Loading...
HomeMy WebLinkAbout980348.tiff RESOLUTION RE: APPROVE CONTRACT FOR COMMUNITY NEEDS ASSESSMENT 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 Contract for Community Needs Assessment 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 Health Department, and the Colorado Department of Public Health and Environment, commencing March 1, 1998, and ending February 28, 1999, with further terms and conditions being as stated in said contract, and WHEREAS, after review, the Board deems it advisable to approve said 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 Contract for Community Needs Assessment 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 Health Department, 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 contract. The above and foregoing Resolution was, on motion duly made and seconded, adopted by the following vote on the 4th day of March, A.D., 1998, nunc pro tunc March 1, 1998. BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO ATTEST: '► ;,, , /, ��r �i:'' C° f�i��i� ���r' 'G� i��c�/� ry Constance L. Harb , Chair Weld Coun , Ith tfietliaa el ab 21 44)W. H ebster, ro-Tem Deputy Clergy c�•. _ , � i��..$4' - �4 George'E. Baxter APP AST RM: EXCUSED Dale K. Hall my tt r ,d/C.SteA /I arbakmeyer 980348 HL0024 DEPARTMENT OR AGENCY NUMBER FAA-260000 CONTRACT ROUTING NUMBER 9808181 CONTRACT This CONTRACT is made this 1ST day of MARCH 1998,by and between the State of Colorado for the use and benefit of the DEPARTMENT OF PUBLIC HEALTH AND ENVIRONMENT,whose address or principal place of business is 4300 Cherry Creek Drive South,Denver, Colorado 80246 hereinafter referred to as"the State",and Weld County Health Department,whose address or principal place of business is 1517 16th Avenue Court,Greeley,Colorado 80631,hereinafter referred to as "the Contractor". WHEREAS,authority exists in the Law and Funds have been budgeted, appropriated and otherwise made available and a sufficient uncommitted balance thereof remains available for encumbering and subsequent payment of this Contract under Contract Encumbrance Number ADM9808181 in Fund Number 100, Appropriation Code F86,and Organization Code 0020; WHEREAS,as of the date of this Contract,the State has a currently effective Group II purchasing delegation agreement with the Division of Purchasing within the Colorado Department of Personnel; WHEREAS,the State has received Preventive Health and Health Services Block Grant(PHHSBG)funds for federal Fiscal Year 1997-98 (March 1, 1998 -February 28, 1999)from the United States Department of Health and Human Services(USDHHS); WHEREAS,the Contractor is considered by the State to be an appropriate agency to provide those services set forth in the attached Scope of Work; WHEREAS,this procurement is exempt from the Colorado Procurement Code and Rules because the Contractor is a governmental agency; and, WHEREAS,all required approvals,clearances and coordination have been accomplished from and with all appropriate agencies. Page 1 of 14 NOW THEREFORE,it is hereby agreed that for and in consideration of their mutual promises to each other,hereinafter stated,the parties hereto agree as follows: A. EFFECTIVE DATE AND TERM. The effective date of this Contract is March 1,1998. The initial term of this Contract shall commence on March 1, 1998 and continue through and including February 28,1999. B. DUTIES AND OBLIGATIONS. 1. The Contractor shall provide the services outlined in the Scope of Work,which is incorporated herein by this reference,made a part hereof,and attached hereto as "Attachment A". 2. The Contractor shall submit to the State a bi-annual summary report detailing the achievements of the Contractor for the previous six month period. The first bi-annual report is due on or before August 15, 1998. The second bi-annual report is due on or before April 15, 1999. The bi-annual reports shall contain data from which objective measurements may be made to determine the Contractor's progress toward those goals identified in Attachment A. 3. The Contractor shall permit the State,at the State's option,to perform a comprehensive evaluation of those projects identified in Attachment A,including but not limited to an on- site review. C. COMPENSATION,CHANGE,AND RENEWAL PROCEDURES. 1. The State shall,in consideration of the services satisfactorily performed by the Contractor under this Contract,cause to be paid to the Contractor a sum not to exceed FORTY- EIGHT THOUSAND EIGHT HUNDRED NINETY-THREE DOLLARS($48,893.00) for the initial term of this Contract-March 1, 1998,through February 28, 1999. Of the total financial obligation of the State referenced above,($48,893.00)are identified as attributable to a funding source of the United States government and,($0)are identified as attributable to a funding source of the State of Colorado. Page 2 of 14 2. To receive compensation under this Contract,the Contractor shall submit a signed quarterly billing statement, an example of which is incorporated herein by reference,made a part hereof,and attached hereto as"Attachment B,"within thirty(30)calendar days of the end of the quarter for which services were rendered. For purposes of this Contract,quarters are based on the federal fiscal year- October 1 through September 30. Accordingly,quarterly billing statements are due on or after May 31, 1998,August 31, 1998,November 30, 1998 and February 28, 1999. Expenditures shall be in accordance with those items identified in Attachment A. These items may include,but are not limited to: the Contractor's salaries, fringe benefits, supplies,travel, operating, and indirect costs which are allowable and allocable expenses related to this Contract. The quarterly billing statements shall: reference this Contract by its contract number,which number is located on page one of this document; state the applicable performance dates,the names of payees,and a brief description of the services performed,expenditures incurred, and the total reimbursement requested. Reimbursement during the initial,and any renewal term of this Contract shall be conditioned upon affirmation by the State that all services were rendered by the Contractor in accordance with the terms of this Contract. Quarterly billing statements shall be sent to: Julie Akin Colorado Department of Public Health and Environment 4300 Cherry Creek Drive South,Denver,CO 80246 CPD-ADM-B2 3. The State may prospectively increase or decrease the amount payable under this Contract through a"Change Order Letter",a sample of which is incorporated herein by this reference, made a part hereof,and attached hereto as"Attachment C."To be effective,the