Loading...
HomeMy WebLinkAbout20123271.tiff RESOLUTION RE: APPROVE TASK ORDER AMENDMENT #1 FOR CORE SERVICE IMMUNIZATION PROGRAM AND AUTHORIZE CHAIR TO SIGN WHEREAS, the Board of County Commissioners of Weld County, Colorado, pursuant to Colorado statute and the Weld County Home Rule Charter, is vested with the authority of administering the affairs of Weld County, Colorado, and WHEREAS, the Board has been presented with Task Order Amendment#1 for the Core Service Immunization Program between the County of Weld, State of Colorado, by and through the Board of County Commissioners of Weld County, on behalf of the Department of Public Health and Environment, and the Colorado Department of Public Health and Environment, commencing January 1, 2013, and ending December 31, 2013,with further terms and conditions being as stated in said task order amendment, and WHEREAS, after review, the Board deems it advisable to approve said task order amendment, a copy of which is attached hereto and incorporated herein by reference. NOW, THEREFORE, BE IT RESOLVED by the Board of County Commissioners of Weld County, Colorado, that Task Order Amendment #1 for the Core Service Immunization Program between the County of Weld, State of Colorado, by and through the Board of County Commissioners of Weld County, on behalf of the Department of Public Health and Environment, and the Colorado Department of Public Health and Environment be, and hereby is, approved. BE IT FURTHER RESOLVED by the Board that the Chair be, and hereby is, authorized to sign said task order amendment. The above and foregoing Resolution was, on motion duly made and seconded, adopted by the following vote on the 19th day of November, A.D., 2012. 41E,O ARD OF COUNTY COMMISSIONERS LD COUNTY, COLORADO ATTEST: 0114Arv' 1 n P. Co hair Weld County Clerk to the Boar e 'S - Will) m F. Garcia, I ri.c em BY. // ' Deputy C k to the Board c _ li Gucci__ 4 chit- y.��-- Ba ara Kirkmeyer J APP D AS ORM: oc----\. ----2.----/---------- Y� _ David E. Long nt Attorney op Clati-tJy-(y Dougla0 Rademacher Date of signature: \*1apir 3 arlco T>; v • W'. tti- 2012-3271 0_71- 1� j--Ifi a' HL0039 l ii 6 2 0 1 1 Memorandum TO: Sean Conway, Chair Board of County Commissioners W E L D___C O U N T Y FROM: Mark E. Wallace, MD, MPH, Director Department of Public Health and Environment DATE: October 24, 2012 SUBJECT: Immunization Task Order— Core Services Contract Routing Number 13 FHA 50134—Waiver#154 Enclosed for Board review and approval is the Task Order Contract issued pursuant to terms and conditions of the Master Contract made on 01/17/2012, with routing number 13 FAA 0051. The United States Department of Health and Human Services (USHHS), through the Centers for Disease Control and Prevention (CDC) has awarded federal funds under Award number CDC- RFA-IP13-1301 to provide core services to best meet the immunization needs of the citizens of Colorado and to ensure immunization best practices are provided throughout the state. Performance requirement deliverables under this Task Order Contract include: collaboration with community leaders to solve local immunization access issues; to follow CDC guidelines for access to and provision of immunization services for children and adolescents; to promote and support active participation in reminder/recall activities; to conduct onsite clinical practices, including incentives, to ensure completion of children's primary immunization schedule; to maintain policies and procedures for safe vaccine storage and transfer; to provide support for immunization initiatives for WIC participants including immunization referral services, and provision of education materials to WIC. In addition, the local public health agency (LPHA) shall record immunizations in the Colorado Immunization Information System (CIIS) within 30 days; maintain status as a Vaccines for Children (VFC) provider; abstain from charging an office visit fee in addition to the allowable administration fee for VFC clients; provide for administration of a cervical cancer vaccination (HPV4) to underinsured females entering the sixth grade, pursuant to C.R.S. 25-4-2504; and, in collaboration with the Colorado Department of Public Health and Environment (CDPHE), monitor local immunization levels pursuant to State Board of Health