HomeMy WebLinkAboutC09-087 CDPHE_consumer protectionDEPARTMENT OR AGENCY NAME COLORADO DEPARTMENT OF PUBLIC HEALTH AND ENVIRONMENT CONSUMER PROTECTION DIVISION DEPARTMENT OR AGENCY NUMBER FFA CONTRACT ROUTING NUMBER 09 -00007 LIMITED AMENDMENT FOR TASK ORDERS #1 This Limited Amendment is made this 2nd day of February, 2009, by and between the State of Colorado, acting by and through the DEPARTMENT OF PUBLIC HEALTH AND ENVIRONMENT, whose address or principal place of business is 4300 Cherry Creek Drive South, Denver, Colorado 80246, hereinafter referred to as the "State "; and, BOARD OF COUNTY COMMISSIONERS OF EAGLE COUNTY, a political subdivision of the State of Colorado, whose address or principal place of business is 500 Broadway, Eagle, Colorado 81631, hereinafter referred to as the "Contractor ". FACTUAL RECITALS The parties entered into a Master Contract, dated January 23, 2007, with contract routing number 08 FAA 00016 "the Master Contract "). Pursuant to the terms and conditions of the Master Contract, the parties entered into a Task Order Contract, dated April 23, 2007, with contract encumbrance number PO FFA CPD0800004, and contract routing number 08 FFA 0800004, referred to herein as the "Original Task Order Contract," whereby the Contractor was to provide to the State the following: Community Consumer Protection Services, including but not limited to: the sanitary regulation (including product sampling) of retail food establishments, schools, child care centers, summer camps, mobile home parks, campgrounds, motels and hotels; respond to environmental health emergencies in its service area; and complete reasonable requests by the State to provide assistance in various program activities. The State promises to decrease the amount of funds to be paid to the Contractor by Six Hundred Forty -Nine and 66/100 Dollars, ($649.66) during the current term of the Original Task Order Contract in exchange for the promise of the Contractor to perform the decreased work under the Original Task Order 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 Task Order Contract consists Page 1 of 3 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 Task Order Contract, contract routing number 08 FFA 00004, 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 Task Order Contract is and shall be modified, altered, and changed in the following respects only: A. This Limited Amendment is issued pursuant to paragraph 5 of the Original Task Order Contract identified by contract routing number 08 FFA 00004. This Limited Amendment is for the current term of July 1, 2008, through and . including June 30, 2009. The maximum amount payable by the State for the work to be performed by the Contractor during this current term is decreased by Six Hundred Forty -Nine and 66/100 Dollars, ($649.66) for an amended total financial obligation of the State of ONE HUNDRED TWENTY -NINE THOUSAND TWO HUNDRED EIGHTY -TWO AND 29/100 DOLLARS, ($129,282.29). The revised Statement of Work and Budget is incorporated herein by this reference and identified as "Exhibit B, as modified by Limited Amendment for Task Order #1, Contract Routing Number 09 FFA 00007". The Original Task Order Contract is modified accordingly. All other terms and conditions of the Original Task Order Contract are reaffirmed. 4. The effective date of this Limited Amendment is 05/01/2009, or upon approval of the State Controller, or an authorized delegate thereof, whichever is later. Except for the Special Provisions and other terms and conditions of the Master Contract and the General Provisions of the Original Task Order Contract, in the event of any conflict, inconsistency, variance, or contradiction between the terms and provisions of this Limited Amendment and any of the terms and provisions of the Original Task Order Contract, the terms and provisions of this Limited Amendment shall in all respects supersede, govern, and control. The Special Provisions and other terms and conditions of the Master Contract shall always control over other provisions of the Original T ask Order Contract or any subsequent amendments thereto. The representations in the Special Provisions to the Master Contract concerning the absence of personal interest of state of Colorado employees and the certifications in the Special Provisions relating to illegal aliens are presently reaffirmed. 6. FINANCIAL OBLIGATIONS OF THE STATE PAYABLE AFTER THE CURRENT FISCAL YEAR ARE CONTINGENT UPON FUNDS FOR THAT PURPOSE BEING APPROPRIATED, BUDGETED, AND OTHERWISE MADE AVAILABLE. Page 2 of 3 IN WITNESS WHEREOF, the parties hereto have executed this Limited Amendment on the day first above written. * 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 EAGLE COUNTY (a political subdivision of the State of Colorado) By: ame• :- Title: • ' G G+f •r.