Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutC10-167 Core Public Health Services Rtg. No. 11-FLA16624DEPARTMENT OF PUBLIC HEALTH AND ENVIRONMENT
ROUTRVG NO. II PAA 1GG7A
APPROVED TASK ORDER CONTRACT -WAIVER #154
Tlils Task Order Contract is issued pursuant to Master Contract made 01/23/2007, tvitlt routing number 08 PAA 00016
STATE:
State of Colorado for the use & benefit of the
Deparunent of Public Health and
Environment
Office oFPlanving and Partnerships
4300 Cherry Creek Drive South
Denver, Colorado 80246
CONTRACPOR:
Board of County Commissioners of Eagle
County
500 Broadway
Eagle, CO 81631-0850
for the use and benefit of the
>agle County Public Health Agency
551 Broadway
Eagle, CO 81631
TASK ORDER MADE DATE:
05/05/2010
CONTiU1CTOR ENTITY TYPE:
Colorado
PO/SC ENCUMBIGiNCE NUMBER:
PO FAA OPP11016624
TERM:
Tlis Taslc Order shall be effective upon
approval by the State Conteoller, oe designee,
or on 07/01 /2010, whichever is later. The
Taslc Ordex shall end on 06/30/2011.
BILLING STATL-MIENIS RCf
Not Applicable
STATUTORY AUTHORITY:
Not Applicable
PRICE STRUCTURE:
Filed Price
Exempt
BID/RPP/LIST PRICE AGREEMENT NUMBER:
Not Applicable
LA\G SPECIFIED VENDOR STATUTE:
Not Applicable
Political Subdivision
CONTRACT PRICE NOT TO EXCEED:
~101,t74.00
FEDERAL FUNDING DOLLNi$: X3,248.00
STATE FUNDING DOLLARS: ,9']926.00
MULl'IMUAt AMOUNT AVAILABLE PER FISCAL YENt:
FY 11: X101,174.00
S"LATE IiEPRL-SENTATiVE: CONTRr1CTOR REPRESP:NTATI V&
Kadileen Matthews ~ Rebecca Larson
Depaztment of Public Health and Enviromnent Eagle County Public Health Agency
Office of Planning and Partnerships PO Boa 660
4300 Cherry Creek Drive South Eagle, CO 81631
Denver, CO 50246
SCOPE OF WORK
Provide support for public health services, as established by the State Board of Health pursuant to §25-]-503(1),
C.R.S. and in accordance with Section §25-1-512 C.R.S. and Section §24-75.1104.5 (1.5) (a) (iV) C.R.S. The
district public health agency shall participate in assessment and plantvng efforts at the state, regional and local
level facilitatedby the Office of Planning and Partnerships. These efforts shall include maintaining and
unpxoving local capacity to provide services as established by the State Board of Health.
Page 1 of 5
Rev 6/25/09
Cio-fl~~
E.l'HI61TS:
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 - Amendment Template for Task Orders
Exhibit D - Option Letter
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 dvs Task
Order Contract provide more specificity than these general clauses, the more specific provision shall control.
1. 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, ternts and conditions set forth in the Master Conh'act.
2. In accordance with section 24-30-202(1), C.R.S., as amended, this Task Order Contract is not valid until it
has been approved by the State Controller, or an authorized delegee thereof. The Contractor is not
authorized to, and shall not; commence performance ender this Task Order Contract until this Task Order
Contract has been approved by the State Controller or delegee. The State shall have i~o 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 inchtding 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 Conh'act.
3. The Master Contract and its exhibits and/or attachments are incorporated herein by this reference and made
apart 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 Conh'act. Unless otherwise stated,
the teens 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 Conh'act (ntcluding its exhibits
and/or attaclunents), or between this Task Order Contract and its exhibits and/or attaclmrents, such conflicts or
inconsistencies stall be resolved by reference to the documents in the following order of priority: ])the
Page 2 of 5 Rev 6/25/09
Special Provisions of the Master Conhact; 2) the Master Conhact (other than the Special Provisions) and its
exhibits and attachments in fire order specified in the Master Contract; 3) this Task Order Contract; 4) rite
Additional Provisions -_Exhibit A, and its attachments if included, to this Task Order Contract; 5) the
Scope/Statement ofWork -Exhibit B, and its attachments if included, to this Task Order Conhact; 6) other
exhibits/attaclmtents to this Task Order Conhact hi their order of appearance.
4. The Contractor, in accordance with the terms and conditions of the Master Conhact 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 Coutract, subject to the limitations set forth iu the Master Contract, increase or
decrease the amowtt payable under this Task Order Contract, or add to, delete from, and/or modify this
Task Order Contract's Statement of Work through a contract amendment. To be effective, the amendment
must be signed by the State and the Contractor, and be approved by the State Controller or an authorized
delegate thereof. This contract is subject to such modifications as maybe required by changes in Federal
or State ]aw, or their implementing regulations. Any such required modification shall automatically Ue
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 teens of any RFP attached hereto, if applicable, establish the minimum
standards of performance that the Conhractor 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.
