Loading...
HomeMy WebLinkAbout20101412.tiff RESOLUTION RE: APPROVE TASK ORDER CONTRACT FOR PER CAPITA FUNDING TO SUPPORT LOCAL AND REGIONAL HEALTH SERVICES 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 Per Capita Funding to Support Local and Regional Health Services 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 July 1, 2010, and ending June 30, 2011, 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 Per Capita Funding to Support Local and Regional Health Services 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 30th day of June, A.D., 2010. BOARD OF COUNTY COMMISSIONERS W D COUNTY, C ORADO ATTEST: V . � ex/ -+tea -ert 1861 o .. 1 Do tla Rademacher, air Weld County Clerk to th Bo .r1 `) " t) ; „e c / t it-- BY: ® T(� bars Kirkmeyer, ro-Tem BY:� iYl/2. eputy Cle o t e Board s Sean P. CofiWay APP E AS TO F 76 / William F. Garcia ounty Attorney EXCUSED David E. Long Date of signature: un o 5ZJ }o i 1 L-1?-1 LC '. Nu 0‘\ �a> 2010-1412 � ,�h q - a ID HL0037 Memorandum Kis(t, TO: Douglas Rademacher, Chair Board of County Commissioners WILD Mark E. Wallace, MD, MPH, Director CFROM: Department of Public Healt Environment COLORADO DATE: June 18, 2010 SUBJECT: Per Capita Task Order Contract Enclosed for Board review and approval is a task order contract between the Board of Weld County Commissioners for the use and benefit of the Weld County Department of Public Health and Environment (WCDPHE) and the State of Colorado for the use and benefit of the Colorado Department of Public Health and Environment (CDPIIE) for per capita funding. The purpose of the contract is to provide support for public health services, as established by the State Board of Health pursuant to Section 25-1-503(1), C.R.S. and in accordance with Section 25-1-512 C.R.S. and Section 24-75.1104.5 (1.5) (a) (IV) C.R.S. WCDPHE shall participate in assessment and planning efforts at the state, regional and local level facilitated by the Office of Planning and Partnerships. These efforts shall include maintaining and improving local capacity to provide services as established by the State Board of Health. The per capita funding for the time period of July 1, 2010 through June 30, 2011 will be an amount not to exceed $397,032. I recommend your approval of this task order contract. Enclosure b -tO �° 2010-1412 STATE OF COLORADO Bill Owens,Governor CF' cO • Dennis E. Ellis, Executive Director /o P Dedicated to protecting and improving the health and environment of the people of Colorado r-°H "1 9 4300 Cherry Creek Dr.S. Laboratory Services Division `/(iCC, "J * Denver,Colorado 80246-1530 8100 Lowry Blvd. • 78 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 En ronment August 16, 2010 Weld County Department of Public Health and Environment Attn: Judy Nero 1555 North 17th Avenue Greeley, CO 80631 Dear Judy, Enclosed is your copy of the fully executed Local Public Health Agency contract(#11 FAA 16680) with the Office of Planning and Partnerships. Please contact me if you have any questions pertaining to the financia aspect of this contract and contact Kathleen Matthews at(303) 692-2361 for questions pertaining to the technical aspect of this contract. • Thank you, •t • Tracey Cla Fiscal Analyst Special Health Programs Administration & Financial Services Division (303) 692-2154 tracey.clark(u7a,state.co.us • DEPARTMENT OF PUBLIC HEALTH AND ENVIRONMENT ROUTING NO.11 FAA 16680 APPROVED TASK ORDER CONTRACT-WAIVER#154 This Task Order Contract is issued pursuant to Master Contract made 01/23/2007,with routing number 08 FAA 00052 st VJE: CONI'RACIt IIL State of Colorado for the use&benefit of the Board of County Commissioners of Weld Department of Public Health and County Environment 915 10't Street Office of Planning and Partnerships Greeley, CO 80632-0758 4300 Cherry Creek Drive South for the use and benefit of the Denver,Colorado 80246 Weld County Department of Public Health and Environment 1555 North 17th Avenue Greeley, CO 80631 'IASIC ORDER M:\DE.D.