Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutC15-245 Colorado Department of Public Health and Environment CCPD GrantDEPARTMENT OF PUBLIC HEALTH AND
ENVIRONMENT
CMS ROUTING NO. 16 FHLA 76514
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, Eagle, CO 81631-0850
PSD -CCPD for the use and benefit of the
4300 Cherry Creek Drive South Eagle County Public Health Agency
Denver, CO 80246 CONTRACTORDUNS: 084024447
TASK ORDER MADE DATE: 4/30/2015
CORE ENCUMBRANCE NUMBER:
CT FHLA
TERM:
This Task Order shall be effective upon approval by
the State Controller, or designee, or on 07/01/2015,
whichever is later. The contract shall end on 06/30/2016.
PROCUREMENT METHOD:
RFA
#1244
BID/RFP/LIST PRICE AGREEMENT NUMBER:
N/A
LAW SPECIFIED VENDOR STATUTE:
N/A
STATE REPRESENTATIVE:
Cassidy Smith '
Colorado Department of Public Health
& Environment
PSD -CCPD
4300 Cherry Creek Drive South
Denver, CO 80246
CONTRACTOR ENTITY TYPE:
Political Subdivision
BILLING STATEMENTS RECEIVED:
Monthly
STATUTORY AUTHORITY: C.R.S. 25-20.5-302
CLASSIFICATION: Sub -Recipient
CONTRACT PRICE NOT TO EXCEED: $225,000.00
FEDERAL FUNDING DOLLARS:
STATE FUNDING DOLLARS: $225,000.00
MAXIMUM AMOUNT AVAILABLE PER FISCAL YEAR:
FY 16 $225,000.00
PRICE STRUCTURE: Cost Reimbursement
CONTRACTOR REPRESENTATIVE:
Jennifer Ludwig
Eagle County Public Health and Environment
PO Box 660
Eagle, CO 81631
PROJECT DESCRIPTION:
This project serves to increase the number of workplaces in Eagle, Grand, Jackson, Pitkin, and Summit Counties offering comprehensive
worksite wellness programs that include healthy eating, physical activity and other healthy lifestyle behaviors
Contract_Template_Task_Order_012215.doc
Page 1 of 6
EXHIBITS:
The following exhibits are hereby incorporated:
Exhibit A - Additional Provisions (and any of its Attachments; e.g., A-1, A-2, etc.)
Exhibit B - Statement of Work (and any of its Attachments; e.g., B-1, B-2, etc.)
Exhibit C - Budget (and any of its Attachments; e.g., C-1, C-2, etc.)
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
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.
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
Contract Template_Task_Order _012215.doc Page 2 of 6
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
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.
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 and Budget, which are incorporated herein by this reference, made a part hereof and
attached hereto as "Exhibit B" and "Exhibit C".
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.
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 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.
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, §24-102-2063 §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
Contract_Template_Task_Order_012215.doc Page 3 of 6
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.
Contract Template_Task_Order_012215.doc Page 4 of 6
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:
Board of County Commissioners of Eagle County for the
use and benefit of the Eagle County Public Health Agency
Legal Name of Contracting Entity
Print Name of Authorized
SignaftV of Authorized Officer
QNIi�
Date
By:
Mk C-, By:
Print Title of Authorized Officer
STATE OF COLORADO:
JOHN W. HICKENLOOPER, GOVERNOR
For Executive Director
Department of Public Health and Environment
Department Program Approval:
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:
Robert Jaros, CPA, MBA, JD
By:
Date
Contract_Template_Task_Order 012215.doc Page 5 of 6
This page left intentionally blank.
Contract_Template_Task_Order_0122! 5.doc Page 6 of 6
EXHIBIT A
ADDITIONAL PROVISIONS
To Contract Dated 04/20/2015 - CMS Contract Routing Number 16 FHLA 76514
These provisions are to be read and interpreted in conjunction with the provisions of the Contract specified above.
This Task Order Contract contains state funds.
