HomeMy WebLinkAbout971691.tiffRESOLUTION
RE: APPROVE CONTRACT FOR LOCAL EMERGENCY MEDICAL SERVICES
PROGRAM AND AUTHORIZE CHAIR TO SIGN
WHEREAS, the Board of County Commissioners of Weld County, Colorado, pursuant to
Colorado statute and the Weld County Home Rule Charter, is vested with the authority of
administering the affairs of Weld County, Colorado, and
WHEREAS, the Board has been presented with a Contract for Local Emergency
Medical Services Program between the County of Weld, State of Colorado, by and through the
Board of County Commissioners of Weld County, on behalf of the Ambulance Service, and the
Colorado Department of Public Health and Environment, commencing July 1, 1997, and ending
June 30, 1998, 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 Local Emergency Medical Services Program
between the County of Weld, State of Colorado, by and through the Board of County
Commissioners of Weld County, on behalf of the Ambulance Service, 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 August, A.D., 1997, nunc pro tunc July 1, 1997.
BOARD OF COUNTY COMMISSIONERS
ATTEST:
Weld Cou
BY
oa
eputy Cte ktbit`ie'
APPR• s AS TO ORM:
ey
M M J $ %
WELD BOUNTY, COLORADO
ct7 ,w-re74
George E. Baxter, Chair
.tom
awe
Dale K. Hall
EXCUSED
Barbara J. Kirkmeyer
W. H. Webster
971691
AM0010
26000 -- FAA
Contract Routing Number
9807285
Approved Waiver Form
Grants Program
CONTRACT
THIS CONTRACT, made this 15th day of August 1997, by and between the State
of Colorado for the use and benefit of the Department of PUBLIC HEALTH AND
ENVIRONMENT, 4300 Cherry Creek Drive South, Denver. CO 8022,, hereinafter
referred to as the State, and Weld Coupty, Ambulance. 7121 M. Street, Greeley,
CO 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 unencumbered balance
thereof remains available for payment in Fund Number 409, APPR code 845 ,
Contract Encumbrance Number FLA, EMS 9807285 ; and
WHERFAS, required approval, clearance and coordination has been accomplished
from and with appropriate agencies; and
WHEREAS, the Emergency Medical Services and Prevention Division ("EMSP
Division") was created to administer the Local Emergency Medical Services program
created by Title 25, Article 3.5, Part 6, C.R.S. ("Part 6"); and
WHEREAS, the Emergency Medical Services Account within the Highway Users Tax
Fund was created by Title Sec. 25-3.5-603,C.R.S. to fund grants for the
enhancement of emergency medical services ("EMS") statewide; and
WHEREAS, the State wishes to fund the Contractor as a provider of EMS for
this purpose; and
WHEREAS, the Contractor has been licensed, to the extent required by law,
to provide services in the State of Colorado; and
WHEREAS, as of the date of execution of this contract, the Contractor meets
all other qualifications for funding under the EMS grants program and for
provision of EMS; and
WHEREAS, the EMSP Division deems the Contractor's application or request for
use of the grant funding justified under EMSP Division Rules Section 3.4.
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:
Page 1 of 8 Pages
1. The Contractor will use the funding provided herein by the State to provide
the EMS program described in Attachment A, EMS Grant Application, attached and
incorporated herein by reference. These EMS projects shall be used to upgrade the
level of EMS care offered in the State of Colorado.
2. If this contract involves training or education, the Contractor shall submit
evidence of certification or other appropriate evidence of satisfactory completion
along with the invoice requesting reimbursement.