�' STATE: STATE OF COLORADO Bill Ritter, Jr. Governor By: M. For the Executive Director DEPARTMENT OF PUBLIC HEALTH AND ENVIRONMENT PROGRAM APPROVAL: ALL CONTRACTS MUST BE APPROVED BY THE STATE CONTROLLER CRS 24 -30 -202 requires that the State Controller approve all state contracts. This limited amendment is not valid until the State Controller, or such assistant as he may delegate, has signed it. The contractor is not authorized to begin performance until the contract is signed and dated below. If performance begins prior to the date below, the State of Colorado may not be obligated to pay for goods and /or services provided. STATE CONTROLLER David J. McDermott, CPA La Date: Page 3 of 3 Exhibit B, as modified by Limited Amendment for Task Order #1, Contract Routing Number 09 FFA 00007 STATEMENT OF WORK The Contractor shall provide community Consumer Protection Services, which services shall include, but are not limited to: the sanitary regulation (including product sampling) of retail food establishments, schools, child care centers, summer camps, mobile home parks, campgrounds, motels and hotels; responding to environmental health emergencies, as defined by the State, in its service area; and the completion of reasonable requests by the State to provide assistance in various program activities. The Contractor shall provide these services in compliance with the State "Food Protection Act" as set forth in "Delegation of the Food Protection Act and Information Reporting ", incorporated herein by this reference, made a part hereof, and attached hereto as Attachment B -1. From July 1 through June 30 of each year of this Contract, the Contractor shall complete the following activities in its service area: a. Two (2) inspections, when required, for all retail food establishments; b. One (1) inspection of all schools that contain a laboratory or shop; c. One (1) inspection of each child care center; d. One (1) inspection of each summer camp; e. An inspection, in a timely manner, of any mobile home park, campground, motel or hotel after the Contractor receives a complaint of any such facility; f. Review of all submitted plans in a timely manner; g. Collect one (1) sample of each: hamburger or ground beef and sausage produced by each retail market at least once every five (5) years and submit that sample to the Colorado Department of Public Health and Environment, Laboratory Services Division; and h. One (1) inspection of all schools that do not contain a laboratory or shop at least once every three (3) years. On or after the effective date of this Contract all persons employed by the Contractor to complete its duties and obligations under this Contract, shall meet the minimum qualifications established by the State's Department of Public Health and Environment, Consumer Protection Division. These minimum standards are contained in the State's "Procedure for Administering the City/County Environmental Health Program," which is incorporated herein by this reference, made a part hereof, and attached hereto as Attachment B -2. If the Contractor cannot determine if an employee or applicant meets the minimum qualifications for education or experience, then the Contractor shall submit an employee's credentials or an applicant's application to the State for review and approval prior to employment under this contract. 4. The Contractor shall submit all inspection reports, a sample of which is incorporated herein by this reference, made a part hereof, and attached hereto as Attachment B -3, within five (5) working days after the last day of each month for all services covered by this contract. Inspection report forms will be furnished to the Contractor by the State on an as needed basis. 5. Should the Contractor be unable to fulfill its duties under this Task Order, then the Contractor shall transmit to the Colorado Department of Revenue one - twelfth of the total amount of annual license fees collected, per each month that the duties delegated pursuant to 25 -4 -1604 (1)(i) are not performed. Page 1 of 2 BUDGET In consideration of those services satisfactorily and timely performed by the Contractor under this Contract, the State shall cause to be paid to the Contractor a sum not to exceed One Hundred Twenty -Nine Thousand Two Hundred Eighty-Two and 29/100 Dollars ($129,282.29) as follows: a. Year 1, FY 08: $25,986.39 b. Year 2, FY 09: $25,336.73 c. Year 3, FY 10: $25,986.39 d. Year 4, FY 11: $25,986.39 e. Year 5, FY 12: $25,986.39 f. Should less than 90% of the contract work be completed in any of the contract years, one - twelfth (1/12) of the annual contract remittance will not be paid to Contractor in the last quarter of that contract year. Page 2 of 2 DEPARTMENT OF PUBLIC HEALTH AND ENVIRONMENT ROUTING NO. 08 FFA 00004 APPROVED TASK ORDER CONTRACT — WAIVER #154 This Task Order Contract is issued pursuant to Master Contract made on 01/23/2007, with routing number 08 FAA 00016 STATE: State of Colorado for the use & benefit of the Department of Public Health and Environment Consumer Protection Division City /County Environmental Health Program 4300 Cherry Creek Drive South Denver, Colorado 80127 TASK ORDER MADE DATE: April 23, 2007 PO /SC ENCUMBRANCE NUMBER PO FFA CPD0800004 TERM: This Task Order shall be effective upon approval by the State Controller, or designee, or on 07/01/2007, whichever is later. The Task Order shall end on 06/30/2012. PRICE STRUCTURE: Fixed PROCUREMENT METHOD: Exempt BID /RFP /LIST PRICE AGREEMENT NUMBER Not Applicable LAW SPECIFIED VENDOR STATUTE: Not Applicable STATE REPRESENTATIVE Patricia Klocker Department of Public Health and Environment Consumer Protection Division City/County Environmental Health Program 4300 Cherry Creek Drive South Denver, CO 80127 CONTRACTOR- Board of County Commissioners of Eagle County 500 Broadway Eagle, CO 81631 CONTRACTOR ENTITY TYPE: Colorado Political Subdivision CONTRACTOR FEIN OR SOCIAL SECURITY NUMBER 846000762 BILLING STATEMENTS RECEIVED: Quarterly STATUTORY AUTHORITY: C.R.S. 25 -4 -1601; C.R.S. 25 -1.5 -101; C.R.S. 29- 1 -201 CONTRACT PRICE NOT TO EXCEED: $129,931.95 FEDERAL FUNDING DOLLARS: $0 STATE FUNDING DOLLARS: $129,931.95 MAXIMUM AMOUNT AVAILABLE PER FISCAL YEAR FY 08: $25,986.39 FY 09: $25,986.39 FY 10: $25,986.39 FY 11: $25,986.39 FY 12: $25,986.39 CONTRACTOR REPRESENTATIVE Chairperson of the Board of the County Commissioners of Eagle County Board of the County Commissioners of Eagle County 500 Broadway Eagle, CO 81631 SCOPE OF WORK: Contractor shall provide community Consumer Protection Services, including but not limited to: the sanitary regulation (including product sampling) of retail food establishments, schools, child care centers, summer camps, mobile home parks, campgrounds, motels and hotels; respond to environmental health emergencies in its service area; and complete reasonable requests by the State to provide assistance in various program activities. Page 1 of 4 FOXHIBITS: 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. 