To receive compensation under the Task Order Contract, the Contractor shall submit a signed Monthly
CDPHE Reimbursement Invoice Form. This form is accessible from the CDPHE internet website
bttp://www.colorado,gov/es/Satellite/CDPHE-Main/CBON/1251622941228 and is incorporated and made
part of this Task Order Contract by reference. CDPHE will provide technical assistance in accessing and
completing the form. The CDPHE Reimbursement Invoice Form and Expenditure Details page must be
submitted no later than forty-five (45) calendar days after the end of the billing period for which services
were rendered. Expenditures shall be in accordance with this Statement of Work and Budget.
Scan the completed and signed CDPHE Reimbursement Invoice Form into an electronic document. Email
the scanned invoice with the Excel workbook containing the Expenditure Details page to: Vicki Bondurant
CCPD Program Contracts Coordinator, at vicki.bond urant(a state.co.us
Final billings under the Task Order Contract must be received by the State within a reasonable time after
the expiration or termination of the Task Order Contract; but in any event no later than forty-five (45)
calendar days from the effective expiration or termination date of the Task Order Contract.
Unless otherwise provided for in the 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.
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 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.
4. Health Insurance Portability and Accountability Act (HIPAA) Business Associate Determination.
The State has determined that this Task Order Contract does not constitute a Business Associate
relationship under HIPAA.
Page 1 of 2
Contract Exhibit -A AdditionalProvisions 040715
EXHIBIT A
5. This award does not include funds for Research and Development.
6. If Contractor indicates full expenditure of funds under this Task Order Contract by February 28 of each
grant year and the full expenditure does not occur, CDPHE has the option to reduce current or upcoming
Task Order Contract by said amount or a percent deemed reasonable by CDPHE. CDPHE will notify the
Contractor of the potential need to decrease the current or upcoming budget. If the Contractor indicates at a
later date than February 28 of each grant year an expectation of surplus of funds or inability to fully expend
said funds for unforeseen circumstances that Contractor had not anticipated by February 28, CDPHE will
reallocate unspent funds without any penalties to the Contractor.
Contractor shall request prior approval in writing from CDPHE for all modifications to the Statement of
Work or for a cumulative modification to the direct costs in excess of twenty-five percent (25%) of the total
budget for direct costs, between budget categories. Budget revisions are also required to incur expenses
against a budget category with zero funds budgeted. To open a new budget category line, the Contractor
must seek approval from CDPHE prior to incurring expenditures against the new budget line. Any request
for modifications to the Budget in excess of twenty-five (25%) percent of the total budget for direct costs or
$250,000.00, whichever is less, shall be submitted to CDPHE at least ninety (90) days prior to the end of
the contract period and may require an amendment in accordance with General Provisions, Section 5 of
this Task Order Contract.
8. Contractor affirms that it maintains no affiliations or contractual relationships, direct or indirect, with
tobacco companies, owners, affiliate, subsidiaries, holding companies, or companies involved in any way
in the production, processing, distribution, promotion, sales, or use of tobacco. -
The State of Colorado, specifically the Colorado Department of Public Health and Environment, shall be
the owner of all equipment as defined by the Federal Accounting Standards Advisory Board (FASAB)
Generally Accepted Accounting Principles (GAAP) purchased under this Task Order Contract. At the end
of the term of this Contract, the State shall approve the disposition of all equipment.
10. Contractor shall not use funds provided under this Task Order Contract for the purpose of lobbying as
defined in Colorado Revised Statutes (C.R.S.) 24-6-301(3.5)(a).
11. CDPHE may increase or decrease funds available under this Task Order Contract using a Grant Funding
Change Letter substantially equivalent to Attachment A-1. The Grant Funding Change Letter is not valid
until it has been approved by the State Controller or designee.
12. CDPHE may require continued performance for a period of up to two (2) years at the same rates and same
terms specified in the Task Order Contract. If CDPHE exercises this option, it will provide written notice
to Contractor at least thirty (30) days prior to the end of the current Task Order Contract term in a form
substantially equivalent to Attachment A-2. If exercised, the provisions of the Option Letter shall become
part of and be incorporated into the original Contract. The total duration of this Task Order Contract,
including the exercise of any options under this clause, shall not exceed three (3) years.
