Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAbout110722 AIR RESOURCE SPECIALISTS - CONTRACT - AGREEMENT MISC - AIR RESOURCE SPECIALISTSPP 13 S- Ijj-
13(-z(� 15ol-I
SERVICES AGREEMENT
THIS AGREEMENT made and entered into the day and year set forth below by and
between THE CITY OF FORT COLLINS, COLORADO, a Municipal Corporation, hereinafter
referred to as the "City" and Air Resource Specialists, Inc., hereinafter referred to as "Service
Provider".
WITNESSETH:
In consideration of the mutual covenants and obligations herein expressed, it is agreed
by and between the parties hereto as follows:
1. Scope of Services. The Service Provider agrees to provide services in
accordance with the scope of services attached hereto as Exhibit "A", consisting of three (3)
pages and incorporated herein by this reference.
2. Time of Commencement and Completion of Services The services to be
performed pursuant to this Agreement shall be initiated within five (5) days following execution
of this Agreement. Services shall be completed no later than May 1, 2014. Time is of the
essence. Any extensions of the time limit set forth above must be agreed upon in a writing
signed by the parties.
3. Contract Period. This Agreement shall commence upon the date of execution
shown on the signature page of this Agreement and shall continue in full force and effect for one
(1) year, unless sooner terminated as herein provided. In addition, at the option of the City, the
Agreement may be extended for an additional period of one (1) year at the rates provided with
written notice to the Professional mailed no later than ninety (90) days prior to contract end.
4. Delay. If either party is prevented in whole or in part from performing its
obligations by unforeseeable causes beyond its reasonable control and without its fault or
negligence, then the party so prevented shall be excused from whatever performance is
prevented by such cause. To the extent that the performance is actually prevented, the Service
Provider must provide written notice to the City of such condition within fifteen (15) days from
Services Agreement
Page 1 of 8
The air monitoring data, results, and final report is Confidential and the City shall have exclusive
ownership of all work products including data, results, and reports.
Period of Performance
The period of performance for this work is October 10, 2013 —April 1, 2014. Key project milestones
include:
1. Submit Air Monitoring Plan
2. Conduct air monitoring
3. Submit raw and validated data
3. Submit Data Analysis Report
Please submit proposal by Oct. 5, 2013 S:OOpm to:
E-mail: purchasing@fcgov.com
Mail: City of Fort Collins Purchasing Division
215 N. Mason St., 2nd Floor
Fort Collins, CO 80522
c/o Gerry Paul
Oct. 15, 2013
Oct. 15, 2013 —Jan. 15, 2014
April 1, 2014
April 1, 2014
Questions concerning the scope of the project should be directed to Melissa Hovey at (970) 221-6813 or
mhovey@fcgov.com
No Resource
4a5pecialists, Inc.
October 15, 2013
ATTACHMENT B
City of Fort Collins Purchasing Division
Attn: Gerry Paul
215 N. Mason Street, 2nd Floor
Fort Collins, CO 80522
1901 Sharp Point Drive
Suite E
Fort Collins, Colorado 80525
970-484-7941
FAX: 970484-3423
Re: Proposal for Air Monitoring Services for Background Evaluation of Air Quality in
Northeast Fort Collins
Dear Gerry:
Air Resource Specialists, Inc (ARS) is pleased to provide this proposal to support efforts
of the City of Fort Collins to characterize air quality data in northeast Fort Collins in and around
existing oil and gas operations. For over 30 years, ARS has provided dedicated ambient air
quality, meteorology, and visibility monitoring and analysis support to federal, state, local, and
tribal governments and private industry, and we currently operate over 100 monitoring stations
throughout the country. ARS has extensive experience and knowledge with various air quality
monitoring technologies and methodologies, including data collection, storage, handling,
verification, validation, and reporting of ambient air quality data.
ARS is uniquely qualified to provide efficient and cost effective services for this short-
term study. Installation of monitoring equipment can be expedited with minimal travel costs, as
ARS headquarters are located in Fort Collins, in close proximity to the proposed monitoring
sites. ARS also has experience collecting and reporting similar air quality parameters in and
around oil and gas operations in Colorado for the Garfield County Department of Health and
Environment, under a contract with the Colorado Department of Health and Environment.