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 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 ". 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 "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 Exhibit 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. 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. Page 3 of 4 IN WITNESS WHEREOF, the State has executed this Task Order Contract as of the day first above written. CONTRACTOR: Board of County Cormnissioners of Eagle County Legal Name of Contracting Entity 846000762 S ;a, Zecurity Number or FEIN Si Authorized Officer 2� Print Name & Title of Authorized Officer GOVERNMENTAL ENTITIES: (An attestation and seal are required) Attest (Seal) By (Town/City /County Clerk or Equi lent) STATE OF COLORADO: BILL TER, JR. vERlvoR By N�� For Executive Director Department of Public Health and Environment Department Program Approval: Fj' % M, It, Film M-1 .60MA "k seal here) ALL CONTRACTS MUST BE APPROVED BY THE STATE CONTROLLER CRS 24-30 -202 requires that the State Controller approve all state contracts. This contract is not valid until the State Controller, or such assistant as he may delegate, has signed it. The contractor is not authorized to begin performance until the contract is signed and dated below. If performance begins prior to the date below, the State of Colorado may not be obligated to pay for the goods and/or services provided. Page 4 of 4 EXHIBIT A ADDITIONAL PROVISIONS To Task Order Contract Dated 01/23/2007 - Contract Routing Number 08 FFA 00004 These provisions are to be read and interpreted in conjunction with the provisions of the Task Order Contract specified above. 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. To receive compensation under this Task Order Contract, the Contractor shall submit a quarterly Invoice /Cost Reimbursement Statement in a format acceptable to the State. A sample Invoice /Cost Reimbursement Statement is attached hereto as Attachment A and incorporated herein by this reference. An Invoice /Cost Reimbursement Statement must be submitted within fifteen (15) calendar days of 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 B and incorporated herein. These items may include, but are not limited to, the Contractor's salaries, fringe benefits, supplies, travel, operating, indirect costs which are allowable, and other allocable expenses related to its performance under this Task Order Contract. Invoice /Cost Reimbursement Statements shall: 1) reference this Task Order Contract by its contract routing number, which number is located on page one of this Task Order Contract; 2) state the applicable performance dates; 3) state the names of payees; 4) include a brief description of the services performed during the relevant performance dates; 5) describe the incurred expenditures if reimbursement is allowed and requested; and, 6) show the total requested payment. Payment during the initial, and any renewal or extension, term of this Task Order Contract shall be conditioned upon affirmation by the State that all services were rendered by the Contractor in accordance with the terms of this Task Order Contract. Invoice /Cost Reimbursement Statements shall be sent to: Elizabeth Williams Consumer Protection Division Fiscal Officer Colorado Department of Public Health and Environment CPD -B2 4300 Cherry Creek Drive South Denver, CO 80246 To be considered for payment, billings for payments pursuant to this Task Order Contract must be received within a reasonable time after the period for which payment is requested, but in no event no later than sixty (60) calendar days after the relevant performance period has passed. Final billings under this Task Order Contract must be received by the State within a reasonable time after the expiration or termination of this Task Order Contract; but in no event no later than sixty (60) calendar days from the effective expiration or termination date of this Task Order Contract. Page 1 of 1 Eq F-� 2 w U Q Q a W U O W H d E� E� z w w x M�M FBI MCI O x W O N O O j O O M i. v1 U 00 CIO 00 � O o U U w U � ao > nU- Q a_ H C a T C a C o\ 0 00 �I M 0 M O � a; w U N 0 U 0 a 0 a� Cl cn C O N it n U cC a� 3 c MEN U a1 O U N CL b N U Q 3 N c a� a x a� a� 0 cz w>' a� U O H V 0 E c A � c a u D E o � Z o � v u o � z s 0 U W a� H ..N. Q o a♦ O H U z 0 U H Q z a W E-' Q Q w H Q H w W z C7 w Q Q W N Q x H Q >C a Q Q a� Cl cn C O N it n U cC a� 3 c MEN U a1 O U N CL b N U Q 3 N c a� a x a� a� 0 cz w>' a� U O H V 0 E c A � c a u D E o � Z o � v u o � z s 0 U W a� H ..N. Q o a♦ O H U z 0 U H Q z a W E-' Q Q w H Q H w W z C7 w Q Q W N Q x H O Ey i. W, a� y a E � 0 f�. � a H �• 0 O 0 o A o U r.a a y x A � O w a� Cl cn C O N it n U cC a� 3 c MEN U a1 O U N CL b N U Q 3 N c a� a x a� a� 0 cz w>' a� U O H V 0 E c A � c a u D E o � Z o � v u o � z s 0 U W a� H ..N. Q o a♦ O H U z 0 U H Q z a W E-' Q Q w H Q H w W z C7 w Q Q W N Q x H EXHIBIT B STATEMENT OF WORK AND BUDGET To Task Order Contract Dated 