3. If this contract involves acquisition of equipment, the Contractor shall
provide the State with documentation of purchase of the equipment specified and
comply with the following State requirements:
a) all communications equipment must be purchased from the State bid -4----
award for communications equipment or from another vendor for a comparable price
and quality. Any communications equipment not listed on the State bid award will
be required to go through an informal competitive bid process. The Contractor
will be required to purchase the equipment from the lowest responsible bidder;
b) emergency vehicles, with the exception of ambulances, will be required
to go through an informal competitive bidding process. The specifications for
these emergency vehicles must be approved by the EMSP Division in advance. The
Contractor will purchase the vehicle from the low responsible bidder;
c) any medical equipment will be required to go through an informal
competitive bidding process. The Contractor will be required to purchase from the
lowest responsible bidder;
d) the Contractor must maintain equipment in good working order and
provide maintenance in accordance with manufacturer's specifications and any
manufacturer's warranty requirements, and keep detailed records of maintenance;
e) the Contractor will provide insurance for the replacement value of the
equipment for its useful life;
f) The Contractor shall repair or replace equipment, as necessary, due
to damage or loss from theft or casualty;
g) the Contractor will keep inventory control records on the equipment and
must receive approval from the EMSP Division for any relocation of this equipment
or reallocation of its use;
h) the Contractor will provide the EMSP Division with a picture of the
equipment purchased. This picture must be submitted with the final program
report; and should the Contractor cease to provide EMS in the State of Colorado,
the equipment must, with the prior approval of the State, either be placed with
another operating EMS provider in the state or sold at public auction for fair
market value and 50% of the proceeds from that sale returned to the State. The
percent returned to the State reflects the State's contribution to the original
price.
4. Any training or education specified in Attachment A, will be subject to the
following:
a) all travel expenses associated with the training or education program
will be in accordance with the current State of Colorado reimbursement rates for
travel as specified in the State Fiscal Rules;
b) a Contractor providing a training or education program shall
acknowledge the Emergency Medical Services Account Grant Funds established by the
Legislature and managed by the Emergency Medical Services Division of the
Page 2 of S Pages
Department of Public Health and the Environment, on all public service
announcements, program announcements, and all other printed material used for the
purpose of promoting or advertising the training program or course; and
c) a Contractor providing a training or education program will develop
and utilize a course evaluation tool to measure the effectiveness of the program.
A copy of the evaluation reports must be submitted to the EMSP Division.
5. The Contractor assures and guarantees that it possesses the legal authority
to enter into the Contract. The person or persons signing and executing this
contract on behalf of the Contractor do hereby warrant and guarantee that they
have full authorization to execute this Contract.
6. The Contractor may not assign its rights or duties under this Contract
without the prior written consent of the State.
7. The Contractor will provide the EMSP Division with quarterly progress
reports in the format required by the State.
8. Anything herein to the contrary notwithstanding, 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 the contract shall survive such termination date and shall
be enforceable by the State as provided herein in the event of such failure to
perform or comply by the Contractor.
9. The Contractor will comply with the Americans with Disabilities Act at all
times during the performance of this contract. The Contractor certifies that no
qualified individual with a disability shall, by reason of such disability, be
excluded from participation in, or be denied the benefits of the services,
programs, or activities performed by the Contractor, or be subjected to any
discrimination by the Contractor upon which assurance the State relies.
10. For and in consideration of the Contractor's performance described herein
the State shall pay an amount not to exceed $1,647, Sixteen Hundred Forty Seven
dollars, as follows:
a. For equipment the Contractor shall receive 50% of the total cost not
to exceed $1,647. The Contractor will provide matching funds in the
amount of $1,647. Any costs in excess of $1,647 (State Share) shall
be the responsibility of the Contractor; and.
For training the Contractor shall receive N/A% of the total cost not
to exceed $N/A. The Contractor will provide matching funds in the
amount of $N/A. Any costs in excess of $N/A (State Share) shall be
the responsibility of the Contractor; and.
C. For all other EMS projects the contractor shall receive an amount not
to exceed $N/A. The Contractor will provide matching funds in the
amount of $N/A amount Other Match. Any costs in excess of $N/A (State
Share shall be the responsibility of the Contractor.
Page 3 of 8 Pages
Payment will be made upon the receipt of a signed request for reimbursement
along with a copy of an paid invoice, submitted in duplicate. The State will
issue a warrant made payable to the Contractor. Payment will be contingent upon
affirmation by the EMSP Division of full and satisfactory compliance with the
terms of this contract.
