating Procedures for Chemical Speciation Network
(CSN) monitors (Appendix PM6- Chemical Speciation Network
SASS and SUPERSASS.pdf and Appendix PM5 - Chemical
Speciation Network URG.pdf);
c. SOP documents are available on the Colorado Air Quality website
http://www.colorado.gov/airquality/tech doc repository.aspx and are incorporated
and made part of this contract by reference.
d. First line maintenance of the all PM samplers shall include:
a. keeping them clean;
b. trouble -shooting problems; and
c. contacting the APCD immediately when they cannot resolve problems.
e. The Contractor shall ensure that all employees who conduct Particulate Matter
(PM) monitoring be trained by:
a. CDPHE APCD, or
b. the Contractor, who has been trained by the APCD, and only with prior
approval of the APCD.
f. The Contractor shall comply with the applicable sections of each SOP pertinent to
each parameter being monitored and associated instrument and sign the APCD
Particulate Training log.
g. The Contractor shall immediately notify the Particulate Monitoring program staff
in person by telephone following the call down list provided and must reach a
person (not a voice mail) to resolve any instrument malfunction or other critical
problem requiring APCD staff attention. The Contractor shall not rely on phone
mail or electronic mail for this notification.
h. The Contractor shall record all data on the following forms that are provided by
APCD:
a. Hi Vol Sampler PSFE
b. PM2.5 Federal Reference Method Filter Data Sheet/Chain of Custody
(Filter Data Sheet),
c. PM Field Form, and
d. Continuous Particulate Maintenance/Site Visit Form
5. Objective 5: CFC Program
a. The Contractor shall ensure compliance with the following which are incorporated
and made part of this Contract by reference and are located as shown:
i. Air Quality Control Commission (AQCC) Regulation No. 15
https://www.colorado.gov/pacific/sites/default/files/5-CCR-1001-19.pdf
ii. EPA608 and EPA609 http://www.ecfr.gov/cgi-
bin/retrieveECFR?gp=&SID=a804a8db9171 cbd 1192b 1 f 7c0d540c61 &n=
pt40.18.82&r—PART&ty=HTML#sp40.18.82.f.
b. The Contractor shall perform inspections at facilities listed on the CFC Program
Inspections List attached by this reference and made a part hereof as Attachment
B-2.
c. The Contractor shall inspect 20-40% of the NSID sites in each of the first three
quarters, with all NSID inspections completed by the end of the third quarter. Other
inspections performed shall be spread throughout the contract year.
d. With the exception of complaints, inspections of motor vehicle air conditioning
repair shops shall be conducted by the Contractor from July — September and April
— June.
e. Inspections of motor vehicle salvage facilities shall be conducted by the Contractor
throughout the contract year.
1. All employees who conduct stationary and mobile sources CFC inspections shall
Page 7 of 10
Contract Statement of Work — Exhibit B
March 2017
EXHIBIT B
be trained either by the APCD or by a local agency inspector trained by the APCD.
All training related to CFC shall be pre -approved in writing by the APCD's CFC
program and shall be devoted to CFC related work.
i. Types of training may include: Industry sponsored events, APCD
oversight inspections, field training, or other APCD sponsored training.
ii. The Contractor shall notify the CFC program staff when temporary
employees and interns are to be utilized for CFC inspections. When
possible, the CFC program shall be notified in writing prior to the
employment of such individuals.
g. The contractor shall use the APCD CFC Program Inspection Worksheet provided
by the APCD CFC Program by mailing 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. All routine and complaint -related CFC
inspections shall be completed on a standardized inspection worksheet provided by
the APCD. When available, the new CFC database will require the direct input of
data from county inspections. Staff will be trained on the use of the new database
as part of their contract hours.
h. The final report shall include a summary of the reports previously submitted to the
State as required by this Contract.
6. The content of electronic documents located on CDPHE and non-CDPHE websites and
information contained on CDPHE and non-CDPHE websites may be updated periodically
during the contract term. The contractor shall monitor documents and website content for
updates and comply with all updates.
Expected Results
of Activity(s)
To successfully monitor and regulate sources of air pollution emissions and ensure compliance
with AQCC and EPA regulations to protect air quality in Colorado.
Measurement of
Expected Results
I. Objective 1: Stationary Sources
a. Monthly reports of activities using the form(s) supplied by the State
b. Electronic copies of all field inspection reports as listed in Attachment B -I,
Inspection List
2. Objective 2: Meteorology and Gaseous monitoring
a. Review of Electronic Messages left on the data logger; Messages will be reviewed
for content and accuracy. Messages will be compared against number of tasked
invoiced.
b. Monthly review of Site and Analyzer log sheets
c. Interviews of technical personnel within the GMM group that are responsible for
the operations of the applicable air monitoring site/s
3. Objective 3: Ozone Precursor/Air Toxics Program
a. Data results from the analytical laboratory will be reviewed monthly by APCD
technical staff to ensure that samples are being collected on correct days.
b. Sample custody log sheets will be evaluated quarterly by APCD technical staff for
completeness of all required information and for the clarity of supplemental
documentation for both routine and non -routine tasks.
