HomeMy WebLinkAboutC10-250 WIC Program Task Order #3 Rtg. No. 11-20835 •
DEPARTMENT OR AGENCY NAME
COLORADO DEPARTMENT OF PUBLIC HEALTH AND ENVIRONMENT
PSD - WIC
DEPARTMENT OR AGENCY NUMBER
FLA
CONTRACT ROUTING NUMBER
11 - 20835
AMENDMENT FOR TASK ORDERS #3
This Amendment is made this 27 day of July, 2010, 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 -0850, for the
use and benefit of the, EAGLE COUNTY PUBLIC HEALTH AGENCY, whose address or principal place of
business is 551 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.
Pursuant to the terms and conditions of the Master Contract, the parties entered into a Task Order Contract, dated
August 20, 2007, with contract encumbrance 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, Limited Amendment for Task Orders #3,
contract routing number 09 FLA 00974, Contract Amendment #1, contract routing number 10 FLA 00412, and
Amendment for Task Orders #2, contract routing number 10 FLA 13956, 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 State promises to pay the Contractor the sum of Two Hundred Thirty Thousand Three Hundred Eighty
Four Dollars ($230,384.00) in exchange for the promise of the Contractor to continue to perform the work
identified in the Original Task Order Contract for the renewal term of 1 year, ending on September 30, 2011.
NOW THEREFORE, in consideration of their mutual promises to each other, stated below, the parties hereto agree
as follows:
1. Consideration for this Amendment to the Original Task Order Contract consists of the payments and
services that shall be made pursuant to this Amendment, and 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, Limited Amendment for Task Orders #3, contract routing number 09 FLA 00974
Contract Amendment #1, contract routing number 10 FLA 00412, and Amendment for Task Orders #2,
contract routing number 10 FLA 13956, collectively referred to herein as the Original Contract, which is
by this reference incorporated herein. All terms, conditions, and provisions thereof, unless specifically
Page 1 of 3 Rev 3/16/2010
• •
modified herein, are to apply to this 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 Amendment is issued pursuant to paragraph 5 of the Original Task Order Contract identified
by contract routing number 08 FLA 00442. This Amendment is for the renewal term of October 1,
2010, through and including September 30, 2011. The maximum amount payable by the State for the
work to be performed by the Contractor during this renewal term is Two Hundred Thirty Thousand
Three Hundred Eighty Four Dollars ($230,384.00) for an amended total financial obligation of the
State of EIGHT HUNDRED THIRTY FOUR THOUSAND FOUR HUNDRED SIXTY
DOLLARS ($834,460.00). This is an increase of Two Hundred Thirty Thousand Three Hundred
Eighty Four Dollars ($230,384.00) of the amount payable from the previous term. Of the maximum
amount for this renewal term Zero Dollars ($0.00) are attributable to a funding source of the State of
Colorado and Two Hundred Thirty Thousand Three Hundred Eighty Four Dollars ($230,384.00)
are attributable to a funding source of the United States Government (see Catalog of Federal Domestic
Assistance (CFDA) number 10.5570). Of the amended total financial obligation of the State
referenced above Zero Dollars ($0.00) are attributable to a funding source of the State of Colorado
and EIGHT HUNDRED THIRTY FOUR THOUSAND FOUR HUNDRED SIXTY DOLLARS
($834,460.00). are attributable to a funding source of the United States Government. The revised
Budget is incorporated herein as follows:
October 1, 2010 — September 30, 2011
FFY 2011 Budget — Base Amount $228,343.00
WIC State Meeting — Travel Budget $2041.00
Total FFY 2011 Budget $230,384.00
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 Amendment is October 1, 2010 or upon approval of the State Controller, or an
authorized delegate thereof, whichever is later.
5. 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 Amendment and any of the terms and provisions of
the Original Task Order Contract, the terms and provisions of this 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 Task 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 Rev 3/16/2010
• •
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: STATE:
BOARD OF COUNTY COMMISSIONERS OF STATE OF COLORADO
EAGLE COUNTY Bill Ritter, Jr. Governor
(a political subdivision of the state of Colorado)
(for the use and benefit of)
EAGLE COUNTY PUBLIC HEALTH AGENCY
_at By:
Signature of ?Cuthorized Officer For the Executive Director
DEPARTMENT OF PUBLIC HEALTH
CO A S , 1 l /'r ' `Ai AND ENVIRONMENT
Print Name of��Authorized Officer
Ceti /r mar)
Print Title of Authorized Officer
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:
Date:
Page 3 of 3 Rev 3/16/2010