Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutC09-347 HHS Contract Amendment no 1 WIC ProgramDEPARTMENT OR AGENCY NAME
COLORADO DEPARTMENT OF PUBLIC HEALTH AND ENVIRONMENT
PSD-WIC
DEPARTMENT OR AGENCY NUMBER
FLA
CONTRACT ROUTING NUMBER
10-00412
CONTRACT AMENDMENT # 1
This Amendment is made this 13TH day of uJ ly, 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 Cherrv 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 Broadwav, Eagle, Colorado 81631-0850, for the
use and benefit of the, EAGLE COUNTY PUBLIC HEALTH AGENCY, formerly known as
EAGLE COUNTY HEALTH & HUMAN SERVICES whose address or principal place of business is 551
Broadwav, Eagle, Colorado 81631, hereinafter referred 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 January 23, 2007, 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
August 27, 2007, with contract encumbrance number PO FLA WIC0800442, and contract routing number 08 FLA
00442, as amended by Limited Amendment for Task Orders #1, contract routing number 08 FLA 00825, Limited
Amendment for Task Orders #2, contract routing number 09 FLA 00556, and Limited Amendment for Task Orders
#3, contract routing number 09 FLA 00974,collectively referred to herein as the "Original Task Order Contract,
whereby the Contractor was to provide to the State the following:
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 nutritional foods to pregnant, lactating and
postpartum women, and children under five (5) years of age, whose income falls below specified levels and
have an identifiable nutrition risk factor, as described in 7 CFR, Part 246, and the State's WIC Program
Procedure Manual.
The purpose for this amendment is described below.
To renew the Original Task Order Contract, to change the Contractor's name 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 managernent system.
NOW THEREFORE, it is hereby agreed that
1. Consideration for this amendment to the original task order contract, dated August 27, 2007 with conh•act
Page 1 of 4 rev 4/3/09
routing number 08 FLA 00442, and contract encumbrance PO FLA WIC0800442, 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 00442, as amended by Limited Amendment for Task Orders #1,
contract routing number 08 FLA 00825, Limited Amendment for Task Orders #2, contract routing number
09 FLA 00556,and Limited Amendment for Task Orders #3, contract routing nutnber 09 FLA 00974,
collectively referred to herein as the Original Task Order Contract, which is by this reference incorporated
herein. All terms, 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 5. of the Original Task Order Contract identified
by contract routing number 08 FLA 00442, dated August 27, 2007. The Contractor's legal name
in the original task order contract is hereby changed from Eagle County Health & Human
Services to the Contractor's new legal name of Eagle 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
A enc desires to continue working with the State.
B. This Amendment is for the renewal term of October 1, 2009, through and including September
30, 2010. The maximum amount payable by the State for the work to be performed by the
Contractor during this renewal term is One Hundred Ninety Seven Thousand Two Hundred
Eleven Dollars, ($197,211.00) for an amended total financial obligation of the State of FIVE
HUNDRED SEVENTY ONE THOUSAND ONE HUNDRED THIRTY SIX DOLLARS,
($571,136.00). This is an increase One Hundred Ninety Seven Thousand Two Hundred
Eleven Dollars, ($197,211.00) of the amount payable from the previous term. The Original Task
Order Contract is modified accordingly. All other terms and conditions of the Original Task
Order Contract are reaffirmed.
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 monitoring of vendor performance on state contracts and inclusion of contract
performance information in a statewide contract management system.
Contractor's. performance shall be evaluated in accordance with the terms and conditions of this
Task Order Contract, State law, including CRS §24-103.5-101, and State Fiscal Rules, Policies
and Guidance. Evaluation of Contractor's performance shall be part of the normal contract
administration process and Contractor's performance will be systematically recorded in the
statewide Contract Management System. Areas of review shall include, but shall not be limited to
quality, cost and timeliness. Collection of information relevant to the performance of Contractor's
obligations under this Task Order Contract shall be determined by the specitic requirements of
such obligations and shall include factors tailored to match the requirements of the Statement of
Project of this Task Order Contract. Such performance information shall be entered into the
statewide Contract Management System at intervals established in the Statement of Project and a
final review and rating shall be rendered within 30 days of the end of the Task Order Contract
term. Contractor shall be notified following each performance and shall address or correct any
identified problem in a timely manner and maintain work progress.