7. STATEWIDE CONTRACT MANAGEMENT SYSTEM (This sectiaz shall apply when the Effective
Date is on or after July 1, 2009 and the maxinunn nnrouzrt payable to Contractor herewzder is 8'100, 000 or
highezJ
By entering into this Task Order Contract, Conh'actor 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 concezning
the monitoring of vendor performance on state contracts and inclusion of contract perforntance information
in a statewide conhact 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 Piscal 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 specific requirements of such obligations and shall include factors tailored to match the
requirements of dte Statement of Project of this Task Order Contract. Such performance information shall
be entered into the statewide Coutract Management System at intervals established in dte Statement of
Project and a filial review and rating shall be rendered within 30 days of the end of the Task Order Coutract
term. Contractor shall be notified following each performance and shall address or correct any identified
problem in a timely manner and maintain work progress.
Should the Seal performance evaluation determine that Contractor demonstrated a gross failure Yo meet the
performance measures established under the Statement of Project, the Executive Director of the Colorado
Department of Persomtel and Administration (Executive Director), upon request by the Colorado
Department of Puhlic Health and Envirozmtent and showing of good cause, may debar Contractor and
Page 3 of 5 Rev 6/25/09
prohibit Contractor from bidding on firture 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) wider 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.
Page 4 of 5 Rev 6/25/09
•
THE PARTIES HERETO HAVE EXECUTED THIS CONTRACT
* 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: STATE OF COLORADO:
Board of County Commissioners of Eagle County BILL RITTER, JR OVERNOR
For the use and benefit of the
Eagle County Public Health Agency
Legal Name of Contracting Entity
Q
7 For Executive Director
r cf2/1.� �''S( .l •v Department of Public Health and Environment
8n
Si ature o Authorized Officer
Print Name of Authorized Officer
Department Program Approval:
D ia/Or M O J 1 By \1 �.. ' _ r. •
Print Title of Authorized Officer
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 L
Date % 3 Q a
•
Page 5 of 5 Rev 6/25/09
1;XHIBIT A
ADDITIONAL PROVISIONS
To Task Order Conh•act Dated 05/05/2010 -Contract Routing Number 11 FAA 16624
These provisions are to be read and interpreted in conjunction with the provisions of the
Task Order Contract specified above.
1. The State has determined that this contract does not constitute a Business Associate relationship under
H1PAA.
2. This Task Order Conhact contains state funds.
3. Comuensation under this Task Order Contract The contractor will receive automatic quarterly payments
within thirty (30) calendar days after the quarter ends. Payment during the initial, and any renewal or
extension, toms 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.
4. Time Limit For Acceptance Of Deliverables.
a. Evaluation Period. The State shall have thirty (30) calendar days from the date a deliverable is
delivered to the State by the Contractor to evaluate that deliverable, except for those deliverables
that have a different time negotiated by the State and the Contractor.
b. Notice of Defect. If the State believes in good faith that a deliverable fails to meet the design
specifications For that particular deliverable, or is otherwise deficient, then the State shall notify
the Contractor of the failure or de5cieucies, in writing, within thirty (30) ealondar days of: I) the
date the deliverable is delivered to the State by the Contractor if the State is aware of the failure or
deficiency at Ote time of delivery; or 2) the date the State becomes aware of the failure or
deficiency. The above time frame shall apply to all deliverables except for those deliverables that
have a different time negotiated by the State and the Contractor in writing pursuant to the State's
fiscal roles.
c. Time to Con'ect Defect. Upon receipt of timely written notice of an objection to a completed
deliverable, the Contractor shall have a reasonable period of time, not to exceed thirty (30)
calendar days, to correct the noted deficiencies. If the Contractor fails to correct such deficiencies
within thirty (30) calendar days, the Contractor shall be in default of its obligations under this
Task Order Contract and the State, at its option, may elect to tenuinate this Task Order Contractor
the Master Contract vtd all Task Order Contracts entered into pursuant to the Master Contract.
5. The State may unilaterally increase/decrease the maximum amount payable under this contract based upon
the unit prices established in the contract and the schedule of services required, as set by the State. If the
State exercises its option, it shall provide written notice to the contractor at least 30 days before the increase
is effective in a form substantially equivalent to Exhibit D, inmtediately upon siguahu'e of the State
Controller or his delegate. Performance of the service shall continue at the same rates and under the same
terms as established in the contract.
6. Survival of Certain Contract Terms. Notwithstanding anything in this contract to the contrary, the parties
understand and agree that all terms and conditions of this contract which may require continued
performance, compliance, or effect beyond the termination date of the contract and shall survive such
termination date and shall be enforceable by the State as provided herein in the event of failure to perform
or comply by the Contractor.
To be attached to CDPIIE Page 1 of 1 Revised: 12/19/06
Task Order v1.0 (11/OS) conhact template
EXHIBIT B
STATEMENT Or WORK
To Task Order Contract Dated 05/05/2010 -Contract Routing Number it F'AA 16624
These provisions are to be read and interpreted in conjunction with [he provisions ot[he Tnsk Order Contract speci5ed above.