Page 2 of 2
Contract Exhibit -A AdditionalProvisions 040715
Attachment A -I
GRANT FUNDING CHANGE LETTER
Date: State Fiscal Year: Grant Funding Change CMS Routing #
Letter # CORE Encumbrance #
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, 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 routin number> is E] increased or F-1decreasedby $amount of change to a new total
funds available of 9 <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:
By: Lisa McGovern, Purchasing & Contracts Unit
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.
By:
STATE CONTROLLER
Robert Jaros, CPA, MBA, JD
Date:
Contract_GrantFundingChangeLetter_01-2015 Page 1 if 1
Attarhmi-nt A-7
OPTION LETTER
Date: Istate Fiscal Year: Option Letter No. I CMS Routing #
CORE Encumbrance #
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.
By:
STATE CONTROLLER
Robert Jaros, CPA, MBA, JD
Date:
Contract_OptionLetter 01-2015 Page 1 tf 1
EXHIBIT B
STATEMENT OF WORK
To Original Contract Routing Number 16 FHLA 76514
These provisions are to be read and interpreted in conjunction with the provisions of the contract specified above.
I. Entity Name: Eagle County Public Health Agency
Term: July 01, 2015 -June 30, 2016
II. Project Description:
This project serves to increase the number of workplaces in Eagle, Grand, Jackson, Pitkin, and Summit Counties
offering comprehensive worksite wellness programs that include healthy eating, physical activity and other healthy
lifestyle behaviors, in order to reach at -risk populations to reduce risk factors for chronic diseases such as cancer
and cardiovascular disease. Workplaces will be assisted in strengthening existing or creating new evidence -based
wellness programs through Health Links.
III. Definitions:
1. CCPD -Cancer, Cardiovascular and Pulmonary Disease Prevention Program
2. CDPHE-Colorado Department of Public Health and Environment
3. ECPHE — Eagle County Public Health and Environment
4. Evaluation Contractor (to be determined): Third party required by statute to conduct program evaluation.
5. NWCCOG — Northwest Colorado Council of Governments
6. NWCCOG Economic Development Region - Eagle, Grand, Jackson, Pitkin, and Summit Counties
7. RHWSP — Regional Health and Wellness Sector Partnership (serving as worksite wellness coalition)
Quarter Timelines:
Quarter 1: July 1 to September 30
Quarter 2: October 1 -December 31
Quarter 3: January 1 -March 31
Quarter 4: April 1 -June 30
IV. Work Plan:
Goal #1: Transform communities to support health and make healthy behaviors easier and more convenient for Coloradoans.
Objective #1: This project serves to increase the number of workplaces in five counties offering comprehensive worksite
wellness programs that include healthy eating, physical activity and other healthy lifestyle behaviors, in order to reach at -risk
populations to reduce risk factors for chronic diseases such as cancer and cardiovascular disease.
Primary Activity #1
The Contractor shall formalize and grow membership in NWCCOG's RHWSP to include
representation from the Economic Development Region.
1. The Contractor shall convene core group members that are representative of all five
counties, private and public sector organizations, and who represent populations likely
Sub -Activities #1
to be at -risk for chronic disease.
2. The Contractor shall develop common goals, schedule of meetings, and other
supporting documentation for the RHWSP.
3. The Contractor shall report progress back to local public health agencies, local
chambers, and other relevant stakeholders in each County.
Primary Activity #2
The Contractor shall assess RHWSP members' values, relationship network, and perception of
worksite wellness strategies.
1. The Contractor shall develop or adopt an effectiveness survey evaluation tool.
Sub -Activities #2
2. The Contractor shall administer the evaluation tool to RHWSP members.
3. The Contractor shall analyze the results of the effectiveness survey and disseminate to
RHWSP members and other stakeholders.
Page 1 of
Contract Statement of Work— Exhibit B
January 2015
EXHIBIT B
Primary Activity #3I The Contractor shall initiate an assessment of gaps and associated needs and existing resources
for worksite wellness across the region.
1. The Contractor shall collect and compile existing data relevant to worksite wellness in
the NWCCOG Economic Development Region,
2. The Contractor shall develop or adopt an assessment tool to gather information on
worksite wellness across the region.