11. a. Except as to public entities described below, during the term of this
contract and any renewal hereof, the Contractor agrees that it will keep in force
a policy or policies of comprehensive general liability insurance, issued by a
company authorized to do business in Colorado in an amount not less than $500,000
combined single limit for total injuries or damages arising from any one incident
(for bodily injuries or damages). The Contractor shall provide the State with a
Certificate of Insurance as evidence that such insurance is in effect at the
inception of this contract.
b. If the Contractor is a "public entity" within the meaning of the Colorado
Governmental Immunity Act, C.R.S. 24-10-101, et seq., as amended ("Act"), the
Contractor shall at all times during the term of this Contract maintain such
liability insurance, by commercial policy or self-insurance, as is necessary to
meet its liabilities under the Act. The Contractor must provide the State with
proof of such insurance.
12. It is agreed that additional funds may be awarded to expand, or increase the
activities. Should such funds become available, they shall be made with approval
of the EMSP Division, the Contractor, the State, and the State Controller (or
authorized designee), as evidenced by a mutually signed Change Order Letter in the
form attached hereto as Attachment B, which shall include the following:
a. Identification of contract by contract number and number of affected
paragraph.
b. Types of services or programs increased or decreased and the new level
of each service or program.
c. Amount of increase in funding and new total for current year;
d. Effective date of the funding change.
e. Authorized signatures of the State, the EMSP Division, the Contractor,
and the State Controller (or authorized designee). It is understood that no
change except utilization of funds shall be made through the Change Order Letter.
13. The term of this contract shall be from August 15, 1997 to June 30, 1998.
Page 4 of a Pages
COLORADO DEPARTMENT OF PUBLIC HEALTH AND ENVIRONMENT- hereinafter, under the General Contract
Provisions, referred to as "CDPHE".
GENERAL CONTRACT PROVISIONS -- page 1 of 2 pages
1. THE CONTRACTOR SHALL PERFORM ITS DUTIES HEREUNDER AS AN INDEPENDENT CONTRACTOR AND
NOT AS AN EMPLOYEE. 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. CONTRACTOR SHALL PAY
WHEN DUE ALL REQUIRED EMPLOYMENT TAXES AND INCOME TAX AND LOCAL HEAD TAX ON ANY MONIES
PAID PURSUANT TO THIS CONTRACT. CONTRACTOR ACKNOWLEDGES THAT THE CONTRACTOR AND ITS
EMPLOYEES ARE NOT ENTITLED TO UNEMPLOYMENT INSURANCE BENEF 1lb UNLESS THE CONTRACTOR OR
A THIRD PARTY PROVIDES SUCH COVERAGE AND THAT THE STATE DOES NOT PAY FOR OR OTHERWISE
PROVIDE SUCH COVERAGE. CONTRACTOR SHALL HAVE NO AUTHORIZATION, EXPRESS OR IMPLIED, TO BIND
THE STATE TO ANY AGREEMENTS, LIABILITY, OR UNDERSTANDING EXCEPT AS EXPRESSLY SET FORTH
HEREIN. 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.
2. Contractor authorizes CDPHE, or its agents, to perform audits and to make inspections for the purpose of evaluating
performance under this contract
3. Either party shall have the right to terminate this agreement by giving the other party thirty days notice by registered mail,
return receipt requested_ If notice is so given, this agreement shall terminate on the expiration of the thirty days, and the liability
of the parties hereunder for the further performance of the terms of this agreement shall thereupon cease, but the parties shall
not be relieved of the duty to perform their obligations up to the date of termination.
4. This agreement is intended as 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 State Fiscal Rules.
5. If this contract involves the expenditure of federal funds, this contract is contingent upon continued availability of federal
funds for payment pursuant to the terms of this agreement. 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, whichever is applicable;
b) the Hatch Act (5 U.S.C. 1501-1508) and Public Law 95-454 Section 4728. These statutes state 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 require 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;
Pages of 8 Pages
Rev. 05/07/97 (GEN)
GENERAL CONTRACT PROVISIONS — Page 2 of 2 pages
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 real property and displacing households or businesses in the performance of this contract,
the contractor is in compliance with the Uniform Relocation Assistance and Real Property Acquisition 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).