01/23/2007- Contract Routing Number 08 FFA 00004 These provisions are to be read and interpreted in conjunction with the provisions of the Task Order Contract specified above. STATEMENT OF WORK The Contractor shall provide community Consumer Protection Services, which services shall include, but are not limited to: the sanitary regulation (including product sampling) of retail food establishments, schools, child care centers, summer camps, mobile home parks, campgrounds, motels and hotels; responding to environmental health emergencies, as defined by the State, in its service area; and the completion of reasonable requests by the State to provide assistance in various program activities. The Contractor shall provide these services in compliance with the State "Food Protection Act" as set forth in "Delegation of the Food Protection Act and Information Reporting ", incorporated herein by this reference, made a part hereof, and attached hereto as Attachment B -1. From July 1 through June 30 of each year of this Contract, the Contractor shall complete the following activities in its service area: a. Two (2) inspections, when required, for all retail food establishments; b. One (1) inspection of all schools that contain a laboratory or shop; c. One (1) inspection of each child care center; d. One (1) inspection of each summer camp; e. An inspection, in a timely manner, of any mobile home park, campground, motel or hotel after the Contractor receives a complaint of any such facility; f. Review of all submitted plans in a timely manner; g. Collect one (1) sample of each: hamburger or ground beef and sausage produced by each retail market at least once every five (5) years and submit that sample to the Colorado Department of Public Health and Environment, Laboratory Services Division; and h. One (1) inspection of all schools that do not contain a laboratory or shop at least once every three (3) years. 3. On or after the effective date of this Contract all persons employed by the Contractor to complete its duties and obligations under this Contract, shall meet the minimum qualifications established by the State's Department of Public Health and Environment, Consumer Protection Division. These minimum standards are contained in the State's "Procedure for Administering the City/County Environmental Health Program," which is incorporated herein by this reference, made a part hereof, and attached hereto as Attachment B -2. If the Contractor cannot determine if an employee or applicant meets the minimum qualifications for education or experience, then the Contractor shall submit an employee's credentials or an applicant's application to the State for review and approval prior to employment under this contract. 4. The Contractor shall submit all inspection reports, a sample of which is incorporated herein by this reference, made a part hereof, and attached hereto as Attachment B -3, within five (5) working days after the last day of each month for all services covered by this contract. Inspection report forms will be furnished to the Contractor by the State on an as needed basis. 5. Should the Contractor be unable to fulfill its duties under this Task Order, then the Contractor shall transmit to the Colorado Department of Revenue one - twelfth of the total amount of annual license fees collected, per each month that the duties delegated pursuant to 25-4 -1604 (1)(i) are not performed. Pagel of 2 EXHIBIT B ° BUDGET In consideration of those services satisfactorily and timely performed by the Contractor under this Contract, the State shall cause to be paid to the Contractor a sum not to exceed One Hundred Twenty -Nine Thousand Nine Hundred Thirty-One Dollars and 95/100 ($129,931.95) as follows: a. Year 1, FY 08: $25,986.39 b. Year 2, FY 09: $25,986.39 c. Year 3, FY 10: $25,986.39 d. Year 41 FY 11: $25,986.39 e. Year 5, FY 12: $25,986.39 f. Should less than 90% of the contract work be completed in any of the contract years, one - twelfth (1/12) of the annual contract remittance will not be paid to Contractor in the last quarter of that contract year. Page 2 of 2 ATTACHMENT B -1 DELEGATION OF THE "FOOD PROTECTION ACT" AND INFORMATION REPORTING To Task Order Contract Dated 01/23/2007- Contract Routing Number 08 FFA 00004 These provisions are to be read and interpreted in conjunction with the provisions of the Task Order Contract specified above. This document is to clarify the roles of the Colorado Department of Public Health and Environment, Consumer Protection Division, and the Contractor, as regards the delegation of responsibilities under the "Food Protection Act', C.R.S. 25 -4 -1604 (a), (c), (d), (e), and (h) to the Contractor, from the Colorado Department of Public Health and Environment ( CDPHE), Consumer Protection Division (CPD) and the reporting of information by the Contractor to the CDPHE, CPD. As regards the delegation of the "Food Protection Act', the Contractor is to: 1. Grant or refuse licenses and certificates of license pursuant to C.R.S. 25 -4 -1606, or to suspend or revoke licenses and certificates of license pursuant to C.R.S. 25 -4 -1609. 2. Hear and determine all complaints against licensees or grantees of certificates of license and administer oaths and issue subpoenas to require the presence of any person necessary to the determination of any such hearing. 3. Use and require compliance with the "Food Protection Act," C.R.S. 25 -4 -16 et seq. , the "Colorado Retail Food Establishment Rules and Regulations," 6 CCR 1010 -2, and all other documents issued by CDPHE which are used to clarify interpretation of the law, rules and regulations. 