\IE: CONTRACT( ENTITY TYPE: 05/05/2010 Colorado Political Subdivision PO/SC ENCUMBRANCE NUMBER, PO FAA OPP11016680 'IERAI: BILLING STATEMENTS RECEIVED, This Task Order shall be effective upon Not Applicable approval by the State Controller,or designee, or on 07/01/2010,whichever is later. The s'uerCtosyarm ioaITV: Task Order shall end on 06/30/2011. Not Applicable PRICE.S'IRUCII IRE: CONTRACT PRICE NOT TO EXCEED: Fixed Price $397,032.00 PROCUREMENT p IEtI It I'P.DERAIL FUNDING DOHARS: $ Exempt SLUE FUNDING DOl LAR5, $397,032.00 BID/REP/LIST('RICE AGRLEMENI NUMBER: MAXIMUM AMOUNT AVAILABLE PER FISCAL YEAR: Not Applicable FY 11: $397,032.00 LAW SPECIFIED vLNDOR STATUTE: Not Applicable STATE REPRESENTATIVE: CON'IRAC1'tR REPRESENTATIVE Kathleen Matthews Judy Nero Department of Public Health and Environment Weld County Department of Public Health and Office of Planning and Partnerships Environment 4300 Cherry Creek Drive South 1555 North 17111 Avenue Denver,CO 80246 Greeley,CO 80631 SCOPE OE AA'c Provide support for public health services,as established by the State Board of I lealth pursuant to§25-1-503(1), C.R.S.and in accordance with Section§25-1-512 C.R.S. and Section§24-75.1104.5 (1.5) (a) (IV)C.R.S. The district public health agency shall participate in assessment and planning efforts at the state,regional and local level facilitated by the Office of Planning and Partnerships. These efforts shall include maintaining and improving local capacity to provide services as established by the State Board of Health. Page I of 5 Rev 6/25/09 a0/0 /4//d LxI II HITS. 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 Budget (and its attachments if any—e.g., B-1, B-2, etc.) Exhibit C - Option Letter 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. 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: I)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 §24-103.5-10I,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-l09-106, 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 County BILL RITTER,JR.GOVERNOR For the use and benefit of the Weld County Department of Public Health and Environment Legal Name of Contracting Entity By For -xccutive Director e Ace— Department of Public Health and Environment Signat of Authorized fficer Douglas Rademacher Print Name of Authorized Officer Departmelnt Program Approval: P Chair, Weld County C } 1 ' Board of Commissioners By Print Title of Authorized Officer (/ ALL CONTRACTS MUST BE APPROVED BY THE STATE CONTROLLER CRS§24-30-202 requires the State Controller to approve all State Contracts.This Contract is not valid until signed and dated below by the State Controller or delegate.Contractor is not authorized to begin performance until such time.If Contractor begins performing prior thereto,the State of Colorado is not obligated to pay Contractor for such performance or for any goods and/or services provided hereunder. STATE CONTROLLER: David J.McDermott,CPA By • Date WELD COUNTY DEPARTMENT OF PUB I�C NEALT IjNR E RO ENT BY: • Mark E. Wallace, MD, MPH-Director Page 5 of 5 Rev 6/25/09 020/0--1N1� EXHIBIT A ADDITIONAL PROVISIONS To Task Order Contract Dated 05/05/2010 - Contract Routing Number 11 FAA 16680 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 state funds. 3. Compensation under this Task Order Contract. The contractor will receive automatic quarterly payments within thirty(30)calendar days after the quarter ends. 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. 4. 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. 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. 5. The State may unilaterally increase/decrease the maximum amount payable under this contract based upon the unit prices established in the contract and the schedule of services required,as set by the State. If the State exercises its option, it shall provide written notice to the contractor at least 30 days before the increase is effective in a form substantially equivalent to Exhibit C, immediately upon signature of the State Controller or his delegate. Performance of the service shall continue at the same rates and under the same terms as established in the contract. 6. Survival of Certain Contract Terms. Notwithstanding anything in this contract to the contrary,the parties understand and agree that all terms and conditions of this contract which may require continued performance, compliance, or effect beyond the termination date of the contract and shall survive such termination date and shall be enforceable by the State as provided herein in the event of failure to perform To be attached to CDPHE Page I oft Revised: 12/19/06 Task Order v1.0(11/05)contract template EXHIBIT A or comply by the Contractor. To be attached to CDPHE Page 2 of 2 Revised: 12/19/06 Task Order v1.0(11/05)contract template EXHIBIT B STATEMENT OF WORK To Task Order Contract Dated 05/05/2010-Contract Routing Number 11 FAA 16680 These provisions are to be read and interpreted in conjunction with the provisions of the Task Order Contract specified above. I. The Contractor, in accordance with the terms and conditions of this contract,shall perform and complete, in a timely and satisfactory manner,all activities described in the approved Statement of Work and Budget that is attached hereto as Attachment B-1 and incorporated herein. 