6. By signing and submitting this contract the contractor states 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.);
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.
7. To be considered for payment, billings for payment pursuant to this contract must be received within 60 days after the
period for which payment is being requested and final billings on the contract must be received by CDPHE within 60 days after
the end of the contract term.
8. If applicable, Local Match is to be submitted on the monthly payment statements, in the column provided, as required
by the funding source.
9. If contractor receives federal funds in an aggregate amount per year from CDPHE which exceeds the applicable threshold
dollar amount specified in the Office of Management and Budget Circulars A -I28 or A-133, contractor agrees to have an annual
audit, by an independent certified public accountant, which meets the requirements of Office of Management and Budget Circular
A-128 or A-133, whichever applies. If contractor is required to submit an annual indirect cost proposal to CDPHE for review
and approval, contractor's auditor will audit the proposal in accordance with the requirements of OMB Circular A-87, A-21 or
A-122. Contractor agrees to furnish one copy of the audit reports to the CDPHE Department Accounting Office within 30 days
of their issuance, but not later than nine months after the end of contractor's fiscal year. Contractor agrees to take appropriate
corrective action within six months of the report's issuance in instances of noncompliance with federal laws and regulations.
Contractor agrees to permit CDPHE or its agents to have access to its records and financial statements as necessary, and further
agrees to retain such records and financial statements for a period of three years after the date of issuance of the audit report. This
contract 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 within this contract.
10. Contractor agrees to not use federal funds to satisfy federal cost sharing and matching requirements unless approved in
writing by the appropriate federal agency.
Page 6 of 8 Pages
Rev. 05/07/97 (GEN)
SPECIAL PROVISIONS
CONTROLLER'S APPROVAL
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 p.. fo„nance 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 contacted 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 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 advertisings; 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.
(f) 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 contact 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 contacts in accordance
with procedures, authorized in Executive Order, Equal Opportunity and Affirmative Action of April 16, 1975 and the rules, regulations, or orders promulgated
Eons, 6-AC-O2B (GEN060197) Revised 06/01/97 Page 7 of 8 pages
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 subcontract 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
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 fon
(a) unpaid child support debt or 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.
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 pi described herein.
IN WITNESS WHEREOF, the parties hereto have executed this Contract on the day first above written.
Contractor: State of Colorado
(Full Legal Nom) Weld (btjnty ROY ROMER, GOVERNOR
By
Georg
Position (Title)
E. Baxter, Chair, Weld County
(08/04/97)By
Board of Commissioners
By
Gale A. Norton
Department
of PUBLIC HEALTH AND ENVIRONMENT)
NV IRONMENT/1 � /
PROGRAM APPROVAL: '4 e („ its"/
APPROVALS
CONTROLLER
By
Clifford W. Hall
Form 6 -AC -02C (GEN060197) Revised oorolro7 Page 8 which is the last of 8 pages
Attachment B
STATE OF COLORADO
Roy Romer, Governor
Patti Shwayder, Executive Director
Dedicated to protecting and improving the health and environment of the people of Colorado
4300 Cherry Creek Dr. S. Laboratory Building
Denver, Colorado 80222-1530 4210 E. 11th Avenue
Phone (303) 692-2000 Denver, Colorado 80220-3716
(303) 691-4700
, 1996
State Fiscal Year 19 -
Change Order Letter No. _
Contract Routing Number
Colorado Department
of Public Health
and Environment
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 ($_______) 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 199but 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
Attachment A pfilicaI/Lo/9r EMS Application # (EMS Division Use only).