Sub -Activities #3 3. The Contractor shall conduct an assessment to gather information on worksite wellness
across the region, with a particular focus on employers of populations deemed to be
at -risk for chronic disease based on gaps identified from the collection and
compilation of existing data.
4. The Contractor shall summarize and analyze the results of the assessment to identify
gaps and associated needs and existing resn„rrPc fnr x—Arc4o ,,,Pll Ir- ♦I,- .-e.,,,..
Page 2 of 4
Contact Statement of Work—Exhibit B
January 2015
Primary Activity #4
The Contractor shall assemble a corps of Health Links Advisors for the NWCCOG Economic
Development Region
1. The Contractor shall hire Health Links Advisors to be representative of the Counties in
the NWCCOG Economic Development Region.
Sub -Activities #4
2. The Contractor shall ensure Health Links Advisors will receive training on Health
Links, worksite wellness strategies, health equity, and other topics.
3. The Contractor shall provide trainings across the NWCCOG Economic Development
Region to employers and other specified groups, to be identified, on specific topics for
worksite wellness.
Primary Activity #5
The Contractor shall ensure that Health Links Wellness Advisors will contact employers in five
counties (across NWCCOG Economic Development Region) regarding worksite wellness
programs and Health Links.
1. The Contractor shall contact, work with and provide technical assistance as needed to
local stakeholder groups to promote and engage their audience in Health Links (e.g.
local public health departments, Chambers of Commerce, High Country Human
Resource Association, etc.).
2. The Contractor shall ensure that Health Links Advisors contact employers and business
groups (e.g. chambers of commerce) to promote Health Links (e.g. chambers of
commerce).
3. The Contractor shall ensure Health Links Advisors provide technical assistance to
Sub -Activities #5
employers to improve existing wellness programs or develop to wellness programs
and change organizational policies to support worksite wellness.
4. The Contractor shall develop a communications plan to educate employers about
importance of worksite wellness and resources available to support them via Health
Links.
5. The Contractor shall develop and -implement a public awareness campaign of worksite
wellness program assistance tools (e.g. Health Links).
6. The Contractor shall ensure Health Links Advisors and other key staff participate in
recognition events to increase awareness of worksite wellness programming in the
region.
Primary Activity #6
The Contractor shall complete a final detailed evaluation plan.
1. The Contractor shall comply with the requirements as specified in the Amendment 35
CCPD Strategy Requirements and Reporting Metrics document. This document is
incorporated and made part of this contract by reference and is available on the
Standards and
following website https://www.colorado.gov/pacific/sitesldefault/files/DC A35 -
Requirements
CCPD Strategy -Specifications -and -Metrics pdf
2. The Contractor shall comply with the requirements as specified in the CCPD Final
Evaluation Plan Guidance document. This document is incorporated and made part
of this contract by reference and is available on the following website
https:!/w-ww.colorado.gov/pacificlsites/default/files/'DC A35 -CCPD Evaluation
Plan.pdf
Page 2 of 4
Contact Statement of Work—Exhibit B
January 2015
EXHIBIT B
3. The content of electronic documents located on CDPHE and non-CDPHE websites
and information contained on CDPHE and non-CDPHE websites may be updated
periodically during the contract term. The contractor shall monitor documents and
website content for updates and comply with all updates.
4. The Contractor shall submit information required by the evaluation contractor (to be
determined), including quarterly and final reports. This includes project monitoring as
well as evaluation activities.
5. The Contractor shall send 1-2 representatives to attend a kick-off event in the Denver
Metro Area in Fall 2015 (date(s) TBD).
Increase the number of workplaces in Eagle, Grand, Jackson, Pitkin, and Summit Counties
Expected Results of offering comprehensive worksite wellness programs that include healthy eating, physical
Activity(s) activity and other healthy lifestyle behaviors, in order to reach at -risk populations to reduce
chronic disease risk factors.
1. Number of participating employers due to the regional implementation of Health
Measurement of Expected Links.
Results 2. Baseline number of employers with worksite wellness programs as identified by the
assessment.
