HomeMy WebLinkAbout20212772.tiffRESOLUTION
RE: APPROVE TASK ORDER CONTRACT FOR MATERNAL AND CHILD HEALTH (MCH)
PROGRAM AND AUTHORIZE CHAIR TO SIGN ELECTRONICALLY
WHEREAS, the Board of County Commissioners of Weld County, Colorado, pursuant to
Colorado statute and the Weld County Home Rule Charter, is vested with the authority of
administering the affairs of Weld County, Colorado, and
WHEREAS, the Board has been presented with a Task Order Contract for the Maternal
and Child Health (MCH) Program between the County of Weld, State of Colorado, by and through
the Board of County Commissioners of Weld County, on behalf of the Department of Public Health
and Environment, and the Colorado Department of Public Health and Environment, commencing
upon full execution of signatures, and ending September 30, 2022, 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 Task Order Contract for the Maternal and Child Health (MCH) Program
between the County of Weld, State of Colorado, by and through the Board of County
Commissioners of Weld County, on behalf of the Department of Public Health and Environment,
and the Colorado Department of Public Health and Environment, be, and hereby is, approved.
BE IT FURTHER RESOLVED by the Board that the Chair be, and hereby is, authorized
to sign electronically and submit said contract.
The above and foregoing Resolution was, on motion duly made and seconded, adopted
by the following vote on the 27th day of September, A.D., 2021.
BOARD OF COUNTY COMMISSIONERS
ATTEST: dako J4140:6k
Weld County Clerk to the Board
BY:
Deputy Clerk to the Boar
APPR• .. D AS T
County Atto ney
Date of signature: (4f4
WELDOUNTY, COLORADO
721--truar-v---
Steve Moreno, Chair
EXCUSED
Sc
Perry L. B
u -a. _
�lli a Freeman
ccHL(T6)
i0/6/2(
2021-2772
HL0053
Cono-vo.c+al z(A03
Memorandum
TO: Steve Moreno, Chair
Board of County Commissioners
FROM: Mark Lawley, Executive Director
Department of Public Health & Environment
DATE: September 20, 2021
SUBJECT: Contract for FY21-22 Maternal and Child
Health (MCH) Program with CDPHE
For the Board's approval is the FY21-22 renewal contract between the Colorado Department of
Public Health and Environment (CDPHE) and the Board of County Commissioners of Weld
County for the use and benefit of the Weld County Department of Public Health and Environment
(WCDPHE) for the Maternal and Child Health (MCH) Program. The MCH program encompasses
three separate and distinct programs as described below.
Positive Child and Youth Development Priority
The goal for the Positive Child and Youth Development priority is for children and youth to have
opportunities to develop appropriate and culturally responsive relationships and to increase access
to environments and opportunities they need to thrive physically and emotionally. Strategies
include building nutrition security through increasing access to breastfeeding supportive
environments and facilitating local food procurement among early education settings in
communities facing the greatest health disparities.
Create Safe and Connected Built Environments Priority
The Create Safe and Connected Built Environment priority involves working with community
partners and local municipalities to ensure planning of equitable, healthy built environments.
Strategies include building cross -sector partnerships and providing technical assistance for
implementing place -based policy strategies that promote equity, community safety, and activity -
friendly routes, and opportunities for social interaction.
HCP — A Program for Children and Youth with Special Health Care Needs: Care
Coordination
The HCP program provides care coordination and referral services to Weld County children and
youth with special health care needs from birth to age 21, who have, or are at risk for, physical,
developmental, behavioral or emotional conditions. There are no financial or diagnostic criteria;
services are provided at no cost to any Weld County family. The HCP program provides
information and resources, individual care coordination/case management, access to primary and
specialty care, and referral to community resources. This program also facilitates the development
and enhancement of community -based systems of care for children and youth with special health
care needs. Services provided include interagency collaboration and consultation.
The contract represents total funding for one year and will not exceed $319,054 for the period
October 1, 2021, through September 30, 2022.
2021-2772
coq / 21
t4u o53
This contract has been reviewed by the Weld County Attorneys' office and it meets with their
approval.
The Board approved placement of this contract on the Board's agenda via pass -around dated
September 15, 2021.
I recommend approval of this renewal contract for the Maternal and Child Health Program with
CDPHE.
BOARD OF COUNTY COMMISSIONERS
PASS -AROUND REVIEW
PASS -AROUND TITLE: Contract for FY21-22 Maternal and Child Health (MCH) Program with CDPHE
DEPARTMENT: PUBLIC HEALTH & ENVIRONMENT DATE: September 15, 2021
PERSON REQUESTING: Mark Lawley, Executive Director
Brief description of the problem/issue:
Enclosed for the Board's review and approval is FY21-22 Contract between the Colorado Department of Public
Health and Environment (CDPHE) and the Board of County Commissioners of Weld County for the use and benefit
of the Weld County Department of Public Health and Environment (WCDPHE) for the Maternal and Child Health
(MCH) Program. The MCH program encompasses three separate and distinct programs as described below.
Positive Child and Youth Development Priority
The goal for the Positive Child and Youth Development priority is for children and youth to have opportunities to
develop appropriate and culturally responsive relationships and to increase access to environments and
opportunities they need to thrive physically and emotionally. Strategies include building nutrition security through
increasing access to breastfeeding supportive environments and facilitating local food procurement among early
education settings in communities facing the greatest health disparities.
Create Safe and Connected Built Environments Priority
The Create Safe and Connected Built Environment priority involves working with community partners and local
municipalities to ensure planning of equitable, healthy built environments. Strategies include building cross -sector
partnerships and providing technical assistance for implementing place -based policy strategies that promote equity,
community safety, and activity -friendly routes, and opportunities for social interaction.
HCP — A Program for Children and Youth with Special Health Care Needs: Care Coordination
The HCP program provides care coordination and referral services to Weld County children and youth with special
health care needs from birth to age 21, who have, or are at risk for, physical, developmental, behavioral or
emotional conditions. There are no financial or diagnostic criteria; services are provided at no cost to any Weld
County family. The HCP program provides information and resources, individual care coordination/case
management, access to primary and specialty care, and referral to community resources. This program • also
facilitates the development and enhancement of community -based systems of care for children and youth with
special health care needs. Services provided include interagency collaboration and consultation.
The contract represents total funding for one year and will not exceed $319,054 for the period October 1, 2021,
through September 30, 2022.
What options exist for the Board? (include consequences, impacts, costs, etc. of options):
Accepting this MCH contract will allow WCDPHE to continue in vital health education and prevention services, and
care coordination for children and youth with special health care needs.
Declining this contract will result in the loss of $319,054 in external support for the health, case management,
outreach and advocacy services for Weld County children and youth
Recommendation: I recommend the approval of this renewal contract for the Maternal and Child Health Program
with CDPHE.
Approve Schedule
Recom ien•at'on Work Session
Perry L. Buck
Mike Freeman
Scott K. James, Pro -Tern
Steve Moreno, Chair
Lori Saine
Other/Comments:
DocuSign Envelope ID: 1E6BF7DB-70FC-46EF-9689-4DFA8B9202D2
DEPARTMENT OF PUBLIC HEALTH AND
ENVIRONMENT
CONTRACT
ROUTING NO.
