No preview available
HomeMy WebLinkAboutC09-185 Comprehensive Family Planning Program (Rtng#10-00023)~ DEPARTMENT OR AGENCY NAME COLORADO DEPARTMENT OF PUBLIC HEALTH AND ENVIRONMENT PSD - FPP DEPARTMENT OR AGENCY NUMBBR FLA CONTRACT ROUTING NUMBER 10-00023 CONTRACT AMENDMENT #2 THIS AMENDMENT, made this 17th day of Aaril, 2009, by and between the State of Colorado for the use and benefit of the DEPARTMENT OF PUBLIC HEALTH AND ENVIRONMENT, whose address or principal place of business is 4300 Cherrv Creek Drive South, Denver, Colorado 80246, hereinafter referred to as "the State"; and, BOARD OF COUNTY COMMISSIONERS OF EAGLE COUNTY, whose address or principal place of business is 500 Broadwav, Eagle, Colorado 81631, for the use and benefit of the EAGLE COUNTY PUBLIC HEALTH AGENCY formerly known as, EAGLE COUNTY HEALTH & HUMAN SERVICES, a political subdivision of the state of Coloradol, whose address or principal place of business is 551 Broadwav, Ea~le, Colorado 81631, hereinafter refened to as "the Contractor". FACTUAL RECITALS Authority exists in the Law and Funds have been budgeted, appropriated, and otherwise made available and a sufficient unencumbered balance thereof remains available for payment; and Required approval, clearance, and coordination has been accomplished from and with all appropriate agencies; and The parties entered into a Master Contract, dated December 19, 2006, with contract routing number 08 FAA 00016. Pursuant to the terms and conditions of the Master Contract, the parties entered into a Task Order Contract, dated Aqri120, 2007, with contract encumbrance number PO FLA FH50800060, and contract routing number 08 FLA 00060, whereby the Contractor was to provide to the State the following: Contractor shall conduct a comprehensive family planning program. The purpose for this amendment is described below. To renew the contract for one year, to modify the Additional Provisions and the Statement of Work and to incorporate a new provision to the General Provisions of the Task Order Contract, concerning the monitoring of vendor performance on state contracts and inclusion of contract performance information in a statewide contract management system. NOW THEREFORE, it is hereby agreed that 1. Consideration for this amendment to the original task order contract, dated Auri120, 2007 with contract routing number 08 FLA 00060 and contract encumbrance PO FLA FHS0800060, consists of the payments which shall be made pursuant to this amendment and the promises and agreements herein set forth. 2. It is expressly agreed to by the parties that this Amendment is supplemental to the original task order contract, contract routing number 08 FLA 00060, as amended by Contract Amendment #1, Contract Routing Number 08 FLA 00635, and Limited Amendment for Task Orders #1, Contract Routing Number Page 1 of 4 rev 4/3/09 09 FLA 00023, and Grant Funding Letter # 1, Contract Routing Number 09 FLA 00750, collectively referred to herein as the Original Task Order Contract, which is by this raference incorporated herein. All tenns, conditions, and provisions thereof, unless specifically modified herein, are to apply to this Amendment as though they were expressly rewritten, incorporated, and included herein. 3. It is agreed the original task order contract is and shall be modified, altered, and changed in the following respects only: ' A. This Amendment is issued pursuant to paragraph 16.b. of the Original Contract identified by contract routing number 08 FAA 00016, dated December 19, 2006. The Contractor's legal name in the original contract is hereby changed form EAGLE COUNTY HEALTH & HUMAN SERVICES to the Contractor's new legal name of E?~GLE COUNTY PUBLIC HEALTH AGENCY. The Contractor's FEIN remains the same as it was under the original contract. The State desires to continue working with the Contractor under the new name and EAGLE COUNTY PUBLIC HEALTH AGENCY desires to continue working with the State. B. This Ainendment is issued pursuant to paragraph 5. of the Original Task Order Contract identified by contract routing number 08 FLA 00060. This Amendment is for the renewal term of Julv 1, 2009, tlirough and including June 30, 2010. Exhibit A, Additional Provisions, of the Original Task Order Contract is hereby revised for the renewal term and incorporated herein by.this reference and identified as Exhibit H. C. The maximuin ainount payable by the State for the work to be performed by the Contractor during this renewal term is Fiftv-Six Thousand, Ei~ht Hundred Four