HomeMy WebLinkAboutC07-275 CDPHEJ C T 2 9 2007 -ni !J 7° HUMAN29SERVICES STATE OF COLORADO Sip Flitter, Jr., Governor Jams S. Martin, Exemtive ®'trector Dedicated to protecfing and anpromg the health and environment of the people of Colorado W1 - 4300 Cherry Creek Dr. S. Laboratory Services Division * t Denver, Colarado 80246-1530 8100 Lowry Blvd. * 1e�s Phone (303) 692-2WO Denver, Colorado 802+30- TDD Line (303) 691-7700 (303) 692-3090 Located in Glendale, Colorado tft://Www.cdphe.slate.co.us October 25, 2007 Jill Hunsaker Eagle County Health & Human Services 551 Broadway Eagle, Colorado 81631 Dear Ms. Hunsaker: Colorado Department oaf PnblicHe" and Emkonment Enclosed is the fully executed WIC Contract for the period October 1, 2007 — September 30, 2008. If you have questions, please call me (303) 692-2457 or email Robert.robinson(kstate.co.us. Sincerely, Robert Robinson WIC Fiscal Officer db Enclosure J:\WICCommon\Rob\WIC Contract 10.01.07 9.30.08.doc DEPARTMENT OP PUBLIC MALTHAND ENVIRON DENT ROUTING NO. 08 FLA WHI APPROVED T'ASH ORDER CON'PRACT - WAIVER N 1% TUsTask Osderanaattisinuedpursuant toM"UrConuaetmademOVnl2007 with srATE Mud°B nMdWr0IFAAW0u State of Colorado for the use & benefit of the Depaz=ent of Public Ffealth and Environment PSD WIC 4300 CberryCreekDrive South Deaver, Colorado 80127 TASK CRDERMADE DATE: August 20, 2007 PUSC EbXXSABRAI XZ NUMBER: POFI AVI0800442 TERM This Task Order shall be effective upon approval by the State Controller, or designee, or on 10/01/2007 whichever is later. The Task Order shall end on 09/30/2008. PRICE S UMURE: Cost PR0aMzMENr uEnioD Exempt BM/RPP/I]STMCI AGREE1APTNUMBER: Not Applicable LAWSPEaMD VENDMSTAWM: Not Applicable CONIRACDOR Board of County Commissioners of Eagle County 500 Broadway Eagle, Colorado 81631, for the use and benefit of the Eagle County Healtb & Human Services 551 Broadway Eagle, Colorado 91631 0MCMUCRENTITYTYPE: Colorado Political Subdivision CMIMAarCR FEIN Cut soaAL SEaMTY NUMBER: 846000762 L ERUM STATEMENTS RECEIVED Monthly Contract Reimbursement Statement sTATtRORYA1J1mown. N/A aw ACrPRtCENOTToExEm. $147,748.00 FEDEML IUMINo` $147,748.00 STATEFtrc=DCU_M : $ MAXMAMAUDUNrAVAn ME PER PTSCALYEAR: FY08: $110,811 FY 09: $ 36,937 FY 10: $ FY 11: $ FY 12: $ STATE REPRESENTATIVE: 00Nnv.0 RRMMESENTAMVE: Robert Robinson j>7l i htnsalner of Public Health and Enviroamem PSD WIC 4300 Cherry Qeek Drive South Denver, CO 80127 SCOPE CP WCKL- Administration of a component of the WIC Program within an approved service area Service includes, but is not limited to, nutrition education and the provision of certain attritional foods to falls below W�� wow' and cluldren under five (5) years of age, whose iurcome specified levels and have an ideatiifiable attrition risk factor as described in 7 CFR, Part 246, and the Stare's Wrr.. P..,o..,.,, D�,...e.t..— -LR ---, ' Page 1 of 4 CC`) - G9,7 S -�u EXHIBITS: The following exhibits are hereby incorporated: Exhibit A - Additional Provisions (and its attachments if any — e.g., A-1, A-2, etc.) Exhibit B - Statement of Work and Budget (and its attachments if any — e.g., B-1, B-2, etc.) Exhibit C - Limited Amendment Template for Task Orders 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. 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 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; 5) the Page 2 of 4 Additional Provisions -_Exhibit A. and its attachments if included, to this Task order Contract; 4) the SeopeJStatement of Work - Exhibit B, and its attachments if included, to this Task order Contract; 6) other exlubits/attachnmts to this Task order Contract in their order of appearance, 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 warmer, all work item described in the Statement of Work and Budget, which are incorporated herein by this refereree, made a part hereof and attached hereto as "Exhibit B". 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 , delete or decrease the amount payable under this Task order Contract, or add tote from, and/or modify this Task order Contract's Statement of Work through a "Limited Amendment for Task orders" that is substantially similar to the sample form Limited Amendment that is incorporated herein by this reference and identified as Exhibb C. To be effective, this Limited Amendment must be signed by the State and the Contractor, and be approved by the State Controller or an authorized delegate thereof. Upon proper execution and approval, this Limited Amendment shall become a formal amendment to this Task order Contract. 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. 