Change Order Letter must be: signed by the State and the Contractor; and, approved by the State Controller or an authorized designee thereof. Additionally,the Change Order Letter shall include the following information: A. Identification of this Contract by its contract number and affected paragraph number(s); B. The types of services or programs increased or decreased and the new level of each service or program; C. The amount of the increase or decrease in the level of funding for each service or program and the new total financial obligation; D. The intended effective date of the funding change; and, E. A provision stating that the Change Order Letter shall not be valid until approved by the State Controller or such assistant as he may designate. Page 3 of 14 4. Upon proper execution and approval,the Change Order Letter shall become an amendment to this Contract. Except for the General and Special Provisions of this Contract,the Change Order Letter shall supersede this Contract in the event of a conflict between the two. It is expressly understood and agreed to by the parties that the change order letter process may be used only for increased or decreased levels of funding,corresponding adjustments to service or program levels,and any related budget line items. Any other changes to this Contract, other than those authorized by the contract renewal letter process described below,shall be made by a formal amendment to this Contract executed in accordance with the Fiscal Rules of the State of Colorado. 5. If the Contractor agrees to and accepts the proposed change,then the Contractor shall execute and return the Change Order Letter to the State by the date indicated in the Change Order Letter. If the Contractor does not agree to and accept the proposed change,or fails to timely return the partially executed Change Order Letter by the date indicated in the Change Order Letter,then the State may,upon written notice to the Contractor,terminate this Contract twenty(20)calendar days after the return date indicated in the Change Order Letter has passed. Such written notice shall specify the effective date of termination of this Contract. In the event of termination under this clause,the parties shall not be relieved of their respective duties and obligations under this Contract until the effective date of termination has occurred. 6. Increases or decreases in the level of contractual funding made through this change order letter process during the initial or renewal terms of this Contract may be made under the following circumstances: A. If necessary to fully utilize appropriations of the State of Colorado and/or non- appropriated federal grant awards; B. Adjustments to reflect current year expenditures; C. Supplemental appropriations,or non-appropriated federal funding changes resulting in an increase or decrease in the amounts originally budgeted and available for the purposes of this Contract; D. Closure of programs and/or termination of related contracts; E. Delay or difficulty in implementing new programs or services; and, F. Other special circumstances as deemed appropriate by the State. 7. The State may renew this Contract through a"Contract Renewal Letter",a sample of which is incorporated herein by this reference,made a part hereof,and attached hereto as Attachment D. To be effective,the Contract Renewal Letter must be: signed by the State and the Contractor; and, approved by the State Controller or an authorized designee thereof. Page 4 of 14 Additionally,the Contract Renewal Letter shall include the following information: A. Identification of this Contract by its contract number and affected paragraph number(s); B. The types of services or programs,if any,increased or decreased and the new level of each service or program for the renewal term; C. The amount of the increase or decrease,if any,in the level of funding for each service or program and the new total financial obligation; D. The intended effective date of the renewal; and, E. A provision stating that the Contract Renewal Letter shall not be valid until approved by the State Controller or such assistant as he may designate. 8. Upon proper execution and approval,the Contract Renewal Letter shall become an amendment to this Contract. Except for the General and Special Provisions of this Contract, the Contract Renewal Letter shall supersede this Contract in the event of a conflict between the two. It is expressly understood and agreed to by the parties that the contract renewal letter process may be used only to: renew this Contract; increase or decrease levels of funding related to that renewal;make corresponding adjustments to service or program levels,and,adjust any related budget line items. Any other changes to this Contract,other than those authorized by the change order letter process described above, shall be made by a formal amendment to this Contract executed in accordance with the Fiscal Rules of the State of Colorado. 9. If the Contractor agrees to and accepts the proposed renewal term,then the Contractor shall execute and return the Contract Renewal Letter to the State by the date indicated in the Contract Renewal Letter. If the Contractor does not agree to and accept the proposed renewal term,or fails to timely return the partially executed Contract Renewal Letter by the date indicated in the Contract Renewal Letter,then the State may,upon written notice to the Contractor,terminate this Contract twenty(20)calendar days after the return date indicated in the Contract Renewal Letter has passed. Such written notice shall specify the effective date of termination of this Contract. In the event of termination under this clause,the parties shall not be relieved of their respective duties and obligations under this Contract until the effective date of termination has occurred. Page 5 of 14 D. GENERAL PROVISIONS' 1. The parties warrant that each possesses actual,legal authority to enter into this Contract. The parties further warrant that each has taken all actions required by its applicable law, procedures,rules,or by-laws to exercise that authority, and to lawfully authorize its undersigned signatory to execute this Contract and bind that party to its terms. The person or persons signing this Contract,or any attachments or amendments hereto,also warrant(s) that such person(s)possesses actual,legal authority to execute this Contract,and any attachments or amendments hereto,on behalf of that party. 