4. Objective 4: Particulate Monitoring
a. Field data entered into the Particulate Database are validated based on review of
the Hi -Vol PSFE data, the Low -Vol Filter Data Sheets, PM Field Forms,
Refrigerator Control Logs, the TEOM PM2 5 Maintenance Log forms, and CSN
Custody and Field Data Form.
5. Objective 5: CFC Program
a. Month reports and completed inspections worksheets
Completion
Date
Deliverables I. Objective 1: Stationary Sources
By the 15`h of
Page 8 of 10
Contract Statement of Work — Exhibit B
March 2017
EXHIBIT B
a. A monthly report for each preceding month shall be submitted
electronically to the APCD Compliance & Enforcement
Program Contract Coordinator. An email and mailing address
will be provided.
each subsequent
month
b. Electronic copies of all field inspection reports for sources
listed in Attachment B-1 shall be submitted via email to the
APCD Compliance & Enforcement Program Contract
Coordinator and shall be of Full Compliance Evaluation
quality. An email address will be provided.
Within 45 days
of completion of
the inspection
c. All inspections designated for sources listed in Attachment B-
1 must be completed and reports submitted via email to the
APCD Compliance & Enforcement Program Contract
Coordinator and shall be of Full Compliance Evaluation
quality. An email address will be provided.
By June 30 of
each contract
year.
2. Objective 2: Meteorology and Gaseous Monitoring
a. The Contractor shall mail the completed log sheets to the
GMM Technical Lead.
By the 15'h of
each subsequent
month
3. Objective 3: Ozone Precursor/Air Toxics Program
a. The Contractor shall ship (via FedEx using supplied labels)
canister and cartridge samples to the designated analytical
laboratory, along with copies of the sample custody forms.
Retrieve samples
within 4 -days
after samples
have been taken
and ship samples
within 24 -hours
after retrieving
the samples.
b. The Contractor shall send copies of the sample custody forms
to the APCD Air Toxics Technical Lead on a quarterly basis
for review.
Within 30 days
of the end of
every quarter
4. Objective 4: Particulate Monitoring
a. Hi -Vol PKo sampled filters and PSFE's shall submit, via mail
to: CDPHE Laboratory Services Division (LSD) Air
Resources Laboratory (ARL) at 8100 Lowry Blvd, Denver, CO
80230.
No later than 2
weeks of
sampling; all Hi -
Vol filters from
the previous
month shall be
mailed no later
than the end of
the first week of
the subsequent
month
b. Hi -Vol PM10 Monthly Log form provided by APCD shall be
sent via email (preferably) or fax to the Particulate Monitoring
Supervisor.
No later than 10
calendar days
after the end of
each month
c. PM Low -Vol sampled filters, Field Data Sheet/Chain of
Custody Form, PM Field Forms, Refrigerator Control Log
shall be sent by overnight delivery per the shipping schedule
shown on the Filter Data Sheet/Chain of Custody form to
CDPHE Laboratory Services Division (LSD) Air Resources
Laboratory (ARL) at 8100 Lowry Blvd, Denver, CO 80230.
Once every two
weeks usually on
Tuesdays
d. Continuous Verification/Field Form (TEOM) submitted to via
email to APCD.
Once per month
e. PM2.5 CSN Custody and Field Data Form Submitted to
contract lab with samples, copies submitted to APCD to
accompany PM2.5 low vol records and paperwork (Item c).
Per contract lab
shipping
schedule
Page 9 of 10
Contract Statement of Work — Exhibit B
March 2017
EXHIBIT B
4. Objective 5: CFC Program
a. A monthly report of activities for the Contractor's CFC
program for each month shall be submitted via email to the
APCD CFC Program Lead.
By the 15th of
each subsequent
month.
b. All inspection worksheets shall be submitted by mail to the
APCD CFC Program Lead on a monthly basis.
No later than the
15th day of the
month following
month inspection
completed.
c. A final report, in narrative form, of program accomplishments
shall be submitted as part of the final requests for payment.
No later than
August 1 of each
project year.
IV. Monitoring:
CDPHE's monitoring of this contract for compliance with performance requirements will be conducted throughout
the contract period by each of the APCD Program's Contract Monitors. Methods used will include a review of
documentation determined by CDPHE to be reflective of performance to include progress reports and review of
inspection reports along with review of monthly reports. The Contractor's performance will be evaluated at set
intervals and communicated to the contractor. A Final Contractor Performance Evaluation will be conducted at the
end of the life of the contract.