3. Number of organizations receiving Healthy Business Certification.
4. Results of communication plan and public awareness camnaiens.
Completion Date
The Contractor shall submit the following to the CDPHE Program Contracts coordinator via
email:
Deliverables
Page 3 of
Contract Statement of Work—Exhibit B
January 2015
1. The Contractor shall provide a CDPHE Progress Report.
No later than 15
days following Q1,
Q2, Q3, Q4
2. The Contractor shall provide a copy of the final evaluation
No later than Q2
plan.
3. The Contractor shall provide an organizational summary of the
No later than Q2
NWCCOG RHWSP.
4. The Contractor shall provide a report of the RHWSP goals,
No later than Q2
objectives, member roster and meeting schedule.
5. The Contractor shall report on the results of the RHWSP
No later than Q3
effectiveness survey.
6. The Contractor shall provide a summary document of meta-
No later than Q4
analysis of the existing data relevant to worksite wellness in
the NWCCOG Economic Development Region.
7. The Contractor shall provide a copy of the assessment tool
No later than Q2
developed to gather information on worksite wellness across
the region.
8. The Contractor shall provide documentation of Health Links
No later than Q2
Advisors background and description.
9. The Contractor shall provide a list of Health Links training
No later than Q2
topics and materials.
10. The Contractor shall provide a list of stakeholder groups
No later than Q4
contacted during outreach activities with event details and list
of attendees reached.
11. The Contractor shall provide Health Links quarterly employer
No later than Q2,
reporting identifying the employers certified.
Q3, Q4
12. The Contractor shall provide a copy of the communication
No later than Q 1
plan used to educate employers regarding worksite wellness.
13. The Contractor shall provide copies of advertisements for
No later than Q2,
public awareness camnaien.
M nA
EXHIBIT B
I 14. The Contractor shall provide reporting on recognition events No later than Q1,
held to increase awareness of worksite wellness in the reeion. 02.0304
V. Monitoring:
CDPHE's monitoring of this contract for compliance with performance requirements will be conducted throughout
the contract period by the CCPD Program Contracts Coordinator. Methods used will include a review of
documentation determined by CDPHE to be reflective of performance to include fiscal and programmatic
documentation as applicable. 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.
VI. Resolution of Non -Compliance:
The Contractor will be notified in writing within 10 calendar 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 in writing 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 contract
monitor 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 provisions of
this contract.
Page 4 of 4
Contract Statement of Work—Exhibit B
January 2015
COLORADO
Department of Public
Health & Environment
PREVENTION SERVICES DIVISION- BUDGET WITH JUSTIFICATION FORM
Contract Routing # 16 FHLA 76514
Contractor Name
Eagle County Public Health Agency
Budget Period
July 1, 2015 -June 30, 2016
Project Name
Work Well Collaborative
Exhibit C Budget
Program Contact Name,
Katie Haas, Healthy Communities
Title, Phone and Email
Coordinator, 970-328-8855,
katie.haas@eaglecounty.us
Fiscal Contact Name, Title,
Wendi Gill, Fiscal Specialist, 970 -328 -
Phone and Email
8804, wendi.gill@eaglecounty.us
Expenditure Categories
Personal Services
Salaried Employees
Budget Item
Percent of
Total Amount
Position Title/Employee
Supports SOW
Gross or
Time on
Requested from
Name
Description of Work
(Yes/No)
Annual Salary
Fringe
Project
CDPHE
The Healthy Communities Manager will provide
oversight of staff, programming and ensure fiscal
responsibility of budgeting and coordinating
subcontractors. (Fringe detail -FICA: $4,668.16,
Medicare: $1091.75 County Retirement: $4,517.57
Workser Comp: 189.35 County Wellness $450.00
Healthy Communities
County Health Insurance: $18,085, Vision: $419.64,
Manager
Other e.g. Life Insurance: $195.52)
Yes
$75,292.88
$29,617.07
10%
$10,491.00
The Healthy Communities Coordinator will be
housed in the Eagle County Public Health and
Environment office and will facilitate programming.