Rule C.C.R. 1014-7 as well as provide quarterly reports to the State. The term of this contract is for one year, beginning 01/01/2013 and ending 12/31/2013 and ending on June 30, 2013. Funding for this program period will not exceed $80,157. Funds include $65,957 in Federal Funding and $14,200 in State funding. I recommend your approval of this task order amendment. Enclosure 2012-3271 DP PAR INIIIN'I OP'PUB] I( ilkALu! AND I.NV IRONiNiNN'I' ROUTING NO.13 FHA 50134 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 00051 SI AfI CON IRA(k W State of Colorado for the use&benefit of the Board of County Commissioners of Weld County Department of Public Health and 915 10th Street Environment Greeley, Colorado 80632-0758 DCEED for the use and benefit of the Immunization Weld County Department of Public Health and 4300 Cherry Creek Drive South Environment Denver,Colorado 80246 1555 North 17th Avenue Greeley,Colorado 80631 I ASK ORDItR MAUb.D:A1L: (ON t I(Ac 1OR IEN II I'V'(YI'I(: 10/17/12 Colorado Political Subdivision I'o/SC INCLMRR.AN( I:NLMRIIR. PO FHA EPI1350134 11 R.M. KILLING S td'I I MI.Nis RGCGI VI I): This Task Order shall be effective upon Quarterly approval by the State Controller,or designee, or on 01/01/2013,whichever is later. The nAILT ORS At ' TOR ,' Task Order shall end on 12/31/2013. N/A PRI(I SIRLC IL RI c CONIR.ACI I'KI(:L'NO! ICIX(IU(I) Fixed $80,157.00 I'ROC(RI.MI'.N I MI:I I IOD, FE DI RAI N1OIN( DUI.LARs. $65,957.00 Exempt Stnrr:I LNDING D("I.yRs- $14,200.00 BID'tit'P/I.ISI Plil(I ACRI I.Nil NI NGMIiI'.IC 1L\XIMCM ANIOLNI AA AIIIAIt].l-.PI R I ISt/At OI..AR. Not Applicable FY 13: $40,078 FY 14: $40,079 I.AAX SPIiCII'II I)VI NDOIL st NH II[: Not Applicable All RI PRI SIiNI 1,IVI CUN IRACIOIR RP.PRRS1N 111IVY Beth Iloffman Tracy Nunnally Department of Public Health and Environment INI1.1 Program Supervisor DCEED Weld County Department of Public I Iealth and Immunization Environment 4300 Cherry Creek Drive South 1555 North 1't°h Avenue Denver,CO 80246 Greeley,Colorado 80631 SCOPE:of v.ORK. To provide core services to best meet the immunization needs of the citizens of Colorado and to ensure immunization best practices are provided around the state. Page 1 of 6 Rev 6/25/09 , D/2- .3:.17/ • • EXI[IBM, 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-1,13-2,etc.) Exhibit C- Budget(and its attachments if any—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. 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"Cask 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 and Budget,which are incorporated herein by this reference,made a part hereof and attached hereto as"Exhibit B"and"Exhibit C". 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 B,establishes or creates standards of performance greater than those set forth in the RFP,then the Contractor shall also meet those standards of performance under this Task Order Contract. 7. STATEWIDE CONTRACT MANAGEMENT SYSTEM[This 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-I02-206, §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 Weld John W.Hickenlooper, GOVERNOR County (a political subdivision of the state of Colorado) for the use and benefit of the Weld County Department of Public Health and EnvironmenttaLLA Legal Name of Contracting Entity G cu ___ For Executive Director ( Department of Public Health and Environment Signature of Authorized Officer NOV 20 Sean P. Conway Print Name of Authorized Officer Department�/Program Approval: S¢'Chair By Ya 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 ByLA /IZU+'. Date /.2 --5- Page 5 of 6 Rev 6/25/09 q?l,/ - a? "1/ This page left intentionally blank. Page 6 of 6 Rev 6/25/09 • EXHIBIT A ADDITIONAL PROVISIONS To Task Order Contract Dated 10/17/2012 -Contract Routing Number 13 FHA 50134 These provisions are to be read and interpreted in conjunction with the provisions of the Task Order Contract specified above. 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 93.268) 3. The United State Department of Health and Human Services("USHHS"),through the Centers for Disease Control and Prevention("CDC")has awarded federal funds under Award number CDC-RFA-IP13-1301, hereinafter"Award",to perform the following- To provide core services to best meet the immunization needs of the citizens of Colorado and to ensure immunization best practices are provided around the state. If the underlying Award authorizes the State to pay all allowable and allocable expenses of a contractor as of the effective date of that 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 that 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 Task Order Contract is signed by the State Controller or delegee. 