V. Resolution of Non -Compliance:
The Contractor will be notified in writing within (30) calendar days of discovery of a compliance issue. Within
(30) calendar days of discovery, the Contractor and the State will collaborate, when appropriate, to determine the
action(s) necessary to rectify the compliance issue and determine when the action(s) must be completed. The
action(s) and time line for completion will be documented in writing and agreed to by both parties. If extenuating
circumstances arise that requires an extension to the time line, the Contractor must email a request to the Field
Services Contract Monitor and receive approval for a new due date. The State will oversee the
completion/implementation of the action(s) to ensure time lines are met and the issue(s) is resolved. If the
Contractor demonstrates inaction or disregard for the agreed upon compliance resolution plan, the State may
exercise its rights under the provisions of this contract.
Page 10 of 10
Contract Statement of Wont — Exhibit B
March 2017
Attachment B -I
Inspection List
O V M CV` OD CO M VD
Ps M 0) 0) m COm m COOO n m m (O Ps M O N U) M OD (O OD CO CD [{ M N M V M (0 N
aw'�yaJ'Ka'%a,'�a'%a,' aa'a'i,i,iQ,i,'La,'2 ia' co
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 9 W W
x x x a ct x x x a x ccccm CC CC CC CC x CY CC CC CY CC a ecrea rea a cecca a a rea a a a Le a cc Q a cc
m CO m m CO m m m m CO m m m m m CO CO CO CO m m CO CO CO CO m m m m m m m m m m m m m m m m m m H m m
X.a a a a a a a a a a a a L a a a a a a a a a a a a o: a a a a a a a a a a a a a a a a a s I
222222222222222222222222222222222222222222
00000000000000000000000000000000000000000000
0000000000000000000O0000000000000000000
000000000 0 0000000000000000000000000000000000
00000000000000000000000000000000000000000000
N N N N N N N N N N N M N M N M M M M N M N (V 646464 N N N N N N N 646464 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 M
2:00:00 AM
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 00 m m m m m m m m m m m m m c0 m m m a0
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 0 0 0 0 0
N Q) N N N N N N N N N N N QV N Q N N N N N N N QV M N N N N N N N N N N N N N N N N N N N N N
0000000000000000000000000000000000000000000000
M M M M M M M M M M M M M M M M M M M
(0 CO m CO t0 CO (0 CO CD CO m (O m CO CO m m m m m m m m m m m (O m m m (O m (O m O (O (O CO CO (0 CD (0 CO CD
. 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 W
HHHHH
fn m m m U m In m (n N Cn Q (A Cn Vl m 9 m m 9 m u? m 9 9 9 Cn m fn (n fn Q VJ m u? v7 U (7 m N Q N w m° (n
Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z z z z z z z z z 2 z z Z 2 z z Z z Z z z z z Z Z Z 2 2 Z Z Z
0000000000000000000000000000000000000000000000
<<<<<<<<<<<<<<<<<<<<<<<<<<<<<<<<<<<<<<<<<<<<<<
'wwWWWWWWWWWWWWWwwWwWWwwwWwWwwWWWwwwWWWWWwwWwWw
UUUUUUUUUUWwwwUUUUUWWUUUUUUUUUUUUUUUUUUUUWWWWU
,0000000000000000000000000000000000000000000000
aa¢¢a¢asa¢¢aa¢Q¢a¢aaa¢as¢a¢a¢aaaQaQQaQaaaaaaaa
J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J
a a. 0.0.x0.0.0.x a a a a a a a a a a o.xaxxaaaaxxxaaaxaaaaaaaaaaa
2222222222222222222222222222222222222222222222
0000000000000000000000000000000000000000000000
00000000 000000 000000000 0 000000000000000000000 0
J J J J J J .......
J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J
J J J J J J J J J J J J J J J J J J J J J J J J J J J J J ......