LEGAL NAME OF AGENCY FEDERAL TAX ID NUMBER (read instnstions carefully on this
- item)
Weld County Government ��CQJ 84-6000813
CONTACT PERSON
011.4) Ciedita
AGENCY MAILING ADDRESS
Ili 01 4
STREET
COUNTY/COUNTIES IMPACTED
Weld
PHONE(DAY)
3v3-c57co k 3aOE-{
(97O) 3-341-8O0-8
8O 31
CITY
PHONE
(NIGHT)
(303) 651-0406
ZIP
LEGAL STATUS OF AGENCY/ORGANIZATIO(Mart all that
apply):
_PRIVATE NOT FOR-PROFIT _PRIVATE F
FOR PROPRO
_STATE AGENCY _SPECIAL DISTRICT
PROJECT AREA (Mark a0 that apply):
x Communications
_ MedicaURescue Equipment
_ Manual _Automated Defibrillator
Public Education
Other
Emergency Vehicle
Ambulance _ GIRT
X COUNTYICIiY GOVERNMENT
OTHER
_ Training
_ Continuing Education
_ Training Equipment
Extrication
PlERilnjury Prevention Programs
Rescue
X COUNTY WIDE GRANT _ REGIONAL GRANT STATE-WIDE GRANT INDIVIDUAL AGENCY GRANT
XX50% CASH MATCH REQUIREMENT MET — WAIVER HAS BEEN REQUESTED
I, the undersigned, do hereby attestthat the information contained within this application is true to the best
of my knowledge. I also attest that theter an
s from the areas impacted d that my profect icationl
be provided a copy of this application by
no will be disqualified should either of these statements be untrue.
EMS/CME Coordinator
T1TLE
Barbara Foster
PRINT NAME
TURE
1
2/11/Q7
DATE
WHY IS THIS PROJECT NEEDED
In the space below, write a concise statement describing the need(s) addressed by this project.
This grant request is to be applied to the acquisition of
digital pagers for several EMS/Fire/Air Life agencies in Weld
County.
Weld County covers a geographical area of 4004 square miles.
Accordingly, countless geographical and structural barriers
either hinder or, prohibit the ability to page or receive calls.
By accessing this particular paging system, we are guaranteed
uniterrupted paging capabilities, regardless of terrain or distance.
This system, through PageNet systems, will provide the com-
munications center with the ability to reach all members of the
EMS community, in response to the needs of the citizens of the
county. The quality assurance program that is included with the
paging system will allow a critical review of the process and it's
effectiveness.
At the -present time, Weld County EMS serves a population of
145,000 people. Approximately 65,000 citizens reside in the city
limits of Greeley. The remaining 80,000 reside in the county.
As with the rest of the front range, Weld County has seen an in-
crease in the population of the area, over the past several years.
This growth is anticipated to continue. Forty-five (45) percent
of the EMS call volume is located within the city limits of Greeley.
The remaining emergency calls orgiginate in the county at large.
Due to the incredible size of the area, it is imperative that should
an emergency occur, response must be as efficient as possible.
Patients in remote areas need prompt attention, as do patients in
areas located within city limits. Notification of emergency situ-
ations should be consistent and reliable, regardless of location.
A digital paging system would eliminate "missed calls", reduce the
number of multiple pages and allow EMS crews to respond to exact
locations, serving the needs of citizens and tourists alike.
List the goals and objectives identified in your county EMS plan that are associated
with this funding application.
Communications Goal #2 Digital paging would greatly enhance the
efficiency of response in Weld County.
Objective for Goal #2 Establish committee, initiated by the EMS
Advisory Council to gather information Ref;digital pagers.
If your fimdina application is not identified in your county EMS elan, explain why
it is not.
2
DESCRIPTION OF THE PROJECT AND HOW IT UPGRADES EMS
In the space provided, please outline the project Include planned expendl(ures, the time -frame,
and any other information that will assist in understanding the nature of the request.
Should this grant request be favorably considered, it is our
intent to lease that number of pagers identified by our users to
provide for the emergency medical dispatching needs county wide.
The associated paging system hardware and software will be
managed by the county and accessed through the Weld County Regional
Communications Center, Individual and 'group' paging needs will
be identified and programmed into an existing PC and will be access-
ed whenever dispatchingassociated agencies and personnel. The
Greeley Police Department has initiated the same system, allowing
for the previous acquisition of hardware for the paging capabiliity.