2022*0912
APPROVED TASK ORDER CONTRACT - WAIVER #154
This task order contract is issued pursuant to master contract made on 11/23/2016, with routing number 18 FAA 00051.
STATE:
State of Colorado for the use & benefit of the
Department of Public Health and Environment
Prevention Services Division
CYF/MCH
4300 Cherry Creek Drive South
Denver, CO 80246
CONTRACT MADE DATE: 8/5/2021
TERM:
This contract shall be effective upon approval by
the State Controller, or designee, or on 10/01/2021,
whichever is later. The contract shall end on 09/30/2022.
PROCUREMENT METHOD:
Exempt
BID/RFP/LIST PRICE AGREEMENT NUMBER:
NA
LAW SPECIFIED VENDOR STATUTE:
NA
STATE REPRESENTATIVE:
Joan Sims
CYF/MCH Supervisor Operations Branch
Colorado Dept of Public Health and Environmen
4300 Cherry Creek Drive South
Denver, CO 80246
CONTRACTOR:
Board of County Commissioners of Weld County, 1150 "O" St
Greeley, CO 80631 for the use and benefit of the
Weld County Department of Public Health and Environment
1555 North 17th Avenue
Greeley, CO 80631
CONTRACTOR DUNS: 75757955
CONTRACTOR ENTITY TYPE:
Political Subdivision
BILLING STATEMENTS RECEIVED:
Monthly
STATUTORY AUTHORITY: C.R.S. 25-1.5-101
CLASSIFICATION: Subrecipient
CONTRACT PRICE NOT TO EXCEED: $319,054.00
FEDERAL FUNDING DOLLARS: $186,054.00
STATE FUNDING DOLLARS: $133,000.00
OTHER FUNDING DOLLARS: $0.00
Specify "Other":
MAXIMUM AMOUNT AVAILABLE PER FISCAL YEAR:
FY22: $319,054.00
PRICE STRUCTURE: Cost Reimbursement
CONTRACTOR REPRESENTATIVE:
Tanya Geiser
Director of Public Health Administrative Sery
1555 North 17th Avenue
Greeley, CO 80631
PROJECT DESCRIPTION:
To develop, implement and evaluate evidence -based Maternal and Child Health (MCH) local action plans that promote and contribute to
healthy outcomes for Colorado women, children and youth.
Page 1 of 5
Ver 18.03.20
DocuSign Envelope ID: 1E6BF7DB-70FC-46EF-9689-4DFA8B9202D2
EXHIBITS:
The following exhibits are hereby incorporated:
Exhibit A - Additional Provisions
Exhibit B - Statement of Work
Exhibit C - Budget
Exhibit D - Option Letter Sample
Exhibit E - Federal Provisions
GENERAL PROVISIONS
The following clauses apply to this Task Order Contract. These general clauses may have been expanded upon or
made more specific in some instances in exhibits to this Task Order Contract. To the extent that other provisions of
this Task Order Contract provide more specificity than these general clauses, the more specific provision shall
control.
1. This Task Order Contract is being entered into pursuant to the terms and conditions of the Master Contract
including, but not limited to, Exhibit One thereto. The total term of this Task Order Contract, including any
renewals or extensions, may not exceed five (5) years. The parties intend and agree that all work shall be
performed according to the standards, terms and conditions set forth in the Master Contract.
2. In accordance with section 24-30-202(1), C.R.S., as amended, this Task Order Contract is not valid until it
has been approved by the State Controller, or an authorized delegee thereof. The Contractor is not
authorized to, and shall not; commence performance under this Task Order Contract until this Task Order
Contract has been approved by the State Controller or delegee. The State shall have no financial obligation
to the Contractor whatsoever for any work or services or, any costs or expenses, incurred by the Contractor
prior to the effective date of this Task Order Contract. If the State Controller approves this Task Order
Contract on or before its proposed effective date, then the Contractor shall commence performance under
this Task Order Contract on the proposed effective date. If the State Controller approves this Task Order
Contract after its proposed effective date, then the Contractor shall only commence performance under this
Task Order Contract on that later date. The initial term of this Task Order Contract shall continue through
and including the date specified on page one of this Task Order Contract, unless sooner terminated by the
parties pursuant to the terms and conditions of this Task Order Contract and/or the Master Contract.
Contractor's commencement of performance under this Task Order Contract shall be deemed acceptance of
the terms and conditions of this Task Order Contract.
3. The Master Contract and its exhibits and/or attachments are incorporated herein by this reference and made
a part hereof as if fully set forth herein. Unless otherwise stated, all exhibits and/or attachments to this Task
Order Contract are incorporated herein and made a part of this Task Order Contract. Unless otherwise stated,
the terms of this Task Order Contract shall control over any conflicting terms in any of its exhibits. In the event
of conflicts or inconsistencies between the Master Contract and this Task Order Contract (including its exhibits
Page 2 of 5
Ver 18.03.20
DocuSign Envelope ID: 1E6BF7DB-70FC-46EF-9689-4DFA8B9202D2
and/or attachments), or between this Task Order Contract and its exhibits and/or attachments, such conflicts or
inconsistencies shall be resolved by reference to the documents in the following order of priority: 1) the
Special Provisions of the Master Contract; 2) the Master Contract (other than the Special Provisions) and its
exhibits and attachments in the order specified in the Master Contract; 3) this Task Order Contract; 4) the
Additional Provisions - Exhibit A, and its attachments if included, to this Task Order Contract; 5) the
Scope/Statement of Work - Exhibit B, and its attachments if included, to this Task Order Contract; 6) other
exhibits/attachments to this Task Order Contract in their order of appearance.
4. The Contractor, in accordance with the terms and conditions of the Master Contract and this Task Order
Contract, shall perform and complete, in a timely and satisfactory manner, all work items described in the
Statement of Work and Budget, which are incorporated herein by this reference, made a part hereof and
attached hereto as "Exhibit B" and "Exhibit C".
5. The State, with the concurrence of the Contractor, may, among other things, prospectively renew or extend
the term of this Task Order Contract, subject to the limitations set forth in the Master Contract, increase or
decrease the amount payable under this Task Order Contract, or add to, delete from, and/or modify this
Task Order Contract's Statement of Work through a contract amendment. To be effective, the amendment
must be signed by the State and the Contractor, and be approved by the State Controller or an authorized
delegate thereof. This contract is subject to such modifications as may be required by changes in Federal or
State law, or their implementing regulations. Any such required modification shall automatically be
incorporated into and be part of this Task Order Contract on the effective date of such change as if fully set
forth herein.
6. The conditions, provisions, and terms of any RFP attached hereto, if applicable, establish the minimum
standards of performance that the Contractor must meet under this Task Order Contract. If the Contractor's
Proposal, if attached hereto, or any attachments or exhibits thereto, or the Scope/Statement of Work -
Exhibit B, establishes or creates standards of performance greater than those set forth in the RFP, then the
Contractor shall also meet those standards of performance under this Task Order Contract.
7. STATEWIDE CONTRACT MANAGEMENT SYSTEM [This section shall apply when the Effective
Date is on or after July 1, 2009 and the maximum amount payable to Contractor hereunder is $100,000 or
higher]
By entering into this Task Order Contract, Contractor agrees to be governed, and to abide, by the
provisions of CRS §24-102-205, §24-102-206, §24-103-601, §24-103.5-101 and §24-105-102 concerning
the monitoring of vendor performance on state contracts and inclusion of contract performance information
in a statewide contract management system.