J J J J J J J J J J J
7 7 7 7 7 7 7 7 7 7 7 7 7 7 7 7 7 7 7 7 7 7 7 7 7 7 7 7 7 7 7 7 7 7 7 7 7 7 7 7 7 7 7 7 7 7
wWWwwwwWWWwWWWwwwwwWWWwwwwwwwwwwwWWWWwW
aaaaxxaaaaaaaaaaaaxaxxxxxxaxaaaaaax0axaaaaaaxa
(nWWWW(n(n(nrn(nW(n(nWWWWW(nW(n(ncn(n(n(n(nWW(ncn(n(n(n(ncn(n(n(ncnww(n(I)(n(n
,Z Z 2 2 Z Z Z 2 Z Z Z Z Z Z Z Z Z Z Z 2 2 Z Z Z Z Z 2 Z Z Z Z Z Z 2 Z Z Z 2 2 Z 2 2 Z Z Z 2
rnun(nWWWWWWWW(nWW(n(n(n(ncn(n(nWWu>W(n(n(nm(n(n(n(n(ncn(ncncn(n(n(n(nwWWW
LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL
Z z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z z z Z Z Z Z Z Z Z Z 2 Z Z Z Z Z Z z z Z 2 Z
mm((n(Vn(ammmCOmmm00mmmC0(COmmCOCOc (CnmmmmmmmmCnmmmmmmmmmmm(Gnm
W I- u,H z o HD z g� CD I-7-
^4 Ha x o0 xw }za> z
x J a Z> N Z...1 W Q 00 a 02 Q ii
}(n r,W W 115V O (.9 UHZx ❑}O_0CC W
do U 0 CC>w wma— H U (C , , 25 x��U wUQN H
wga �2_Uti Z¢ci ,() vi¢ (j�¢ �aa(n 0wx") ww
0.w ¢ wO W CC ??O a?}0' OZ }0 (nQa�Z02 Qx�Z m �0(7N 7(n
. F. H 0x0} dwQx>u)Uw0. �J J}C] 7�QOJ(wn rt<Z 2 W -HQ U0ZUZ
U (n W 0! O W > Oc�
z7?� C7UEw W C7�gQ�>aQ Oa QnJ(l�a CiOY(n W» J0Z,XwCnW 7
dO�a �(n °mtl� Y2zwo w wy� OJT >02W ZZ�2 W m �OwOQ J
> � °3> m0
2a x°dUmw0°I-amE<NQCn x' �m0a Z ' U0.<W J W Q-SOZz i �LLOJ�2Q(n
J LL z? O ccO O Q m O H ce
Lij N m Ce m J 0 0 0“ J z CC J }O cc H J W U 7 1-w } H z J J H �> 6 a W
o<WE W ON>.(n>I-O>0 H0)0w�F�zQwctH0>-z< •2wwapcccc , 00V �Q
C 0 CC LL a H a W z CY M Q a} 0. U -l&} x 0 tr a F F a Q 0 O w l 0 cc O o o w 2 O 1 H U c9J D Z z
a UH Z Vl�a7aUZ�Z W ZOW -woo J0,z[nH(n 00z 0x' -,H OOQQ--JQ-Q
(n(�x7ZJQCC}�ZUW r Hx7 JZO7-(n ' 0,7} mOct00w IC270U2
Ei'qzozmw2UUUWQ(n0°5U Z_Z20 >OQQwmzOx'2O�QgWOm?�QHHo-, ww-
C %0. 0- Z-'' ozoLpLU� >m L�- 2 Z xz- a Z w 0.g z_CL,,,0) O -1 W 0lwq-J JUmLwL�C 00-
.02Z0>U a0O.-Z<>UQ(JDOC7n�o=WUUY2CD<CC�z(nmN.0(wn¢a(U.UUQU
N V O M CD 0) N (O CO 0 V 0) V UI V LO M Ili M V N. M V a, CO N CO CO N N a, m Q N M N W C.) m U. V V
O O N V O) N M CO CO n N N O V up t• r CO m O M M M CO N• CO N (n CA CO O_ CO O V CO CO W W W O) W U LL O
IO O O NNNNNM MM V V V V V V V V uO CO(0 WO N V1 Cn MMM V NmQQQQQQm mUUCO
E22229999999999999999999°999° — V m OI M m M 01 (A M O) O 0) O) W O)
C) C) C) C'7 () C) (h co e7 C) () e) C`) C) co C) C) C) C,) M co M () M M M M M M M M M M M M M (') el) () M M M
f N N N N N N N N N N 04 N N N N N N N N N N N N N N 04 N N M N N N N N N N N N N N N N N N N N
CONTRACT REIMBURSEMENT STATEMENT
o Q o
7 O x�a
o .. N p.
O
o O A 0
A al
0 N Al
QUO DO
O c
O
o o 2 O
S' O
ca ooU i
U 0 0 > c
o a o
f-.QdvO0..
niract/P(l ft
Reimbursement Requested
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0.
=
0
O
O
co
o
O
co
o
O
co
o
O
O
O
O
O
O
G
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
co
O
-
-
6
69
69
4,
69
64
69
'A
61
4,
61
61
69
6`]
fig
61
61
69
•f.
:f.
61
Hours Paid Per Task
=.
0
O
0
O
^
O
0
O
0
O
0
O
0
O
0
O
0
O
0
co
0
O
0
0
Enter Number of Actual
!lours
---•0
j
0
0
0
"'
0
^_
0
`.