2. THE CONTRACTOR SHALL PERFORM ITS DUTIES HEREUNDER AS AN INDEPENDENT CONTRACTOR AND NOT AS AN EMPLOYEE OF THE STATE. NEITHER THE CONTRACTOR NOR ANY AGENT OR EMPLOYEE OF THE CONTRACTOR SHALL BE,OR SHALL BE DEEMED TO BE,AN AGENT OR EMPLOYEE OF THE STATE. THE CONTRACTOR SHALL PAY WHEN DUE ALL REQUIRED EMPLOYMENT TAXES AND INCOME TAX AND LOCAL HEAD TAX ON ANY MONIES PAID PURSUANT TO THIS CONTRACT. THE CONTRACTOR ACKNOWLEDGES THAT THE CONTRACTOR AND ITS EMPLOYEES ARE NOT ENTITLED TO UNEMPLOYMENT INSURANCE BENEFITS UNLESS THE CONTRACTOR OR A THIRD PARTY PROVIDES SUCH COVERAGE AND THAT THE STATE DOES NOT PAY FOR OR OTHERWISE PROVIDE SUCH COVERAGE. THE CONTRACTOR SHALL HAVE NO AUTHORIZATION,EXPRESS OR IMPLIED TO BIND THE STATE TO ANY AGREEMENTS,LIABILITY,OR UNDERSTANDING EXCEPT AS EXPRESSLY SET FORTH HEREIN. THE CONTRACTOR SHALL PROVIDE AND KEEP IN FORCE WORKERS'COMPENSATION(AND SHOW PROOF OF SUCH INSURANCE)AND UNEMPLOYMENT COMPENSATION INSURANCE IN AMOUNTS REQUIRED BY LAW,AND SHALL BE SOLELY RESPONSIBLE FOR THE ACTS OF THE CONTRACTOR,ITS EMPLOYEES AND AGENTS. 3. The State reserves the right to inspect services provided under this Contract at all reasonable times and places during the term of this Contract. "Services",as used in this clause,includes services performed or written work performed in the performance of services. If any of the services do not conform with the terms of this Contract,then the State may require the Contractor to perform the services again in conformity with the terms of this Contract,with no additional compensation to the Contractor for the reperformed services. When defects in the quality or quantity of the services cannot be corrected by reperformance, then the State may: 1. require the Contractor to take all necessary action(s) to ensure that the future performance conforms to the terms of the Contract; and, 2. equitably reduce the Rev. 02/03/98): GENERAL PROVISIONS Page 6 of 14 payments due to the Contractor under this Contract to reflect the reduced value of the services performed by the Contractor. These remedies in no way limit the other remedies available to the State as set forth in this Contract. 4. The Contractor authorizes the State,or its authorized agents,to perform audits and to make inspections for the purpose of evaluating the Contractor's performance under this Contract. 5. Either party shall have the right to terminate this Contract by giving the other party thirty (30)calendar days notice by certified mail,return receipt requested. If notice is so given, this Contract shall terminate upon the expiration of the thirty(30)calendar days,and the liability of the parties hereunder for the further performance of the terms of this Contract shall thereupon cease,but the parties shall not be relieved of the duty to perform their obligations up to the date of termination. 6. If this Contract involves the expenditure of federal funds,then this Contract is contingent upon the continued availability of those federal funds for payment pursuant to the terms of this Contract. The Contractor also agrees to fulfill the requirements of: A. Office of Management and Budget Circulars A-87,A-21,or A-122,and A-102 or A-110,as applicable; B. the"Hatch Act"(5 U.S.C. 1501-1508)and Public Law 95-454, Section 4728. These federal statutes declare that federal funds cannot be used for partisan political purposes of any kind by any person or organization involved in the administration of federally-assisted programs; C. the"Davis-Bacon Act"(40 Stat. 1494,Mar. 3, 1921,Chap. 411,40 U.S.C. 276A-276A-5). This Act requires that all laborers and mechanics employed by contractors or sub-contractors to work on construction projects financed by federal assistance must be paid wages not less than those established for the locality of the project by the Secretary of Labor; D. 42 U.S.C. 6101 et seq,42 U.S.C. 2000d,29 U.S.C. 794. These Acts mandate that no person shall,on the grounds of race,color,national origin,age,or handicap,be excluded from participation in or be subjected to discrimination in any program or activity funded, in whole or in part,by federal funds; E. the"Americans with Disabilities Act"(Public Law 101-336;42 U.S.C. 12101, 12102, 12111 - 12117, 12131 - 12134, 12141 - 12150, 12161 - 12165, 12181 - 12189, 12201 - 12213 and 47 U.S.C. 225 and 47 U.S.C. 611); F. if the Contractor is acquiring an interest in real property and displacing households or businesses in the performance of this Contract,then the Contractor is in compliance with the"Uniform Relocation Assistance and Real Property Acquisition Page 7 of 14 Policies Act",as amended(Public Law 91-646,as amended and Public Law 100-17, 101 Stat. 246-256); and, G. when applicable,the Contractor is in compliance with the provisions of the "Uniform Administrative Requirements for Grants and Cooperative Agreements to State and Local Governments"(Common Rule). 7. By signing and submitting this Contract,the Contractor affirmatively avers that: A. the Contractor is in compliance with the requirements of the"Drug-Free Workplace Act"(Public Law 100-690 Title V, Subtitle D,41 U.S.C. 701 et seq.); and, B. the Contractor is not presently debarred,suspended,proposed for debarment, declared ineligible,or voluntarily excluded from covered transactions by any federal department or agency. 8. To be considered for payment,billings for payments pursuant to this Contract must be received within sixty(60)calendar days after the period for which payment is being requested. Final billings under this Contract must be received by the State within sixty(60) calendar days of the end of this Contract's initial or successive terms. 9. If applicable,"Local Match"shall be included on all monthly payment statements,in the column provided therefor,as required by the funding source. 10. If the Contractor receives federal funds in an aggregate amount per year from the State which exceeds the applicable threshold dollar amount specified in Office of Management and Budget Circulars A-128 or A-133,whichever is applicable,then the Contractor shall conduct an annual audit,by an independent certified public accountant,which meets the requirements of Office of Management and Budget Circulars A-128 or A-133,whichever is applicable. If the Contractor is required to submit an annual indirect cost proposal to the State for review and approval,then the Contractor's auditor shall audit the proposal in accordance with the requirements of Office of Management and Budget Circulars A-87, A-21,or A-122,whichever is applicable. The Contractor shall furnish one(1)copy of the audit report(s)to the State's Accounting Office within thirty(30)calendar days of issuance; but in no event later than nine(9)months after the end of the Contractor's fiscal year. If(an)instance(s)of noncompliance with federal laws and regulations occurs,then the Contractor shall take all appropriate corrective action(s)within six(6)months of the issuance of(a)report(s). The Contractor shall grant the State,or its authorized agents, access to the Contractor's relevant records and financial statements. The Contractor shall retain all such records and financial statements for a period of three(3)years after the date of issuance of a final audit report. This Contract(DOES/DOES NOT)contain federal funds as of the date it is signed. This requirement is in addition to any other audit requirements contained in other paragraphs of this Contract. Page 8 of 14 11. The Contractor shall not use federal funds to satisfy federal cost sharing and matching requirements unless approved in writing by the appropriate federal agency. 