Contractor's performance shall be evaluated in accordance with the terms and conditions of this Task Order
Contract, State law, including CRS §24-103.5-101, and State Fiscal Rules, Policies and Guidance.
Evaluation of Contractor's performance shall be part of the normal contract administration process and
Contractor's performance will be systematically recorded in the statewide Contract Management System.
Areas of review shall include, but shall not be limited to quality, cost and timeliness. Collection of
information relevant to the performance of Contractor's obligations under this Task Order Contract shall be
determined by the specific requirements of such obligations and shall include factors tailored to match the
requirements of the Statement of Project of this Task Order Contract. Such performance information shall
be entered into the statewide Contract Management System at intervals established in the Statement of
Project and a final review and rating shall be rendered within 30 days of the end of the Task Order Contract
term. Contractor shall be notified following each performance and shall address or correct any identified
problem in a timely manner and maintain work progress.
Should the final performance evaluation determine that Contractor demonstrated a gross failure to meet the
performance measures established under the Statement of Project, the Executive Director of the Colorado
Department of Personnel and Administration (Executive Director), upon request by the Colorado
Department of Public Health and Environment and showing of good cause, may debar Contractor and
Page 3 of 5
Ver 18.03.20
DocuSign Envelope ID: 1E6BF7DB-70FC-46EF-9689-4DFA8B9202D2
prohibit Contractor from bidding on future contracts. Contractor may contest the final evaluation and result
by: (i) filing rebuttal statements, which may result in either removal or correction of the evaluation (CRS
§24-105-102(6)), or (ii) under CRS §24-105-102(6), exercising the debarment protest and appeal rights
provided in CRS §§24-109-106, 107, 201 or 202, which may result in the reversal of the debarment and
reinstatement of Contractor, by the Executive Director, upon showing of good cause.
8. If this Contract involves federal funds or compliance is otherwise federally mandated, the Contractor and
its agent(s) shall at all times during the term of this contract strictly adhere to all applicable federal laws,
state laws, Executive Orders and implementing regulations as they currently exist and may hereafter be
amended. Without limitation, these federal laws and regulations include the Federal Funding
Accountability and Transparency Act of 2006 (Public Law 109-282), as amended by §6062 of Public Law
110-252, including without limitation all data reporting requirements required there under. This Act is also
referred to as FFATA.
Page 4 of 5
Ver 18.03.20
DocuSign Envelope ID: 1E6BF7DB-70FC-46EF-9689-4DFA8B9202D2
SIGNATURE PAGE
Contract Routing Number: 2022*0912
THE PARTIES HERETO HAVE EXECUTED THIS CONTRACT
Each person signing this Contract represents and warrants that he or she is duly authorized to execute this Contract and to
bind the Party authorizing his or her signature.
CONTRACTOR
Board of County Commissioners of Weld County
for the use and benefit of Weld County Department of
Public Health and Environment
,-DocuSigned by:
Sltta�t, kovu o
\•--E04467D642AE4A7
By: Signature
FULL NAME
Name of Person Signing for Contractor
TITLE
Title of Person Signing for Contractor
Date:
2021-09-27
STATE OF COLORADO
Jared S. Polis, Governor
Colorado Department of Public Health and Environment
Jill Hunsaker Ryan, MPH, Executive Director
e—DocuSigned by:
Usa M.Ghbt tviA,
\---2EDF870A1A7D4FC
By: Signature
Lisa McGovern
Name of Executive Director Delegate
Procurement & Contracts Section Director ft
Title of Executive Director Delegate
Date:
2021-09-27
In accordance with §24-30-202 C.R.S., this Contract is not valid until signed and dated below by the State Controller or
an authorized delegate.
STATE CONTROLLER
Robert Jaros, CPA, MBA, JD
—DocuSigned by:
`—AC2AC5428006401
By: Signature
Andi Hardy
Name of State Controller Delegate
controller, Environmental Divisions
Title of State Controller Delegate
Contract Effective Date:
2021-09-30
-- Signature Page End --
Page 5 of 5
Ver 18.03.20
a&f-a77a
DocuSign Envelope ID: 1E6BF7DB-70FC-46EF-9689-4DFA8B9202D2
EXHIBIT A
ADDITIONAL PROVISIONS
To Contract Dated 8/5/2021 Contract Routing Number 2022*0912
These provisions are to be read and interpreted in conjunction with the provisions of the Task Order Contract specified
above.
1. To receive compensation under the Contract, the Contractor shall submit a signed Monthly CDPHE
Reimbursement Invoice Form. This form is accessible from the CDPHE internet website
https://www.colorado.gov/pacific/cdphe/standardized-invoice-form-and-links and is incorporated and made
part of this Contract by reference. CDPHE will provide technical assistance in accessing and completing
the form. The CDPHE Reimbursement Invoice Form and Expenditure Details page must be submitted no
later than forty-five (45) calendar days after the end of the billing period for which services were rendered.
Expenditures shall be in accordance with this Statement of Work and Budget.
Scan the completed and signed CDPHE Reimbursement Invoice Form into an electronic document. Email
the scanned invoice with the Excel workbook containing the Expenditure Details page to: Joan Sims,
Program Manager, (joan.sims@state.co.us)
Final billings under the Contract must be received by the State within a reasonable time after the expiration
or termination of the Contract; but in any event no later than forty-five (45) calendar days from the
effective expiration or termination date of the Contract.
Unless otherwise provided for in the Contract, "Local Match", if any, shall be included on all invoices as
required by funding source.
The Contractor shall not use federal funds to satisfy federal cost sharing and matching requirements unless
approved in writing by the appropriate federal agency.
2. Time Limit for Acceptance Of Deliverables.
a. Evaluation Period. The State shall have thirty (30) calendar days from the date a deliverable is
delivered to the State by the Contractor to evaluate that deliverable, except for those deliverables
that have a different time negotiated by the State and the Contractor.
b. Notice of Defect. If the State believes in good faith that a deliverable fails to meet the design
specifications for that particular deliverable, or is otherwise deficient, then the State shall notify
the Contractor of the failure or deficiencies, in writing, within thirty (30) calendar days of: 1) the
date the deliverable is delivered to the State by the Contractor if the State is aware of the failure or
deficiency at the time of delivery; or 2) the date the State becomes aware of the failure or
deficiency. The above time frame shall apply to all deliverables except for those deliverables that
have a different time negotiated by the State and the Contractor in writing pursuant to the State's
fiscal rules.
c. Time to Correct Defect. Upon receipt of timely written notice of an objection to a completed
deliverable, the Contractor shall have a reasonable period of time, not to exceed thirty (30)
calendar days, to correct the noted deficiencies. If the Contractor fails to correct such deficiencies
within thirty (30) calendar days, the Contractor shall be in default of its obligations under this
Task Order Contract and the State, at its option, may elect to terminate this Task Order Contract or
the Master Contract and all Task Order Contracts entered into pursuant to the Master Contract.