To be Signed by Contractor/Vendor
1/We affirm the claimed expenses comply with the budget provisions of the contract and are reasonable and necessary, that all relevant progress or other reports hove been
timely fled, and all contract milestones and/or tasks related to the billing period have been achieved.
Signature & Title Date
_
O
O
0
O
O
O
O
O
O
O
0
0
6
0
0
0
0=
Enter No. of Tasks/Samples
Completed
Hourly/Task
Rate
_
O
O
0
0,606666660'D
o
O
o
o
0
666o
O
o
O
O
O
O
O
o
O
O
o
$0.00
50 00
-
,f:
0
6A
O
6,
0
64
O
cot
O
694,
O
O
vi
o
vi
0
6961
0
0
CA
N
,
0
4,
0
6A
0
61
0
d9
a
as
u
a)
Syn Minor Source Inspections
Minor Source Inspections
Complaint Investigation
Open Burning Permits
Professional Training Activities
ICiaseous Site:
Gaseous site:
'Operation & Maintenance of PM 10 Monitors
Operation & Maintenance of I'M 10 Low Vol Monitors I
Operation & Maintenance of PM2 5 TEOM Monitors
Operation & Maintenance of PM2.5 FRM Monitors
IOperation & Maintenance of PM2.5 Speciation Monitors
Asbestos
CFC Activities
C
4
a)
Gou
C
C
o
CA
>
%
00a.
f"."
•
y
U
asg.
O'
s
3
d
F
Q(
ai
O
Signature & Title
ai
re
O
Signature & Title
0
b
0.
0..
Attachment B-3
CFC Inspection List
L 1 1 /1712016,JUSTIN TURNBULL (970)619-3476 15
1/212015! 12/202010iMONTY ULMER (970) 348-6441 ' 1 5
1/21/2915 12202010 MONTY ULMER (970) 348-6441 ' 1 5.
1212015; 12202 1 010i MONTY ULMER (970)348-644 15
1/212013 12202070!MONTY ULMER (870) 348-6441 15.
1/212015: 2/25/2003 i MONTY ULMER (970) 348-6441 I 1 5
3/22015 8/1/2001 (NORM TURK (970) 336-1484 ' 1
322015, 6115/1999INICHOLASCECLIO (970)396-1662 1
2.-.
'12l182013 517/2012ILARRY SMITH (970(356-0077
6/18/2014( 11115/19971907 ISIMINGER (970)0) 5 535-6604 I
6/23/2014; 5/142007!SHAWN STOVALL (970(472-1968
1/21/2015' 12202070iMONTY ULMER (970) 348-6400
1/21/20151 12120/2010IMONTY ULMER (9701 348-6400
1212015,. 12202010MONTV ULMER (870)3488441'
1/21/2013 12120/2010IMONTY ULMER (970) 348-6441
1/212013 225/20031 MICHAEL UPCHURCH (970) 348-6410
3/3/2015' 12202006 THOMAS WELCH (970)350-9522
3142015 723/19981 JOSEPH PIERCE •(970) 304-6220
3/6/2015 12111/2002 (BRUCE CLABAUGH (3031486-6034
3/6/2015 82920011BRUCECLABAUGH (303)486-6034
3/112015 7111/2006 -DAVID CROWLEY (970) 5068166
3/112015 10/72003ILONNIE ASCHE (970) 395-5135
701 10TH AVE 'GREELEY !SSER 'NONE 3/112015 3/15/1998'TROY DART -(970)350-9254'
26096 1014 GREELEY (RFER NONE 3/112015 2/15/1998(MR GARCIA (970) 351-0727'.
3635 W 10TH ST ' CR 29945 WELD CNTY RD 10 IKEENESBURG :EN I SSAC 3/16/2015 10/32003!STEVE PAXTON (303) 732-0202
...