Additionally, as a cost saving measure, ARS is in a position to offer all services proposed here
using lease -based agreements, which does not necessitate a capital investment in monitoring
equipment by the City of Fort Collins. The proposed effort to support this project is separated
into the following tasks:
Task 1: Develop an Air Monitoring Plan
Task 2: Equipment Procurement, Installation, and Operation
Task 3: Ambient Air Monitoring and Analysis
Task 4: Data Analysis and Final Report
Proposed work for these tasks is described in more detail below.
Task 1: Develop and Air Monitoring Plan
ARS will work with City staff to develop a monitoring plan for this work which will
include:
• Site locations and rationale for site selection for three (3) monitoring locations in and
around northeast Fort Collins oil and gas operations, in addition to two (2) sites in
downtown Fort Collins at locations to be determined. A map of preliminary proposed
monitoring locations near oil and gas operations are presented in Figure I. Final site
locations will be selected in consultation with City staff.
• A description of proposed instrumentation and methodology, including quality
assurance considerations.
• A description of proposed data analysis techniques, including the identification of
identification of key issues to be addressed by this short term monitoring study.
Figure 1. Map Depicting Preliminary Proposed Monitoring Site Locations Near Oil and Gas
Operations in Northeast Fort Collins.
2
Task 2: Equipment Procurement, Installation and Operation
ARS proposes to install equipment to monitor continuous (hourly) values of hydrogen
sulfide (1-I2S), meteorological parameters, including wind speed and wind direction, and VOC
parameters for five (5) discreet 24-hour periods. Equipment will be installed at four (4) sites as
described below:
'['we (2) stations (Site #1 and Site #3 as depicted in Figure 1) equipped to
continuously monitor meteorology (inducing wind speed and wind direction) and
H,S, with collocated VOC sample configurations.
• One (1) station equipped to continuously monitor HzS (Site 42 as depicted in
Figure 1).
Two (2) stations with VOC sample configuration (locations to be determined in
downtown Fort Collins).
Hydrogen sulfide will be will be monitored to address citizen concerns about these
concentrations, and meteorological parameters will be monitored along with HzS to better
understand the local conditions and transport of air pollutants. These parameters will be
monitored using equipment provided by the City, as per a lease agreement with Denbury
Resources, Inc. ARS previously procured and assembled these monitoring stations for Denbury,
and currently houses equipment at ARS offices in Fort Collins. The equipment was designed to
be rugged, reliable, and equipped with Environmental Protection Agency (EPA) prevention of
significant deterioration (PSD) grade meteorological sensors. ARS will deploy and configure this
equipment to collect continuous hourly HZS and meteorological measurements remotely.
Equipment will run on solar power, and data will be remotely accessible via cellular telephone.
Figure 2 presents a photograph of the one of the Denbury stations currently housed at ARS. Note
that ARS will not be responsible for equipment security or safety considerations.
t,
Figure 2. Denbu y Hydrogen Sulfide and Meteorolgical Monitoring Station.
ARS will also facilitate the collection and analysis of twenty (20) 24-hour integrated
volatile organic compound (VOC) samples which will include five (5) events at each of four (4)
sites, using SUMMA© canister samplers, and up to four (4) collocated and/or field Blank
samples. Evacuated canister will be collocated with HzS and meteorological sampling at Site 41
and Site #3, as pictured in Figure 1. Canisters will be fitted with flow control devices, which will
be triggered manually on -site by City staff for desired sample events. City staff will ship
canisters and associated chain of custody documentation to the contracted laboratory for
subsequent analysis, where a suite of VOC parameters will be analyzed to include:
• BTEX compounds, which consist of benzene, toluene, ethyl -benzene and xylenes.
These are parameters of interest because they are part of a subset of VOC compounds
designated by the EPA as hazardous air pollutants (HAPs).
• Light alkanes, including ethane, propane, iso/n-butane and iso/n-pentane, which are
primary components of natural gas and gasoline vapors. These compounds are not
4
considered HAPs, but in large concentrations can contribute to odor issues and have
potential to contribute to ozone formation.
• Methane (CHA which is not considered a HAP, but is associated with oil and gas
development, and of interest because of it's potential as a greenhouse gas.