12. Neither the Contractor nor the State shall be liable to the other for any delay in,or failure of performance of, any covenant or promise contained in this Contract;nor shall any delay or failure constitute default or give rise to any liability for damages if,and only to the extent that, such delay or failure is caused by a supervening cause. As used in this Contract, "supervening cause"is defined to mean: an act of God,fire,explosion, action of the elements, strike, interruption of transportation,rationing,court action,illegality,unusually severe weather,war,or any other cause which is beyond the control of the affected party and which,by the exercise of reasonable diligence,could not have been prevented by the affected party. 13. It is expressly understood and agreed to between the parties that the enforcement of the terms and conditions of this Contract, and all rights of action related to such enforcement, shall be strictly reserved to the State and the named Contractor. Nothing contained in this Contract shall give or allow any claim or right of action whatsoever to or by any third person. Nothing contained in this Contract shall be construed as a waiver of any provision of the Colorado Governmental Ammunity Act,section 24-10-101 et seq., C.R.S.,as amended. It is the express intent of the State and the named Contractor that any person or entity,other than the State or the named Contractor,receiving services or benefits under this Contract shall be deemed an incidental beneficiary only. 14. To the extent that this Contract may be executed and performance of the obligations of the parties may be accomplished within the intent of this Contract,the terms of this Contract are severable. If any term or provision of this Contract is declared invalid by a court of competent jurisdiction,or becomes inoperative for any other reason,then such invalidity or failure shall not affect the validity of any other term or provision of this Contract. 15. The waiver of a breach of a term or provision of this Contract shall not be construed as a waiver of a breach of any other term or provision of this Contract or,as a waiver of a breach of the same term or provision upon subsequent breach. 16. This Contract is in the nature of personal/purchased services. Therefore,except for accounts receivable,the rights,duties, and obligations of the Contractor cannot be assigned, delegated,or otherwise transferred,except with the prior,express,written consent of the State. 17. Except as otherwise provided for herein,this Contract shall inure to the benefit of, and be binding upon,the parties hereto and their respective successors and assigns. Page 9 of 14 18. Unless otherwise provided for in this Contract,the Contractor shall notify the State,within five(5)working days after being served with a summons,complaint,or other pleading in a case which involves any services provided under this Contract and which has been filed in any federal or state court or administrative agency. The Contractor shall immediately deliver copies of any such documents to the State. 19. This Contract is subject to such modifications as may be required by changes in applicable federal or state law,or federal or state implementing rules,regulations,or procedures of that federal or state law. Any such required modification shall be automatically incorporated into, and be made a part of,this Contract as of the effective date of such change as if that change was fully set forth herein. Except as provided above,no modification of this Contract shall be effective unless such modification is agreed to in writing by both parties in an amendment to this Contract that has been previously executed and approved in accordance with applicable law. 20. Notwithstanding anything herein to the contrary,the parties understand and agree that all terms and conditions of this Contract,and the exhibits and attachments hereto,which may require continued performance or compliance beyond the termination date of this Contract shall survive such termination date and shall be enforceable as provided herein in the event of a failure to perform or comply by a party to this Contract. 21. The captions and headings used in this Contract are for identification only,and shall be disregarded in any construction of the terms,provisions,and conditions of this Contract. 22. The parties hereto agree that venue for any action related to this Contract shall be in the City and County of Denver, Colorado. 23. This Contract is the complete integration of all understandings between the parties. No prior or contemporaneous addition,deletion,or other amendment hereto shall have any force or effect whatsoever,unless embodied herein in writing. No subsequent novation,renewal, addition,deletion,or other amendment hereto shall have any force or effect unless embodied in a written contract executed and approved pursuant to the Fiscal Rules of the State of Colorado. E. SPECIAL PROVISIONS' CONTROLLER'S APPROVAL 2 Form 6-AC-02C (GEN060197)Revised 06/01/97 Page 10 of 14 1. This contract shall not be deemed valid until it shall have been approved by the Controller of the State of Colorado or such assistant as he may designate. This provision is applicable to any contract involving the payment of money by the State. FUND AVAILABILITY 2. Financial obligations of the State of Colorado payable after the current fiscal year are contingent upon funds for that purpose being appropriated,budgeted,and otherwise made available. BOND REQUIREMENT 3. If this contract involves the payment of more than fifty thousand dollars for the construction, erection,repair,maintenance,or improvement of any building,road. bridge,viaduct,tunnel,excavation or other public work for this State,the contractor shall,before entering