She will act as lead, ensuring deliverables are met
and reports are submitted in a timely, professional
manner. She will work directly with N WCCOG,
Health Links, and other community partners to
assure program implementation. The Coordinator
will also work CDPHE's Evaluator to provide data
and evaluation support as needed (Fringe detail -
FICA: $3338.45, Medicare $780.77, Retirement
$2153.84, Vision $419.64, Health Insurance
Healthy Communities
$18085.08, County Wellness $450, Wrokers Comp
Coordinator
$135.74, other e.g. Life insurance $195.52)
Yes 1
$53,846.00 1
$25,559.041
50%
$39,702.52
Personal Services
Hourly Employees
Total Amount
Requested from
Budget Item
Total # of
CDPHE
Position Title/Employee
Supports SOW
Hours on
Name
Description of Work
(Yes/No)
Hourl Wa a
Hourl Frin a
Project
$0.00
Page 1 of 4
V. 1 Jan 2013
PREVENTION SERVICES DIVISION- BUDGET WITH JUSTIFICATION FORM
Contract Routing # 16 FHLA 76514
Contractor Name
Eagle County Public Health Agency
Budget Period
July 1, 2015 -June 30, 2016
Project Name
Work Well Collaborative
Exhibit C Budget
Program Contact Name,
Katie Haas, Healthy Communities
Title, Phone and Email
Coordinator, 970-328-8855,
(inelud[n frin a benefits)
katie.haas@eaglecounty.us
Fiscal Contact Name, Title,
Wendi Gill, Fiscal Specialist, 970 -328 -
Phone and Email
8804, wendi.gill@eaglecounty.us
Page 2 of 4
V. 1 Jan 2013
$0.00
Tota[ Personal Services
(inelud[n frin a benefits)
$So 193.52
Supplies & Operating Expenses
Total Amount
Budget Item
Requested from
Item
Supports SOW
CDPHE
Description of Item
(Yes/No)
RateQuantity
PARTNER TOOL or similar tool to measure collaboration/effectiveness of
Coalition Evaluation
regional worksite wellness coalition. ($50 for use of tool by public entity;
Software
$110 per hour for TA - estimated to utilize at least 3 hours of TA)
Yes
$380.00
1
$380.00
Laptop to enable working remotely across NWCCOG Economic
Development Region; standing desks to exemplify good worksite
wellness practices among grant representatives; flip charts for meeting
facilitation etc. Standing desk - $200 x 2 = $400; Tall chair to go wtih
Office Equipment and
standing desk $175 x 2 = $350; New Laptop - $1,000; Flip charts,
Supplies
markers, etc. = $250)
1 Yes
$2,000.00
1
$2,000.00
Registration fees for Health Links Advisors, ECPHE and N WCCOG key
staff to participate in recognition and promotion events for Health Links
Registration for Employer
and worksite wellness (e.g. Vail Valley Partnership Success Awards,
Recognition Events
Healthy Mountain Business Symposium)
Yes
$100.00
10
$1,000.00
Supplies to support meetings and local events to engage employers in
Health Links with key partners across the region (Approximately 6 events
anticipated per year; esimtaed costs include: $200 for food, $100 for
Meeting and event su liesosters, $300 for booths ace) Yes $600.00 6
$3,600.00
Tota[ Supplies
ti
$6,980.00
Travel
Total Amount
Budget Item
Requested from
Item
Description of Item
Supports SOW
(Yes/No)
Rate
Quantity
CDPHE
Trips required for meetings and coordination among community
Mileage- in state
partners, reimbursed at $0.56 per mile.