ARS proposes to subcontract laboratory analysis of VOC compounds to the Eastern
Research Group, Inc. (ERG) laboratories. ARS has previous experience working with this
laboratory, and ERG currently performs similar VOC analysis for data in and around oil and gas
development in Garfield County, Colorado, and also for data across the country as part of the
larger BPA Urban Air Toxics Monitoring Program (UATMP) and National Air Toxics Trends
Station (NATTS) Networks.
Task 3: Ambient Air Monitoring and Analysis
ARS will manage all VOC media, data acquisition, and data management functions for
the 90-day monitoring period, as noted below:
• Prior to final site placement, ARS will obtain representative meteorological data from
a nearby site and generate seasonal wind roses to advise final site location selection.
For continuous parameters, ARS will remotely collect data via a cellular modem
daily, and manually screen data for instrument performance issues each business day
for the 90-day operational period. If any data inconsistences or suspected instrument
issues are noted during data review, ARS will assess necessary corrective actions and
notify City staff. Note that this proposal does not include contingencies for
emergency repairs, and any remedial action requested will be proposed separately.
• For VOC sampling and analysis, ARS will coordinate transfer of SUMMA© canisters
between the monitoring sites and the contracted laboratory. ARS will contract with
ERG laboratories to provide canisters and sample analysis. Note that canister
sampling will be manually triggered for the five (5) sampling events at four (4)
separate sites, and it is assumed that City staff will provide personnel for initial
deployment of the evacuated canisters, and for retrieval and shipping of canisters
after the sampling periods.
Task 4: Data Analvsis and Final Report
ARS will provide a brief written data summary report and associated digital data files
summarizing methods and data for this study. Data analysis provided in the report will include:
• Final validated data and concentrations for each measured pollutant, provided in both
report tables and in separate digital files.
Time series plots including meteorology, H,S, and VOCs.
• Wind roses for the entire period and weighted wind roses for high and low HZS and
VOC periods. Weighted wind rose plots are a useful tool in examining potential
regional influences to parameters measured at the sites.
5
Note that, while the proposed work does not directly consider potential health impacts of
monitored parameters, these data will provide a preliminary assessment for other investigators to
make a health impact assessment. For this analysis, per direction by City staff, ARS can report
concentrations using requested metrics that may be comparable to risk analysis thresholds (e.g.,
EPA defined risk -based screening thresholds for air toxics).
Schedule and Deliverables
The proposed schedule for this project, including services and the proposed timetable, is
presented in Table I .
Table I
Proposed Service Deliverables and Schedule
October 21, 2013 —April 1, 2014
Air Monitoring Plan October 21, 2013
- Contents of plan will be developed in consultation with City
staff.
- Plan will include final proposed site locations, methodologies
and rationale.
Procure Prepare and Install Air Quality Monitoring October 28-31, 2013
Equipment, to Include:
- Meteorology at two (2) locations
- H,S at three (3) locations
- 24-1-lour integrated VOC samples at four (4) locations
3 Conduct Air Monitoring and Analysis November I, 2013 -
Prepare wind roses prior to site selection using existing
meteorological data. January 31, 2014
Collect data remotely on a daily basis.
Coordinate transfer of canister samples between sites and
laboratory.
4 Final Data Analysis Report April I, 2014
Report will include brief data summaries, including timelines
and wind roses.
Hard copies will be submitted, along with an electronic version
and corresponding digital data files.
Cost Estimate
Table 2 presents estimated costs by task for the scope of work proposed here. ARS
proposes to perform this work under separate contracts with the City of Fort Collins and
Memorial Resource Development LLC, with anticipated allocation from funding sources listed
in Table 3. Note that for reference. costs expected to be incurred by the City of Fort Collins
through a separate equipment lease agreement with Denbury Resources, Inc. are also listed in the
tables below.