pollars, ($56,804.001 for an amended total financial obligation of the State of ONE HUNDRED FIFTY-SIX THOUSAND, NINE HUNDRED FORTY-FOUR DOLLARS, ($156,944.00). This is an increase of Fif -Six Thousand, Eight Hundred Four pollars, ($56,804.00) of the amount payable from the previous term. The revised specification to the original Statement of Work for this renewal term is incorporated herein by this reference and identified as Exhibit I. The revised Budget for this renewal tenn is incorporated herein by this reference and identified as Attachment I-1. The Original Task Order Contract is modified accordingly. C. The General Provisions of the Contract are hereby modified to incorporate the following language: "By entering into this Task Order Contract, Contractor agrees to be governed, and to abide, by the provisions of CRS §24-102-205, §24-102-206, §24-103-601, §24-103.5-101 and §24-105-102 concerning the inonitoring of vendor performance on state contracts and inclusion of contract performance information in a statewide contract management system. Contractor's performance shall be evaluated in accordance with the terms and conditions of this Task Order Contract, State law, including CRS §24-103.5-101; and State Fiscal Rules, Policies and Guidance. Evaluation of Contractor's performance shall be part of the normal cantract adininistration process and Contractor's performance will be systematically recorded in the statewide Contract Management System. Areas of review shall include, but shall not be limited to quality, cost and timeliness. Collection of information relevant to the performance of Contractor's obligations under this Task Order Contract shall be determined by the specific requirements of such obligations and shall include factors tailored to match the requirements of the Statement of Project of this Task Order Contract. Such performance information shall be entered into the statewide Contract Management System at intervals established in the Statement of Project and a final review and rating shall be rendered within 30 days of the end of the Task Order Contract tenn. Contractar shall be notified following each performance and shall address or correct any identified problem in a timely manner and maintain work progress. Should the final performance evaluation determine that Contractor demonstrated a gross failure to meet the performance measures established under the Statement of Project, the Executive Director of the Colorado Department of Personnel and Adininistration (Executive Director), upon request by the Colorado Department of Public Health and Environment, and showing of good cause, may Page 2 of 4 rev 4/3/09 debar Contractor and prohibit Contractor from bidding on future contracts. Contractor may contest the fmal evaluation and result by: (i) filing rebuttal statements, which may result in either removal or correction of the evaluation (CRS §24-105-102(6)), or (ii) under CRS §24-105-102(6), exercising the debannent protest and appeal rights provided in CRS §§24-109-106, 107, 201 or 202, which may result in the reversal of the debannent and reinstatement of Contractor, by the Executive Director, upon showing of good cause. The original task order contract is inodified accordingly. All other terms and conditions of the Original Task Order Contract are reaffirmed. 4. The effective date of this amendment is upon approval of the State Controller or Julv 1, 2009 whichever is later. Except for the "Special Provisions", in the event of any conflict, inconsistency, variance, or contradiction between the provisions of this amendment and any of the provisions of the original contract, the provisions of this amendment shall in all respects supersede, govern, and control. The "Special Provisions" shall always be controlling over other provisions in the contract or amendments. The representations in the Special Provisions concerning the absence of bribery or corrupt influences and personal interest of State employees 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 3 of 4~ rev 4/3/09 IN WITNE5S WHEREOF, the parties hereto have executed this 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 for the use of benefit of EAGLE COUNTY PUBLIC HEALTH AGENCY (a political subdivision of the state of Colorado) ~ Signature Authorized Officer A ' ° °~{ . . r~~~~~' Print Na e of Authorized Officer - (;4~U,~~~'11~~~1 Print Title of Authorized Officer STATE: STATE OF COLORADO Bill Ritter, Jr. Governor By: For the Executive Director DEPARTMENT OF PUBLIC HEALTH