Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutC12-310 WIC Program (13FAA 00016) DEPARTMENT OF PUBLIC HEALTH AND ENVIRONMENT
ROUTING NO. 13 FLA 47903
APPROVED TASK ORDER CONTRACT — WAIVER #154
•
This Task Order Contract is issued pursuant to Master Contract made on 01/17/2012, with routing number 13 FAA 00016
STATE: CONTRACTOR:
State of Colorado for the use & benefit of the Board of County Commissioners of Eagle County
Department of Public Health and Environment 500 Broadway
Division of Prevention Services Eagle, Colorado 81631 -0850
WIC Program for the use and benefit of the
4300 Cherry Creek Drive South Eagle County Public Health Agency
Denver, Colorado 80246 551 Broadway
Eagle, Colorado 81631
TASK ORDER MADE DATE: CONTRACTOR ENTITY TYPE:
August 20, 2012 Colorado Political Subdivision
PO /SC ENCUMBRANCE NUMBER
POFLAWIC1347903
TERM: BILLING STATEMENTS RECEIVED:
This Task Order shall be effective upon approval Reimbursement
by the State Controller, or designee, or on
10/01/2012, whichever is later. The Task Order STATUTORY AUTHORITY:
shall end on 09/30/2013. N/A
PRICE STRUCTURE: CONTRACT PRICE NOT TO EXCEED:
Cost $236,809.00
PROCUREMENT METHOD: FEDERAL FUNDING DOLLARS: $236,809.00
Exempt STATE FUNDING DOLLARS $0.00
BID /RFP /LIST PRICE AGREEMENT NUMBER: MAXIMUM AMOUNT AVAILABLE PER FISCAL YEAR:
Not Applicable FY 13: $177,607.00
FY 14: $59,202.00
LAW SPECIFIED VENDOR STATUTE:
Not Applicable
STATE REPRESENTATIVE: CONTRACTOR REPRESENTATIVE:
Kathryn Gasowski Jennie Wahrer
Department of Public Health and Environment Eagle County Public Health Agency
Division of Prevention Services 551 Broadway
WIC Program Eagle, Colorado 81631
4300 Cherry Creek Drive South
Denver, Colorado 80246
SCOPE OF WORK:
Conduct and administer a component of the Special Supplemental Nutrition Program for Women, Infants, and
Children, hereinafter referred to as the "WIC Program ", within an approved service area. Service includes, but
are not limited to, nutrition education and the provision of certain nutrition foods to pregnant, lactating and
postpartum women, infants, 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 CRS, Part 246, and the State's WIC Program
Manual.
Page 1 of 6 Rev 6/25/09
EXHIBITS:
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 its attachments if any — e.g., B -1, B -2, etc.) •
•
GENERAL PROVISIONS
The following clauses apply to this Task Order Contract. These general dauses 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.
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, terms and conditions set forth in the Master Contract.
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 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
Page 2 of 6 Rev 6/25/09
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; 4) the
Additional Provisions - Exhibit A, and its attachments if included, to this Task Order Contract; 5) 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, which is incorporated herein by this reference, made a part hereof and attached hereto
as "Exhibit B."
5. 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 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 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 8, 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 section shall apply when the Effective
Date is on or after July 1, 2009 and the maximum amount payable to Contractor hereunder is $100, 000 or
higher]
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 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
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 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
Page 3 of 6 Rev 6/25/09
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.
8. If this Contract involves federal funds or compliance is otherwise federally mandated, the Contractor and
its agent(s) shall at all times during the term of this contract strictly adhere to all applicable federal laws,
state laws, Executive Orders and implementing regulations as they currently exist and may hereafter be
amended. Without limitation, these federal laws and regulations include the Federal Funding
Accountability and Transparency Act of 2006 (Public Law 109 -282), as amended by §6062 of Public Law
110 -252, including without limitation all data reporting requirements required there under. This Act is also
referred to as FFATA.