3. Health Insurance Portability and Accountability Act (HIPAA) Business Associate Determination.
Page 1 of 2
Original Contract Number. 2022*0912
DocuSign Envelope ID: 1E6BF7DB-70FC-46EF-9689-4DFA8B9202D2
EXHIBIT A
The State has determined that this Contract does not constitute a Business Associate relationship under
HIPAA.
4. This award does not include funds for Research and Development.
5. If Contractor indicates full expenditure of funds under this Contract by March 31 of each grant year and the
full expenditure does not occur, CDPHE has the option to reduce current or upcoming Contract by said
amount or a percent deemed reasonable by CDPHE. The State will notify the Contractor of the potential
need to decrease the current or upcoming budget. If the Contractor indicates at a later date than March 31
of each grant year an expectation of surplus of funds or inability to fully expend said funds for unforeseen
circumstances that Contractor had not anticipated by March 31, CDPHE will reallocate unspent funds
without any penalties to the Contractor.
Upon receipt of timely written notice of an objection by the State for inability to fully expend funds, the
Contractor shall have a reasonable period of time not to exceed ten (10) calendar days to respond to the
action. If no dispute is received by the State within ten (10) calendar days, the State has the option to
reduce the current budget for the current year and any upcoming budget for future contractual agreements.
6. Contractor shall request prior approval in writing from the State for all modifications to the Statement of
Work/Work Plan or for any modification to the direct costs in excess of twenty-five percent (25%) of the
total budget for direct costs. Any request for modifications to the Budget in excess of twenty-five percent
(25%) of the total budget for direct costs shall be submitted to the State at least ninety (90) days prior to the
end of the contract period and may require an amendment in accordance with General Provisions, Section
16, Contract Modifications, of this Contract.
7. The State of Colorado, specifically the Colorado Department of Public Health and Environment, shall be
the owner of all equipment as defined by Federal Accounting Standards Advisory Board (FASAB)
Generally Accepted Accounting Principles (GAAP) purchased under this Contract. At the end of the term
of this Task Order Contract, the State shall approve the disposition of all equipment.
8. Contractor shall not use State funds provided under this Task Order Contract for the purpose of lobbying as
defined in Colorado Revised Statutes (C.R.S.) 24-6-301(3.5)(a).
9. The State, at its discretion, shall have the option to extend the term under this Contract beyond the Initial
Term for a period or for successive periods, of 1 year at the same rates and under the same terms specified
in the Contract. In order to exercise this option, the State shall provide written notice to Contractor in a
form substantially equivalent to Exhibit D. If exercised, the provisions of the Option Letter shall become
part of and be incorporated in the original contract. The total duration of this contract shall not exceed 5
years.
10. The State, at its discretion, shall have the option to increase or decrease the statewide quantity of Goods
and/or Services based upon the rates established in this Contract, and increase the maximum amount
payable accordingly. In order to exercise this option, the State shall provide written notice to Contractor in
a form substantially equivalent to Exhibit D. Delivery of Goods and/or performance of Services shall
continue at the same rates and terms as described in this Contract.
Page 2 of 2
Original Contract Number. 2022*0912
DocuSign Envelope ID: 1E6BF7DB-70FC-46EF-9689-4DFA8B9202D2
EXHIBIT B
STATEMENT OF WORK
To Original Contract Number 2022*0912
These provisions are to be read and interpreted in conjunction with the provisions of the contract specified
above.
I. Entity Name: Weld County Department of Public Health and Environment
II. Project Description: This project serves to develop, implement and evaluate evidence -based Maternal and
Child Health (MCH) local action plans that promote and contribute to healthy outcomes for Colorado
women, children and youth. The MCH program includes upstream, population health strategies that
improve the lives of the maternal child health population. Every five years, Colorado's MCH Program
conducts a state -level needs assessment of the health and well-being of women, children, youth and
families to guide state and local public health work and to meet Title V MCH Block Grant requirements.
The goal of the assessment is to gather information to understand what issues are facing this population and
then to identify seven to ten specific priorities that can be positively impacted by public health work during
the next five years. State and local MCH staff use the selected MCH priorities to focus efforts, align
resources, and to positively impact the lives of Colorado women or reproductive age (15 -44), children and
youth including those with special health care needs, and their families. For FY 2021 - 2025, the priorities
are: Create Safe and Connected Built Environments, Improve Access to Supports, Increase Economic
Mobility, Increase Prosocial Connection, Increase Social Emotional Wellbeing, Promote Positive Child and
Youth Development, and Reduce Racial Inequities.
Local public health agencies select the priorities that will most impact the current health related issues in
their jurisdictions. By implementing the strategies and activities in the customized local action plans the
objectives of this project will be achieved and one or more of the three health impact areas, which were
also identified in the needs assessment process, will be addressed. The Health Impact Areas are:
Behavioral Health, Access to Care, and Nutrition Security.
III. Definitions:
1. Activities: In the local action plan, the specific steps that are taken to accomplish the objective.
2. CDPHE - Colorado Department of Public Health and Environment
3. CYSHCN - children and youth with special health care needs
4. Local Action Plans — local action plans are work plans that Contractors select or develop to describe
the goals, objectives, key activities, persons responsible, and timelines of the MCH effort. Local action
plans may be state developed and related to MCH priorities or may be developed by the Contractor. The
local action plan includes a progress reporting component.
5. Logic Model - A visual tool used in public health planning that shows the relationship between
resources, interventions, and outcomes.
6. LPHAs — local public health agencies
7. MCH — Maternal and child health
8. MCH Priorities: Areas of health impact that are identified every five years through a needs assessment
process, as required by the MCH Block Grant. LPHAs select which priorities will be included on their
local action plans for implementation in the 5 -year cycle.
9. MCH Local Liaison - the primary MCH program staff who monitor MCH contracts and who provide
technical assistance and consultation to contractors on program development and implementation.
10. MCH 4 Square Progress Report - dual purpose reporting tool: contractor reports quarterly progress on
MCH priority implementation in the quarterly tabs / MCH Generalist Consultant reports outcomes of
three annual progress check in meetings in the progress check in tabs.
11. Objectives: In the local action plans, specific and measurable steps that lead to achieving the goal.
Page 1 of 4
Original Contract Number. 2022*0912 Ver. 01.11.19
DocuSign Envelope ID: 1E6BF7DB-70FC-46EF-9689-4DFA889202D2
EXHIBIT B
12. Strategies: In the local action plans, broad action oriented items that are implemented to achieve the
objectives.
IV. Work Plan:
Goal #1: Promote healthy outcomes for Colorado women, children and youth.
Objective #1: No later than the expiration of the contract, improve the health and well-being of mothers and
children by employing primary prevention and early intervention public health strategies.
Primary Activity
#1
The Contractor shall implement evidence -based strategies to improve maternal and child
health, including CYSHCN.
Sub -Activities #1
1. The Contractor shall implement each activity specified within the agency's CDPHE
approved, customized local action plan(s).
2. The Contractor shall implement strategies that correspond to a minimum of one (1) of
the following in the logic model and local action plan:
a. National Performance Measure
b. State Performance Measure
c. State Outcome Measure
d. Local Performance Measure approved by CDPHE
3. The Contractor shall participate in a minimum of three (3) check -in calls with a MCH
Generalist Consultant.
Primary Activity
#2
The Contractor shall track progress made on each activity specified within the agency's
CDPHE approved, customized local action plan(s).