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 alluhnents or exhibits thereto, or the ScoPe/Statement of Wk - ose set forth in the RFP, ththe or Exhibit B, establishes or creates standards of performance greater than thoseContractor shall also meet those standards of performance under this Task order Contract. Page 3 of 4 IN WITNESS WMREOP, the State las executed this Task Older Contract as of the dayfirst rst above written. Contractor: Board of County Commissioners of Eagle County for the use and benefit of the Eagle County Health & Human Services Name ofCautrectngEatity �, - (0000 17 4o Social Security Number or FEIN Prim Nano & TYde ofAutborized ca GOVEIMMENTAL ENTITIES: STATE OF COLORADQ; B R, �- OR B9 For Fxecudve Dha*w DePartment of Pubtic Haim and Envh mnrew MENNEN MIMI (An attestatbn and seal are required) Attest (Seal) - (TovvNClty/County Cleric or Egrdv ) govaoment seal hero) ALL CONTRACTS MUST BE APPROVED BY TBE STATE CONTROLLE CRS 2430-202 requires that the State Controller appmve all state conhacts. This cont act is not valid until the Stabs Controller, or such assidun as he may delegate, has signed it The contractor is not authorized to begin pafomraoce unto the contract is signed and dated below if perfomww begins prior to the date below, the State of Colorado may not be obligated to pay Eor the goods "or services provided, ATE CONTROLLER: Leslie AL Sh elt BS' Date Page 4 of 4 EJMIT A ADDITIONAL PROVISIONS To Contract Dated 08/27/2007 - Contract Routing Number 08 FLA 00442 These provisions are to be read and interpreted in conjunction with the provisions of the contract specified above. 1. This contract contains federal fiends (see Catalog of Federal Domestic Assistance (CFDA) number 10.5570) 2. The United State Department of Agriculture ("USDA-), through its Food and Nutrition Service ("FNS') has awarded federal finds to the Colorado Department of Public Health and Environment to operate the Special Supplemental Nutrition Program for Women, Infants and Children, officially known as the "WIC" Program„ If the Agreement Award authorizes the State to pay all allowable and allocable expenses of a contractor as of the effective date of that agreement, 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 Contract. If the underlying agreement does not authorize the State to pay all allowable and allocable expenses of a contractor as of the effective date of that agreement, 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 Contract, with such effective date being the later of the date specified in this contract or the date the contract is signed by the State Controller or delegee. To receive compensation under this Contract, the Contractor shall submit a signed monthly, itemized Contract Reimbursement Statement (CRS) for administrative costs in accordance with the Fiscal Section of the State WIC Procedure Manual which has been made available to the contractor as of the effective date of this contract Administrative costs include allowable operational and administrative costs as specified in the 7 C.F.R., Part 246, as amended, which can be found at www. fns.usda aov/w ic/lawsandregul_ations and OMB Circular A-122, which can be found at www.whiWhouse-RO—V/Ojndb/ChrWars/al22/al22 2004 htmL as well as applicable rules and regulations of the State of Colorado. A sample CRS is attached hereto as Attachment A-1 and incorporated herein by this reference. The CRS must be submitted by the 20 day of the month following the end of the billing period for which services were rendered. Expenditures shall be in accordance with the Statement of Work attached hereto as Exhibit Band incorporated herein. The CRS shall: 1) reference this Contract by its contract routing number, which number is located on page one of this Contract; 2) state the applicable performance dates; 3) state the name, title and hours worked by payee; 4) describe the incurred expenditures if reimbursement is allowed and requested; and, 5) show the total requested payment. Payment during the initial, and any renewal or extension, term of this Contract shall be conditioned upon affirmation by the State that all services were rendered by the Contractor in accordance with the terms of this Contract. Invoice/Cost Reimbursement Statements shall be sent to: Robert Robinson Division of Prevention Services WIC Program Colorado Department of Public Health and Environment PSD -NS -A4 4300 Cherry Creek Drive South Denver, CO 80246 To be considered for payment, final billings under this Contract must be received by the State within a reasonable time after the expiration or termination of this Contract; but in no event no later than sixty (60) calendar days from the effective expiration or termination date of this Contract. Pagel of 2 Revised: 4/1/04 EXHIBIT A Unless otherwise provided for in this Contract, "Local Match" shall be included on all billing statements, in the column provided therefore, as required by the 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. 3. If this Contract is terminated prior to its expiration date, then the final payment to the Contractor may be withheld, at the discretion of the State, until a final audit has been completed. 4. Incorrect payments to the Contractor due to omission, error, fraud, defalcation, or for any other reason, shall be recovered from the Contractor by the State: by deduction from subsequent payments under this Contract or other contracts between the State and the Contractor, or, by the State as a debt due to the State. The State and the Federal government reserve the right to audit the Contractor's books and records for a period of six (6) years after this Contract expires or terminates in order to validate the allowableness of costs paid under this Contract. Any costs not allowable under the State of Colorado Procurement Code and Rules or, the State's WIC Program regulations shall be reimbursed by the Contractor, or offset against current obligations of the State to the Contractor, at the State's election. 