upon the performance of any such work included in this contract,duly execute and deliver to the State official who will sign the contract,a good and sufficient bond or other acceptable surety to be approved by said official in a penal sum not less than one-half of the total amount payable by the terms of this contract. Such bond shall be duly executed by a qualified corporate surety conditioned upon the faithful performance of the contract and in addition,shall provide that if the contractor or his subcontractors fail to duly pay for any labor,materials,team hire,sustenance, provisions,provendor or other supplies used or consumed by such contractor or his subcontractor in performance of the work contracted to be done or fails to pay any person who supplies rental machinery, tools,or equipment in the prosecution of the work the surety will pay the same in an amount not exceeding the sum specified in the bond,together with interest at the rate of eight per cent per annum. Unless such bond is executed,delivered and filed,no claim in favor of the contractor arising under such contract shall be audited,allowed or paid. A certified or cashier's check or a bank money order payable to the Treasurer of the State of Colorado may be accepted in lieu of a bond. This provision is in compliance with CRS 38-26-106. INDEMNIFICATION 4. To the extent authorized by law,the contractor shall indemnify,save,and hold harmless the State,its employees and agents, against any and all claims,damages,liability and court awards including costs, expenses,and attorney fees incurred as a result of any act or omission by the contractor,or its employees, agents,subcontractors,or assignees pursuant to the terms of this contract. DISCRIMINATION AND AFFIRMATIVE ACTION 5. The contractor agrees to comply with the letter and spirit of the Colorado Antidiscrimination Act of 1957,as amended, and other applicable law respecting discrimination and unfair employment practices (CRS 24-34-402),and as required by Executive Order,Equal Opportunity and Affirmative Action,dated April 16, 1975.Pursuant thereto, the following provisions shall be contained in all State contracts or sub-contracts. During the performance of this contract,the contractor agrees as follows: (a) The contractor will not discriminate against any employee or applicant for employment because of Page 11 of 14 race,creed,color,national origin,sex,marital status,religion, ancestry,mental or physical handicap,or age. The contractor will take affirmative action to insure that applicants are employed, and that employees are treated during employment,without regard to the above mentioned characteristics. Such action shall include, but not be limited to the following: employment upgrading,demotion,or transfer,recruitment or recruitment advertisements;lay-offs or terminations;rates of pay or other forms of compensation; and selection for training, including apprenticeship. The contractor agrees to post in conspicuous places,available to employees and applicants for employment,notices to be provided by the contracting officer setting forth provisions of this non-discrimination clause. (b) The contractor will,in all solicitations or advertisements for employees placed by or on behalf of the contractor,state that all qualified applicants will receive consideration for employment without regard to race, creed,color,national origin,sex,marital status,religion,ancestry,mental or physical handicap,or age. (c) The contractor will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding,notice to be provided by the contracting officer,advising the labor union or workers'representative of the contractor's commitment under the Executive Order,Equal Opportunity and Affirmative Action,dated April 16, 1975, and of the rules, regulations,and relevant Orders of the Governor. (d) The contractor and labor unions will furnish all information and reports required by Executive Order, Equal Opportunity and Affirmative Action of April 16, 1975,and by the rules,regulations and Orders of the Governor,or pursuant thereto,and will permit access to his books,records,and accounts by the contracting agency and the office of the Governor or his designee for purposes of investigation to ascertain compliance with such rules,regulations and orders. (e) A labor organization will not exclude any individual otherwise qualified from full membership rights in such labor organization,or expel any such individual from membership in such labor organization or discriminate against any of its members in the full enjoyment of work opportunity because of race,creed, color,sex,national origin,or ancestry. (0 A labor organization,or the employees or members thereof will not aid, abet,incite,compel or coerce the doing of any act defined in this contract to be discriminatory or obstruct or prevent any person from complying with the provisions of this contract or any order issued thereunder; or attempt,either directly or indirectly,to commit any act defined in this contract to be discriminatory. (g) In the event of the contractor's non-compliance with the non-discrimination clauses of this contract or with any of such rules,regulations,or orders,this contract may be canceled,terminated or suspended in whole or in part and the contractor may be declared ineligible for further State contracts in accordance with procedures, authorized in Executive Order, Equal Opportunity and Affirmative Action of April 16, 1975 and the rules,regulations,or orders promulgated in accordance therewith, and such other sanctions as may be imposed and remedies as may be invoked as provided in Executive Order,Equal Opportunity and Affirmative Action of April 16, 1975,or by rules,regulations,or orders promulgated in accordance therewith,or as otherwise provided by law. (h) The contractor will include the provisions of paragraphs (a)through(h) in every sub-contract and subcontractor purchase order unless exempted by rules,regulations,or orders issued pursuant to Executive Order,Equal Opportunity and Affirmative Action of April 16, 1975,so that such provisions will be binding Page 12 of 14 upon each subcontractor or vendor. The contractor will take such action with respect to any sub-contracting or purchase order as the contracting agency may direct,as a means of enforcing such provisions, including sanctions for non-compliance;provided,however,that in the event the contractor becomes involved in,or is threatened with, litigation,with the subcontractor or vendor as a result of such direction by the contracting agency,the contractor may request the State of Colorado to enter into