AND ENVIRONMENT Signatory avers to the State Controller or that Contractor has not begun performance or that a Statutory Violation waiver has been requested under Fiscal Rules PROGRAM APPROVAL: By: ALL CONTRACTS MUST BE APPROVED SY THE STATE CONTROLLER CRS §24-30-202 requires the State Controller to approve all State Contracts. This Contract is not valid until signed and dated below by the State Controller or delegate. Contractor is not authorized to begin performance until such time. If Contractor begins performing prior thereto, the State of Colorado is not obligated to pay Contractor for such performance or for any goods and/or services provided hereunder. STATE CONTROLLER David J. McDermott, CPA $y: ^Kevin Edwards ^Yvonne Anderson ^Robert Jaros ^Donald Rieck Date: Page 4 of 4 rev 4/3/09 EXHIBIT H ADDITIONAL PROVISIONS To Task Order Contract Dated 04/17/09 - Contract Routing Number 10 FLA 00023 These provisions are to be read and interpreted in conjunction with the provisions of the Task Order Contract specified above. The revised Additional Provisions are effective July 1, 2009. 1. ~ This Task Order Contract contains federal funds (see Catalog of Federal Domestic Assistance (CFDA) number 93217) 2. The United State Department of Health and Human~ Services ("US DHHS"), through the Colorado General Assembly has awarded federal funds, hereinafter "Award", to perforxn - a com~rehensive family planning program. The State has fonnulated a comprehensive State plan, with associated budgets, to disburse these funds throughout the state of Colorado. Under this comprehensive State plan, the State shall allocate these funds to qualified entities to provide comprehensive familv planning services to the citizens of the state of Colorado on behalf of the State. If the underlying Award authorizes the State to pay all allowable and allocable expenses of a contractor as of the effective date of that Award, then the State shall reimburse the Contractor for any allowable and allocable expenses of the Contractor that have been incurred by the Contractor since the proposed effective date of this Task Order Contract. If the underlying Award does not authorize the State to pay all allowable and allocable expenses of a contractor as of the effective date of that Award, then the State shall only reimburse the Contractor for those allowable and allocable expenses of the Contractor that are incurred by the Contractor on or after the effective date of this Task Order Contract, with such effective date being the later of the date specified in this Task Order Contract or the date the Task Order Contract is signed by tHe State Controller or delegee. To receive compensation under this Task Order Contract, the Contractor shall submit a signed MonthlY Family Planning Program (FPP) Cost Reimbursement Statement in a format acceptable to the State. A FPP Cost Reimbursement Statement is incorporated and made part hereof by reference. This document is located at: http~Uwww.cdphe.state.co.us/p~/womens/FPNursin~ConsntsFonns.html?col2=open. A FPP Cost Reimburseinent Statement must be submitted within sixty (60) calendar days of the end of the billing period for which services were rendered. FPP Cost Reimbursement Statements must be accompanied by detailed cost ledger to reflect all purchases being invoiced under that contract and should include date of payinent, payee name and amount, and check or voucher number, when available. Expenditures shall be in accordance with the Statement of Work attached hereto as Exhibit I. 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. FPP Cost Reiinbursement Statements shall: 1) reference this Task Order Contract by its contract routing number, which 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 perfonnance dates; and, 5) show the total requested payment. Payment during the initial, and any renewal or extension, term of this Task Order Contract shall be conditioned upon affirxnation by the State that all services were rendered by the Contractor in accordance with the tenns of this Task Order Contract. FPP Cost Reimbursement Stateinents shall be sent to: Serafin Diaz, Fiscal Officer Family Planning Program Prevention Services Division To be attached to CDPHE Page 1 of 3 Revised: 12/19/06 Task Order v1A (11/OS) conh•act template EXHIBIT H Colorado Department of Public Health and Environment PSD - A4 4300 Cherry Creek Drive South Denver, CO 80246 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. 