Purchase of additional equipment, hardware and software is not
therefore' included in this grant request.
The term of the project will commence July 1, 1997 through
June 30, 1998.
3
How will the project provide for a long term solution to the current problem?
This grant will create the capability to provide better service
to the citizens of Weld County. It will also allow for long term
planning that will evaluate the system and the possibilities for
supplemental funding. At this time, this system seems the more
likely solution to resolve the problems of inadequate paging recep-
tion and reducing multiple pages.
if this project is funded, how will the project be sustained in subsequent years?
If the project proves successful, individual agencies will
examine their individual budgets and assume as much of the total
cost as possible. Other funding alternatives will be explored;
ie: foundations, special interest groups and fund-raising activities.
What other remedies to this have you explored to meet your need, and explain why this is
the most cost effective. Provide the dollaramounts of other options you have explored.
PageNet systems obtained the low State Bid with respect to the
services offered. A 'normal' monthly lease for this type of system
utilizing these alpha -numeric pagers costs in the vicintiy of $15.00
to $18.00 per month, per unit. PageNet's cost is $6.10 per month,
per unit.
Some estimates that have been received to date, for an entire
system set up and pagers is in the area of $300,000 plus.
4
EQUIPMENT LIST (Listing brads will not preclude you from having to obtain, bids forge generic equipment types)
In the space provided, please list the DNS equipment, communications, or training equipment
for which funding is being requested. Include as much information as possible..
PRIORITY
QUANTITY
DESCRIPTION
COST
1
_ 45
PaceNet Paainq Network of
Colorado,
$3294.00
6300 South Syracuse Way,
Suite 550
Ena ew000d, Co 80111
IPaaer---Motorola, Advisor
Gold FLX
$6.10/unit
Monthly
I
-
I
I
OTHER:
TOTAL $ 3294 . 00
5
TRAINING UST
F it in this form if this application is for training.
N/A
TITLE OF TRAINING COURSE
TYPE OF TRAINING:
Has your agency been approved by the EMS Division to conduct this program?
Yes No
If No, name the agency/training officer/coordinator who will conduct the Training?
COST OF PROJECT:
How much of the total CASH cost of training project will be paid by the state $
How much of the total CASH cost of training project will be paid by the student $
How much of the total CASH cost of training project will be paid by your agency $
For each type of training list the following information:
Tine
FMT-R
FMT_I
FMT-p
rnntin orb
flthor
a of persons
To be Trained
Cost per
Person
List any training equipment on equipment list on page 5.
Travel
Costs Per
Person
Total Cost
Per Type of
Course
ATTACH A DETAILED BUDGET BREAKDOWN IF THIS IS A MAJOR TRAINING PROJECT
6
COMMUNICATIONS
IF YOUR APPLICATION IS REQUESTING RADIO EQUIPMENT, THIS SECTION MUST BE COMPLETED.
LIST FREQUENCY AND RADIO SERVICE: OF THE SYSTEM BENG DEVELOPED, MODIFIED, OR UPGRADED
If frequencies are UHF MED Channels, put 'Med Channels". If repeater operation, Est both frequencies.
RADIO SERVICE
FREQUENCY
N/A
N/A
If the communications -system is shared with other public safety services, please indicate which service:
(mark all that apply)
Police XX
Frees{
Highway Maintenance XX Other XX
ON A SEPARATE SHE OF PAPER, PROVIDE A FUNCTIONAL DIAGRAM OF THE PROPOSED SYSTEM.
IF A COMMUNICATIONS PLAN HAS BEEIll DEVELOPED, PROVIDE A COPY OF THIS PLAN WITH THE
APPLICATION.
THE NEW SYSTEM MUST HAVE, AT A MINIMUM, A CONCEPTUAL PLAN PROVIDED WITH THIS
APPLICATION.
New or upgraded commrmications system must provide technical engineering information.