KEENESBURG FN 'SSAC 3117/2015 123/1998'JAMES NELSON (303)536-0879
41419 HIGHWAY 52 ROGGEN IFN MVAC 3/182015 3/6/1999 !JERRY COOKSEY (970)849-5214
-3766 EUREKA WAY UNIT 1 (CALL 1ST) 'FREDERICK IRS SSAC 3125/2015" 5/12/2009! (303) 763-3534
107 23RD AVE 'GREELEY ;FN SSAC 3/2512015: 2/4/1999 I DARREN KNOLL (970)352-3500
4322 HIGHWAY 66 (LONGMONT ;FN MVAC 3/25/2013 12/30/1997 (970)535.4474'
X8019 RASPBERRY WAY 'FREDERICK (EN MVAC 3252015 1224/1997' (303)776-1743'
_
601 DENVER ST 'FORT LUPTON IFN MVAC 3272015 2/192002! (303)6598311
-2311 16TH ST :GREELEY :SSER NONE 3272015 6/5/1998!JACK THOMPSON 1(970)356-7129 '
1011 CARBON CT !ERIE IFN MVAC 4/30/2015 92820081DAVIO HELMS (3031938.9000',
5/112015 : 101232001' RAY SCHONEMAN IT970) 352-1313 '
5/12015 226/19987 "(970)352-3432
5/12015 123/1998 BILL CRABTREE (970)352-1313
5/1120151 1/16/19981 RANDY WILSON (720)299-3312'
5/15/2015 123/1998' KEN MILLER 1(303)833-5820 '
5/182015, 2/152006' (970)686-6086
5/18/2015 2/2020021. - "(970)352-9141 '
5/18/2015' 522/19981 (970) 6868800
5/182015 -_-.______ I
4/15/1998,RUSSEL GRIFFIN (970)223-1433
5/19/2015 2/320061 JERRY LEMONS (970) 353-3527
5/19/2015' 4/142003JBARBARA KAMERZELL `(970)686.4621 '
5/21/2015 1221/2010' (303)848-0095 '
5262075 82120011 RICK HAYS '(970)587-4658
5/27/2015' 824/2010 (DON SMITH 1(303) 558-0121
6112015 9/192008! JACK MAYFIELD (970) 397-0445 '
6/12015" 9/1220031 BRAD CHAPMAN (9701686-2252
6/1/2015' 3/5/20021 (303) 776 5289 •
622015 7/11/2006 (970) 330-3051
6/5/2015 62120061 SCOTT WEBER (970) 587-0888
7202015' 12/30/1997'CHUCK COLLUM (303) 823-9200
12/72015 10232008iDAVE (970) 397-3220
12/7/2015" 12311998 1(RUSS OLIVER (970)351-1264
12192015' 2/1620001 STEVE BOECK (970) 336-7211
12232015 12202010: MONTY ULMER '(970)348-6441.
12232015 12202010( MONTY ULMER '/870)348-6441
121232015. 12/202010, MONTY ULMER (970) 348-6441
12232015' 2/25/2003i MONTY ULMER (970) 348-6441
12232015 2252003 MONTY ULMER (970) 348-6441
1/132017' 6162016, (303) 833-4483
3/21/2017' 6272056 TT "(970) 587-0575 "
2192016' 2272003IJOHN GUNTHER (9701587-9635
2/920161 2128/19981 MIKE (970)391-3492
2/192016 3/15/19981 TROY DART (970)350-9254
22620181 12/30/19971 7(970) 344-2500
22620161 11/15/1997' BILL ROOD __ - (9701352.0271
��ww
Z
Z Z
Z Z
w ( E(��
N 2
cu
GREELEY (SSER (NONE
GREELEY SSER 'NONE
EVANS 'SSER NONE
GREELEY 'SSER (NONE
GREELEY SSER (NONE
EVANS SSER (NONE
Y. _. :N
GREELEY SSER :NONE
GREELEY [EN (MVAC
LA SALLE 'FEN 'SSAC
LA SALLE (EN MVAC
ww
Z Z
00
Z Z
Sip'
�'�
KEENESBURG IFN :RECO
�AULT TEN "RECO
GREELEY IFN NONE
GREELEY :EN SSAC
���������������wwwwww�����w
G t/<t/��
N
<
�/Nl
(<�
4l
< 1 Qy�
N N
!/ Qy�
N
Q<
N
Q
N N
( Q� Q
N MINI
Q Q
N UNl
r/ Qr/��
N
Z
Z
Z Z Z Z
Z Z Z Z
Z Q<
2 f
Q
(NII i
Q Q Z
N Z
I
I I tIy Z
d' N A
O �QQ�QQ�{{
?I= W
1�
GREELEY (FN
LONGMONT 1EN
DACANO EN
WINDSOR TEN I
GREELEY !EN
WINDSOR IEN
-GREELEY ��FN
GREELEY 'EN
W
N Z
z z=
3 O
I
u Z
m
U
O o
GREELEY FN
WINDSOR EN
FREDRICK !EN