4. The Contractor is authorized to make limited transfers of funds from one line item in its Budget to another line item in its Budget but must notify the Program Director by email prior to the transfer. A transfer from one line item to another line item may not exceed ten percent (10%) or One Thousand Dollars ($1000), which ever is less, of the total amount of the line item from which the transfer is made unless prior written approval is received from the Program Director. If the Contractor desires to transfer more than ten percent (10%) or One Thousand Dollars ($1000), which ever is less, from one line item in its budget to another line item in its budget then the Contractor shall request and receive prior written approval from the Program Director by completing and submitting a Budget Revision Request Form, incorporated and made part hereof by reference. This document is located at: htt~x//www:cdphe.state.co. us/pp/womens/FPNursin~ConsntsFonns.html?col2=open. The services or activities under this Contract may be carried out by the Contractor, or through subcontracts with other providers or, through collaborative partnerships with other community partners. The State authorizes the Contractor to subcontract some, or all, or the services that are to be performed under this Contract. However, a subcontractor is subject to all of the terms and conditions of this Contract. Additionally, the contractor remains ultimately responsible for the tiinely and satisfactory completion of all work performed by any subcontractor(s) under this Contract. If the Contractor desires to subcontract some, or all, of the services that are to be performed under this Contract, the Contractor shall obtain the prior, express, written consent of the State before entering into any subcontract. The Contractor shall maintain, at a ininimum a Memorandum of Understanding or other binding contractual agreement, and provide a copy to the Fainily Planning Program Director fifteen (15) calendar days from the date the agreement is executed. The Contractor shall maintain records of any subcontractors for a minimum of three years. 6. The Contractor shall comply with section 1001 of the federal Act and all applicable federal regulations, as amended, contained in Title X, 42 C.F.R., Subpart A, Part 59, as well as all applicable state regulations. 7. Health Instuance 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. Under this Task Order Contract, the Contractor shall refer families participating in any and all programs in its agency such as WIC, Early and Periodic Screening, Diagnosis and Treatment (EPSDT), Immunization Clinics, HCP, Prenatal Plus (PNP), etc. to appropriate enabling and direct care service programs in the community. •All pregnant woinen in need of resources for prenatal medical care are provided with information about programs such as WIC, PNP, etc. as needed; all children ages birth through two years who may be eligible for early intervention services are refened to Early Intervention Colorado. 9. Under this Task Order Contract, the Contractor shall assure clients age twenty (20) and under and families with children in need of EPSDT care coordination are referred to county Early and Periodic Screening, Diagnosis and Treatment (EPSDT) Medicaid Navigators via written or telephone referral. 10. The State may require forms attached to this contract and incorporated herein by reference by updated during the term of this contract. The Contractor will be informed of the new forms as they are developed. Fonns may be sent to contractors or will be available on the Family Planning Administrative Manual website: http://ww~v.cdphe.state.co.us/~p/womenslfamplan.html. To be attached to CDPHE Page 2 of 3 Revised: 12/19/06 Task Order v1.0 (11/OS) contract template EXHIBIT H 11. Notwithstanding anything herein to the contrary, the parties understand and agree that ail terms and conditions of this Task Order Contract and the exhibits and attachments hereto which may require continued performance, compliance or effect beyond the termination date of this Task Order Contract shall survive such termination date and shall be enforceable by the State as provided herein in the event of such failure to perform or comply by the Contractor. To be attached to CDPHE Page 3 of 3 Revised: 12/19/06 Task Order v1.0 (11/OS) contract template EXHIBIT I STATEMENT OF WORK To Task Order Contract Dated 04/17/09 - Contract Routing Number 10 FLA 00023 These provisions are to be read and interpreted in conjunction with the provisions of the Task Order Contract specified above. The revised Statement of Work is effective July 1, 2009. L The Contractar shall conduct a comprehensive family planning program ("the program") in Eagle County. This program shall comply with section 1001 of the federal Act and all applicab.le federal regulations, as amended, contained in Title X, 42 C.F.R., Subpart A, Part 59, as well as all applicable state regulations. (Federai funding from HHS, CFDA #93.21'7 FP Services). The funding for this program will be spent in accordance with the Budget attached hereto and referred to as Attachment I-1. 