1. Name and telephone number of individual or agency providing technical specifications.
(
Telephone
Name
2. If technical engineering has not been completed, please provide the name, telephone and cost quoted
for the individual or agency you will be using.
Name
I
Telephone
3. Will you need to bid for development of technical specification for the system?
Yes _ No _ Estimated Cost
7
FILL IN THIS SECTION ONLY IF REQUESTING EXTRICATION EQUIPMENT
Location and type (RS -10, Hurst, etc.) of nearest extrication equipment (place, distance in miles, travel
time):
Do you have a written
agency:
or verbal agreement to share extrication equipment. If so, name of
Do any other agencies (i.e. fat police, rescue) plan to share in the use of equipment bought with
funding from this grant? yes _no
If yes, please fist names:
How many EMS runs required extrication equipment in the past year?
Average time of extrication
DEFIBRILLATION INFORMATION SECTION
The following information should be available from your physician advisor.
Number of EMS runs in the past 2 years that were cardiac arrests
Number of EMS runs in the past 2 years that were witnessed arrests
Number of CPR starts that took place on your EMS runs in the past 2 years
BLS Avg Response Time
Citizen CPR Program
ALS Avg Response Time
Telephone CPR Yes_ No_
8
PROJECT FUNDING
A) EMS Fund Request S 1,647.00
B) Local Gvmt. Share - Cash S
(fist source)
C) Other Cash $ 1,647.00
D) Total Cash Proj. Cost (A+B+C) S
E) Dollar Estimate of In -Kind Match S
(in -Kind cannot be counted as part of your 50% cash match)
F) Total Program Cost (D+E) $ 3,294.00 -
Describe the in -kind match you can provide:
9
APPLICANT'S FINANCIAL INFORMATION
Cash Flow Projection for Next Full Fiscal Year
Year: 1997to 1998
Cash Balance at the
at the start of year
Anticipated Revenues
Local Government
Agency Projection
$ 150,000.00
$
Private Contributions $
Investment Income $ 7,500.00
Other Fees $3,080,385.00
Anticipated Expenditures
Salaries $1,531,296.00
Operating $1,524,089.00
Capital Improvement $ 25,000.00
Loans $
Other $
Anticipated Cash Balance
For the end of next FY
$ 150,000.00
EMS Portion of
Agency Projection
$
ADDITIONAL INFORMATION
Explain what the purpose of your cash balance; i.e. reserve, building fund, etc....
Explain any loan payments you are currently making; i.e. $_ per month on a fire vehicle.
Explain any capital improvement purchases you intend to make.
Cash balance is a combination of operating capital, margin and retained
earnings, sinking fund.
Capital improvements cover the cost for equipment replacement.
10
EMS PROVIDER INFORMATION
Years in Operation 20
TYPE OF SERVICE: Third party/County/Enterprise/(no tax dollars)
XYl ALS (EMT -P & EMT4) _ BLS _ Combination
_ Fire/Rescue Service
xx Transport OR _ Non -transport
_ Other (i.e. Air, etc...)
Name of physician advisor (if agency has one) Dr. James Campain
PERSONNEL BY TRAINING LEVEL (number of each):
Volunteer Full-time Paid Part-time Paid
First Responder
EMT -Basic
(mod)
Other
(CPR certified,
basic first -aid, RN.)
PRIMARY Hospital transported to:
Distance to PRIMARY Hospital:
6 7
21 8
North Colorado Medical Center
1 to 80 miles
Average number of EMS Runs Annually:
8,200
Average number of Runs Annually. 8,200
11
EMS Provider Information (cont'd)
EMS Service Area and Geographic Description:
In the space below, please describe your service area:
Weld County covers 4004 square miles, larger than the states of
Rhode Island and Delaware. The county is comprised of one large city
Greeley, dozens of small towns and expansive agricultural areas.