4. To receive compensation under this Task Order Contract,the Contractor shall submit a quarterly online Immunization Program progress report,using the Immunization Progress FORMSITE link. This link will be accessible from the internet and will be sent to the Contractor. CDPHE will provide technical assistance in accessing and completing the form. The progress report is due within fifteen(IS)calendar days of the end of the reporting period. This progress report shall document the Contractor's progress towards completion of the activities in accordance with the Statement of Work attached hereto as Exhibit B and incorporated herein. Reporting period and progress report due dates are as follows. Progress Period Due Date January I,2013—March 31,2013 April 15,2013 April I,2013—June 30,2013 July 15,2013 July 1,2013—September 30,2013 October 15,2013 October 1,2013—December 31,2013 January 15,2014 Reimbursement under this Task Order Contract shall be made to the Contractor by the State in four(4) payments. in accordance with the associated Budget attached hereto as Exhibit C and incorporated herein Accordingly,the Contractor shall be paid one fourth(1/4)of the State's financial obligation under this Contract in March,June,September and December 2013. The final payment for this Contract is contingent upon the State's timely receipt of the annual Contract Reimbursement Certification form from the Contractor,attached hereto as Attachment A-1,which is incorporated herein by this reference. All Counties,Local Public Health Agencies and select intergovernmental Contractors will undergo a financial risk assessment conducted by the CDPHE Financial Risk Management System. Until such assessment is completed and the Contractor has been notified of the results,the Contractor shall provide the To be attached to CDPFIE Page I of 2 Revised:03/13/12 Task Order v1.0(3/12) EXHIBIT A following documentation with the completed invoice. This supporting documentation shall be submitted with the completed CDPHE Reimbursement Invoice Form and sent to: 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. Throughout the 2013 funding period,the CDPHE Immunization Program will conduct ongoing project monitoring and provide technical assistance,as needed. In the event that project performance does not meet the agency's stated goals,a follow-up work plan will be created and additional technical assistance will be provided. In an extreme situation,and in consultation with the agency,the CDPHE Immunization Program reserves the right to reduce or withhold quarterly payments due to poor project performance. 5. 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: I)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. To be attached to CDPHE Page 2 of 2 Revised:03/13/12 Task Order v1.0(3/12) Attachment A-1 voie COLORADO DEPARTMENT OF PUBLIC HEALTH AND ENVIRONMENT :n IMMUNIZATION PROGRAM J$75 2013 Contract Reimbursement Certification Form Colorado Department of Public Health and Environment Please return by January 15, 2014 RE: Immunization Core Services Delivery Contract TO: Colorado Department of Public Health and Environment Immunization Program 4300 Cherry Creek Drive South, DCEED-IMM-A3 Denver, Colorado 80246 Phone: 303-692-2650 Fax: 303-691-6118 FROM: TAX ID#: PROJECT PERIOD: January 1,2013 through December 31, 2013 This is to certify that contract services have been performed per Contract Routing Number: for the period stated above. SIGNATURE: Contractor or Authorized Designee Date For CDPHE staff to complete: I hereby certify that all contract requirements have been met for contract period January 1, 2013 through December 31, 2013, and payment is authorized in the amount of$ SIGNATURE: Program Director or Authorized Designee Date Page 1 of 1 EXHIBIT B STATEMENT OF WORK To Task Order Contract Dated 10/17/2012-Contract Routing Number 13 FHA 50134 specified provisions are to be read and interpreted in conjunction with the provisions of the contract above. Project Description: CORE SERVICES funding for to provide core services to best meet the immunization needs of the citizens of Colorado and to ensure immunization best practices are provided around the state. 