2. The Contractor shall make its prograin available to men and women in their reproductive years and shall offer the following services, as appropriate: A. Outreach services and/or other program efforts designed to improve client recruitment; B. Nursing and medical services, which shall include a comprehensive health and social history and physical examination administered in accordance with all applicable Title X regulations and, all applicable nursing-medical policies or procedures which have been, or may be, established by the State's Women's Health Unit ("WH"); C. Contraceptive information, education, and supplies regarding all family planning methods; D. Education and cotmseling services regarding fainily planning, family planning methods, child spacing, infertility, sterilization, nutrition, sexually transmitted diseases, HIV/AIDS, adolescent counseling and other related health issues, as outlined in the Nursing and Administrative Manual; E. Follow-up and/or referral services, as appropriate. The services provided by the Contractor to the clients it serves shall be performed pursuant to law in accordance with prevailing medical standard of care for the same or siinilar medical, nursing and professional services. The services provided shall also comply with applicable Title X regulations, WHU nursing-medical policies and procedures, and any applicable fiscal or administrative policies of the State or Federal governinent which can be located at htt~://www.cdphe.state.co.us/p~/womens/famplan.html?col2=open. Contractor acknowledges that it has reviewed these policies and procedures. The services provided by the Contractor must be deemed acceptable, in good faith, by WH. For a service to be "acceptable" it must comply with all applicable: Title X regulations, WH nursing-medical policies and procedures, and any applicable fiscal and administrative policies and procedures of the State and Federal govermnent. All applicable Title X regulations, WH nursing-medical policies and procedures, and all applicable fiscal or administrative policies of the State have been provided to the Contractor by the State as of the effective date of this Contract. . The Contractor shall provide the State's family planning program consultants and administrators with reasonable access to its operations to perform: periodic site reviews, data reviews, fiscal reviews or other evaluations of the Contractor's family planning program. Evaluations of the Contractor's program shall be based on established standards and policies of the State or the Federal government. The Contractor shall cooperate during all periodic site visits, data reviews, fiscal reviews or other evaluations conducted by the State. The established standards and policies for the Family Planning Program can be located in the Family Planning Administrative Manual and the Family Planning Nursing Manual located on the Family Planning website at http: //www. cdphe. state. co. us/~/womens/fainplan.html. To be attached to CDPHE Page 1 of 3 Revised: 12/19/06 Task Order v1.0 (11/OS) contract template EXHIBIT I 6. If necessary, the Contractor shall comply with all recommendations made by the State's family planning program consultants and/or administrators after a periodic site visit, data review, fiscal review or other evaluations that are necessary to bring its program into compliance with all applicable federal and state laws, policies and regulations. The Contractor shall be in full compliance with a recommendation, if any, within three (3) months of the date a recommendation is made by the State. If the Contractor cannot obtain full compliance within this three (3) month period, then on or before the expiration date of that three (3) month period the Contractor shall present sufficient written evidence to the State: to show that continuing progress is being made towards full compliance; and, the date when full compliance shall occur. In no event, however, shall