Page 4 of 6 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 John W. Hickenlooper, GOVERNOR
County
(a political subdivision of the state of Colorado)
for the use and benefit of the
Eagle County Public Health Agency
Legal Name of Contracting Entity
B y
For Executive Director
D epartment of Public Health and Environment
Signature of Authorized Officer
Print Name of Authorized Officer
/�{ /� �� Department Program Approval:
�"�1ra A By
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
Date
Page 5 of 6 Rev 6/25/09
This page left intentionally blank.
Page 6 of 6 Rev 6/25/09
EXHIBIT A
ADDITIONAL PROVISIONS
To Task Order Contract Dated 08/20/2012 - Contract Routing Number 13 FLA 47903
These provisions are to be read and interpreted in conjunction with the provisions of the Task Order Contract specified
above.
1. 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.
2. This Task Order Contract contains federal funds (see Catalog of Federal Domestic Assistance (CFDA)
number 10.5570)
3. The United State Department of Agriculture ( "USDA "), through its Food and Nutrition Services (FNS) has
awarded federal funds under Notice of Cooperative Agreement Award, hereinafter "NCAA ", number
3C0700701, to perform the following to operate the Special Supplemental Nutrition Program for Women,
Infants, and Children, officially known as the "WIC" Program.
If the underlying Award authorizes the State to pay all allowable and allocable expenses of a contractor as
of the effective date of the 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 the 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 contract is signed by the State
Controller or delegee.
4. To receive compensation under this Task Order Contract, the Contractor shall submit a signed monthly
CDPHE Reimbursement Invoice Form. This form is accessible from the CDPHE internet website
http: / /www.cdphe. state. co .us /Standardizedlnvoice /index.html CDPHE will provide technical assistance
in accessing and completing the form. The CDPHE Reimbursement Invoice Form must be submitted
within sixty (60) 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.
Submit completed CDPHE Reimbursement Invoice Form to:
Fiscal Contract Monitor
Prevention Services Division - WIC
Colorado Department of Public Health and Environment
PSD- WIC -6420
4300 Cherry Creek Drive South
Denver, Colorado 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 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.
To be attached to CDPHE Page 1 of 3 Revised: 12/19/06
Task Order v1.0 (3/12) contract template
EXHIBIT A
Unless otherwise provided for in this Task Order Contract, "Local Match ", if any, shall be included on all
invoices as required by funding source.
The Contractor shall not use federal funds to satisfy federal cost sharing and matching requirements unless
approved in writing by the appropriate federal agency.
5. Time Limit For Acceptance Of Deliverables.
a. Evaluation Period. The State shall have sixty (60) 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 deficiencies, in writing, within thirty (30) calendar days of: 1) the
date the deliverable is delivered to the State by the Contractor if the State is aware of the failure or
deficiency at the 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 rules.
c. Time to Correct 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 terminate this Task Order Contract or
the Master Contract and all Task Order Contracts entered into pursuant to the Master Contract.
6. Modifications To The Request for Proposal.
a. None
7. If this Contract is terminated prior to its expiration date, then the final payment to the Contractor may be
withheld, at the discretion of the State, until a final audit has been completed.
8. Incorrect payments to the Contractor due to omission, error, fraud, defalcation, or any other reason, shall be
recovered from the Contractor by the State: by deduction from subsequent payments under this Task Order
Contract or other task order contracts between the State and the Contractor; or, by the State as a debt due to
the State. The State and the Federal government reserve the right to audit the Contractor's books and
records for a period of six(6) years after this Contract expires or terminates in order to validate the
allowableness of costs paid under this Task Order Contract. Any costs not allowable under the State of
Colorado Procurement Code and Rules or, the State's WIC Program regulations shall be reimbursed by the
Contractor, or offset against current obligations of the State to the Contractor, at the State's election.
9. Continued State financial reimbursement under this Task Order Contract is contingent upon the continued
operation of the WIC program as described in this Task Order Contract, and the Contractor's timely
submission of all the reports, data, or other documentation required under this Task Order Contract.
10. The participant level shall be negotiated between the State and Contractor based on the availability of food
dollars and the average food package costs and shall be approved and documented in writing, and amended
as needed.