Pawnee National Grasslands is located in the northeastern part of the
county. The terrain is generally flat, but does include buttes, deep
ravines and culverts, some of which are quite expansive. Seasonal
differences, although not effecting geography, definitely effect
response, for example, high winds, blowing and drifting snow, intense
rain storms and tornadoes. Weather extremes are perhaps even more
noticable in the county than elsewhere, because of the geography.
12
EMS PROVIDER INFORMATION CONTINUED
EMS VEHICLES OWNED BY YOUR AGENCY
Write in the number of vehicles owned of each type in the age group. If your agency does not
own vehicles please check here N/A_
Type I Ambulances -
1 thru 3 years old _ 4 thru 7 years old
8 thru 11 years old _ Older than 11 yrs
How many of the above ambulances have more than 70,000 miles on the odometer
Type II Ambulances -
1 thru 3 years old
4 thru 7 years old
8 thru 11 years old _ Older than 11 yrs
How many of the above ambulances have more than 70,000 miles on the odometer
Type III Ambulances -
7 1 thru 3 years old 2 4 thru 7 years old
8 thru 11 years old _ Older than 11 yrs
2 How many of the above ambulances have more than 70,000 miles on the odometer
First Response Vehicles
1 thru 3 years old _ 4 thru 7 years old
8 thru 11 years old _ Older than 11 yrs
The number of these vehicles that have more than 70,000 miles on the odometer
Search and Rescue Vehicle
1 thru 3 years old _ 4 thru 7 years old
8 thru 11 years old _ Older than 11 yrs
The number of these vehicles that have more than 70,000 miles on the odometer
13
EMS PROVIDER INFORMATION CONTINUED
EXTRICATION EQUIPMENT OWNED BY YOUR AGENCY
Write in the number of extrication devices owned by your agency
None - N/A
RS 10 Kit
Spreader
Cutter
Ram
Air Bags
Defibrillators -
MANUAL
1 thru 5 years old
1 thru 5 years old
1 thru 5 years old
1 thru 5 years old
1 thru 5 years old
6 years or older
6 years or older
6 years or older
6 years or older
6 years or older
EMERGENCY MEDICAL EQUIPMENT OWNED BY YOUR AGENCY
1 thru 3 years old
SEMI -AUTOMATIC OR AUTOMATIC
1 1 thru 2 years old
Suction (Electic/Battery)
1 thru 2 years old
Back Boards (number owned) 250
8 4 years or older
3 years or older
9 3 years or older
Stretchers
12 Scoop Wire
COMMUNICATIONS EQUIPMENT
Mobile Radios (VHF) -
Please check all agencies this equipment is used by:_ Fire HEMS Police
List the number of mobile radios (VHF) equipment you have in the correct age group:
4 0 thru 5 years old 5 6 thru 10 years old
11 years or older
Mobile Radios (UHF) -
Please check all agencies this equipment is used by: Fire XX EMS Police
List the number of mobile radios (UHF) equipment you have in the correct age group:
4 0 thru 5 years old 5 6 thru 10 years old
11 years or older
14
EMS PROVIDER INFORMATION CONTINUED
Portables -
Please check all agencies this equipment is used by: Fire XX EMS Police
List the number of Portables you have in the correct age group:
4 0 thru 5 years old 12 6 thru 10 years old
11 years or older
Pagers -
Please check all agencies this equipment is used by:_ Fire _EMS _Ponce
List the number of pagers you have in the correct age group:
0 thru 5 years old 4 6 ihru 10 years old
3 11 years or older
TRAINING EQUIPMENT OWNED BY YOUR AGENCY
Please list the equipment on the following lines:
Is cable TV available in your area? Yes No
FEE STRUCTURE INFORMATION
Does your agency charge for Services? Yes XX No
Base Rates:
Basic Life Support $ 400.00
Advanced Life Support 400.00
Charge per patient mle 9.50
Charge for unloaded miles
Oxygen therapy 45.00
MAST
Extrication
Do you charge for service when you provide treatment but do not transport? Yes XX No
If the answer is yes list basic charge $70.00 _
Patient evaluation charge is $70.00. If any treatment is
given the patient is charged base rate of $400.00.
15
Hello