full compliance with a recommendation occur any later than six (6) months after the date that a recommendation was initially made by the State. If the Contractor fails to correct such deficiencies, the Contractor shall be in default of its obligations under this Task Order Contract and the State, at its option, may elect to withhold payment or terminate this Task Order Contract or the Master Contract and all Task Order Contracts entered into pt~rsuant to the Master Contract. Notwithstanding the foregoing provisions, the State may disregard these cure periods and immediately terminate the contract without liability if it has solely determined that Contractor's noncompliance places the health, safety or welfare of persons receiving services in jeopardy. On a monthly basis, the Contractor shall collect and provide to the State, by the fifteenth calendar day of the following inonth, all pertinent data regarding all services offered, and all family planning clients served, by its program during the preceding month, submitted through the IRIS data system. This data shall be verified on a quarterly basis to help assure accuracy. The Contractor must adhere to the Data Security, Use and Confidentiality Agreeinent, incorporated and made part hereof by reference. This document is located at: http://www. cdphe. state.co. us/~t~/womens/FPNursin~-ConsntsFonns.litml?col2=open. 8. Within thirty (30) calendar days of receipt of a written request from the State, the Contractor shall submit nursing-medical chart audits to the State. The Contractor shall only use program income generated from client fee collections and donations for family planning purposes that further the objectives of the legislation under which this Contract is entered into. In accordance with Title X guidelines, the Contractor shall not charge for any Title X required services provided to clients who are at or below 100% of the official poverty line as defined by the Federal Register by the U.S. Department of Health and Human Services under the authority of 42 U.S.C. 9902 (2). A copy of this guideline has been provided to the Contractor by the State as of the effective date of this Contract. If the State receives new poverty guidelines during the term of this Contract, then the State shall immediately forward those new poverty guidelines to the Contractor. The Contractor shall use these new poverty guidelines, if any, upon receipt thereof from the State. 10. The Contractor's charges far services to clients who are above 100% of poverty level shall be based on a sliding fee scale that takes into account a client's family size andlor individual income. These charges and the sliding fee scale shall be made available to all clients of the Contractor, the general public, and the State. This most current version of this docuinent is available on the Family Planning website (htt~//www cd~~he state co us/~/womens/FederalPovertyGuidelines.ht~n1). Charges shall be based upon the Contractor's actual costs to provide these services as determined by a cost analysis. The Contractor and the State shall review these costs annually. The Contractor shall insure that all clients understand that they will not be denied services because of an inability to pay any of the Contractor's sliding fee charges. ll. All money received by the Contractor from the State under this Contract shall be used by the Contractor to provide contraceptive services to approximatelv 592 tar~et familv ulanning clients (fertile clients receivinE contraceptive servicesl. 12. The Contractor shall either use a cytology laboratory chosen by the State or, a laboratory proposed by the Contractor and approved by the State. To be attached to CDPHE Page 2 of 3 Revised: 12/19/06 Task Order vl A(11/OS) coniract template EXHIBIT I 13. During the tenn of this Contract, the Contractor agrees to provide the State with the semi-annual Family Planning Expenditure/Revenue Reports, incorporated and inade part hereof by reference. This document is located at: l~tt~://www.cdphe.state.co.us/~p/womens/FPNursiu~ConsntsForms.l~.Unl?col2=open. The first report is for the months of July through December will be due no later than February 5; the second report is for the inonths of January tlu~ough June and will be due no later than August 6. 14. During the term of this Contract, the Contractor agrees to provide the State with an Annual Family Planning Work Plan and to submit semi-annual work plan progress reports. 