such litigation to protect the interest of the State of Colorado. COLORADO LABOR PREFERENCE 6a. Provisions of CRS 8-17-101 & 102 for preference of Colorado labor are applicable to this contract if public works within the State are undertaken hereunder and are financed in whole or in part by State funds. b. When a construction contract for a public project is to be awarded to a bidder, a resident bidder shall be allowed a preference against a non-resident bidder from a state or foreign country equal to the preference given or required by the state or foreign country in which the non-resident bidder is a resident. If it is determined by the officer responsible for awarding the bid that compliance with the subsection.06 may cause denial of federal funds which would otherwise be available or would otherwise be inconsistent with requirements of Federal law,this subsection shall be suspended,but only to the extent necessary to prevent denial of the moneys or to eliminate the inconsistency with Federal requirements(CRS 8-19-101 and 102). GENERAL 7. The laws of the State of Colorado and rules and regulations issued pursuant thereto shall be applied in the interpretation,execution,and enforcement of this contract. Any provision of this contract whether or not incorporated herein by reference which provides for arbitration by any extra judicial body or person or which is otherwise in conflict with said laws,rules, and regulations shall be considered null and void. Nothing contained in any provision incorporated herein by reference which purports to negate this or any other special provision in whole or in part shall be'valid or enforceable or available in any action at law whether by way of complaint,defense,or otherwise. Any provision rendered null and void by the operation of this provision will not invalidate the remainder of this contract to the extent that the contract is capable of execution. 8. At all times during the performance of this contract,the Contractor shall strictly adhere to all applicable federal and state laws,rules,and regulations that have been or may hereafter be established. 9. Pursuant to CRS 24-30-202.4 (as amended),the state controller may withhold debts owed to state agencies under the vendor offset intercept system for: (a)unpaid child support debt of child support arrearages;(b)unpaid balance of tax, accrued interest,or other charges specified in Article 22, Title 39,CRS; (c)unpaid loans due to the student loan division of the department of higher education; (d)owed amounts required to be paid to the unemployment compensation fund ; and(e) other unpaid debts owing to the state or any agency thereof,the amount of which is found to be owing as a result of final agency determination or reduced to judgment as certified by the controller. Page 13 of 14 10. The signatories aver that they are familiar with CRS 18-8-301,et seq.,(Bribery and Corrupt Influences)and CRS 18-8-401,et seq.,(Abuse of Public Office), and that no violation of such provisions is present. 11. The signatories aver that to their knowledge,no state employee has any personal or beneficial interest whatsoever in the service or property described herein. IN WITNESS WHEREOF,the parties hereto have executed this Contract on the day first above written. Contractor: WELD COUNTY HEALTH DEPARTMENT State of Colorado (Full Legal Name) WELD COUNTY BOARD OF ROY ROMER, GOVERNOR / By 'XI COMMISSION$RSr (�/ t,>✓ .�. � � f (��� onstance a1i rhert' (03/04/ 8) �" / Position(Title) Chair By �C .c /71„,- '✓ 846000813 B 11) Social Security Number or Federal I.D.Number Department of PUBLIC HEALTH AND ENVIRONMENT If Corporation r.�. '+ , � ,or Equiv lent: �I PROGRAM APPROV Attest(Affix Sea, `` t twin Julie Akin,Admin. Progr Sp ialist By ,_v�� ✓e �I - , ty ( tlag.<� � .?+., .io d ' ,��.. Clerk to the Board Ousc APPROVALS: APPROVALS: jaie A. Norton STATE ON-TROLLERTT % IG Herat CONTROLL IF p ��� L i ✓✓ FALL . . in By BY: U 711-1aL! (7/i Gale c[lt8nt Attorney General Clifford W. �rat Services Section WELD COUNT TH DEPA ENT BY. HN S. PICKLE, M.S.E.H. DIRECTOR Page 14 of 14 ATTACHMENT A • RFP application foci 1997-1 •98 funding cycle Preventative.Health and Healt Services Block Grant Submitted by: Weld County Health Departme t Contact ; Kelley Hoime, Project oordin for Program Name: Community Based Ap oach t Health Needs Assessment and Promotion 1) Objecpve: Healthy People 2000, Chapter 8; objective S.F. Incre e years of healthy life to at least 65 years 2) Statement of Problem: In this state,the leading cause of life years lost are an butable to behavioral choices. For preventative health approaches to be effective lin creat g positive behavior change,approaches must take into consideration local priorities, 4eds, an concerns so program planning may be tailored accordingly. If this critical step is not,done,p ventative approaches will not be effective. ! i Skills and resources necessary to determine health sta s, perform assessment,design community-based intervention strategies, impllement, t only effective,but sustainable programs, and explore types of change strategies that: ill foster community empowerment are often lacking or absent in communities and not readit available to many local public health department jurisdictions. Local level health needs assessment allows individual ommunities to identify specific needs, As, recruit community involvement, and locate ans mobili..e resources within the community to institutionalize behavior change at the appropriate 1ev Preventative approaches developed from this information hold the greatest promi4 for a tiveness because they are community based and focused, and empower communities{to pro ote positive behavior change in the most befitting Means. 3) Program Strategy: Project wil utilize the Colorado Health Inforrriation D et(CORED) for identification of key health related indicators. Approximately one month o ;the project coordinators time will be spent working in collaboration with NCHD an1] COHI to identify, collect, and analyze priority health indicators data for the assessed communities an their surrounding areas. During the second and third months of the project, aga n in collaboration with NCHD, the project coordinator will provide trainings on how to choose conduct key informant interviews and focus groups, and how to effectively carry out a Comm pity opinion poll survey. Concurrent with these trainings will be the actual conduction of k informant interview, focus groups,and the community opinion poll survey by NCHD staff art 'project coordinator. This strategy will serve the pin-pose of building local level understandiri of behavior related health issues on the community level and provide expertise for future impl mentation of this model for NCHD staff. 