Table 2
Proposed Costs by Task
Develop and Air Monitoring Plan
- Includes labor from technical writer (20 hours) and admin.
assistant (4 hours) $2,330
2 Equipment Procurement, Installation and Operation
- Includes labor for two (2) field technicians for two (2) days
each $4,019
3 Ambient Air Monitoring and Analysis
preliminary assessment of existing wind. regimes for final site
selection (8 hours) $572
Daily data collection and screening for continuous data,
coordination of sample transfers for VOC data (2.5
hours/week) $2,146
Laboratory costs (4 sites, 5 samples each plus 2 blanks)
BTEX, light hydrocarbons and methane suite $10,636
4 Data Analysis and Final Report
- Includes labor from technical writer (32 hours) and $3,297
administrative assistant (8 hours)
Total ARS Costs $23,000
Lease Agreement between City of Fort Collins and Denburry
$1000/month for 3-months (includes HzS monitoring
equipment for 3 stations, with collocated meteorology at 2 of
the stations)* $3,000
Total Project Costs $26,000
7
Total anticipated project funding sources, including the separate City of Fort Collins
lease agreement through Denbury, are listed in "fable 3. Note that all ARS costs will be billed as
time and materials, not to exceed these proposed cost estimates.
Table 3
Anticipated Funding Sources by Agency
City of Fort Collins Air Resource Specialists, Inc. $10,000
City of Fort Collins Denbury Resources, Inc $3,000
Memorial Development LLC Air Resource Specialists, Inc. $13,000
Total Project Costs: $26,000
*Addressed in a separate lease agreement between the City of Fort Collins and Denburry.
ARS appreciates the opportunity to present this proposal to the City of Fort Collins and to
Memorial Resource Development LLC. Please contact me if you have any questions or need
additional information.
Sincerely,
� �9 -- 9/- 4
Cassie Archuleta,, Project Scientist
crchuleta eyair-resource.com
M
EXHIBIT C
INSURANCE REQUIREMENTS
The Service Provider will provide, from insurance companies acceptable to the City, the
insurance coverage designated hereinafter and pay all costs. Before commencing work
under this bid, the Service Provider shall furnish the City with certificates of insurance
showing the type, amount, class of operations covered, effective dates and date of
expiration of policies, and containing substantially the following statement:
"The insurance evidenced by this Certificate will not be cancelled or materially
altered, except after ten (10) days written notice has been received by the City of Fort
Collins."
In case of the breach of any provision of the Insurance Requirements, the City, at its
option, may take out and maintain, at the expense of the Service Provider, such
insurance as the City may deem proper and may deduct the cost of such insurance from
any monies which may be due or become due the Service Provider under this
Agreement. The City, its officers, agents and employees shall be named as additional
insureds on the Service Provider's general liability and automobile liability insurance
policies for any claims arising out of work performed under this Agreement.
2. Insurance coverages shall be as follows:
A. Workers' Compensation & Employer's Liability. The Service Provider shall
maintain during the life of this Agreement for all of the Service Provider's
employees engaged in work performed under this agreement:
Workers' Compensation insurance with statutory limits as required by
Colorado law.
2. Employer's Liability insurance with limits of $100,000 per accident,
$500,000 disease aggregate, and $100,000 disease each employee.
B. Commercial General & Vehicle Liability. The Service Provider shall maintain
during the life of this Agreement such commercial general liability and automobile
liability insurance as will provide coverage for damage claims of personal injury,
including accidental death, as well as for claims for property damage, which may
arise directly or indirectly from the performance of work under this Agreement.
Coverage for property damage shall be on a "broad form" basis. The amount of
insurance for each coverage, Commercial General and Vehicle, shall not be less
than $500,000 combined single limits for bodily injury and property damage.
In the event any work is performed by a subcontractor, the Service Provider shall
be responsible for any liability directly or indirectly arising out of the work
performed under this Agreement by a subcontractor, which liability is not covered
by the subcontractor's insurance.
Services Agreement
Page 8 of 8
the onset of such condition.
5. Early Termination by City/Notice. Notwithstanding the time periods contained
herein, the City may terminate this Agreement at any time without cause by providing written
notice of termination to the Service Provider. Such notice shall be delivered at least fifteen (15)
days prior to the termination date contained in said notice unless otherwise agreed in writing by
the parties. All notices provided under this Agreement shall be effective when mailed, postage
prepaid and sent to the following addresses:
City:
Copy to:
Service Provider:
City of Fort Collins
City of Fort Collins
Air Resource Specialists, Inc.