11. The State may require continued performance for a period of one (1) years at the same rates and same terms
specified in the contract. If the State exercises the option, it will provide written notice to the Contractor at
least 30 days prior to the end of the current contract term in a form substantially equivalent to Attachment
A -1. If exercised, the provisions of the Option Letter shall become part of and be incorporated into the
To be attached to CDPHE Page 2 of 3 Revised: 12/19/06
Task Order v1.0 (3/12) contract template
EXHIBI3
original contract. The total duration of this contract, including the exercise of any options under this
clause, shall not exceed five (5) years.
The State may increase or decrease the quantity of services described in Exhibit B based upon the rates
established in the Contract. If the State exercises the option, it will provide written notice to the Contractor
at least 30 days prior to the end of the current contract term in a form substantially equivalent to
Attachment A -1. Performance of the services shall continue at the same rates and terms. If exercised, the
provisions of the Option Letter shall become part of and be incorporated into the original contract.
12. The State may increase or decrease funds available under this Contract using a Grant Funding Letter
substantially equivalent to Attachment A -2. The Grant Funding Letter is not valid until it has been
approved by the State Controller or designee.
•
To be attached to CDPHE Page 3 of 3 Revised: 12/19/06
Task Order v1.0 (3/12) contract template
Attachment A -1
OPTION LETTER
Date: State Fiscal Year: Option Letter No. 1 CMS Routing #
1) OPTIONS: Choose all applicable options listed in §1 and in §2 and delete the rest.
a. Option to renew only (for an additional term)
b. Change in the amount of goods within current term
c. Change in amount of goods in conjunction with renewal for additional term
d. Level of service change within current term
e. Level of service change in conjunction with renewal for additional term
f. Option to initiate next phase of a contract
2) REQUIRED PROVISIONS. All Option Letters shall contain the appropriate provisions set forth below:
a. For use with Options 1(a -e): In accordance with Section(s) of the Original Contract routing number
between the State of Colorado, Insert Name of Department or Higher Ed Institution , and Contractor's
Name, the State hereby exercises its option for an additional term beginning Insert start date and ending on
Insert ending date at a cost /price specified in Section , AND /OR an increase /decrease in the amount of
goods /services at the same rate(s) as specified in Identify the Section, Schedule, Attachment, Exhibit etc.
b. For use with Option 1(f), please use the following: In accordance with Section(s) of the Original
Contract routing number between the State of Colorado, Insert Name of Department or Higher Ed
Institution , and Contractor's Name, the State hereby exercises its option to initiate Phase indicate which
Phase: 2, 3, 4, etc for the term beginning Insert start date and ending on Insert ending date at the cost/price
specified in Section
c. For use with all Options 1(a -f): The amount of the current Fiscal Year contract value is
increased /decreased by $ amount of change to a new contract value of Insert New $ Amt to as consideration
for services /goods ordered under the contract for the current fiscal year indicate Fiscal Year. The first
sentence in Section is hereby modified accordingly. The total contract value including all previous
amendments, option letters, etc. is Insert New $ Amt.
3) Effective Date. The effective date of this Option Letter is upon approval of the State Controller or
whichever is later.
STATE OF COLORADO
John W. Hickenlooper, GOVERNOR PROGRAM APPROVAL:
Department of Public Health and Environment
By:
By: Lisa McGovern, Purchasing & Contracts Unit Director
Date:
ALL CONTRACTS REQUIRE APPROVAL 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 1 of 1
Effective Date: 1/6/09 -Rev 8/25/09
Attachment A -2
GRANT FUNDING CHANGE LETTER
Date: 1 State Fiscal Year: Grant Funding Change Letter # CMS Routing #
TO: Insert Grantee's name
In accordance with Section of the Original Contract routing number , [insert the following
language here if previous amendment(s), renewal(s) have been processed] as amended by [include all
previous amendment(s), renewal(s) and their routing numbers], [insert the following word here if
previous amendment(s), renewal(s) have been processed] between the State of Colorado, Colorado
Department of Public Health and Environment and Contractor's Name beginning Insert start date <insert
start date of original contract> and ending on Insert ending date <insert ending date of current contract
amendment >, the undersigned commits the following funds to the Grant:
The amount of grant funds available and specified in Section of <insert contract amendment
number and routing number> is ❑ increased or ❑ decreased by $amount of change to a new total
funds available of $ < insert new cumulative total> for the following reason: . Section
is hereby modified accordingly.