5. Continued State financial reimbursement under this Contract is contingent upon the continued operation of the WIC Program as described in this Contract, and the Contractor's timely submission of all reports, data, or other documentation required under this Contract. 6. The participant level shall be negotiated between the State and Contractor based on the availability of food dollars and the average food package costs and shall be approved and documented in writing, and amended as needed. 7. 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. 8. Time Limit For Acceptance Of Deliverables. a. Evaluation Period The State shall have 60 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 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. 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 30 calendar days, to correct the noted deficiencies. If the Contractor fails to correct such deficiencies within 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. Page 2 oft Revised: 4/1/04 i E4 H rQ 5; O 6 0 O A 8 V I N A F H EXHIBIT B STATEMENT OF WORK To Contract Dated 08/27/2007 - Contract Routing Number 08 FLA 00442 These provisions are to be read and interpreted in conjunction with the provisions of the contract specified above. 1. The Contractor shall conduct and administer a component of the Special Supplemental Nutrition Program for Women, Infants and Children. Applicable regulations are contained at 7 C.F.R., Part 246, which can be found at www.fns.usda.go-v/wic/lawsandrem&tions. 2. The Contractor fully understands that the WIC Program is a project to supply specified nutritious foods and nutrition education to pregnant, lactating, and postpartum women and children under five (5) years of age who fall below those levels of income established by the United States Department of Health and Human Services (USDHHS) income poverty guidelines, which can be found at www.cdRhe.state.co.uWg&MclwicolqU&V, and, who have an identifiable nutrition risk factor as described in the applicable regulations and the State WIC Procedure Manual, which has been made available to the Contractor as of the effective date of this Contract. 3. The Contractor shall utilize the State's food delivery system, which system has been approved by the USDA Food and Nutrition Service ("FNS'l. 4. The Contractor shall insure the availability of those health services identified in the applicable Federal Regulations to participants up to the income level specified for the WIC Program: by providing those services in on-site clinics; or, by referring participants to State of Colorado licensed physicians or public or nonprofit agencies which will provide those services. 5. The Contractor shall protect the confidentiality of a recipient's identity by limiting access to the recipient's records to: the USDA, the General Accounting Office (GAO), State WIC officials, local WIC employees, the recipient's health care provider, programs with a formal information sharing agreement with the State's WIC Office and listed on the Participant's Rights and Obligations form, agencies with overlapping service areas, counties with Commodity Supplemental Food Programs to prevent dual participation, and auditors representing a federal, state, or local government. Access to records by other third parties must be accompanied by a release of information signed by the recipient. 6. The Contractor shall not discriminate on the basis of race, color, national origin, sex, age, or disability in rendering services to Program applicants or recipients as described at 7 C.F.R., Part 246.8, and the State WIC Procedure Manual. 7. The Contractor shall operate its WIC Program in accordance with FNS Instruction 113-2, "Title VI Civil Rights Compliance and Enforcement in the Special Supplemental Food Program for Women, Infants and Children and the Commodity Supplemental Food Program" issued March 14, 1980, which has been made available to the Contractor as of the effective date of this Contract. 8. The Contractor shall train and monitor those local retailers assigned by the State's WIC Program, and document in local agency files its activities with those local retailers as specified in the State WIC Procedure Manual. 9. The Contractor shall conduct and document nutrition education services as described in the applicable WIC Regulations, the State WIC Procedure Manual, and shall cooperate with the State's WIC Nutrition Consultant relative to the delivery of these services. The Contractor shall abide by the State's nutrition education plan or submit an annual nutrition education plan to the State's WIC Program which shall outline its objectives, activities, and methods of evaluation 10. The Contractor shall maintain appropriate staff, as defined in the "Local Staffing" section of the State WIC Procedure Manual to administer its WIC Program Pagel of3 Revised. 