HomeMy WebLinkAbout20100945.tiff RESOLUTION
RE: APPROVE TASK ORDER CONTRACT FOR DISEASE SURVEILLANCE PROGRAM
(WEST NILE VIRUS SURVEILLANCE AND TESTING)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 a Task Order Contract for Disease
Surveillance (West Nile Virus Surveillance and Testing) between the County of Weld, State of
Colorado, by and through the Board of County Commissioners of Weld County, on behalf of the
Weld County Department of Public Health and Environment, and the Colorado Department of Public
Health and Environment, commencing June 1, 2010, and ending December 31, 2010, with further
terms and conditions being as stated in said task order contract, and
WHEREAS, after review, the Board deems it advisable to approve said task order contract, 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 the Task Order Contract for Disease Surveillance (West Nile Virus
Surveillance and Testing) between the County of Weld, State of Colorado, by and through the Board
of County Commissioners of Weld County, on behalf of the Weld County 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 contract.
The above and foregoing Resolution was, on motion duly made and seconded, adopted by
the following vote on the 5th day of May, A.D., 2010.
BOARD OF COUNTY COMMISSIONERS
�y WELD COUNTY, COLORADO
ATTEST: dram-es--77:—
y" �-I , r i► $ E La
1 "a4 r&? gl- 'adema• er, Ch '
Weld County Clerk to the Bo •' 1 `.; V
f≥`i 44 • bara Kirkmeyer, Pr -Tem
B . !i�.4 �. .e rr ,,a�. j`
Dept Clerk 'he Board �-. :_ ,t , c )—
,/ Sean P. way (-7: )
APPRQV�D FO : ,
// Wi li m F. Garcia
l
26unty Attorney EXCUSED
David E. Long
Date of signature: 5/30/(0
C,C, : H L LPw6) 2010-0945
1,7 - 1 74a HL0037
(it Memorandum
TO: Douglas Rademacher, Chair
Board of County Commissioners
IFROM: Mark E. Wallace, MD, MPH, Director
C Department of Public Health and
Environment r \ ('.�?6
COLORADO DATE: April 1, 2010
SUBJECT: Task Order Contract for Disease
Surveillance (West Nile Virus
Surveillance and Testing)
Enclosed for Board review and approval is a task order contract from the Colorado Department
of Public Health and Environment for surveillance activities for West Nile Virus. These
activities include the collection, identification and submission for testing of dead birds and vector
mosquitoes.
The contract is for an amount not to exceed $21,350 for the term of June 1, 2010 through
December 31, 2010. Of the $21,350, only $8,540.00 will be available beginning June 1, 2010.
Weld County will be notified when the balance of the funds is available for the Health
Department's use. These funds are passed through the Colorado Department of Public Health
and Environment from the United States Department of Health and Human Services through the
Centers for Disease Control. I recommend your approval of this task order contract.
Enclosure
ht1141
2010-0945
STATE OF COLORADO
Bill Ritter,Jr.,Governor
James B.Martin,Executive Director • bF-"coto
Dedicated to protecting and improving the health and environment of the people of Colorado
I`
4300 Cherry Creek Dr.S. Laboratory Services Divisionkat�
Denver,Colorado 80246-1530 8100 Lowry Blvd. &76/
Phone(303)692-2000 Denver,Colorado 80230-6928
TDD Line(303)691-7700 (303)692-3090 Colorado Department
Located in Glendale,Colorado of Public Health
http://www.cdphe.state.co.us and Environment
WORK STATUS CONFIRMATION LETTER
Vendor Name: Contract Routing Number:
CRS §24-30-202 requires the State Controller to approve all State Contracts. The above referenced(Choose one and delete
the other)Contract or Amendment is not valid until it is signed and dated below by the State Controller or delegate.
Therefore,your agency is not authorized to begin performance until you are notified that it's signed. If your agency begins
performing Contract tasks prior to that date,the State of Colorado is not obligated to pay your agency for such performance
or for any goods and/or services provided prior to the date signed.