Yes
$0.56
1,7281
$967.68
Lodging Lodgingfor
required CCPD meetingfor two staff members
Yes
$125.00
2
$250.00
Page 2 of 4
V. 1 Jan 2013
PREVENTION SERVICES DIVISION- BUDGET WITH JUSTIFICATION FORM
Contract Routing # 16 FHLA 76514
Contractor Name
Eagle County Public Health Agency
Budget Period
July 1, 2015 -June 30, 2016
Project Name
Work Well Collaborative
Exhibit C Budget
Program Contact Name,
Katie Haas, Healthy Communities
Title, Phone and Email
Coordinator, 970-328-8855,
katie.haas@eaglecounty.us
Fiscal Contact Name, Title,
Wendi Gill, Fiscal Specialist, 970 -328 -
Phone and Email
8804, wendi.gill@eaglecounty.us
Page 3 of 4
V. 1 Jan 2013
ECPHE staff will attend one mandatory meeting in Denver. Meal
estimate is based on current government per diem rate for Denver:
$49.50. One day per diem per staff member for the meeting (2 x $49.50
= $99). In addition, at least one meeting/training per County in 5 County
region is anticipated, requiring travel by ECPHE Staff (Healthy
Communities Coordinator), so lunch based on per diem rate for of $11 is
Meals
being included $11 x 5 = $55
Yes
$154.001
1
$154.00
Total Travel
$1,371.68
Contractual
Total Amount
Budget Item
Requested from
Supports SOW
CDPHE
Subcontractor Name
Description of Item
(Yes/No)
Rate
Quantit
$23,000 - public awareness campaign about worksite wellness and
Health Links (50 newspaper ads x $300 = $15,000, 4 radio campaigns x
$1,250 each = $5,000); $4,000 - print materials for public awareness of
Northwest Colorado
Health Links and RHWSP; $1,000 - food and general supplies to support
Council of Governments
RHWSP meetings; $6,000 -fee for regional coordination of marketing
(NWCCOG)
and outreach, conducting RHWSP meetings, etc.)
Yes
$34,000.00
1
$34,000.00
$72,000-4 Health Links Advisors (1 for each county (Pitkin, Eagle,
Summit and 1 shared between Grand and Jackson) - $1,500 per month x
12,x 4 = $72,000; $20,000 - two training events per county (Grand and
Health Links
Jackson shared; $2,500 per training event x 8)
Yes
$92,000.00
1
$92,000.00
Outreach to employers of vulnerable populations and unique employers
of the region to better understand their specific needs for
implementation
of worksite wellness programs. An evaluator will need
to be selected via a County bidding process; based on experience, it is
estimated that an evaluator will charge approximately $85 per hour.
Evaluator - TBD
This project is estimated to take about 125 hours (125 x $80 = $10,000).
Yes
$80.00
125
$10,000.00
Facilitator for four health equity trainings for Health Links Advisors and
stakeholder groups. A trainer will need to be selected via the County
bidding process; based on preliminary quotes requested, it is estimated
that a trainer will charge approximately $2500 per half day training
(includes preparation for training, per diem and travel expenses). 4
Trainer - TBD trainings x $2,500 each = $10,000. Yes $2,500.00
4
$10,000.00
m ,,}
t -r; r t �. �. rr t
t ot�l Con
ractua
'-
` -
�, s w _ _� t z
.S.-'��:�'�s
0"x00
k.: a�� .•5146,00.
SUB -TOTAL BEFORE INDIRECT
$204 545.20
Page 3 of 4
V. 1 Jan 2013
Exhibit C Budget
Page 4 of 4
V. 1 Jan 2013
PREVENTION SERVICES DIVISION- BUDGET WITH JUSTIFICATION FORM
Contract Routing # 16 FHLA 76514
Contractor Name
Eagle County Public Health Agency Program Contact Name,
Katie Haas, Healthy Communities
Title, Phone and Email
coordinator, 970-328-8855,
katie. haas @eaglecounty. us
Budget Period
July 1, 2015 - June 30, 2016 Fiscal Contact Name, Title,
Wendi Gill, Fiscal Specialist, 970 -328 -
Phone and Email
8804, wendi.gill@eaglecounty.us
Project Name
Work Well Collaborative
Indirect
unt
Item
Description of Item
rom
Negotiated Indirect cost
rate (Federal, State, or
CDPHE)
Ause
Indirect rate (other):
Indirect (modified or
Eagle County does not currently have a negotiated Federal or CDPHE indirect rate agreement. Eagle
base)
Coadditional
the 10% DeMinimis rate for MTDC.
54 52T^�5d_R���.
Page 4 of 4
V. 1 Jan 2013