4/1/04 EXHIBIT B 11. The Contractor shall insure that the qualifications of personnel assigned by the Contractor to perform the services covered by this Contract shallbe available for review and approval by the State's WIC Program. 12. The Contractor shall insure that all of its WIC staff will complete: all required training by attending new employee training; and the WIC Certification Program within the time lines specified in the "Local Staffing" section of the State WIC Procedure Manual. 13. Subject to available finding from the State, the Contractor shall insure that all appropriate. personnel involved in its WIC Program attend regularly scheduled workshops sponsored by the State's WIC Program on administrative policies, procedures, and nutrition. 14. The Contractor shall operate its WIC Program in the manner described by the current version of the State WIC Procedure Manual, as amended, including but not limited to the Clinic Users Procedures, which manual has been made available to the Contractor as of the effective date of this Contract. 15. The Contractor shall be responsible for the security and accountability of negotiable food instruments and shall reimburse the State for any WIC Program funds which are misused or otherwise diverted due to negligence, fraud, theft, embezzlement, or any other loss caused by the Contractor, its employees, or agents. 16. The Contractor shall retain all financial records, supporting documents, statistical records, and all other records documenting the services provided by the Contractor under this Contract for a period of three and one half (3 %z) years after the expiration or termination of this Contract. The records described herein shall be available to the State at all reasonable times at the Contractor's general offices. If any litigation, claim, or audit is started before the expiration of the three and one half (3 %:) year period, then the records shall be retained until all litigation, claims, or audit findings involving the records have been resolved. 17. The Contractor shall obtain the prior written approval of the State before, and as a condition of, purchasing any equipment with WIC funds which costs One Hundred Dollars ($100.00) or more. If such approval is given by the State, and the equipment is purchased by the Contractor, then that equipment shall be the property of the State's WIC Program. A copy of the invoice for any equipment purchased under this Contract which costs One Hundred Dollars ($100.00) or more shall be submitted to the State by the Contractor with a request for reimbursement. No equipment purchased with WIC funds may be disposed of by the Contractor without the prior written approval of the State and the USDA. If requested by the State, the Contractor shall deliver all equipment purchased through this Contract to the State. The Contractor shall maintain an inventory of all equipment purchased under this Contract and shall verify that inventory on an annual basis. 18. The Contractor's claims for the reimbursement of all administrative costs shall be made in accordance with all applicable requirements imposed by the USDA, including but not limited to 7 C.F.R., Part 246, as amended, all applicable Office of Management and Budget (OMB) circulars, and the State's WIC policies, as amended 19. The Contractor shall keep on file and have available for review, audit, and evaluation: a. a copy of this Contract; b. information on the service area and financial eligibility standards used by the Contractor; c. complete and accurate participant records documenting nutrition risk, certification information of applicants, foods prescribed, nutrition care, counseling, and referrals provided under its WIC Program; d. a complete, accurate, and current accounting which documents all funds received and expended pursuant to this Contract; e. detailed inventory records including purchase date, acquisition cost, location, inventory number, and disposition information; f. complete and accurate retail records documenting training, monitoring, and those problems, if any, with each retailer, g. racial/edmic participation data; h. fair hearing information; and Page 2 of 3 Revised 4/1/04 EXMIT B i. participant abuse records. 20. The Contractor shall insure that no claim is submitted to the State for the reimbursement of those services which are already funded by other state or federal programs, or for costs which are not allowable. 21. The Contractor shall provide services to all WIC Program participants and employees in a smoke-free environment. In accordance with Public Law 103-227, also known as the Pro -Children Act of 1994, "smoke- free" shall mean that smoking is not permitted in any portion of any indoor facility owned, leased, or otherwise contracted for by the Contractor if that facility is routinely or regularly used for the provision of child care or health services to any child under the age of eighteen (18) when those services are fimded in whole or in part with Federal fiends. 22. The Contractor shall be responsible for the security of all WIC equipment in its control or possession and shall immediately report any loss or damage to that equipment to the State's WIC Office. The Contractor shall be liable for any loss or damage to that equipment which is caused by the negligence, abuse, or misuse of the equipment by the Contractor. 