11. Definitions: CCR- Code of Colorado Regulations CDC- Centers for Disease Control CIIS- Colorado Immunization Information System CRS- Colorado Revised Statute LPHA- Local Public Health Agency WIC- Colorado Supplemental Nutrition Program-Women, Infants and Children Ill. Performance Requirements/Deliverables: A. The local public health agency(LPHA)shall use this funding to augment any of the following activities: • Collaborate with community leaders to work toward formulating policies designed to solve local immunization access issues. • Follow the Standards for Child and Adolescent Immunization Practices(CDC,2006)to assure all populations have access to appropriate immunization services and evaluate the effectiveness of the services provided. • Promote,educate,and support providers regarding the value of active participation in reminder/recall activities. • Conduct onsite clinical services with optimal access such as non-traditional clinic access,"express lane"or drop-in appointments,and use incentives to encourage completion of children's primary immunization schedule. • Develop and follow appropriate procedures for vaccine storage and handling with appropriate clinic equipment and implement written policies and procedures for vaccine storage,vaccine ordering,and emergency response. Utilize up-to-date written protocols and have them readily accessible at all locations where vaccines are administered,and ensure all persons who administer vaccines and staff who manage or support vaccine administration are knowledgeable and receive ongoing education. • Provide support for immunization initiatives through the Colorado Supplemental Nutrition Program - Women, Infants,and Children(WIC)by providing vaccinations on site,assessing immunization histories,and referring children appropriately and/or distributing educational materials regarding immunizations and locally available services. B. The LPHA shall record all immunizations given in the Colorado Immunization Information System (CIIS)within thirty(30)days of vaccination. Page I oft Exhibit B-Statement of Work V I/MAR2012 EXHIBIT B C. LPHAs receiving these 2013 General Immunization Core Services funds are Vaccines for Children providers and agree to abstain from charging an office visit fee in addition to the allowable vaccine administration fee. D. This funding includes the LPHA's administrative cost for administering a cervical cancer vaccination to an underinsured female entering the sixth grade,pursuant to C.R.S.25-4-2504. E. ',PHA shall assure immunizations using established standards,and,in collaboration with CDPHE, monitor community immunization levels,pursuant to Colorado State Board of Health Rule 6 CCR 1014-7. F. The Contractor shall submit a progress report quarterly through the Immunization Program's online Progress FORMSITE link. These reports shall document the Contractor's progress towards completion of the activities in accordance with the deliverables mentioned above.The progress report is due within fifteen(15)calendar days of the end of the reporting period. IV. Monitoring: CDPHE's monitoring of this contract for compliance with performance requirements will be conducted throughout the contract period by the Program's Project Manager. Methods used will include review of documentation reflective of performance to include progress reports. 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. V. Resolution of Non-Compliance: The Contractor will be notified by e-mail and/or telephone within thirty(30)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 by e-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 Project Manager 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 2 of 2 Exhibit B-Statement of Work V 1/MAR2012 • Exhibit C Budget To Task Order Contract Dated 10/17/2012-Contract Routing Number 13 FHA 50134 Core Service Activities Federal Funds(January I,2013-December 31,2013) $65,957.00 State Funds(January 1,2103-June 30,2013) $14,200.00 TOTAL AMOUNT: ¶110.157.00 Page 1 of 1 Exhibit C—Budget V 1/MAR2012 Hello