This Grant Funding Change Letter does not constitute an order for services under this Grant.
The effective date of hereof is upon approval of the State Controller or , whichever is later.
STATE OF COLORADO
John W. Hickenlooper, GOVERNOR
Department of Public Health and Environment PROGRAM APPROVAL:
•
By: Lisa McGovern, Purchasing & Contracts Unit By:
Director
Date:
ALL GRANTS REQUIRE APPROVAL BY THE STATE CONTROLLER
CRS §24 -30 -202 requires the State Controller to approve all State Grants. This Grant is not valid until signed and dated below by
the State Controller or delegate. Grantee is not authorized to begin performance until such time. If Grantee begins performing prior
thereto, the State of Colorado is not obligated to pay Grantee for such performance or for any goods and /or services provided
hereunder.
STATE CONTROLLER
David J. McDermott, CPA
By:
Date:
Page 1of1
Effective Date: 1/6/09 -Rev 8/25/09
•
EXHIBIT B
STATEMENT OF WORK
To Task Order Dated 08/20/2012 - Contract Routing Number 13 FLA 47903
These provisions are to be read and interpreted in conjunction with the provisions of the Task Order Contract specified above.
I. Project Description: The Contractor shall conduct and administer a component of the Special Supplemental
Nutrition Program for Women, Infants and Children. Applicable regulations are contained at 7 C.F.R., Part
246, which can be found at www. fns. usda .gov /wic /lawsandregulations.
1I. Performance Requirements/Deliverables:
a. The Contractor fully understands that the WIC Program is a project to supply specified nutritious foods
and nutrition education to pregnant, lactating, and postpartum women and children under five (5) years of
age who fall below those levels of income established by the United States Department of Health and
Human Services (USDHHS) income poverty guidelines, which can be found at
http: / /www.cdphe. state .co.us /ps /wic /WICFamilies.html, and, who have an identifiable nutrition risk
factor as described in the applicable regulations and the State WIC Program Manual, which has been
made available to the Contractor as of the effective date of this Contract.
b. The Contractor shall utilize the State's food delivery system, which system has been approved by the
USDA Food and Nutrition Service ( "FNS ").
c. The Contractor shall insure the availability of those health services identified in the applicable Federal
Regulations to participants up to the income level specified for the WIC Program: by providing those
services in on -site clinics; or, by referring participants to State of Colorado licensed physicians or public
or nonprofit agencies which will provide those services.
d. The Contractor shall protect the confidentiality of a recipient's identity by limiting access to the
recipient's records to: the USDA, the General Accounting Office (GAO), State WIC officials, local WIC
employees, the recipient's health care provider (with participant's permission), programs with a formal
information sharing agreement with the State's WIC Office and listed on the Participant's Rights and
Obligations form, agencies with overlapping service areas, counties with Commodity Supplemental Food
Programs to prevent dual participation, and auditors representing a federal, state, or local government.
Access to records by other third parties must be accompanied by a release of information signed by the
recipient.
e. The Contractor shall not discriminate on the basis of race, color, national origin, sex, age, or disability in
rendering services to Program applicants or recipients as described at 7 C.F.R., Part 246.8, and the State
WIC Program Manual.
f. The Contractor shall operate its WIC Program in accordance with FNS Instruction 113 -2, "Title VI Civil
Rights Compliance and Enforcement in the Special Supplemental Food Program for Women, Infants and
Children and the Commodity Supplemental Food Program ", which has been made available to the
Contractor as of the effective date of this Contract.
g. The Contractor shall train and monitor those local retailers assigned by the State's WIC Program, and
document in local agency files its activities with those local retailers as specified in the State WIC
Program Manual.