23. The Contractor shall not make any changes, additions, or otherwise alter in any way, the WIC computer software or its equipment without the prior written approval of the State's WIC Office. This clause also prohibits the Contractor from adding any unapproved software or, attaching any WIC computer equipment to any local area network system, or any Internet system 24. The Contractor shall abide by all security requirements which are specified in the State WIC Procedure Manual. 25. The Contractor certifies that it is in compliance with those regulations implementing Executive Order 12549, Debarment and Suspension, 7 C.F.R., Part 3017, Section 3017.510. The Contractor hereby certifies, by execution of this Contract, that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any Federal department or agency. 26. No State or other public funds payable under this Contract shall be used for the acquisition, operation or maintenance of computer software in violation of United States copyright laws or applicable licensing restrictions. The Contractor hereby certifies that, for the term of this Contract and any extensions, the Contractor has in place appropriate systems and controls to prevent such improper use of public funds. If the State determines that the Contractor is in violation of this paragraph, the State may exercise any remedy available at law or equity or under this Contract, including, without limitation, immediate termination of the Contract and any remedy consistent with United States copyright laws or applicable licensing restrictions. Page 3 of 3 Revised: 4/1/04 EDIT C . DEPARTMENT OR AGENCY NAME COLORADO DEPARTMENT OF PUBLIC HEALTH AND ENVIRONMENT (ADD PROGRAM NAME HERE) DEPARTMENT OR AGENCY NUMBER *** CONTRACT ROUTING NUMBER LIMITED AMENDMENT #* This Limited Amendment is made this **** day of *********, 200*. by and between the State of Colorado, acting by and through the DEPARTMENT OF PUBLIC HEALTH AND MIW ONMENT whose address or principal place of business is 4300 Cherry Creek Drive South, Denver, Colorado 80246 hereinafter referred to as the "State"; and, LEGAL NAME OF ENTITY (legal type of entity), whose address or principal place of business is Street Address, City. State & Zip Code, hereinafter referred to as the "Contractor". FACTUAL RECITALS The parties entered into a contract dated ******** ** ****, with contract encumbrance number PO *** and contract routing number ** *** *****. whereby the Contractor was to provide to the State the following: [briefly describe what the Contractor was to do under the original contract — indent this paragraphl [Please choose one of the following four options and then delete this heading and the other three options not selected:] The State promises to [choose one and delete the otherlincrease/decrease the amount of funds to be paid to the Contractor by ********** Dollars. ($*.**) during the current term of the Original Contract in exchange for the promise of the Contractor to perform the [choose one and delete the otherlincreased/decreased work under the Original Contract The State promises to pay the Contractor the sum of ********** Dollars. *.** in exchange for the promise of the Contractor to continue to perform the work identified in the Original Contract for the renewal term of **** years/months, ending on ******** **, ****. The State promises to [choose one and delete the otherlincrease/decrease the amount of funds to be paid to the Contractor by ********** Dollars. ($*.**) for the renewal term of **** [choose one and delete the otherlyears/months, ending on ******** **, ****, in exchange for the promise of the Contractor to perform the [choose one and delete the otherlinereased/decreased specifications to the Scope of Work described herein. The State hereby exercises a "no cost" change to the [insert those that apply and delete those that don'tlbudget, specifications within the Scope of Work, project managementtmanager identification, notice address or notification personnel, or performance period within the [choose one and delete the otherleurrent term of the Original Contract or renewal term of the Original Contract. NOW THEREFORE, in consideration of their mutual promises to each other, stated below, the parties hereto agree as follows: Consideration for this Limited Amendment to the Original Contract consists of the payments and services that shall be made pursuant to this Limited Amendment, and promises and agreements herein set forth. 2. It is expressly' agreed to by the parties that this Limited Amendment is supplemental to the original Page 1 of 4 contract, contract routing number ** *** *****, [insert the following language here if previous amendment(s), change order(s), renewal(s) have been processedlas amended by [include all previous amendment(s), change order(s), renewal(s) and their routing numbers], ]insert the following word here if previous amendment(s), change order(s), renewal(s) have been processed]collectively referred to herein as the Original Contract, which is by this reference incorporated herein. All terms, conditions, and provisions thereof, unless specifically modified herein, are to apply to this Limited Amendment as. though they were expressly rewritten, incorporated, and included herein. 