1. The Contractor, in accordance with the terms and conditions of this contract, shall perform and complete, in
a timely and satisfactory manner, all activities described in the approved Statement of Work and Budget
that is attached hereto as Attachment B-I and incorporated herein.
2. The Contractor will be required to submit reports as required and outlined iu the statement of work,
Attachment B-1.
To be attached to CDPHE Page 1 of 1 Revised: 12/19/06
Task Order v1.0 (11/OS) contract template
Eagle County Public Health Agency
Statement of Worlc and Budget
Attachment B-1
The Office of Planning and Partnerships desires to strengthen the capacity to provide public artd envirmmtental health services
in Colorado. This scope of work is designed to:
I. Provide accountability to assure State monies are being used effectively to pt'ovide public health services.
2. Develop and maintain a consistent planning framework that integrates local public health planning wit(t statewide
public health planning.
3. Inform state level decisions and policy development by integrating comity and district public health plans with
CDPHE strategic planning.
4. Build state and local partnerships focused ou strengthening Colorado's public health system.
5. Identify areas in the state system that need improvement to better support county and district agencies through the
state system functions of 1) Planting and Implementation; 2) Technical Assistance vtd Support; 3) Evaluation
and Quality Improvement; and 4) Resources.
It is hereby agreed that for and in consideration of dteir mutual promises to each other, hereinafter stated, the parties hereto
agree as follows:
1. Public Health Services. The county or district public health agency shall use these moneys to provide support for public
health services, as established by the State Board of I-Iealtlt pursuant to §25-1-503(1), C.R.S., and in accordutcc with
Section §25-I-512 C.R.S. and Section §24-75-I ] 045 (1.5) (a) (N) C.R.S. A copy of the current definition of Basic and
Optional Services and Draft Core Puhlic Health Services shall he posted at the Office of Planning and Partnerships
website.
2. Statewide and Countv/Dish•ict Public Health Plannine. The county or district public health agency shall participate in
assessment and plarming efforts at the state, regional and local level facilitated by the Offce of Planning and Partnerships.
These efforts shall include maintaining and improving local capacity to provide services as established by the State Board
of Health.
3. Maternal and Child Health Services. Only for agencies who do not have a separate MCH contract and whose MCH
finding is included in this local public health agency contract:
A. Core Maternal and Child Health Services. The county or district public health agency shall provide the core
maternal and child health services of infrastructure building on behalf of the prenatal and child/adolescent
populations.
i. Contribute to the accomplishment ofthe National and State's priorities, performance measures, and outcome
measures, as identified in the MCH Guidelines;
ii. Work with public and private ennmunity partners to plan for the development and maintenance of resources
that assure access to direct care and services for vulnerable women, children, and adolescents, such as those
who are low-income, uninsured, underinsured, or who live in Waal or underserved areas or who are from
ethnic or cultural minority communities and may experience language or cultnral barriers to services;
iii. Refer families participating in any and all programs in its agency such as Women, htfants and Children
(WIC); Early and Periodic Screening, Diagnosis and Treatment (EPSDT); Lmuunization Clinics; Family
Planning; HCP (Children with Special Health Care Needs); etc, to appr'opr'iate enabling and direct care
service programs in the community;
iv. htchtde the maternal and child health population in the five-year community health assessment written for the
State's Office of Planning & Patt<terships;
4. Reuorts and Audits. The county or district public health agency shall provide to the State alt agency amoral reoort for the
previous calendar year to be submitted by April 1, 2011. The report is to be submitted on a state provided electronic
template on the Office of Plannhtg and Partnerships website. The quarterly advance of funds for the period April, May and
June of the current fiscal year shall be withheld until all reports are received by the State. The contractor shall maintain
such records as may be necessary to provide the information herein required by the State and submit to such reasonable
audits and evaluations as may be necessary.
5. Sunulantine of rands. In order to qualify each county and city and county shall comply with the statutory requirements
for contribution as set forth in C.R.S. § 25-1-512 for its local health services. Each board of health may contribute such
additional amounts as it may deterntine to be necessary to meet their local health needs.
6. Payment. Paytnent equal to (1/4) of the total allocation shall be paid automatically in the last month of
each quarter. If applicable, a one time payment for core MCH services - infi'asnvcture building is included dining the
third gnarter.
uarter Amount
7u1 1 throe h Se tember 30, 2010 $24,211.00
October 1 throe h December 31, 2010 $24,211.00
Januaz 1 throe h March 31, 2011 $28,541.00
A ril 1 throe h June 30, 2011 $24,211.00
Pursuant to C.R.S. § 25-1-510(3), if the contractor stops providing some public health services as described in paragraph (I)
above during the tens of this contract, the CDPHE may reduce the contractor's quarterly payments by an amount equal to that
which is necessary to pay For another entity to provide the same public health services, and redirect those payments to another
entity to provide the public health services. If the contractor stops providing all public health services as described in
paragi'aph (1) above during the term of this contract, the CDPHE shall terminate the contract.