4. Enter retail food establishments during business hours and at other times during which activity is evident to conduct inspections and other interventions related to food safety and protection of public health. 5. Review and approve Hazard analysis Critical Control Point (HACCP) plans submitted for evaluation to verify and ensure that food handling risks are reduced to prevent foodborne illness outbreaks. In regards to the reporting of information and other activities, the Contractor is to: 1. Report in aggregate, in a mutually agreeable format, to CPD, for a calendar year: a. The number of inspections conducted; b. If critical items identified on retail food establishment inspections were corrected; c. Whether the required inspection frequency was met; and d. The number of enforcement actions taken to obtain compliance in retail food establishments. The required inspection frequency is dependent upon which method is used as outlined in Section 11-201 of the "Colorado Retail Food Establishment Rules and Regulations." 2. Have performance measures to assure that employees cite critical item violations on retail food inspections and take the appropriate measures to ensure that these violations are corrected. Such performance measures are to be developed and used by the Contractor. 3. Report to CPD the number of foodborne illness complaints received and the number of foodborne illness outbreaks that occur. The format and frequency of the reports shall be a format and frequency mutually agreeable to the CPD and the Contractor. 4. Have one employee, who meets the eligibility requirements, apply for retail food establishment Standardization through the CPD. 5. Report annually, in aggregate, the frequency of inspections conducted for child care centers and indicate whether the required inspection frequencies for each program have been met. The format of the reports shall be a format mutually agreeable to the CPD and the Contractor. In regards to the delegation of the "Food Protection Act' and the reporting of information, CPD will: 1. Provide statewide interpretation and technical assistance relative to the "Colorado Retail Food Establishment Rules and Regulations" and food safety and sanitation. 2. Provide standardization to Contractor personnel. Pagel of 2 ATTACHMENT B -1 3. Provide training seminars for retail food inspectors. 4. Provide equipment review, product review, and other services necessary to assure the uniform interpretation and application of the rules promulgated under C.R.S. 25 -4 -16 et sea. 5. Provide the format and frequency needed to report the number of inspections conducted, if critical items identified on retail food establishment inspections were corrected, whether the required inspection frequencies were met, and the number of enforcement actions taken to obtain compliance in retail food establishments. The format and frequency shall be a format and frequency mutually agreeable to the CPD and the Contractor. 6. Provide the format and frequency needed to report the number of foodbome illness complaints received and the number for foodborne illness outbreaks that occur. The format and frequency shall be a format and frequency mutually agreeable to the CPD and the Contractor. 7. Provide the format and the frequency for reporting the number of inspections conducted for child care centers and determine whether the required inspection frequencies for the program have been met. The format and frequency shall be a format and frequency mutually agreeable to the CPD and the Contractor. 8. Disseminate information relative to food safety to local agencies, industry organizations, academia, and others when necessary. 9. Share statewide the data collected by CPD and the Contractor relative to this document. 10. Periodically review the Contractor for compliance with responsibilities as stated herein. Page 2 of 2 ATTACHMENT B -2 PROCEDURES FOR ADMINISTERING THE CITY /COUNTY ENVIRONMENTAL HEALTH PROGRAM To Task Order Contract Dated 01/23/2007- Contract Routing Number 08 FFA 00004 These provisions are to be read and interpreted in conjunction with the provisions of the Task Order Contract specified above. Additional Programs a. Before any local entity is approached about entering into the City/County Environmental Health Program, the Colorado Department of Public Health and Environment, Consumer Protection Division (CPD) will establish a list of target counties. These target counties will be selected by considering workload, geographic proximity to direct- service work areas and available environmental health officer funds. b. Presentations to local entities describing the City/County Environmental Health Program will include the benefits to the local entities, as well as the requirements of the contract, including the workload, personnel qualifications, functions to be conducted, reporting and contract enforcement procedures. 