HomeMy WebLinkAbout20151806.tiff RESOLUTION
RE: APPROVE TASK ORDER CONTRACT AMENDMENT #1 FOR LOCAL ' LANNING
AND SUPPORT AND AUTHORIZE CHAIR TO SIGN ,,
WHEREAS, the Board of County Commissioners o Weld County, C- orado, pursuant to
Colorado statute and the Weld County Home Rule Cha er, is vested ith the authority of
administering the affairs of Weld County, Colorado, and
WHEREAS, the Board has been presented with Ta.k Or's e ontract Amendment#1 for
the Local Planning and Support (Per Capita) Funding b=wee he County of Weld, State of
Colorado, by and through the Board of County Co i .ion= •f Weld County, on behalf of the
Weld County Department of Public Health and En iron e, , and the Colorado Department of
Public Health and Environment, commencing July 1 2015 :nd ending June 30, 2016,with further
terms and conditions being as stated in said contra a '-ndment, and
WHEREAS, after review, the ' and de ms ' advisable to approve said contract a copy of
which is attached hereto and incorp• a ed her ' •y reference.
NOW, THEREFORE, E IT - ESO D by the Board of County Commissioners of Weld
County, Colorado, that the ask Ord- ' ract Amendment #1 for Local Planning and Support
(P api Funding betw en unt of Weld, State of Colorado, by and through the Board of
ounty Co issioners of eld ou► y, on behalf of the Weld County Department of Public
Health and E viron -nt, and th o rado Department of Public Health and Environment be, and
hereby is, a prove•
B T FUR HER ' ES LVED by the Board that the Chair be, and hereby is, authorized to
sig sai contract a e - t.
The above a d f•regoing Resolution was, on motion duly made and seconded, adopted
by the (lowing vote • the 22nd day of June, A.D., 2015.
BOARD OF COUNTY COMMISSIONERS
WE D COUNTY, COLO DO
ATTEST: .40 W j,1Lo;ei A-RAA _ L`iL
Barbara Kirkmeyer, Chair
Weld C• my Clerk to the Board II '
1 I Mike Freeman, Pro-Tern
D=• y Clerk to the "• �"��`�! / �,
4 Sean P Con y
APPROVED AS TO FOR . cf%11°1-%tJJuAiaO
0
''i d
County Attorney N \` �
WoK
Steve Moreno
Date of signature:
2015-1806
HL0047
, i86 , Memorandum
,, � � ,
r ' TO: Barbara Kirkmeyer, Chair
G O U N T Y Board of County Commissioners
FROM: Mark E. Wallace, MD, MPH, Executive Director
Department of Public Health &Environment
DATE: June 12,2015
SUBJECT: FY15-16 Local Planning and Support(Per
Capita)Task Order Contract
Enclosed for Board review and approval is a contract between the Colorado Department of
Public Health and Environment and the Board of County Commissioners of Weld County on
behalf of the Weld County Department of Public Health and Environment.
The purpose of this contract is to provide support for public health services, as established by
the State Board of Health pursuant to §25-1-503(1), C.R.S. and in accordance with Section §25-
1-512 C.R.S. and Section §24-75.1104.5 (1.5) (a) (IV) C.R.S. WCDPHE will participate in
assessment and planning efforts at the state, regional, and local level facilitated by the Office of
Planning of Partnerships. These efforts shall include maintaining and improving local capacity to
provide services as established by the State Board of Health. The required core public health
services include Assessment, Planning and Communication, Vital Records, Communicable
Disease Prevention, Investigation and Control, Prevention and Population Health Promotion,
Emergency Preparedness and Response, Environmental Health and Administration and
Governance.
The Local Planning and Support (Per Capita) funding for the time period of July 1, 2015, through
June 30, 2016, will be an amount to not exceed $402,583. This represents an increase of
$13,651 from fiscal year 2014-2015.
This FY15-16 Local Planning and Support (Per Capita) Task Order Contract was approved for
placement on the agenda by the Board via pass-around dated June 4, 2015.
I recommend approval of this Task Order Contract.