3. It is expressly agreed to by the parties that the Original Contract is and shall be modified, altered, and changed in the following respects only: A. [Use this paragraph when changes to the funding level of the Original Contract occur during the current term of the Original Contract]This Limited Amendment is issued pursuant to paragraph *_*. of the Original Contract identified by contract routing number ** *** ***** This Limited Amendment is for the current term of ********* ** ****, through and including The maximum amount payable by the State for the work to be performed by the Contractor during this current term is [choose one and delete the other]increased/decreased by ********** Dollars ($*.**) for an amended total financial obligation of the State of ********** DOLLARS. *.** . [delete any portion of this sentence that is not applicable]The revised specifications to the original Scope of Work and the revised Budget, if any, are incorporated herein by this reference and identified as "Attachment *" and "Attachment *". The first sentence in paragraph *_**. of the Original Contract is modified accordingly. All other terms and conditions of the Original Contract are reaffirmed A. [Use this paragraph when the Original Contract will be renewed for another term]This Limited Amendment is issued pursuant to paragraph *_**. of the Original Contract identified by contract routing number ** *** *****. This Limited Amendment is for the renewal term of ***'***** •* ****. through and including ********* ** ****. The maximum amount payable by the State for the work to be performed by the Contractor during this renewal term is ********** Dollars. ($*.**) for an amended total financial obligation of the State of ********** DOLLARS. ($*.**). This is an [choose one and delete the otherlincrease/decrease of ********** Dollars. ($*.**) of the amount payable from the previous term. [delete any portion of this sentence that is not applicable]The revised specifications to the original Scope of Work and revised Budget, if any, for this renewal term are incorporated herein by this reference and identified as "Attachment *" and "Attachment *". The first sentence in paragraph *_**. of the Original Contract is modified accordingly. All other terms and conditions of the Original Contract are reaffirmed. A. [Use this paragraph when there are "no cost changes" to the Budget. the specifications within the original Scope of Work. allowable contract provisions as noted. or performance period.]Tbis Limited Amendment is issued pursuant to paragraph *_**. of the Original Contract identified by contract routing number ** *** *****. This Limited Amendment [choose those that apply and delete those that don'tlmodifies the Budget in [identify location in contract], modifies the specifications to the Scope of Work in [identify location in contract], modifies the project management/manager identification in [identify location in contract], modifies the notice address or notification personnel in [identify location in contract], modifies the period of performance in (identify location in contract] of the Original Contract. The revised [choose those that apply and delete those that don't]Budget, specifications to the original Scope of Work, project management/manager identification, notice address or notification personnel, or period of performance is incorporated herein by this reference and identified as "Attachment *". All other terms and conditions of the Original Contract are reaffirmed. 4. The effective date of this Amendment is date. or upon approval of the State Controller, or an authorized delegate thereof, whichever is later. 5. Except for the General Provisions and Special Provisions of the Original Contract, in the event of any Page 2 of 4 IN WITNESS WHEREOF, the parties hereto have executed this Form Amendment on the day first above written. CONTRACTOR: [LEGAL NAME OF CONTRACTOR] (legal type of entity) By: Name: Title: FEIN: ATTEST: If the Contractor is a corporation or governmental entity, then an attestation is required. (Seal, if available.) By: City, City, City and County, Special District, or Town Clerk or Equivalent Corporate Secretary or Equivalent [Delete inapplicable laisguage.] STATE: STATE OF COLORADO Bill Owens, Governor By: For the Executive Director DEPARTMENT OF PUBLIC HEALTH AND ENVIRONMENT PROGRAM APPROVAL: By: ALL CONTRACTS MUST BE APPROVED BY THE STATE CONTROLLER CRS 2430-202 requires that the State Controller approve all sta contracts. This ed ti The limied amendmtractors not ent Is not l valid until the State Controller, or such assistant as he may delegate, below. if P prior to authorized to begin performance until the contract is signed and dated f roods and/or service pe begins P the date below, the State of Colorado may not be obligated to pay g By: Date: Form: LAT 7-1-04GN STATE CONTROLLER Leslie M. Shenefelt Page 4 of 4