1. In addition to the above mentioned trainings, potentia trainings on facilitation and coalition building/retention may be provided if requested by N HD representatives. To strengthen a community's capacity and perceptions of efficacy for "calif' behavior change,NCHD staff and ,te•ft. WCHD project coordinator (on a request basil) will f ilitate community action committee/coalition. This coalition will be compose of key informants and other interested citizens, and will prioritize identified health cbncems nd identifying contributing factors to those concems. On request from NCHD, WCHD will provide'technic 1 assistance facilitating the committee in the development of strategies and action plan ito addr s prioritized health problems and their contributing factors. This action will address jplannin implementation and evaluation. Identification of local and other resources will be use to build community capacity and reduce duplication of services/programs already in e:kistence. This step ultimately serves as the collaborative approach to building healthy corttmuniti $ that will bring together disparate citizens'health efforts. (Healthy Communitie Initial e #3,p_ 47) WCHD will serve as a point of access to a brdad rang of community assessment related health education resources interested in using this process. is may include providing presentation on the process and/or the provision of further trainings t communities in which event WCHD would utilize the Health Education StandardS,Progra which is also housed at WCHD. Future efforts of the project include collaboration wi the COHID project and the Colorado Health Data Advisory Council to identify communiti within the sate with outlying health status indicators and perform community health assessment enabling the local communities to identify contributing factors to the outlying indicators and ass ting the local communities in accessing fia resources to mitigate those factors. 4) x fE: This grant;will provide I PTE for the WCHD{project ordinator. • 5) Other(funds: In addition there is expect to be some in kind From N HD. This in kind is expected to be in the form of staff time for the conduction of the cclntmuni health needs assessment process in Sedgwick'County. The conmiunity assessments are intended, in tart, to enerate data necessary to position selected communities to apply for seed money from Colorado . ction for Healthy People or other sources of funding to implement their action plan. • 6) Target Population: Sedgwick;County residents and the residents of one o er identified community in which the assessment model will occur. In addition to the resid nts of these communities,the target population will also be local health departments andit eir appropriate employees needing the skills necessary to effectively implement a communi health needs assessment. 7) Disparate Population: i • This project does not target a disparate populaition peer say, however the effectiveness of local community health initiatives developed from the outc mes of the community health needs assessment would appropriately include disparate pop lation as deemed necessary within those r` specific communities_ 8) State Outcome Objective: This project will advance the Healthy People $000, 8. objectives by utilizing a community health needs assessment model that is not onl4 effect in determining priority health concerns among cortununities, but that is also easy tot pleme tin various setting for future use. By utilizing this assessment model, communities mpow r themselves to identify and address local health problems, review local health data, and write a plications for funding of sound and appropriate strategy based health prevention p ogram i 9) Impact Objectives: A. lnorease local communities capacity tcj assess ommunity health promotion needs. i B. Increase ability of local health jurisdiction to a sess community health promotion needs- i C. Development of local leadership and commun' buy-in of health promotion activities determined through implementation ofithis ni el by communities. i . 10) Annual Objectives: 1. Toisuccessfully train NCHD staff on develop, ent and implementation of processes necessary for implementation of community h th needs assessment i 2. Assess in collaboration with COHID and NC staff community health needs in Sedgwick County/Julesburg. I i 3. Choose and implement model in one other co unity 4. Hold community forum meetings in the above tated communities which will co*lmunicate assessment results. I 5. Bring together potential coalition memjbers in h community and develop an action plan to address prioritized health conc4ns. 6. Submit action plan to identified funding sours s as a means of securing funds for the implementation of the developed comr�tunity' 'Sion plan. 7. Write training materials for community health eeds assessment model and disburse • according to need. This will be done through ollaboration of Health Education Standards and their findings. • 8. Preliminary identification of local health dep ents requesting training on community needs assessment with help and collaboration f Health Education Standards r^ 9_ Present model state wide through the sbhmitta of a concept letter for presentation at the 1998 CPETA Annual Conference and additiona''presentations to other statewide health . organization groups. I 3 11) Performance Evaluation: Performance evaluation will occur in two phases. Ph e one will be process evaluation consisting of assuring that the tasks outlined finder th Annual Objectives section are achieved. Additionally,constructive feedback will be obtained om NCHD and evaluation forms will be collected after each training with NCDH staff; Phase two will be the evaluation of project outcome. Project outcome will be measured by: a. Capacity of selected communities to maintain ommunity mobilization and the necessary leadership to address the problem(s) icentifie 'during the assessment process; b. Outcome will be measured by assessi 'g the c ge in selected health behaviors and health status in communities where in erventi ns have occurred. This measurement will be performed using health status indic tors fr COHID, results from the assessment tool, and baseline data comparison having ,een collected during the initial community asessment. c. Local public health jurisdiction capacity for p rforming,community assessment will also be measured on an ongoing basis and jechnica ;assistance provided as requested. This will occur through collaboration of Helth Ed cation Standards Project. 