EVANS IEN '
JOHNSTOWN IEN
LONGMONT 1EN
GREELEY SSER
GREELEY TEN
GREELEY (SSER I
GREELEY !SSER
GREELEY SSER ,
GREELEY SSER
GREELEY !SSER
GREELEY 'SSER
T NJ' NMOISNHOC
NH, X01830384
BERTHOUD (FN
MEAD FN
GREELEY 'SSER
BERTHOUD _ IFN
GREELEY (SSER •
4401 UNION ST
1280 N 7TH AVE
4161 SPECIALTY PL
31375 GREAT WESTERN DRIVE
1424 13TH AVE
210147TH AVE
3000 13TH ST
320 N 71ST AVE
341 14TH AVE
3500 PALERMO AVE
600 51ST AVE
818 35TH AVE
2001 34TH ST
2401 35TH AVE
2735 9TH AVE
125 N 181 STREET
21042 PECKHAM DR
421 N 15TH AVE
2200"O"ST
11655 WELD COUNTY RD 59
40000 WELD COUNTY RD 25
1415 1ST AVE
6525W 4TH ST
2699 47TH AVE
121 HUNTER'S COVE
48781-25 FRONTAGE RD I
561EAST GARDEN DRIVE "F"
301E 8TH ST
609 TECHNOLOGY CIR M A -�
1740 ELDER AVE
3005 29TH ST I
9952 EASTMAN PARK DR, C-28
14339 MEAD STREET I
201 JOHNSTOWN CENTER DR
341 LILAC CIRCLE 1
4526 LAKE MEAD DRIVE
541 EAST GARDEN DRIVE
3560 RINN VALLEY DR
3612 MONTROSE ST
702 NORTH JAY AVE
1321 COFFMAN ST. STE B
411 20TH ST
501 20TH STREET 1555 N 17TH AVE
1201 21ST AVE
13154TH AVE ----
0200225TH ST
100 71ST AVE I
1515 14TH AVE
8182 CLAYTON ST
208 GATEWAY DRIVE
246 BASHER DR UNIT #4
301 4TH ST
1000 10TH ST
3573E STATE HWY 56
501 8TH AVE
NORTHERN COLORADO REHABILITATION HOSPITAL NORTHERN COLORADO REHABILITATION HOSPITAL
'GREELEY COLD STORAGE 'GREELEY COLD STORAGE
4161 SCECIALTY PL BLDG '4161 SPECIALTY PL BLDG
RELIANT PROCESSING LTD RELIANT PROCESSING LTD
'WELD COUNTY SCHOOL DIST #6 CAMERON SCHOOL
WELD COUNTY SCHOOL DIST #6 MONFORT SCHOOL
WELD COUNTY SCHOOL DIST #6 SCOTT SCHOOL
WELD COUNTY SCHOOL DIST #6 WINOGRED SCHOOL
'WELD COUNTY SCHOOL DIST #6 BILLY MARTINEZ SCHOOL
WELD COUNTY SCHOOL DIST #6 HEIMAN SCHOOL
'WELD COUNTY SCHOOL DIST #6 MCAULIFFE SCHOOL
'WELD COUNTY SCHOOL DIST #6 'FRANKLIN SCHOOL
WELD COUNTY SCHOOL DIST #6 CHAPELLOW SCHOOL
WELD COUNTY SCHOOL DIST #6 '-GREELEY WEST HIGH SCHOOL
"SCOTTS IMPORT SPECIALISTS 'SCOTT'S IMPORT SPECIALISTS
'ABSOLUTE COOL ABSOLUTE COOL
DAN'S GARAGE DAN'S GARAGE
ISLAND GROVE EVENT CENTER 'ISLAND GROVE EVENT CENTER
CO DEPT OF HUMAN SVC FACIL MGMT 'PLATTE VALLEY YOUTH SERVICES CENTER
WASTE MANAGEMENT OF CO '.BUFFALO RIDGE LANDFILL
WASTE MANAGEMENT OF CO NORTH WELD SANITARY LANDFILL
SWIFT & COMPANY :SWIFT & COMPANY -�
STATE FARM INSURANCE CO 'STATE FARM INSURANCE CO BLDG C
CITY OF GREELEY UNION COLONY CIVIC CENTER
LOWE'S SHOP -N -SAVE LOWE'S SHOP -N -SAVE
C P MECHANICAL SVCS C P MECHANICAL SVCS
NELSONS HEATING & AIR COND 'NELSON'S HEATING & AIR CONDITIONING
COOKSEY FARMS (COOKSEY FARMS
SOURCEGAS LLC ISOURCEGAS LLC
A-1 HEATING AND NC LLC .A-1 HEATING & AIR CONDITIONING
LONGS PEAK EQUIPMENT LONGS PEAK EQUIPMENT
STAPP INTERSTATE TOYOTA -SCION INC STAPP INTERSTATE TOYOTA -SCION INC
PURIFOV CHEVROLET CO 'PURIFOY CHEVROLET CO
1623 CO - LONGMEADOW APTS �LONGMEADOW APARTMENTS
SCUDERIA RAMPANTE SCUDERIA RAMPANTE
WELD COUNTY GARAGE :WELD COUNTY GARAGE - TRUCK CITY SERVICE CENTER
WESTERN COMFORT SYSTEMS INC 'WESTERN COMFORT SYSTEMS INC