2. The Contractor will be required to submit reports as required and outlined in the statement of work, Attachment B-1. To be attached to CDPHE Page I of I Revised: 12/19/06 Task Order v1.0(11/05)contract template Attachment B-1 Weld County Department of Public Health and Environment Statement of Work and Budget The Office of Planning and Partnerships desires to strengthen the capacity to provide public and environmental health services in Colorado. This scope of work is designed to: L Provide accountability to assure State monies are being used effectively to provide public health services. 2. Develop and maintain a consistent planning framework that integrates local public health planning with statewide public health planning. 3. Inform state level decisions and policy development by integrating county and district public health plans with CDPHE strategic planning. 4. Build state and local partnerships focused on strengthening Colorado's public health system. 5. Identify areas in the state system that need improvement to better support county and district agencies through the state system functions of I)Planning and Implementation;2)Technical Assistance and Support; 3)Evaluation and Quality Improvement; and 4) Resources. It is hereby agreed that for and in consideration of their mutual promises to each other,hereinafter stated, the parties hereto agree as follows: I. Public Health Services. The county or district public health agency shall use these moneys to provide support for public health services, as established by the State Board of Health pursuant to §25-1-503(1), C.R.S., and in accordance with Section §25-1-512 C.R.S. and Section §24-75-1104.5 (1.5)(a)(IV)C.R.S.A copy of the current definition of Basic and Optional Services and Draft Core Public Health Services shall be posted at the Office of Planning and Partnerships website. 2. Statewide and County/District Public Health Planning. The county or district public health agency shall participate in assessment and planning efforts at the state,regional and local level facilitated by the Office of Planning and Partnerships. These efforts shall include maintaining and improving local capacity to provide services as established by the State Board of Health. 3. Maternal and Child Health Services.Only for agencies who do not have a separate MCH contract and whose MCH funding is included in this local public health agency contract: A. Core Maternal and Child Health Services. The county or district public health agency shall provide the core maternal and child health services of infrastructure building on behalf of the prenatal and child/adolescent populations. i. Contribute to the accomplishment of the National and State's priorities,performance measures, and outcome measures, as identified in the MCH Guidelines; ii. Work with public and private community partners to plan for the development and maintenance of resources that assure access to direct care and services for vulnerable women,children, and adolescents, such as those who are low-income, uninsured, underinsured,or who live in rural or underserved areas or who are from ethnic or cultural minority communities and may experience language or cultural barriers to services; iii. Refer families participating in any and all programs in its agency such as Women, Infants and Children (WIC);Early and Periodic Screening, Diagnosis and Treatment(EPSDT); Immunization Clinics; Family Planning; HCP(Children with Special Health Care Needs);etc.to appropriate enabling and direct care service programs in the community; iv. Include the maternal and child health population in the five-year community health assessment written for the State's Office of Planning& Partnerships; 4. Reports and Audits. The county or district public health agency shall provide to the State an agency annual report for the previous calendar year to be submitted by April 1,2011. The report is to be submitted on a state provided electronic template on the Office of Planning and Partnerships website.The quarterly advance of funds for the period April, May and June of the current fiscal year shall be withheld until all reports are received by the State. The contractor shall maintain such records as may be necessary to provide the information herein required by the State and submit to such reasonable audits and evaluations as may be necessary. I of 2 5. Supplanting of Funds. In order to qualify each county and city and county shall comply with the statutory requirements for contribution as set forth in C.R.S. § 25-1-512 for its local health services. Each board of health may contribute such additional amounts as it may determine to be necessary to meet their local health needs. 