12) Collakoration: This projeet is a collaborative effort with NCI�H; We County Communities; Weld County Om` Planning Department; Weld County Health Departme t, Division of Environmental Health; Weld County Commissioners, UNC Department of C unity Health and Nursing; Eaton School District; Town of Windsor; Town of Hudson d Keenesburg; Health Education Standards Project; and COHID. 13) Budget: Salary !(1 FTE) $31,690.62 Fringe ((a 25%) S 7,922.66 Indirect(Qa 13.20% of salary and fringe) $ 5.228.95 TOTAL 544,842.23 • . Mileagef,meals,hotel,room rentals S 3150.00 training,printing,postage,etc. $ 900.00 I TOTAL $ 4050,00 GRAND TOTAL $48, 892.23 • 4 ) 5 w — \ 2 o k j \ OO ) « ; / i • H \ — � ;CI \ . . - • Z m m ! . \ .-=.\ . \ H. -C H k § � Z \ ) \ \ \ C.4 § , j � \ § < co B \ \ \ ) Z ± \ : ( 2 tta \ \ . 2 En § / § \ \ k -- 2 e o \ ] Q Jo _ ] in o ( 0 U GI ) § \ / ) / 5 . t j - u 2 0 O co D. \ 5 / 01 H 54 aHx '( / H O -o \ . f { \ / 4 5 § ) Z j § g e 2 » o & \ j N § / % \ \ } } \ \ \ Z . \ - \ < STATE OF COLORADO Roy Romer,Governor • Patti Shwayder, Executive Director � of cote Dedicated to protecting and improving the health and environment of the people of Colorado &a of 4300 Cherry Creek Dr.S. Laboratory and Radiation Services Division Denver, Colorado 80222-1530 8100 Lowry Blvd. - t „' an Phone(303)692-2000 Denver CO 80220-6928 (303)692-3090 Colorado Department of Public Health and Environment State Fiscal Year 19_-_ Contract Routing Number Change Order Letter No. In accordance with Paragraph_of the contract with routing number and contract number ,(as amended by Change Order Letter routing number , and/or Renewal Letter routing number ), hereinafter referred to as the Original Contract(copy attached and by this reference made a part hereof)between the State of Colorado, Department of Public Health and Environment( Division)and ,covering the period of , 199_through , 199 _ ,the parties agree that the maximum amount payable by the State for the eligible services in Paragraph_of the Original Contract is being increased/decreased by DOLLARS(S )to a new total of DOLLARS(S ) in accordance with the revised work plan attached hereto as Attachment A and revised budget attached hereto as Attachment B,both incorporated herein. The first sentence in Paragraph_of the Original Contract is hereby modified accordingly. All other terms of conditions of the Original Contract are hereby reaffirmed. This amendment to the Original Contract is intended to be effective as of 199 but in no event shall it be deemed valid until it shall have been aooroved by the State Controller or such assistant as he may designate. Please sign, date and return all_originals of this letter as soon as possible to: Colorado Department of Public Health and Environment Division Mail Code: 4300 Cherry Creek Drive South Denver,Colorado 80222-1530 One original of this letter will be returned to you when fully approved. Contractor: State of Colorado: Full Contractor Name Roy Romer,Governor By: Signature By: Print Name: For the Executive Director Colorado Department of Public Health Title: and Environment APPROVALS: APPROVALS: PROGRAM CONTROLLER By: By: Clifford W. Hall ATTACHMENT D STATE OF COLORADO Roy Romer,Governor 0c,co Patti Shwayder, Executive Director A�: �y�� Dedicated to protecting and improving the health and environment of the people of Colorado 4300 Cherry Creek Dr.S. Laboratory and Radiation Services Division f Denver,Colorado 80222-1530 8100 Lowry Blvd. +re76!� Phone(303)692-2000 Denver CO 80220-6928 -- (303)692-3090 Colorado Department of Public Health and Environment State Fiscal Year 19_-_ Contract Routing Number Contract Renewal Letter No. In accordance with Paragraph_of the contract with routing number and contract number , (as amended by Change Order Letter routing number ,and/or Renewal Letter routing number ), hereinafter referred to as the Original Contract(copy attached and by this reference made a part hereof)between the State of Colorado, Department of Public Health and Environment( Division)and the parties hereby agree the Original Contract is hereby renewed for the period of , 199_through , 199_ The parties agree that the maximum amount payable by the State for the eligible services during this renewal period is DOLLARS ($ )according to the work plan attached hereto as Attachment A and the budget attached hereto as Attachment B, both incorporated herein. The terms of conditions of the Original Contract are hereby reaffirmed and shall continue in full force and effect throughout this renewal period unless otherwise stated. This amendment to the Original Contract is intended to be effective as of , 199 but in no event shall it be deemed valid until it shall have been approved by the State Controller or such assistant as he may designate. Please sign,date and return all_originals of this letter as soon as possible to: Colorado Department of Public Health and Environment Division Mail Code: 4300 Cherry Creek Drive South Denver,Colorado 80222-1530 One original of this letter will be returned to you when fully approved. Contractor: State of Colorado: Full Contractor Name Roy Romer, Governor By: Signature By: Print Name: For the Executive Director Colorado Department of Public Health Title: and Environment APPROVALS: APPROVALS: PROGRAM CONTROLLER By: By: Clifford W. Hall mEmoRAnDu -° � 1, TYR WEiPe Constance L. Harbert, Chair TO Board of County Commissioners R —2 F; j: Date March 998 COLORADO From John Pickle, Director, Health Depart Subject: Community Needs Assessment Contract Enclosed for Board review and approval is a contract between the Weld County Health Department and the Colorado Department of Public Health and Environment for use of Preventive Health and Health Services Block Grant funds for community assessment. This is renewal funding for the third year of the program. The grant will fund a full-time health education specialist to perform community assessments. This person will also initiate an additional two to three community assessments in other Weld County communities over the three year term of the grant. Through this grant, we will provide additional training to other organized health departments within Colorado for the development of a community assessment model. For these services, the Health Department will receive a sum not to exceed $48,893 which is $9,243 more than we were funded for last year's contract. The term of the contract is from March 1, 1998 through February 28, 1999. I recommend your approval of this contract. Enclosure 980348 Hello