Primary Activity
#3
The Contractor shall complete the Progress Update section of the customized local action
plans.
Primary Activity
#4
The Contractor shall complete the 4 -square progress reports.
Primary Activity
#5
The Contractor shall complete an annual local action plan.
Primary Activity
#6
The Contractor shall complete an annual budget.
Standards and
Requirements
1. The content of electronic documents located on CDPHE and non-CDPHE websites and
information contained on CDPHE and non-CDPHE websites may be updated
periodically during the contract term. The Contractor shall monitor documents and
website content for updates and comply with all updates.
2. The Contractor shall be guided by the local action plan that corresponds with their
selected MCH priorities. This local action plan is incorporated and made part of this
contract by reference. It is located here:
https://drive.google.com/file/d/ I ER55 Psg9PIRP7y8nCn7I i2WBwrzkVvXL/view?usp
BwrzkVvXL/view?usp
=sharing
3. The Contractor shall comply with MCH Guidelines. This information is located at:
https://cdphe.colorado.gov/prevention-and-wellness/maternal-and-chi ld-health/mch-
local-priority-implementation-and-resources and incorporated and made part of this
contract by reference.
Page 2 of 4
Or anal Contract Number ?02_*C __
Ver. 01.11.19
DocuSign Envelope ID: 1E6BF7DB-70FC-46EF-9689-4DFA8B9202D2
EXHIBIT B
4. CDPHE will provide program templates for the planning and implementation of the
work represented in this contract.
a. Local Action Plan template
b. Local Budget template
c. 4 -Square Progress Report template
5. CDPHE will provide documentation of the Federal Reported Measures and State
Outcome Measures for each priority, in the Priorities and Core Measures FY 2021-25
document. This information is located on the MCH website at
https://cdphe.colorado.gov/maternal-and-child-health/mch-data and is incorporated
and made part of this contract by reference.
6. The Contractor shall implement activities within a minimum of one (1) priority area
specific to the CYSHCN population.
7. Contractors receiving more than $200,000 in annual MCH funding shall spend a
minimum of 50% of funds on CYSHCN.
8. The Contractor shall not begin activities in the local action plan until approved by
CDPHE.
9. CDPHE will provide the final customized local action plan within ten (10) days from
the execution of this contract.
10. The Contractor shall email the MCH Local Liaison when the deliverables are complete.
This email constitutes submission of the deliverable.
11. The Contractor shall submit all final reports after the contract term as a non -
reimbursable deliverable.
Expected Results
of Activity(s)
Maintain or increase the health status and needs of the maternal and child population
within the Contractor's jurisdiction.
Measurement of
Expected Results
1. Progress toward outcomes indicated in the logic model as reported in the quarterly 4 -
square progress reports.
2. Progress toward activities indicated in the Progress Update section of the local action
plans, as reported in the local action plan quarterly updates.
Completion Date
Deliverables
1. The Contractor shall submit this deliverable by completing
the quarterly tabs for Q1, Q2, and Q3 of the 4 -square
Progress Report.
No later than 1/15,
4/15 and 7/15,
annually
2. The Contractor shall submit this deliverable by completing
the Progress Update section of the local action plan.
No later than 1/15,
4/15 and 7/15,
annually
3. The Contractor shall submit an annual local action plan via
email to the MCH Local Liaison.
No later than 6/13,
annually
4. The Contractor shall submit an annual MCH budget via
email to the MCH Local Liaison.
No later than 6/13,
annually
5. The Contractor shall submit this deliverable by completing
the quarterly tabs for Q4 of the 4 -square progress report.
No later than 30 days
after the contract term
ends, annually
Page 3 of 4
Or, ainal Contrgct Numher 2Q22"'J9i2
Ver. 01.11.19
DocuSign Envelope ID: 1E6BF7DB-70FC-46EF-9689-4DFA8B9202D2
EXHIBIT B
6. The Contractor shall submit this deliverable by completing
the Progress Update section of the local action plan.
No later than 30 days
after the contract term
ends, annually
V. Monitoring:
CDPHE's monitoring of this contract for compliance with performance requirements will be conducted
throughout the contract period by the MCH Local Liaison. Methods used will include a review of
documentation determined by CDPHE to be reflective of performance to include progress reports and
invoices, and other fiscal and programmatic documentation as applicable. The Contractor's performance
will be evaluated at set intervals and communicated to the contractor. A Final Contractor Performance
Evaluation will be conducted at the end of the life of the contract.
VI. Resolution of Non -Compliance:
The Contractor will be notified in writing within 15 calendar days of discovery of a compliance issue. Within
30 calendar days of discovery, the Contractor and the State will collaborate, when appropriate, to determine
the action(s) necessary to rectify the compliance issue and determine when the action(s) must be completed.
The action(s) and timeline for completion will be documented in writing and agreed to by both parties. If
extenuating circumstances arise that require an extension to the timeline, the Contractor must email a request
to the MCH Local Liaison and receive approval for a new due date. The State will oversee the
completion/implementation of the action(s) to ensure timelines are met and the issue(s) is resolved. If the
Contractor demonstrates inaction or disregard for the agreed upon compliance resolution plan, the State may
exercise its rights under the provisions of this contract.
Page 4 of 4
Original Contract Number 2022" 0912 Ver. 01.11.19
DocuSign Envelope ID: 1E6BF7DB-70FC-46EF-9689-4DFA8B9202D2
Exhibit C Budget
a
COLORADO
Department of Public
Health & Environment
PREVENTION SERVICES DIVISION- 12 MONTH BUDGET WITH JUSTIFICATION FORM
Original Contract Routing # 2022*0912
Contractor Name
Weld County Department of Public Health
Program Contact Name, Title,
Phone and Email
Eric Aakko and Shaun May
eaakko@weldgov.com and
smay@weldgov.com
Budget Period
10/1/2021- 9/30/2022
Fiscal Contact Name, Title, Phone
and Email
Tanya Geiser, Finance Director
tgeiser@weldgov.com
970-400-2122
Project Name
Maternal and Child Health
Contract (CT or PO) Number
CT FHLA 2022*0912
Expenditure Categories
Personal Services Salaried Employees
Position Title
Description of Work
Gross or Annual
Salary
Fringe
Percent of me Ti
on Project
Total Amount
Requested from
CDPHE
HCP Program Manager
Provides direct oversight and supervision of HCP
care coordination program and staff, directs care
coordination activities, oversees HCP program
planning, reporting, evaluation, and budgetary
activities, participates in HCP program outreach and
represents HCP on several community -based groups
and state HCP/MCH workgroups. Full time
employee in the MCH program. Remainder of the
time and effort is county -funded.
$ 99,531.49
$ 38,747.61
54.0%
$ 74,670.71
HCP RN Care Coordinator
Provides care coordination services to HCP clients,
assists with HCP program outreach and attends HCP
community/state meetings. MCH/HCP FTE is
0.75 funded through the state.
$ 67,164.57
$ 26,147.17
75.0%
$ 69,983.81
HCP Office Technician
Administrative support to HCP program coordinator
and team. Responsibilities include interpretation
and translation, CDS data entry, EMR data entry,
materials preparation, assists HCP staff with care
coordination activities,etc. MCH/HCP FTE is 0.5.