By signing below,your confirm that(Signature MUST be that of the person signing the Contract)
a) No work has been performed under this contract
b) No work will begin under this contract until the contract is signed by the State Controller or on the effective
date,whichever is later.
ecreajw—
gnature of Au orized Officer
Douglas Rademacher
Print Name of Authorized Officer
Chair, Board of Weld County Commissioners
Print Title of Authorized Officer
MAY 052010
Date Signed
RETURN THIS LETTER TO:
Jessica Hubbard
Colorado Department of Public Health&Environment
Budget
4300 Cherry Creek Dr So
DCEED-A3
Denver CO 80246-1530
0,20/0-c95'.�
DEPARTMENT OF PUBLIC HEALTH AND ENVIRONMENT
ROUTING NO.10 FHA 14076
APPROVED TASK ORDER CONTRACT-WAIVER#154
This Task Order Contract is issued pursuant to Master Contract made on 01/23/2007,with routing number 08 FAA 00052
STATE: CONTRACTOR:
State of Colorado for the use&benefit of the Board of County Commissioners of Weld County
Department of Public Health and 915 loth Street
Environment Greeley,Colorado 80632-0758
Disease Control and Environmental for the use and benefit of the
Weld County Department of Public Health and
Epidemiology Division
Environment
Communicable Disease n
4300 Cherry Creek Drive South 1555 North 17 Avenue
Greeley,Colorado 80631
Denver,Colorado 80246
TASK ORDER MADE DATE E: CONTRACTOR EN 1I'IY TYPE_
03/25/2010 Colorado Political Subdivision
PO/SC ENCUMBRANCE NUMBER:
PO FHA EPI1014076
TERM: BILLING STATEMENTS RECEIVED:
This Task Order shall be effective upon Monthly
approval by the State Controller,or designee,
or on 06/01/2010,whichever is later. The STATUTORY AUTHORITY.
Task Order shall end on 12/31/2010. Not Applicable
PRICE S'TRUCT'URE: CONTRACT PRICE NOT TO EXCEED:
Cost Reimbursement $21,350.00
PROCUREMENT MEINOD.. FEDERAL FUNDING DOLLARS: $21,350.00
Exempt STATE FUNDING DOLLARS: $0.00
BID/REP/LIST PRICE AGREEMENT NUMBER: MAXIMUM AMOUNT AVAILABLE PER FISCAL YEAR:
Not Applicable FY 10: $3,559.00
FY 11: $17,791.00
LAW SPECIFIED VENDOR STATUTE:
Not Applicable
STATE REPRESENTATIVE: CONTRACTOR REPRESENTATIVE:
Janell Kenfield Sara Evans
Department of Public Health and Environment Weld County Department of Public Health and
DCEED Environment
Communicable Disease 1555 North 17th Avenue
4300 Cherry Creek Drive South Greeley,Colorado 80631
Denver,CO 80246
SCOPE OF'CORK.
West Nile Virus (WNV) surveillance including collection,identification, and submission of dead birds
and vector mosquitoes for testing,public education on prevention, and human case investigation.
Page 1 of 5 Rev 6/25/09
2e /C—O9Y.'
Exhibit B
STATEMENT OF WORK
To Task Order Contract Dated 03/25/2010-Contract Routing Number 10 FHA 14076
Period of Performance: 6/1/10 -- 12/31/10
Description of Activities: The contract supports WNV surveillance including
collection, identification and submission of dead birds and vector mosquitoes
for testing, public education on prevention and human case investigation.
Method of accountability: Submission of copies of receipts for equipment purchases.
Completed records of environmental samples tested in zoonotic disease database.
Completed CEDRS records for human cases investigation.
Surveillance $1,500
Costs related to the collection and submission of bird and mosquito samples for
testing and investigation of human cases including personnel,travel and equipment.
Laboratory Supplies $3,500
Costs to purchase kits and reagents to perform 100 RT-PCR tests for WNV on birds
and mosquito pools submitted from the region. Provide back-up to CDPHE lab.
Sentinel Mosquito Zones $16,350
Maintenance of three sentinel mosquito trap zones following established protocol.
TOTAL AWARD $21,350
The Contractor agrees to accept this funding to accomplish the activities described in this
Statement of Work. The Contractor understands that only 40% of the Total Award listed above is
available at this time, which is Eight Thousand, Five Hundred Forty Dollars ($8,540.00)to be paid
by the State upon receipt of reimbursement statements. The Contractor acknowledges that their
agency is NOT authorized to be reimbursed for expenses above Eight Thousand, Five Hundred
Forty Dollars ($8,540.00). The State shall notify the Contractor when the balance of the funds is
available for the Contractor to use to continue the above-described activities. In the event the Total
Award amount, listed above, is modified by the State for any reason, the State shall require the
Contractor to provide a revised Statement of Work. The Contractor shall have the option at the
time to accept the modified funding level and Statement of Work or decide not to participate
further in this project.