2. Budget Procedures CPD will be responsible for administering the budget. This administration will include the drafting and approval of contracts, approval for payment and any- necessary cancellations or modifications. CPD will be responsible for notifying local entities of any actions contemplated, or correspondence concerning performance. Standards for Staffing Counties Funding will be based on the number of required annual inspections using the Work Formula Table below. The percentage that each county's required number of inspections represents of the total amount required for all counties participating in the program will be determined. This will be the percentage of available legislative appropriated funds that a county will receive for the successful completion of their required inspections. Reimbursement will be paid on a quarterly basis. WORK FORMULA TABLE Program Required Number of Inspections Per Year Retail Food Inspection 2 Retail Food Inspections 1 Retail Food Establishment Plan Reviews As submitted Child Care Centers 1 Meat Samples Once /5 years Schools with Labs and/or Shops 1 Schools without Labs or Shops Once /3 years Summer Cams 1 Motels and Hotels Upon complaint only Mobile Home Parks Upon complaint only Environmental Health Officer Qualifications a. Any governmental agency entering into a contract with the Colorado Department of Public Health and Environment (CDPHE) must employ an individual as the lead environmental health officer who possesses at least a BS degree in environmental health, or in a closely associated field, and at least two years of field experience in general environmental health programs. An MPH may be substituted for one year of field experience. b. CDPHE will enter into contracts with entities that employ environmental health officers or technicians without two years field experience or that do not possess a Bachelors of Science degree, if the individual works under the direction and supervision of an environmental health officer with the qualifications listed in 4.a. above. Page 1 of 3 ATTACHMENT B -2 Training and Evaluation of Environmental Health Officers Performance a. CDPHE will conduct an annual retail food sanitation seminar and an advanced food safety seminar for the benefit of the Contractor's and other local public health agency's environmental health officers. b. When possible, CDPHE will arrange a seminar in conjunction with the US Food and Drug Administration's annual training course conducted in at least one area of Consumer Protection Services. c. All of Contractor's environmental health officers, who are eligible, will make application to become standardized in the retail food sanitation program. Contractor's environmental health officers who are eligible for standardization must: 1) be routinely engaged in retail food protection program work. 2) Have job responsibility for standardization of other regulatory personnel, if applicable. 3) Have successfully completed within the preceding two (2) years at least 20 contact hours of formal training in the application of food science and related studies such as microbiology, epidemiology, regulations, plan review or Hazard Analysis Critical Control Point (HACCP) principles. 4) Have one or more the following prerequisites: at least 18 months of full -time experience in Colorado retail food establishment inspections; or at least 100 retail food establishment inspections performed with the past three (3) years, including enforcement, training and/or consultation inspections. d. CPD will endeavor to obtain the capability to standardize Contractor's environmental health officers in retail food sanitation and to accompany Contractor's environmental health official representatives approximately one (1) week each year in the field to critique performance. e. CPD will put all of Contractor's inspectional data in connection with the work Contractor performs under this Contract on CPD's computerized data system and will provide quarterly reports. f. CPD will attempt to conduct a survey of the Contractor's retail food sanitation program at intervals of once every six (6) years. 6. Required Equipment a. The following equipment must be secured and used by the Contractor's environmental health officer performing the inspections: thermocouple or probe -type thermometer, maximum registering thermometer or temperature- sensitive tape(s), chemical test kits /papers, flashlight, and alcohol swabs. b. The following equipment is optional and would be beneficial in assisting the Contractor's environmental health officer in performing the inspections: light meter, pressure gauge, measuring tape, time- temperature data logger, pH meter, water activity meter and camera. 7. Contract Assurance a. CPD will utilize inspection inventories, computerized data reports, inspection records, and field evaluations to determine contract compliance. b. Contractor will maintain accuracy of existing inventories in Contractor's retail food sanitation program and will confirm the same with CPD. It is the responsibility of the Contractor to notify CPD of any inconsistencies between their inventory and the CPD computerized inventory. CPD will make certain that all inspection reports are recorded and filed. c. Following the first quarter of each contract year, CPD will review records showing the percentage of contract completion for each program. Should a program accomplish less than 18% of the required contract work, the Contractor will be notified verbally of the fact. The Contractor's will also be informed of the deficiency in writing, and of the Department's concern relative to contract completion. d. Following the second quarter of each contract year, CPD will review records showing the percentage of contract completion for each program. Should a program accomplish less than 35% of the required contract work during the first half of the contract year, the Contractor will be notified verbally of the potential problem, followed by written notification. e. Following the thud quarter of each contract year, CPD will again review records showing the percentage of contract completion for each program. Should a program accomplish less than 60% of the required contract work during the first three quarters of the contract year, the Contractor will