$ 44,777.83
$ 17,432.01
50.0%
$ 31,104.92
Director of Public Health
Services
Provides oversight of HCP program and HCP staff,
participates in reporting and evaluation of HCP
program. MCH/HCP FTE is .01 but will likely work
more in this program as county -funded.
$ 117,126.29
$ 45,597.26
1.0%
$ 1,627.24
Chief Nursing Officer
Provides oversight of HCP program and HCP staff,
participates in reporting and evaluation of HCP
program. MCH/HCP FTE is .01 but will likely work
more in this program as county -funded.
$ 143,595.31
$ 55,901.65
1.0%
$ 1,994.97
Public Health Social
Worker
Provides social work services to HCP program
clients upon request from HCP staff, available to
provide HCP population -based program outreach as
assigned by HCP program coordinator. MCH/HCP
FTE is 0.01 but will likely work more in this program
as county -funded.
$ 72,636.11
$ 28,277.24
1.0%
$ 1,009.13
PHS RN
Engages early care and education, employment, and
community settings to assess and improve
breastfeeding support for the MCH Positive Child
and Youth Development priority.
$ 67,164.57
$ 26,147.17
25.0%
$ 23,327.94
Original Contract Number: 2022*0912
Page 1 of 2
DowSign Envelope ID: 1 E6BF7DB-70FC-46EF-9689-4DFA8B9202D2
Exhibit C Budget
Health Communication
Specialist II
Provides direct oversight of MCH Positive Children
and Youth Development and Create Safe and
Connected Built Environments priorities staff
activities. Oversees program planning, reporting,
evaluation, and budget.
$ 71,560.23
$ 27,858.40
69.00%
$ 68,598.85
Division Director
Provides oversight of MCH Positive Children and
Youth Development and Create Safe and Connected
Built Environments priorities and program and staff.
$ 117,126.25
$ 45,597.26
1.0%
$ 1,627.24
Supervisor
Provides oversight of MCH Positive Children and
Youth Development and Create Safe and Connected
Built Environments priorities and staff, participates
in reporting and evaluation of priorities.
$ 81,782.00
$ 31,837.73
1.0%
$ 1,136.20
Health Data Specialist III
Provides data analysis and evaluation expertise for
MCH Positive Children and Youth Development and
Create Safe and Connected Built Environments
priorities.
$ 107,566.57
$ 41,875.67
1.0%
$ 1,494.42
Personal Services Hourly Employees
Position Title
Description of Work
Hourly Wage
Hourly Fringe
Total q of Hours
on Project
Total Amount
Requested from
CDPHE
$ -
Total Personal Services (including fringe benefits)
$ 276,575.43
Supplies & Operating Expenses
Item
Description of Item
Rate
Quantity
Total Amount
Requested from
CDPHE
Meeting
Supplies/Materials
HCP program outreach and promotional materials for systems
building activities. May include allocations for printing and office
supplies (i.e. brochures, handouts, etc.).
$ 54.00
1.00
$ 54.00
Total Supplies & Operating $ 54.00
Travel
Item
Description of Item
Rate
Quantity
Total Amount
Requested from
CDPHE
Mileage
Travel to meetings and outreach opportunities such as early
childhood council meetings and childcare centers. Mileage is
reimbursed at $0.54/mile.
$ 0.54
1810.75
$ 977.81
Total Travel
$ 977.81
Contractual
Subcontractor Name
Description of Item
Rate
Quantity
Total Amount
Requested from
CDPHE
$
Total Contractual
$
SUB -TOTAL OF DIRECT COSTS
$ 277,607.24
Indirect
Item
Description of Item
Total Amount
Requested from
CDPHE
Federally -Negotiated
Indirect Cost Rate
CDPHE-Negotiated
Indirect Cost Rate
CY2021 rate is 14.93% of Total Direct Costs excluding capital expenditures.
$ 41,446.76
De Minimis Indirect Cost
Rate
Total Indirect
$ 41,416.76
:..
Original Contract Number: 2022*0912
Page 2 of 2
DocuSign Envelope ID: 1E6BF7DB-70FC-46EF-9689-4DFA8B9202D2
EXHIBIT D
OPTION LETTER #: Click here to enter text.
State Agency :
Colorado Department Of Public Health and Environment
4300 Cherry Creek Dr S
Denver, CO 80246
Original Contract #
Click here to enter text.
Contractor (Name and Address)
Click here to enter text.
Option Contract Number
Click here to enter text.
Contract Performance Beginning Date :
Click here to enter a date.
Current Contract Expiration Date :
Click here to enter a date.
CONTRACT MAXIMUM AMOUNT TABLE
Document
Type
Contract
Routing #
Federal Funding
Amount*
State Funding
Amount
Other Funding
Amount
Term (dates)
Total
OL #1
$
Original
$
Current Contract Maximum
Amount (YTD)
$
1) OPTIONS
A. Option to extend for an Extension Term
B. Option to change quantity of goods under the Contract
C. Option to change quantity of services under the Contract
D. Option to change Contract rates
E. Option to initiate next phase of Contract
2) REQUIRED PROVISIONS:
A. In accordance with Section(s) Click here to enter text. of the Original Contract referenced
above the State hereby exercises its option for an additional term, beginning Click here to enter a
date. and ending on the current contract expiration date shown above, at the rates stated in the
Original Contract, as amended.
B. In accordance with Section(s) Click here to enter text. of the Original Contract referenced
above, the State hereby exercises its option to Choose an item. the quantity of Choose an item. at
the rates stated in the Original Contract as amended for the following reason: Click here to
enter text..
C. In accordance with Section(s) Click here to enter text. of the Original Contract referenced
above the State hereby exercises its option to modify the Contract rates specified in Click here to
enter text. for the following reason: Click here to enter text.. The Contract rates attached to this
Option Letter replace the rates in the Original Contract as of the Option Effective Date of this
Option Letter.
D. In accordance with Section(s) Click here to enter text. of the Original Contract referenced
above, the State hereby exercise its option to initiate Phase Click here to enter text., which shall
begin on Click here to enter a date. and end on Click here to enter a date. at the cost/price
specified in Section Click here to enter text..
E. The Contract Maximum Amount table is deleted and replace with the Current Contract
Maximum Amount Maximum Amount table shown above.
3) OPTION EFFECTIVE DATE:
A. The effective date of this Option Letter is upon approval of the State Controller or Click here
to enter a date. whichever is later.
Original Contract Number: 2022*0912
Page 1 of 2 Ver. 13.2.19
DocuSign Envelope ID: 1E6BF7DB-70FC-46EF-9689-4DFA8B9202D2
EXHIBIT D
PROGRAM APPROVAL
By:
Date:
STATE OF COLORADO
Jared S. Polis, Governor
Department of Public Health and Environment
Jill Hunsaker Ryan MPH, Executive Director
By: Lisa McGovern, Purchasing & Contracts Section
Director, CDPHE
Date:
ALL CONTRACTS REQUIRE APPROVAL BY THE STATE CONTROLLER
CRS §24-30-202 requires the State Controller to approve all State Contracts. This
Contract is not valid until signed and dated below by the State Controller or delegate.
Contractor is not authorized to begin performance until such time. If Contractor begins
performing prior thereto, the State of Colorado is not obligated to pay Contractor for
such performance or for any goods and/or services provided hereunder.