h. The Contractor shall conduct and document nutrition education services as described in the applicable
WIC Regulations, the State WIC Program Manual, and shall cooperate with the State's WIC Nutrition
Consultant relative to the delivery of these services. The Contractor shall abide by the State's nutrition
Page 1 of 4
Exhibit B- Statement of Work
V 1/MAR2012
EXHIBIT B
education plan and submit an annual nutrition education plan to the State's WIC Program which shall
outline its objectives, activities, and methods of evaluation.
i. The Contractor shall maintain appropriate staff, as defined in the "Local Staffing" section of the State
WIC Program Manual to administer its WIC Program.
j. The Contractor shall agree to support full use of federal funds provided from USDA/Food and Nutrition
Service to Colorado to administer the Special Supplemental Nutrition Program for Women, Infants, and
Children (WIC) as established in Section 12(b) of the Richard B. Russell National School Lunch Act, 42
U.S.C. 1760 (b), as amended by Section 361 of the Health, Hunger -Free Kids Act of 2010 (Public Law
111 -296) Funds provided for administration should be excluded from budget restrictions including at a
minimum, hiring freezes, work furloughs, and travel restrictions affecting the WIC program.
k. The Contractor shall insure that the qualifications of personnel assigned by the Contractor to perform the
services covered by this Contract shall be available for review and approval by the State's WIC Program.
1. The Contractor shall insure that all of its WIC staff will complete: all required training by attending new
employee training; and completing the WIC Certification Program within the time lines specified in the
"Local Staffing" section of the State WIC Program Manual.
m. Subject to available funding from the State, the Contractor shall insure that all appropriate personnel
involved in its WIC Program attend regularly scheduled workshops sponsored by the State's WIC
Program on administrative policies, procedures, and nutrition.
n. The Contractor shall operate its WIC Program in the manner described by the current version of the State
WIC Program Manual, as amended, including but not limited to the Clinic Users Procedures, which
manual has been made available to the Contractor as of the effective date of this Contract.
o. The Contractor shall be responsible for the security and accountability of negotiable food instruments and
shall reimburse the State for any WIC Program funds which are misused or otherwise diverted due to
negligence, fraud, theft, embezzlement, or any other loss caused by the Contractor, its employees, or
agents.
p. The Contractor shall retain all financial records, supporting documents, statistical records, and all other
records documenting the services provided by the Contractor under this Contract for a period of three and
one half (3 ' /2) years after the expiration or termination of this Contract. The records described herein
shall be available to the State at all reasonable times at the Contractor's general offices. If any litigation,
claim, or audit is started before the expiration of the three and one half (3 '/2) year period, then the records
shall be retained until all litigation, claims, or audit findings involving the records have been resolved.
q. The Contractor shall obtain the prior written approval of the State before, and as a condition of,
purchasing any equipment with WIC funds which costs Five Hundred Dollars ($500.00) or more. If such
approval is given by the State, and the equipment is purchased by the Contractor, then that equipment
shall be the property of the State's WIC Program. A copy of the invoice for any equipment purchased
under this Contract which costs Five Hundred Dollars ($500.00) or more shall be submitted to the State
by the Contractor with a request for reimbursement. No equipment purchased with WIC funds may be
disposed of by the Contractor without the prior written approval of the State and the USDA. If requested
by the State, the Contractor shall deliver all equipment purchased through this Contract to the State. The
Contractor shall maintain an inventory of all equipment purchased under this Contract and shall verify
that inventory on an annual basis.
r. The Contractor's claims for the reimbursement of all administrative costs shall be made in accordance
with all applicable requirements imposed by the USDA, including but not limited to 7 C.F.R., Part 246, as
Page2of4
Exhibit B- Statement of Work
V 1/MAR2012
EXHIBIT B
amended, all applicable Office of Management and Budget (OMB) circulars, and the State's WIC
policies, as amended.