be notified verbally and in writing. A meeting with the Contractor will be suggested to discuss the matter. f Following the fourth quarter of each contract year, CPD will review records showing the percentage of contract completion for each program. Should the Contractor accomplish less than 90% of the mandatory contract work, the Contractor will be notified verbally and in writing that reimbursement for the final month of the current contract period will not be remitted. Page 2 of 3 ATTACHMENT B -2 g. Any program that has not accomplished at least 60% of the required work during the first three (3) quarters of the contract period may be offered a contract for the following year. However, the Contractor will be notified, in writing, that CDPHE will cancel the contract after the first quarter of the new contract period if at least 20% of the required contract work is not completed. If 20% of the contract work is not accomplished during the first quarter, CPD will notify the Contractor in writing that the contract will be canceled thirty (30) days following the date of the notification. If 20% of the contract is accomplished during the first quarter, CPD will notify the Contractor in wiring that the contract will continue on the basis of the performance criteria established the previous year. Regulated establishments that have discontinued operations during the year will not be deemed to have been included in the contract workload. New establishments will be considered on the basis of the date operations began. h. If a program that has been subject to the terms of these operational criteria the previous year fails to accomplish at least 60% of the required contract work within the first three quarters of a second consecutive contract period, the Contractor will be notified in writing, by CPD, that a contract will not be offered for the next contract period. i. Obvious failure to carry out the provisions or mandates of established laws or regulations and interpretations thereof governing establishments regulated under the contract will also be deemed sufficient reason for not renewing a contract. j. The quality of work performed will be determined by CPD, utilizing service data, inspection records, and field evaluation. k. Should CPD find that a Contractor is not performing the Contract functions properly, the Contractor will be notified accordingly, and appropriate field training will be scheduled. A Contractor will be deemed to be not performing adequately if the Contractor is not documenting violations appropriately on the inspection report form. 1. Three (3) months following field training, the performance of the Contractor's inspectional personnel will be evaluated again. If improvement has not been made, the Contractor will be notified in writing that performance requires improvement. m. Six (6) months following field training, the performance of the Contractor's inspectional personnel will be evaluated again. If improvement has not been made, CPD will notify the Contractor in writing that the Contract will be canceled thirty (30) days following notification. 8. Billing Procedures a. At the end of each contract quarter, the Contractor will complete the Cost Reimbursement Statement (CRS) form, attached to this Contract at Attachment A, and submit it to CPD. b. CPD will review the CRS for completeness and accuracy of reimbursement cost. CPD will review office records to determine if required inspection reports have been received. c. All inspection reports must be submitted monthly. The Contractor shall submit all inspection reports within five (5) working days after the last day of each month for all services covered by this contract. If the required inspection reports have not been received, the Contractor will be notified that reports have not been received and that payment cannot be made until they have been received. d. If the CRS is complete and reports have been received, CPD will remit payment to the Contractor. e. Failure to submit required inspection reports for a period of three (3) consecutive months will result in contract cancellation. Page 3 of 3 ATTACHMENT B -3 0, COLORADO DEPAI TENT OF PUBLIC HEALTH AND ENVII 4MENT 4300 CHERRY CREEK DRIVE SOUTH ` DENVER, CO 80246 -1530 Colo- &Dgwment PHONE (303) 692 -3620 FAX (303) 753 -6809 Page one of of Public Health and Environment License # ESTABLISHMENT OWNER NAME ADDRESS ZIP CODE COUNTY FIRM ID INSPECTOR ID DATE TRAVEL TIME INSPECT TIME TYPE Regular MONTH DAY YEAR Follow -up Pre - Operational RETAIL FOOD ESTABLISHMENT INSPECTION REPORT Items circled below identify violations to be corrected as indicated by the regulatory authority. Failure to comply may result in further action by the regulatory authorit) Red — Critical Items: These items related directly to foodborne illness. a. Approved Source c. Cross - contamination b. Wholesome, free of spoilage d. HACCP plan Employee Health/ Hygienic Practices a. Personnel w /infections restricted b. Wounds properly covered c. Hands washed as needed d. Hvaienic practices e. Smoking, eating, drinking f. Demonstration of knowledge g. Preventing food contamination from bare hands Temperature Control Procedures a. Rapidly cool foods to 41 'For less d. Required cooking temperature b. Rapidly reheat to 165' F or greater e. Cold hold at 41' For less c. Hot hold at 135' F or greater Temperature Control Equipment f. Food thermometer (probe -type) g. Adequate equipment to maintain food temperatures Temperature a. Manual b. Mechanical c. In -Place Sanitizer: Chlorine a. Safe water source b. Hot & cold water under pressure a. Adequate