15. The Contractor shall protect the confidentiality of all client records and other inaterials that are obtained, created, or inaintained by the Contractor under this contract. Except for purposes directly related to the adininistration of this contract, no information about, or obtained from, any client shall be disclosed by the Contractor in any form that would identify that client without the prior written consent of that client. As of the acceptance date of this contract by the Contractor, the Contractor shall have written policies governing the access to and, the duplication and dissemination of, all such information. The Contractor shall advise its directors, officers, employees, agents, servants, and subcontxactors, if any, that they are subject to these confidentiality requirements. 16. The Contractor shall participate in meetings or trainings as requested by the State. 17. Funding adjustments inay be made during the term of this contract. The State makes funding adjustments on this contract using a Funding Letter substantially equivalent to Exhibit G and bearing the approval of the State Controller or his designee; the funding letter shall not be deemed valid until the State Controller or his designee has approved it. To be attached to CDPHE Page 3 of 3 Revised: 12/19/06 Task Order v1.0 (11/OS) contract teinplate Attachment I-1 FAMILY PLANNING BUDGET -----.--------- --------------- ---_ APPLICANT: Eagle County Public Health Agency FOR THE PERIOD; July 1, 2009 - June 30, 2010 T Salar~ _ % Time CDPHE-WHU CDPHE-WHU PLEASE ROUND ALL FIGURES TO THE FTE 3ULY 1- DEC 30, 2009 JAN 1- JUNE 30, 2010 NEAREST DOLLAR FEDERAL TITLE X / . CHLAMYDIA STATE PERSONNEL EXPENSES: NP/Program Coordinator . - - $ 90,000.00 --- 035 / 0.45 ------- $ 12,470 - $ 19,384 ----. - Clinic Assistant - $ 46,000.00 -- 0.65 Clinic Assistant $ 46,000.00 0.65 _ _ _ _. . `'Snh-tokalSalary~z enses~~~ , . $12,470 $19,384 Frin e Benefit Rate and Ex ense ~~ TotalPelr&oonel'Eir ense '~ 2$2,QUItOQ $12,470 $19,384 CONTRACTUAL: (Independent contractor for tubal ligaHon, Easure vasectomy, physicians, nurse practitioners, etc) Medical Officer 3'oiai of Gontrachi~l Ea enses $0 $0 OPERATTNG: , ~ ContraceptiveMet6ods ~ I ~ I ~ 1Q979 Training costs - which includes registration fees, travel) ~ - - _...-----' ----------- __ _ _ _ Chiamydia tests . - _-_-.- Other Lab tests -------- : _._.._..._.__.._.___. __._ -- ~ y--------- 1,~26 12,945 . Educational materials (brochures, etc) ~~ i .. .. ....~. . ..... . _ . ~. . _ . . . . _ .. Clinical supplies ~ i Office operatingsupplies (papers, charts, pens, etc) ~ -------'-~-------------- ------------ Oflice expense (rent, utiliNes, maintenance) I __ _ _._ _ _ _ ~ OTHER (Specify) - Outreach/Marketing . ~~.. _. ... . . .... . . ..._ `,Tofalo£;O eraHu' Ez ens~s $24,950 $0 EQUIPMENT: (Com~uters, Office furnitures)___~__ New Site Equipment - ---- -- -~ -~- ,, ` <Total of Eqdiprnent Expensgs . _ , . _. _ . $0 $0 ~ ; ,: 7`OTr~I:D~i2EGT'EXFENSES: $37,420 $19,384 INDIRECT: Indirect rate: Tndirect Ex ense ADMINISTRATTVE (10% CFPI Ex ansion Grant) I ONE-TIME EXPENSE (For CFPI Expansion Grant only) Medical Carts S ectulum Li l~ts 1`t3TALAMUt71V'~REQUES'T~1~ $37,420 $19,384 j Family P lanning Budget $56,804.00 ~ i Page 1 of 1 TERM SHEET 1) Requested hearing date: (First choice) 06/02/2009 (Second choice) 6~ 2) For Countv Manager signature: NO 3) Requestin~ deqartment: Public Health 4) Title: Colorado Department of Public Health and Environment Fami Contract, Contract Routing #FLA 10-00023. 5) Check one: Consent: X On the Record: 6) Staff submitting: Becky Larson 7) Pur ose: This contract, from the Colorado Department of Public Health and Environment, provides state and federal funds for the Eagle County Department of Public Health to administer the Title X Family Planning Program. The program conducts comprehensive family planning services to reduce unintended pregnancies in the county and treat STDs. The funds are used for personnel and operating expenses. 8) Schedule: This contract amendment is for the time period July 1, 2009 - June 30, 2010. 9) Financial considerations: This contract is for a total of $56,804 during the state fiscal year 2010. Public Health must submit monthly invoices to receive reimbursement from this contract. 9) Other: ~ ' ~- ~ ~. c~ ~ ~ ~ ~~~, ~~ i~, ~~-~ ~~-I~ :~ ~~~~~.d~, ~a__ ~r'~~' ~.~~~~.e~~ t`,,.. ~. .__ ' G~' V . , ~ ~1 ~ a~~ ~ ~I ~ ~_ APPqOV S / $y~ Eagle County Attorney's Office B~~ tagl~ County C~immi~sion~r~' ~ffi~e Please return executed contract and copies to Kym Iglesias in HHS. 970-328-8847.