Page 2 of 4 rev 4/3/09
Should the final performance evaluation determine that Contractor demonstrated a gross failure to
meet the performance measures established under the Statement of Project, the Executive Director
of the Colorado Department of Personnel and Administration (Executive Director), upon request
by the Colorado Department of Public Health and Environment, and showing of good cause, may
debar Contractor and prohibit Contractor from bidding on future contracts. Contractor may contest
the final evaluation and result by: (i) filing rebuttal statements, which may result in either removal
or correction of the evaluation (CRS §24-105-102(6)), or (ii) under CRS §24-105-102(6),
exercising the debarment protest and appeal rights provided in CRS §§24-109-106, 107, 201 or
202, which may result in the reversal of the debarment and reinstatement of Contractor, by the
Executive Director, upon showing of good cause.
The original Task Order Contract is modified accordingly. All other terms and conditions of the Original
Contract are reaffirmed.
4. The effective date of this amendment is upon approval of the State Controller or October 1, 2009,
whichever is later.
5. 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 WITNESS 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
(a political subdivision of the state of Colorado
(for the use and benefit of )
EAGLE COUNTY PUBLIC HEALTH AGENCY
Signature Authorized Officer
1•' H r.
Print Name o~ Authorized Officer
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 BY THE STATE CONTROLLER
CRS §24-30-202 requires the State Controller to approve all State Contracts. This Contract is not valid until
signed and dated below by the State Controller or delegate. Contractor is not authorized to begin
performance until such time. If Contractor begins performing prior thereto, the State of Colorado is not
obligated to pay Contractor for such performance or for any goods and/or services provided hereunder.
STATE CONTROLLER
David J. McDermott, CPA
By:
^Kevin Edwards ^Yvonne Anderson ^Robert ,faros ^Donald Rieck
Date:
Pabe 4 of 4 rev 4/3/09
1)
2)
3)
4)
5)
6)
TERM SHEET
Requested hearing date: (First choice) 8/18/09 (Second choice)8/25/09
~~~
,-~
For County Manager signature: No ~.
,_ ~/
~~ ~ `
Requesting department: Public Health
~, . 1
Title: Colorado Department of Public Health and Environment Contact, ~ ~~ ~, `~
Amendment #1 of Master Contract for the WIC Program. '~1_ t%~
~I~
Check one: N/A Consent: X On the Record:
taff submitting: Becky Larson, Co-acting Public Health Manager
7) Purpose: This amended Task Order,_from~he Colorado Department of Public
Health and Environment, provides funding for the Eagle County Department of
Public Health to administer the WIC Program for State fiscal year 2010. WIC
services include nutrition education and provision of certain nutritional foods to
pregnant, lactating and postpartum women, and children under five (5) years of
age, whose income falls below specified levels and have an identifiable nutrition
risk factor. This funding supports WIC personnel, required WIC trainings and
other WIC expenditures.
8) Schedule: The original task order is for the time period October 1, 2009 -
September 30, 2010.
9) Financial considerations:
This amendment to the Original Task Order is for a total of $197,211:00 during
state fiscal year 2010. This amount has been fully budgeted.
9) Other:
~~~~~~~~
`` 51~~9
~v~ ~'rC''~~~"f h '~ ale0
~ Y~''
RPPR®~fE®-A i TCTF~RM
3y. Eagle ,ounty attorney's Office
~a~l~ ~n~~nfy ~~~mtnisr~ianer~' office
Please return executed contract and copies to Kym Iglesias in HHS. 970-328-8847.