Page 1 of 1
EXI IIRI'[s:
The following exhibits arc hereby incorporated:
Exhibit A- Additional Provisions (and its attachments if any—e.g.,A-1,A-2,etc.)
Exhibit B - Statement of Work and Budget(and its attachments if any—e.g.,B-1,B-2,etc.)
•
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 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 5 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".
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, §24-102-206, §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 5 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.
Page 4 of 5 Rev 6/25/09
THE PARTIES HERETO HAVE EXECUTED THIS CONTRACT
* Persons signing for Contractor hereby swear and affirm that they are authorized to act on Contractor's
behalf and acknowledge that the State is relying on their representations to that effect.
CONTRACTOR: STATE OF COLORADO:
Board of County Commissioners of Weld BILL RITTER,JR. GOVERNOR
County
(a political subdivision of the state of Colorado)
for the use and benefit of the
Weld County Department of Public Health and
Environment
Legal Name of Contracting Entity rQ(�
By
For Executive Director
Department of Public Health and Environment
Si tature of Autho 'zed Officer MAY 0 5 201U
Douglas Rademacher
Print Name of Authorized Officer
Department
PProoggr�amm�App�roval:n y n
Chair By�- l �^ 'D
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
WELD COUNTY DEP TMENT OF
PU L� IC HRH AND NVIRO MENT
BY:� iC
Mark E. Wallace, MD, MPH•Director
Page 5 of 5 Rev 6/25/09
&G/,-O 9s(5
EXHIBIT A
ADDITIONAL PROVISIONS
To Task Order Contract Dated 03/25/2010 - Contract Routing Number 10 FHA 14076
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 93.283)
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 5U50C1823801-04,
hereinafter"Award",to perform the following—West Nile Virus (WNV) surveillance including
collection,identification, and submission of dead birds and vector mosquitoes for testing,public
education on prevention, and human case investigation.
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 signed monthly
Invoice/Cost Reimbursement Statement in a format acceptable to the State. An Invoice/Cost
Reimbursement Statement must be submitted within thirty(30)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. These items may include,but are not limited to,the
Contractor's salaries, fringe benefits,supplies,travel,operating, indirect costs which are allowable,and
other allocable expenses related to its performance under this Task Order Contract.
Invoice/Cost Reimbursement Statements shall: 1)reference this Task Order Contract by its contract routing
number,which number is located on page one of this Task Order Contract;2)state the applicable
performance dates; 3)state the names of payees;4)include a brief description of the services performed
during the relevant performance dates; 5)describe the incurred expenditures if reimbursement is allowed
and requested;and,6)show the total requested payment. Payment during the initial,and any renewal or
extension,term of this Task Order Contract shall be conditioned upon affirmation by the State that all
services were rendered by the Contractor in accordance with the terms of this Task Order Contract.
Invoice/Cost Reimbursement Statements shall be sent to:
Janell Kenfield
DCEED
Communicable Disease
Colorado Department of Public Health and Environment
(Mail Code)
4300 Cherry Creek Drive South
To be attached to CDPHE Page 1 of 2 Revised: 12/19/06
Task Order v1.0 O1/05)contract template
EXHIBIT A
Denver,CO 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 Task Order
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. •
Unless otherwise provided for in this Task Order Contract,"Local Match", if any,shall be included on all
billing statements as required by the 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 sixty(60)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.
To be attached to CDPHE Page 2 of 2 Revised: 12/19/06
Task Order v1.0(11/05)contract template
STATE OF COLORADO
Bill Ritter,Jr.,Governor p4 cot
Martha E. Rudolph, Executive Director 0 ,,-_-oq
Dedicated to protecting and improving the health and environment of the people of Colorado a ° \p
4300 Cherry Creek Dr.S. Laboratory Services Division * ,,at -*,
Denver,Colorado 80246-1530 8100 Lowry Blvd. +1876+
Phone(303)692-2000 Denver,Colorado 80230-6928
TDD Line(303)691-7700 (303)692-3090 Colorado Department
Located in Glendale,Colorado of Public Health
http://www.cdphe.state.co.us and Environment
June 14, 2010
Re: Contract Number PO FHA EPI1014076 (Amendment routing number 10 FHA 14076)
Dear Contractor,
Enclosed please find your fully approved contractual documents with the Colorado Department of
Public Health and Environment. Please keep these original documents for your records.
If you have any questions or require further information, please feel free to contact me.
Sincerely,
C 4S .�411:‘d...
Jessica Hubbard
Contracts Administrator
Disease Control Division
Phone: (303) 692-2702
Fax: (303) 782-0904
Hello