Attn: Purchasing — Gerry Paul
Attn: Environmental Services
Attn: Joe Adloch
PO Box 580
Dept. — Melissa Hovey
1901 Sharp Point Drive Ste.E
Fort Collins, CO 80522
PO Box 580
Fort Collins, CO 80525
Fort Collins, CO 80522
In the event of early termination by the City, the Service Provider shall be paid for services
rendered to the date of termination, subject only to the satisfactory performance of the Service
Provider's obligations under this Agreement. Such payment shall be the Service Provider's sole
right and remedy for such termination.
6. Contract Sum. The City shall pay the Service Provider for the performance of this
Contract, subject to additions and deletions provided herein, ten thousand dollars ($10,000) as
per the attached Exhibit "B — Proposal for Air Monitoring Services - Table 3", consisting of eight
pages, and incorporated herein by this reference.
7. City Representative. The City will designate, prior to commencement of the
work, its representative who shall make, within the scope of his or her authority, all necessary
and proper decisions with reference to the services provided under this agreement. All requests
concerning this agreement shall be directed to the City Representative.
8. Independent Service provider. The services to be performed by Service Provider
are those of an independent service provider and not of an employee of the City of Fort Collins.
The City shall not be responsible for withholding any portion of Service Provider's compensation
Services Agreement
Page 2 of 8
hereunder for the payment of FICA, Workmen's Compensation or other taxes or benefits or for
any other purpose.
9. Personal Services. It is understood that the City enters into the Agreement
based on the special abilities of the Service Provider and that this Agreement shall be
considered as an agreement for personal services. Accordingly, the Service Provider shall
neither assign any responsibilities nor delegate any duties arising under the Agreement without
the prior written consent of the City.
10. Acceptance Not Waiver. The City's approval or acceptance of, or payment for
any of the services shall not be construed to operate as a waiver of any rights or benefits
provided to the City under this Agreement or cause of action arising out of performance of this
Agreement.
11. Warranty.
a. Service Provider warrants that all work performed hereunder shall be
performed with the highest degree of competence and care in accordance with accepted
standards for work of a similar nature.
b. Unless otherwise provided in the Agreement, all materials and equipment
incorporated into any work shall be new and, where not specified, of the most suitable grade of
their respective kinds for their intended use, and all workmanship shall be acceptable to City.
C. Service Provider warrants all equipment, materials, labor and other work,
provided under this Agreement, except City -furnished materials, equipment and labor, against
defects and nonconformances in design, materials and workmanship/workwomanship for a
period beginning with the start of the work and ending twelve (12) months from and after final
acceptance under the Agreement, regardless whether the same were furnished or performed by
Service Provider or by any of its subcontractors of any tier. Upon receipt of written notice from
City of any such defect or nonconformances, the affected item or part thereof shall be
redesigned, repaired or replaced by Service Provider in a manner and at a time acceptable to
Services Agreement
Page 3 of 8
City.
12. Default. Each and every term and condition hereof shall be deemed to be a
material element of this Agreement. In the event either party should fail or refuse to perform
according to the terms of this agreement, such party may be declared in default thereof.
13. Remedies. In the event a party has been declared in default, such defaulting
party shall be allowed a period of ten (10) days within which to cure said default. In the event
the default remains uncorrected, the party declaring default may elect to (a) terminate the
Agreement and seek damages, (b) treat the Agreement as continuing and require specific
performance; or (c) avail himself of any other remedy at law or equity. If the non -defaulting party
commences legal or equitable actions against the defaulting party, the defaulting party shall be
liable to the non -defaulting party for the non -defaulting party's reasonable attorney fees and
costs incurred because of the default.
14. Binding Effect. This writing, together with the exhibits hereto, constitutes the
entire agreement between the parties and shall be binding upon said parties, their officers,
employees, agents and assigns and shall inure to the benefit of the respective survivors, heirs,
personal representatives, successors and assigns of said parties.
15. Indemnity/Insurance.
a. The Service Provider agrees to indemnify and save harmless the City, its
officers, agents and employees against and from any and all actions, suits, claims, demands or
liability of any character whatsoever brought or asserted for injuries to or death of any person or
persons, or damages to property arising out of, result from or occurring in connection with the
performance of any service hereunder.
b. The Service Provider shall take all necessary precautions in performing the
work hereunder to prevent injury to persons and property.
c. Without limiting any of the Service Provider's obligations hereunder, the
Service Provider shall provide and maintain insurance coverage naming the City as an
Services Agreement
Page 4 of 8
additional insured under this Agreement of the type and with the limits specified within Exhibit C,
consisting of one (1) page, attached hereto and incorporated herein by this reference. The
Service Provider before commencing services hereunder, shall deliver to the City's Director of
Purchasing and Risk Management, P. O. Box 580 Fort Collins, Colorado 80522 one copy of a
certificate evidencing the insurance coverage required from an insurance company acceptable
to the City.