6. Payment. Payment equal to(1/4)of the total allocation shall be paid automatically in the last month of each quarter. If applicable, a one time payment for core MCH services—infrastructure building is included during the third quarter. Quarter Amount July 1 through September 30, 2010 $99,258.00 October I through December 31,2010 $99,258.00 January 1 through March 31,2011 $99,259.00 April 1 through June 30,2011 $99,257.00 Pursuant to C.R.S. § 25-1-510(3), if the contractor stops providing some public health services as described in paragraph(1) above during the term of this contract,the CDPHE may reduce the contractor's quarterly payments by an amount equal to that which is necessary to pay for another entity to provide the same public health services, and redirect those payments to another entity to provide the public health services. If the contractor stops providing all public health services as described in paragraph(1)above during the term of this contract,the CDPHE shall terminate the contract. 2 of 2 EXHIBIT C OPTION LETTER Date: State Fiscal Year: Option Letter No. I CMS Routing # 1) OPTIONS: Choose all applicable options listed in §1 and in §2 and delete the rest. a. Option to renew only (for an additional term) b.Change in the amount of goods within current term c. Change in amount of goods in conjunction with renewal for additional term d.Level of service change within current term e. Level of service change in conjunction with renewal for additional term f. Option to initiate next phase of a contract 2) REQUIRED PROVISIONS. All Option Letters shall contain the appropriate provisions set forth below: a. For use with Options 1(a-e): In accordance with Section(s) of the Original Contract routing number between the State of Colorado, Insert Name of Department or Higher Ed Institution , and Contractor's Name, the State hereby exercises its option for an additional term beginning Insert start date and ending on Insert ending date at a cost/price specified in Section , AND/OR an increase/decrease in the amount of goods/services at the same rate(s) as specified in Identify the Section, Schedule, Attachment, Exhibit etc. b. For use with Option 1(f), please use the following: In accordance with Section(s) of the Original Contract routing number between the State of Colorado, Insert Name of Department or Higher Ed Institution , and Contractor's Name, the State hereby exercises its option to initiate Phase indicate which Phase: 2, 3, 4, etc for the term beginning Insert start date and ending on Insert ending date at the cost/price specified in Section c. For use with all Options 1(a-f): The amount of the current Fiscal Year contract value is increased/decreased by $ amount of change to a new contract value of Insert New$Amt to as consideration for services/goods ordered under the contract for the current fiscal year indicate Fiscal Year. The first sentence in Section is hereby modified accordingly. The total contract value including all previous amendments, option letters, etc. is Insert New$ Amt. 3) Effective Date. The effective date of this Option Letter is upon approval of the State Controller or whichever is later. STATE OF COLORADO Bill Ritter, Jr. GOVERNOR PROGRAM APPROVAL: Department of Public Health and Environment By: By: Lisa Ellis, Purchasing & Contracts Unit Director Date: ALL CONTRACTS REQUIRE APPROVAL BY THE STATE CONTROLLER CRS§24-30-202 requires the State Controller to approve all State Contracts.This Contract is not valid until signed and dated below by the State Controller or delegate.Contractor is not authorized to begin performance until such time.If Contractor begins performing prior thereto,the State of Colorado is not obligated to pay Contractor for such performance or for any goods and/or services provided hereunder. STATE CONTROLLER David J. McDermott, CPA By: Donald Rieck Date: Page 1 of 1 Effective Date: 1/6/09-Rev 8/25/09 • c� MEMORANDUM ITo: Office of Clerk to the Board of Weld County Commissioners C� Date: Se Who bcK I , O! O 1 COLORADO From: `'1 a icier Qe $1 n e11 S , Health Department Subject: Pet COpft& CVntROL r Attached to this memo is the finalized contract, amendment to a contract, letter of renewal, change order letter or other document as listed below. Please sign and date below in the designated areas indicating you have received the finalized document and return this signed memo to me in the Administration Division of the Health Department. Thank you for your assistance with the processing of this document.Mt. lairII Document Name: Pee ta pi fa.) Co n -tea L T Resolution Number: 020 10 - l` ! 3 Finalized Document Received By: Date Received: 9- a /0 .LA.,..,3 i- -2 A II: lb _ .. .. _.. Hello