STATE CONTROLLER
Robert Jaros, CPA, MBA, JD
By:
Date:
Original Contract Number: 2022'0912
Page 2 oft Ver. 13.2.19
DocuSign Envelope ID: 1E6BF7DB-70FC-46EF-9689-4DFA8B9202D2
Exhibit E
Federal Provisions - Maternal and Child Health Services
For the purposes of this Exhibit only, Contractor is also identified as "Subrecipient." This Contract has
been funded, in whole or in part, with an award of Federal funds. In the event of a conflict between the
provisions of these Supplemental Provisions for Federal Awards, the Special Provisions, the Contract or
any attachments or exhibits incorporated into and made a part of the Contract, the Supplemental
Provisions for Federal Awards shall control. In the event of a conflict between the Supplemental
Provisions for Federal Awards and the FFATA Supplemental Provisions (if any), the FFATA
Supplemental Provisions shall control.
1) Federal Award Identification.
a. Subrecipient: Weld County Department of Public Health and Environment
b. Subrecipient DUNS number75757955
c. The Federal Award Identification Number (FAIN) is B0440120.
d. The Federal award date is 10/27/2020.
e. The subaward period of performance start date is 10/01/2020 and end date is 09/30/2022.
f. Federal Funds:
Federal Budget Period
Total Amount of Federal
Funds Awarded
Amount of Federal Funds
Obligated to CDPHE
10/1/2021 - 9/30/2022
$1,443,245.00
$1,443,245.00
g. Federal award title of project or program: Maternal and Child Health Services.
h. The name of the Federal awarding agency is: United States Department of Health and
Human Services (USDHHS) Health Resources and Services Administration
(HRSA) and the contact information for the awarding official is Leon Harrison, Phone:
301.443.5809; Email: lharrison@hrsa.gov; the name of the pass -through entity is the State of
Colorado, Department of Public Health and Environment (CDPHE), and the contact
information for the CDPHE official is Risa Friedman (CDPHE) Project Director.
i. The Catalog of Federal Domestic Assistance (CFDA) number is 93.994 and the grant name is
Maternal and Child Health Services Block Grant to the States.
j. This award is not for research & development.
k. Subrecipient is not required to provide matching funds. In the event the Subrecipient is
required to provide matching funds, Section 8 of this Attachment applies.
1. The indirect cost rate for the Federal award (including if the de minimis rate is charged per 2
CFR §200.414 Indirect (F&A) costs) is pre -determined based upon the State of Colorado and
CDPHE cost allocation plan.
2) Subrecipient shall at all times during the term of this contract strictly adhere to the requirements under
the Federal Award listed above, and all applicable federal laws, Executive Orders, and implementing
regulations as they currently exist and may hereafter be amended.
Page 1 of 4
Original Contract Number: 2022*0912 Ver. 25.02.20
DocuSign Envelope ID: 1E6BF7DB-70FC-46EF-9689-4DFA8B9202D2
3) Any additional requirements that CDPHE imposes on Subrecipient in order for CDPHE to meet its
own responsibility to the Federal awarding agency, including identification of any required financial and
performance reports, are stated in the Exhibits.
4) Subrecipient's approved indirect cost rate is as stated in the Exhibits.
5) Subrecipient must permit CDPHE and auditors to have access to Subrecipient's records and financial
statements as necessary for CDPHE to meet the requirements of 2 CFR §200.331 Requirements for pass -
through entities, §§ 200.300 Statutory and National Policy Requirements through §200.309 Period of
performance, and Subpart F —Audit Requirements of this Part.
6) The appropriate terms and conditions concerning closeout of the subaward are listed in Section 16 of
this Attachment.
7) Performance and Final Status. Subrecipient shall submit all financial, performance, and other
reports to CDPHE no later than 45 calendar days after the period of performance end date or sooner
termination of this Contract containing an evaluation and review of Subrecipient's performance and the
fmal status of Subrecipient's obligations hereunder.
8) Matching Funds. Subrecipient shall provide matching funds as stated in the Exhibits. Subrecipient
shall have raised the full amount of matching funds prior to the Effective Date and shall report to CDPHE
regarding the status of such funds upon request. Subrecipient's obligation to pay all or any part of any
matching funds, whether direct or contingent, only extends to funds duly and lawfully appropriated for the
purposes of this Contract by the authorized representatives of the Subrecipient and paid into the
Subrecipient's treasury or bank account. Subrecipient represents to CDPHE that the amount designated as
matching funds has been legally appropriated for the purposes of this Contract by its authorized
representatives and paid into its treasury or bank account. Subrecipient does not by this Contract
irrevocably pledge present cash reserves for payments in future fiscal years, and this Contract is not
intended to create a multiple -fiscal year debt of the Subrecipient. Subrecipient shall not pay or be liable for
any claimed interest, late charges, fees, taxes or penalties of any nature, except as required by
Subrecipient's laws or policies.
9) Record Retention Period. The record retention period previously stated in this Contract is replaced
with the record retention period prescribed in 2 CFR §200.333.
10) Single Audit Requirements. If Subrecipient expends $750,000 or more in Federal Awards during
Subrecipient's fiscal year, Subrecipient shall procure or arrange for a single or program -specific audit
conducted for that year in accordance with the provisions of Subpart F -Audit Requirements of the Uniform
Guidance, issued pursuant to the Single Audit Act Amendments of 1996, (31 U.S.C. 7501-7507). 2 CFR
§200.501.
11) Contract Provisions. Subrecipient shall comply with and shall include all of the following applicable
provisions in all subcontracts entered into by it pursuant to this Contract:
a. Office of Management and Budget Circulars and The Common Rule for Uniform
Administrative Requirements for Grants and Cooperative Agreements to State and Local
Governments, as applicable;
b. when required by Federal program legislation, the "Davis -Bacon Act", as amended (40
U.S.C. 3141-3148) as supplemented by Department of Labor Regulations (29 CFR Part 5,
"Labor Standards Provisions Applicable to Contracts Covering Federally Financed and
Assisted Construction");
c. when required by Federal program legislation, the Copeland "Anti -Kickback" Act (40 U.S.C.
3145), as supplemented by Department of Labor regulations (29 CFR Part 3, "Contractors
and Subcontractors on Public Building of Public Work Financed in Whole or in Part by Loans
or Grants from the United States").