16. Entire Agreement. This Agreement, along with all Exhibits and other documents
incorporated herein, shall constitute the entire Agreement of the parties. Covenants or
representations not contained in this Agreement shall not be binding on the parties.
17. Law/Severability. The laws of the State of Colorado shall govern the construction
interpretation, execution and enforcement of this Agreement. In the event any provision of this
Agreement shall be held invalid or unenforceable by any court of competent jurisdiction, such
holding shall not invalidate or render unenforceable any other provision of this Agreement.
18. Prohibition Against Employing Illegal Aliens. Pursuant to Section 8-17.5-101,
C.R.S., et. seq., Service Provider represents and agrees that:
a. As of the date of this Agreement:
1. Service Provider does not knowingly employ or contract with an illegal
alien who will perform work under this Agreement; and
2. Service Provider will participate in either the e-Verify program created
in
Public Law 208, 104th Congress, as amended, and expanded in Public Law 156, 108th
Congress, as amended, administered by the United States Department of Homeland Security
(the "e-Verify Program") or the Department Program (the "Department Program"), an
employment verification program established pursuant to Section 8-17.5-102(5)(c) C.R.S. in
order to confirm the employment eligibility of all newly hired employees to perform work under
this Agreement.
Services Agreement
Page 5 of 8
b. Service Provider shall not knowingly employ or contract with an illegal alien to
perform work under this Agreement or knowingly enter into a contract with a subcontractor that
knowingly employs or contracts with an illegal alien to perform work under this Agreement.
c. Service Provider is prohibited from using the e-Verify Program or Department
Program procedures to undertake pre -employment screening of job applicants while this
Agreement is being performed.
d. If Service Provider obtains actual knowledge that a subcontractor performing
work under this Agreement knowingly employs or contracts with an illegal alien, Service
Provider shall:
1. Notify such subcontractor and the City within three days that Service Provider
has actual knowledge that the subcontractor is employing or contracting with an illegal alien;
and
2. Terminate the subcontract with the subcontractor if within three days of
receiving the notice required pursuant to this section the subcontractor does not cease
employing or contracting with the illegal alien; except that Service Provider shall not terminate
the contract with the subcontractor if during such three days the subcontractor provides
information to establish that the subcontractor has not knowingly employed or contracted with
an illegal alien.
e. Service Provider shall comply with any reasonable request by the Colorado
Department of Labor and Employment (the "Department') made in the course of an
investigation that the Department undertakes or is undertaking pursuant to the authority
established in Subsection 8-17.5-102 (5), C.R.S.
f. If Service Provider violates any provision of this Agreement pertaining to the
duties imposed by Subsection 8-17.5-102, C.R.S. the City may terminate this Agreement. If this
Agreement is so terminated, Service Provider shall be liable for actual and consequential
damages to the City arising out of Service Provider's violation of Subsection 8-17.5-102, C.R.S.
Services Agreement
Page 6 of 8
g. The City will notify the Office of the Secretary of State if Service Provider
violates this provision of this Agreement and the City terminates the Agreement for such breach.
C
I
Director of Purchasing and Risk Management
Date: 1° 3m l3
By:��
-os4-�L �a����,
PRINT NAME
Pr2si C �-Wk
CORPORATE PRESIDENT OR VICE PRESIDENT
Date: io ( --�o (13
Services Agreement
Page 7 of 8
ATTACHMENT A
REQUEST FOR PROPOSAL
AIR MONITORING SERVICES FOR
BACKGROUND EVALUATION OF AIR QUALITY IN NORTHEAST FORT COLLINS
SCOPE OF WORK
The City of Fort Collins (City) is requesting a proposal from Air Resource Specialists, Inc. (ARS) to perform
air monitoring services as outlined in this scope of work.