number, location b. Accessible c. Soap & drying devices available a. Evidence of insects or rodents b. Pesticide application c. Animals prohibited a. Properly stored b. Properly labeled c. Properly used Concentration Ammonium Other c. Backflow, backsiphonage d. Sewage disposal ENVIRONMENTAL HEALTH SPECIALIST: 09 FOOD LABELING, FOOD PROTECTION a. Original container, properly labeled b. Food protected from contamination 10 EQUIPMENT DESIGN, CONSTRUCTION a. Food - contact surfaces c. Dishwashing facilities b. Nonfood- contact surfaces 11 TESTING DEVICES a. Refrigeration units provided with accurate, conspicuous thermometer b. Dishmachine provided with accurate thermometer & gauge cock c. Chemical test kits provided, accessible 12 CLEANING OF EQUIPMENT AND UTENSILS a. Food - contact surfaces c. Dishwashing operations b. Nonfood - contact surfaces d. Wiping cloths 13 UTENSILS, SINGLE - SERVICE ARTICLES a. Utensils provided, used, stored b. Single - service articles stored, dispensed, used c. No reuse of single - service articles 14 PHYSICAL FACILITIES a. Plumbing: installed, maintained f. Locker rooms b. Garbage and refuse g. Premises maintained c. Floors, walls, ceilings h. Separation of living, laundry d. Lighting i. Restroom facilities e. Ventilation 1 15 OTHER OPERATIONS a. Personnel: clean clothes, hair restraints, authorized b. Linen properly stored Recommended Regulatory Action(s) Resolution(s) & Interventions ❑ I" Notification of Non - Compliance ❑ I' Compliance Warning Letter ❑ Additional Notification of Non- ❑ Additional Compliance Compliance Warning Letter ❑ Notice of Civil Penalty ❑ Voluntary Closure Release ❑ Final Order of Civil Penalty ❑ Embargo Release ❑ Revocation/License Suspension ❑ Compliance Agreement On -site Regulatory Actions ❑ On -Site Training ❑ Voluntary Closure ❑ HACCP Study ❑ Embargo Notice ❑ Announced Inspection ❑ Voluntary Condemnation ❑ FDA Documented Inspection RECEIVED BY: Form RF001- I_revH_InspectionReport_0506 CIVCS: Yes No On -site Follow -Up: Yes No EXHIBIT 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 ENVIRONMENT, 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 & Zia Code, hereinafter referred to as the "Contractor ". FACTUAL RECITALS The parties entered into a contract dated * * * * * * ** ** * * ** with contract encumbrance number PO * ** and contract routing umber ** * ** * * * ** g ,whereby the Contractor was to provide to the State the following: f briefly describe what the Contractor was to do under the original contract — indent this paragraph j [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 fchoose one and delete the other[ increased /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 other] increase /decrease the amount of funds to be paid to the Contractor by * * * * * * * * ** Dollars, $( *. * *) for the renewal term of * * ** fchoose one and delete the other) years /months, ending on * * * * * * ** * *, * * * *, in exchange for the promise of the Contractor to perform the fchoose one and delete the other) increased /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't[ budget, specifications within the Scope of Work, project management /manager identification, notice address or notification personnel, or performance period within the fchoose one and delete the othericurrent 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 W 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 ContraetlThis 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, $( *.* *). ldelete any portion of this sentence that is not applicabielThe 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 ** * * ** g , g 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 other] increase /decrease of * * * * * * * * ** Dollars, ($ *. * *) of the amount payable from the previous term. [delete any portion of this sentence that is not appiicablelThe 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.]This 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't]modifies 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 EXHIBIT C conflict, inconsistency, variance, or contradiction between the terms and provisions of this Amendment and any of the terms and provisions of the Original Contract, the terms and provisions of this Amendment shall in all respects supersede, govern, and control. The Special Provisions shall always control over other provisions of the Original Contract or any subsequent amendments thereto. The representations in the Special Provisions to the Original Contract concerning the absence of personal interest of state of Colorado employees is presently reaffirmed. FINANCIAL OBLIGATIONS OF THE STATE PAYABLE AFTER THE CURRENT FISCAL YEAR ARE CONTINGENT UPON FUNDS FOR THAT PURPOSE BEING APPROPRIATED, BUDGETED, AND OTHERWISE MADE AVAILABLE. Page 3 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. By: (Seal, if available.) City, City and County, County, Special District, or Town Clerk or Equivalent Corporate Secretary or Equivalent [Delete inapplicable language. ] STATE: STATE OF COLORADO Bill Ritter, Jr. 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 24 -30 -202 requires that the State Controller approve all state contracts. This limited amendment is not valid until the State Controller, or such assistant as he may delegate, has signed it. The contractor is not authorized to begin performance until the contract is signed and dated below. If performance begins prior to the date below, the State of Colorado may not be obligated to pay for goods and /or services provided. By: Date: Form: LAT 7- 1 -04GN STATE CONTROLLER Leslie M. Shenefelt Page 4 of 4