Page 2 of 4
Original Contract Number: 2022*0912 Ver. 25.02.20
DocuSign Envelope ID: 1E6BF7DB-70FC-46EF-9689-4DFA8B9202D2
d. 42 U.S.C. 6101 et seq., 42 U.S.C. 2000d, 29 U.S.C. 794 (regarding discrimination);
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. when applicable, the Contractor shall comply with the provisions of the "Uniform
Administrative Requirements for Grants and Cooperative Agreements to State and Local
Governments" (Common Rule);
g. The Federal Funding Accountability and Transparency Act of 2006 (Public Law 109-282), as
amended by §6062 of Public Law 110-252, including without limitation all data reporting
requirements required there under. This Act is also referred to as FFATA.
h. Contractor shall comply with the provisions of Section 601 of Title VI of the Civil Rights Act
of 1964, as amended.
i. Except as otherwise provided under 41 CFR Part 60, all contracts that meet the definition of
"federally assisted construction contract" in 41 CFR Part 60-1.3 comply with the equal
opportunity clause provided under 41 CFR 60-1.4(b), in accordance with Executive Order
11246, "Equal Employment Opportunity: (30 FR 12319, 12935, 3 CFR Part, 1964-1965
Comp., p. 339), as amended by Executive Order 11375, "Amending Executive Order 11246
Relating to Equal Employment Opportunity," and implementing regulations at 41 CFR part
60, "Office of Federal Contract Compliance Programs, Equal Employment Opportunity,
Department of Labor.
j. where applicable, Contract Work Hours and Safety Standards Act (40 U.S.C. 3701-3708).
k. if the Federal award meets the definition of "funding agreement" under 37 CFR § 401.2 (a)
and the recipient or subrecipient wishes to enter into an agreement with a small business firm
or nonprofit organization, comply with the requirements of 37 CFR Part 401, "Rights to
Inventions Made by Nonprofit Organizations and Small Business Firms Under Government
Grants, Contracts and Cooperative Agreements," and any implementing regulations issued by
the awarding agency.
1. the Clean Air Act (42 U.S.C. 7401-7671q.) and the Federal Water Pollution Control Act (33
U.S.C. 1251-1387), as amended.
m. if applicable, comply with the mandatory standards and policies on energy efficiency
contained within the State of Colorado's energy conservation plan issued in compliance with
the Energy Policy and Conservation Act, 42 U.S.C. 6201.
n. the Contractor and all principals are not presently debarred, suspended, proposed for
debarment, declared ineligible, or voluntarily excluded from covered transactions by any
federal department or agency; the Contractor and all principals shall comply with all
applicable regulations pursuant to Executive Order 12549 (3 CFR Part 1986 Comp., p. 189)
and Executive Order 12689 (3 CFR Part 1989 Comp., p. 235), Debarment and Suspension;
and,
o. the Contractor shall comply where applicable, the Byrd Anti -Lobbying Amendment (31
U.S.C. 1352).
12) Compliance. Subrecipient shall comply with all applicable provisions of The Office of Management
and Budget Uniform Administrative Requirements, Cost Principles, and Audit Requirements for Federal
Awards (Uniform Guidance), including but not limited to these Supplemental Provisions for Federal
Awards. Any revisions to such provisions automatically shall become a part of these Supplemental
Provisions, without the necessity of either party executing any further instrument. CDPHE may provide
Page 3 of 4
Original Contract Number: 2022*0912 Ver. 25.02.20
DocuSign Envelope ID: 1E6BF7DB-70FC-46EF-9689-4DFA8B9202D2
written notification to Subrecipient of such revisions, but such notice shall not be a condition precedent to
the effectiveness of such revisions.
13) Procurement Procedures. Subrecipient shall use its own documented procurement procedures which
reflect applicable State, local, and Tribal laws and regulations, provided that the procurements conform to
applicable Federal law and the standards identified in the Uniform Guidance, including without limitation,
§§200.318 through 200.326 thereof.
14) Certifications. Unless prohibited by Federal statutes or regulations, CDPHE may require
Subrecipient to submit certifications and representations required by Federal statutes or regulations on an
annual basis (2 CFR §200.208). Submission may be required more frequently if Subrecipient fails to meet
a requirement of the Federal award. Subrecipient shall certify in writing to CDPHE at the end of the
Contract that the project or activity was completed or the level of effort was expended. 2 CFR
§200.201(b)(3). If the required level of activity or effort was not carried out, the amount of the Contract
must be adjusted.
15) Event of Default. Failure to comply with the Uniform Guidance or these Supplemental Provisions for
Federal Awards shall constitute an event of default under the Contract pursuant to 2 CFR §200.339 and
CDPHE nay terminate the Contract in accordance with the provisions in the Contract.
16) Close- Out. Subrecipient shall close out this Contract within 45 days after the End Date. Contract
close out entails submission to CDPHE by Subrecipient of all documentation defined as a deliverable in
this Contract, and Subrecipient's final reimbursement request. If the project has not been closed by the
Federal awarding agency within 1 year and 45 days after the End Date due to Subrecipient's failure to
submit required documentation that CDPHE has requested from Subrecipient, then Subrecipient may be
prohibited from applying for new Federal awards through the State until such documentation has been
submitted and accepted.
17) Erroneous Payments. The closeout of a Federal award does not affect the right of the Federal
awarding agency or CDPHE to disallow costs and recover funds on the basis of a later audit or other
review. Any cost disallowance recovery is to be made within the record retention period.
EXHIBIT END
Page 4 of 4
Original Contract Number: 2022*0912 Ver. 25.02 20
Contract Form
New Contract Request
Entity Information
Entity Name*
COLORADO DEPT OF PUBLIC
HEALTH ENVIRONMENT
Entity ID*
010001926
New Entity?
Contract Name* Contract ID
CDPHE MATERNAL & CHILD HEALTH PROGRAM FY21-22 5263
Contract Status
CTB REVIEW
Contract Lead*
BMANRIQUEZ
Contract Lead Email
bmanriquez@weldgov.com
Contract Description*
MATERNAL CHILD HEALTH (MCH) FY21-22 TASK ORDER CONTRACT WITH CDPHE
Parent Contract ID
Requires Board Approval
YES
Department Project #
Contract Description 2
2022-0912; 15 FHLA 72161 (2014-2738): 16 FHLA 82757 (.2015-2861); 1 7 FHLA 92905 (2016-2791); 18 FHLA 103799
(GFCL); 19 FHLA 112297, 2019-2292 AMD 2
Contract Type*
CONTRACT
Amount *
$319,054.00
Renewable*
NO
Automatic Renewal
NO
Grant
YES
IGA
NO
Department
HEALTH
Department Email
CM-Healthgweldgov.com
Department Head Email
CM-Health-
DeptHeadveldgov.com
County Attorney
GENERAL COUNTY
ATTORNEY EMAIL
County Attorney Email
CM-
COUNTYATTORNEY?WELDG
OV.COM
Grant Deadline Date
If this is a renewal enter previous Contract ID
4129
If this is part of a MSA enter MSA Contract ID
Requested BOCC Agenda
Date*
09,'27, 2021
Due Date
09/23/2021
Will a work session with BOCC be required?*
NO
Does Contract require Purchasing Dept. to be included?
NO
Note: the Previous Contract Number and Master Services Agreement Number should be left blank if those contracts are not in
OnBase
Contract Dates
Effective Date
10/01.'2021
Review Date*
08.'01x2022
Renewal Date
Termination Notice Period
Contact Information
Contact Info
Contact Name
Purchasing
Purchasing Approver
Approval Process
Department Head
TANYA GEISER
DH Approved Date
09,21:2021
Final Approval
BOCC Approved
BOCC Signed Date
BOCC Agenda Date
09,27 2021
Originator
BMANRIQUEZ
Contact Type
Committed Delivery Date
Contact Email
Finance Approver
CHRIS D'OV1D1O
Expiration Date*
09,-30; 2022
Contact Phone 1 Contact Phone 2
Purchasing Approved Date
Finance Approved Date
09:22; 2021
Tyler Ref #
AG092721
Legal Counsel
KARIN MCDOUGAL
Legal Counsel Approved Date
09'22; 2021
Hello