Background
The City of Fort Collins will be engaging in an air monitoring assessment project in the nearfuture. The
purpose of this air monitoring is to collect background air quality data in northeast Fort Collins in and
around existing oil and gas operations. The citizens of Fort Collins have expressed concern over air
emissions from oil and gas in general and have made many inquiries regarding emissions from current
operations with the City limits. City Council has also asked staff on several occasions to provide
information on current air quality conditions and pollutants of concern in the area of existing oil and gas
operations.
In response to Council requests and citizen inquiries, staff in the Environmental Services Department is
designing a background air quality assessment forthe northeast Fort Collins area. The air monitoring
project is intended to provide Council and citizens with a better understanding of current air quality
conditions in the vicinity of existing oil and gas operations and will:
• Provide a limited scope of air quality data to be used to generally define background air quality
conditions in NE Fort Collins,
• Demonstrate to Council and citizens that staff is being responsive to questions regarding the
current status of air quality in the neighborhoods surrounding existing oil and gas operations,
• Provide data that is more robust than "snapshot' sampling with handheld instruments, by
including meteorological monitoring, instrumentation that is capable of longer term or
continuous monitoring, a monitoring network that can simultaneously measure in several
locations, and professionally developed monitoring plan and data report that include quality
assurance and quality control procedures,
• Collect data on air pollutants typically associated with oil and gas development including
hydrogen sulfide and some volatile organic compounds.
Tasks
1. Develop on Air Monitoring Plan
ARS will work with staff to develop an air monitoring plan that includes criteria for sampling and
monitoring site location, methodologies for sampling and analyzing pollutants of concern, and methods
for data analysis and reporting. City staff will provide an outline for the monitoring plan.
2. Equipment Procurement, Installation, and Operation
ARS will procure, install, and operate the following air monitoring equipment:
• Meteorological monitoring equipment co -located with the hydrogen sulfide monitoring
equipment that includes at a minimum, wind speed and wind direction measurements
• 20 Summa© canisters -6 liter (1 field blank, 1 trip blank, 8 field samples)
• Flow controllers for 24-hour time integrated samples
Under separate agreement, the City will lease three continuous hydrogen sulfide air monitoring stations
from Denberry, Inc., which will be installed and operated by ARS.
3. Ambient Air Monitoring and Analysis
ARS will conduct air monitoring and arrange for analysis of samples as follows:
• Conduct continuous monitoring of hydrogen sulfide and meteorological parameters at three
locations for a 90 day period
Deployment of evacuated canisters for five events during the 90 day period; 2 canisters
operating simultaneously for each event at a location upwind and downwind of existing oil and
gas operations and 2 canisters located at sites within the city of Fort Collins. ARS will deploy
field and trip blanks in accordance with standard quality control procedures.
Analysis of SUMMA canister samples with a local laboratory if possible, and using the following
methods:
o Method TO-15 (or other method recommended by laboratory) for VOCs with a limited
target list to include BTEX compounds (i.e. benzene, toluene, ethylbenzene, m,p-Xylene,
o-Xylene) as a cost savings measure
o ASTM D1946 for methane and fixed gases (02, N, CO, and CO2) with a modified target
list to include some light hydrocarbons (i.e. ethane, propane)
• Obtain meteorological data from CSU, City of Fort Collins, or other relevant sources and
generate seasonal wind roses to assist in final site location selection.
4. Data, Analysis, and Final Report
ARS will provide all raw and validated data in electronic format to the City. ARS will also provide a
written report summarizing the monitoring and sampling results. The report will include the following:
• weighted wind roses for the entire monitoring period, and for the specific days when SUMMA
canister samples were collected, and for other key events such as "spikes" in HzS observations
or known relevant industrial activity in the area.
• final validated data and concentrations for each pollutant in comparable units for each
measured pollutant (i.e. ug/m3 or ppm),
• comparison of results, in table format, to ambient air quality standards (if available)
• comparison of results, in table format, to available thresholds from EPA (risk factors for acute
and chronic exposures in the EPA IRIS database), Agency for Toxic Substances and Disease
Registry, National Institute for Occupational Safety and Health, Occupational Safety and Health
Administration, California Air Resources Board, and American Conference of Governmental
Industrial Hygienists.