s. The Contractor shall keep on file and have available for review, audit, and evaluation:
i. a copy of this Contract;
ii. information on the service area and financial eligibility standards used by the Contractor;
iii. complete and accurate participant records documenting nutrition risk, certification information
of applicants, foods prescribed, nutrition care, counseling, and referrals provided under its WIC
Program;
iv. a complete, accurate, and current accounting which documents all funds received and expended
pursuant to this Contract;
v. detailed inventory records including purchase date, acquisition cost, location, inventory number,
and disposition information;
vi. complete and accurate retail records documenting training, monitoring, and those problems, if
any, with each retailer;
vii. racial /ethnic participation data;
viii. fair hearing information; and
ix. participant abuse records.
t. The Contractor shall insure that no claim is submitted to the State for the reimbursement of those services
which are already funded by other state or federal programs, or for costs which are not allowable.
u. The Contractor shall provide services to all WIC Program participants and employees in a smoke -free
environment. In accordance with Public Law 103 -227, also known as the Pro - Children Act of 1994,
"smoke- free" shall mean that smoking is not permitted in any portion of any indoor facility owned,
leased, or otherwise contracted for by the Contractor if that facility is routinely or regularly used for the
provision of child care or health services to any child under the age of eighteen (18) when those services
are funded in whole or in part with Federal funds.
v. The Contractor shall be responsible for the security of all WIC equipment in its control or possession and
shall immediately report any loss or damage to that equipment to the State's WIC Office. The Contractor
shall be liable for any loss or damage to that equipment which is caused by the negligence, abuse, or
misuse of the equipment by the Contractor.
w. The Contractor shall not make any changes, additions, or otherwise alter in any way, the WIC computer
software or its equipment without the prior written approval of the State's WIC Office.
x. The Contractor is responsible for providing the necessary Information Technology (IT) support and
internet access necessary to run the WIC computer system to administer the program .
y. The Contractor shall abide by all security requirements which are specified in the State WIC Program
Manual.
z. The Contractor shall submit time and effort reports to the state office throughout the contract period. The
specific requirements of these reports are detailed in the State Program Manual
aa. The Contractor certifies that it is in compliance with those regulations implementing Executive Order
12549, Debarment and Suspension, 7 C.F.R., Part 3017, Section 3017.510. The Contractor hereby
certifies, by execution of this Contract, that neither it nor its principals is presently debarred, suspended,
proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction
by any Federal department or agency.
Page3of4
Exhibit B- Statement of Work
V 1/MAR2012
EXHIBIT B
bb. No State or other public funds payable under this Contract shall be used for the acquisition, operation or
maintenance of computer software in violation of United States copyright laws or applicable licensing
restrictions. The Contractor hereby certifies that, for the term of this Contract and any extensions, the
Contractor has in place appropriate systems and controls to prevent such improper use of public funds. If
the State determines that the Contractor is in violation of this paragraph, the State may exercise any
remedy available at law or equity or under this Contract, including, without limitation, immediate
termination of the Contract and any remedy consistent with United States copyright laws or applicable
licensing restrictions.
III. Monitoring:
CDPHE's monitoring of this contract for compliance with performance requirements will be conducted throughout the
contract period by the Program's Nutritional Consultants and Fiscal Officers as outlined in the WIC Program Manual.
Methods used will include review of documentation reflective of performance to include site visits, time and effort
reporting, monitoring visits, and financial documentation. The Contractor's performance will be evaluated at set intervals
and communicated to the contractor. A Final Contractor Performance Evaluation will be conducted at the end of the life of
the contract.
IV. Resolution of Non - Compliance:
The Contractor will be notified by e-mail within 10 days of discovery of a compliance issue. Within 30 calendar days of
discovery, the Contractor and the State will collaborate, when appropriate, to determine the action(s) necessary to rectify
the compliance issue and determine when the action(s) must be completed. The action(s) and time line for completion will
be documented by email or mail and agreed to by both parties. If extenuating circumstances arise that requires an extension
to the time line, the Contractor must email a request to the Program Director and receive approval for a new due date. The
State will oversee the completion/implementation of the action(s) to ensure time lines are met and the issue(s) is resolved.
If the Contractor demonstrates inaction or disregard for the agreed upon compliance resolution plan, the State may exercise
its rights under the Remedies section of the General Provisions of this contract.
Page 4 of 4
Exhibit B- Statement of Work
V 1/MAR2012