WELD COUNTY GARAGE "WELD COUNTY GARAGE
NORTH STAR REFRIGERATION NORTH STAR REFRIGERATION
'ERIE AUTO SALVAGE ERIE AUTO SALVAGE
AMERICAN AIR HEATING & NC INC 'AMERICAN AIR HEATING & A/C INC
B & G EQUIPMENT INC B & G EQUIPMENT INC
CMS MECHANICAL SERVICES .CMS MECHANICAL SERVICES
AFFORDABLE HEATING & NC -AFFORDABLE HEATING & NC 'LEMONS HEATING & COOLING ,LEMON'S HEATING & COOLING
KODAK ALARIS COLORADO 'KODAK ALARIS COLORADO (BLDG #C-28)
HIGHLAND HEAT & AIR INC HIGHLAND HEAT & AIR INC
HAYS MARKET INC HAYS MARKET INC
•TRI STAR HEATING & AIR LLC "TRI STAR HEATING & AIR LLC
AT YOUR SVC HEATING & NC AT YOUR SVC HEATING & NC
'LIGHTEN UP HEATING & PLUMBING. LLC LIGHTEN UP ELECTRIC & PLUMBING. LLC
DDA HEATING & AIR DDA HEATING & AIR
INNOVATIVE HVAC SYSTEMS INC INNOVATIVE HVAC SYSTEMS INC
FACILITY MAINTENANCE BY DESIGN 'FACILITY MAINTENANCE BY DESIGN 1
'DNI HEATING. NC & REFRIGERATION ONI �HEATING AC REFRIGERATN 1
I
'UNIVERSITY OF NORTHERN COLD 'UNC - WEST CAMPUS RESIDENCE HALL
'UNIVERSITY OF NORTHERN COLO 'UNC - HOLMES DINING HALL WEST CAMPUS 1
WELD COUNTY HEALTH DEPT WELD COUNTY HEALTH DEPT
'WELD COUNTY SCHOOL DIST #6 MAPLEWOOD SCHOOL
WELD COUNTY SCHOOL DIST #6 'JEFFERSON SCHOOL r
WELD COUNTY SCHOOL DIST #6 'JACKSON SCHOOL
WELD COUNTY SCHOOL DIST #6 NORTHRIDGE HIGH SCHOOL
WELD COUNTY SCHOOL DIST #6 GREELEY CENTRAL HIGH SCHOOL
ARMIJO CUSTOM HEATING 8 AIR ARMIJO CUSTOM HEATING & AIR
'HEARTLAND MECHANICAL HEARTLAND MECHANICAL
,ROCKY MOUNTAIN SCIENTIFIC INSTRUMENT ROCKY MOUNTAIN SCIENTIFIC INSTRUMENT
WILTS EUROPEAN MOTORS WILE'S EUROPEAN MOTORS INC
CITY OF GREELEY CITY HALL
'COLORADO TRACTOR CORP 'COLORADO TRACTOR CORPORATION
GREELEY TRIBUNE GREELEY TRIBUNE
Attachment B-3
CFC Inspection List
FY18 BUDGET
m
E
2
5
W
V
co
t
y..
F
d
V
a.
0
d
E
CC
0.
m
C
c
O
C.)
V
d
do ver?
Project Manager Activity/Task Budgeted Number of Hours per Total Hourly Total ili_,a,,i _ Hours Rataik
0
wroo
oo 0
v)
ai
641
0
0
ri
4
I $10,543 50
I $17,523.30
$4,600.80
$5,559.30
((a o 0
vii CO
CV 00 V
6
in
rn
0
00
ri
m
V. Vam
(0
ri
h
CO
0
7
en
91 $63.90 $5,814.90
42,33 I 428 1 15110,747.70
fom
ririciririri
6969696969
00)
00)
a0)
a0)
00) rn
ri
ups
2 $63.90
2.5 $63.90
$12.00
$63.90
w
riei
690
rn
N
N
S
O
0
O
P7
CO
M
0
co
0
36
co
co
C CO
N
NCO N
O
Hours
N
Y
m
I--
Tasks
Tasks
CO
Y
m
H
(/1
Y
CO
F
Tasks
Tasks
(n
en N N
Y Y •
en m m E
H H coN
Hours
Hours
Title V Source Inspections
Syn Minor Source Inspections
Minor Source Inspections
Complaint Investigation'
Open Burning Permits"
Professional Training Activities
Task 1: Maintenance of Weld County Tower Site (Ozone,
Carbon Monoxide & Met)
Task 2: Trainin
Task 1: Maintenance of Platteville Air Toxics Site
Operation & Maintenance of PM10 Hi -Vol Monitors
Operation & Maintenance of PM2.5 GRIMM Monitor
Operation & Maintenance of PM2.5 FRM Monitors
:Operation & Maintenance of PM2.5 Speciation Monitors
CFC Activities
i
Jnaaeo cens are rormu/a driven - Do Not overwrite.
Hello