2015-1806
DEPARTMENT OR AGENCY NAME
COLORADO DEPARTMENT OF PUBLIC HEALTH AND ENVIRONMENT
OFFICE OF PLANNING AND PARTNERSHIPS
DEPARTMENT OR AGENCY NUMBER
' FAAA
CONTRACT ROUTING NUMBER
16-78552
AMENDMENT FOR TASK ORDERS#1
This Amendment is made this 15 day of April.2015,by and between the State of Colorado,acting by and through
the DEPARTMENT OF PUBLIC HEALTH AND ENVIRONMENT whose address or principal place of
business is 4300 Cherry Creek Drive South.Denver,Colorado 80246,hereinafter referred to as the"State;"and,
BOARD OF COUNTY COMMISSIONERS OF WELD COUNTY(a political subdivision of the State of
Colorado),whose address or principal place of business is 915 10th Street,Greeley,Colorado 80632-0758 for the
use and benefit of the WELD COUNTY DEPARTMENT OF PUBLIC HEALTH AND ENVIRONMENT,
whose address or principal place of business is 1555 North 171°Avenue,Greeley,Colorado 80631 hereinafter
referred to as the"Contractor."
FACTUAL RECITALS
The parties entered into a Master Contract,dated January 17.2012 with contract routing number 13 FAA 00051.
Pursuant to the terms and conditions of the Master Contract,the parties entered into a Task Order Contract,dated
April 1,2012,with encumbrance number PO FAA OPP1342854,and contract routing number 13 FAA 42854.as
amended by Option Letter#1,contract routing number 14 FAA 55631,Option Letter#2,contract routing number
14 FAA 55631 and Option Letter#3,contract routing number 15 FAA 67688,collectively referred to herein as the
"Original Task Order Contract,"whereby the Contractor was to provide to the State the following:
Provide support for public health services,as established by the State Board of Health pursuant to§25-1-
503(1),C.R.S.and in accordance with Section§25-1-512 C.R.S.and Section§24-75.1104.5(1.5)(a)(IV)
C.R.S.The district public health agency shall participate in assessment and planning efforts at the state,
regional,and local level facilitated by the Office of Planning of Partnerships.These efforts shall include
maintaining and improving local capacity to provide services as established by the State Board of Health.
The State promises to increase the amount of funds to be paid to the Contractor by Four Hundred Two Thousand,
Five Hundred Eighty-Three Dollars,($402.583.00)for the renewal term of 1 year,ending on June 30.2016,ie
f.,r the pn,..s„of tl.c Ce..t...,.te. to pma re....ti., ..,..k
NOW THEREFORE,in consideration of their mutual promises to each other,stated below,the parties hereto agree
as follows:
1. Consideration for this Amendment to the Original Task Order Contract consists of the payments and
services that shall be made pursuant to this Amendment,and promises and agreements herein set forth.
2. It is expressly agreed to by the parties that this Amendment is supplemental to the Original Task Order
Contract,contract routing number 13 FAA 42854,as amended by Option Letter#1,contract routing
number 14 FAA 55631,Option Letter#2,contract routing number 14 FAA 55631 and Option Letter#3,
contract routing number 15 FAA 67688,collectively referred to herein as the Original Contract, which is
by this reference incorporated herein. All terms,conditions,and provisions thereof,unless specifically
modified herein,are to apply to this Amendment as though they were expressly rewritten,incorporated,and
included herein.
3. It is expressly agreed to by the parties that the Original Task Order Contract is and shall be modified,
Page I of 5
Contract_Amendment_TaskOrder_01-2015
altered,and changed in the following respects only:
A. This Contract Amendment is issued pursuant to paragraph 5 of the Original Task Order Contract
identified by contract routing number 13 FAA 42854.This Amendment is for the renewal term
of July 1.2015 through and including June 30,2016.This Amendment modifies the Original
Task Order Contract by adding descriptive elements.The following provision modifications are
incorporated herein by this reference.
i. The following information shall be added as a supplement to page 1 of the Task Order
Contract:
a. Contractor DUNS:075757955
b. Classification:Subrecipient
ii. The following information shall be added as a supplement to Exhibit A,Additional
Provisions,of the Task Order Contract:
a. This award does not include funds for Research and Development.
B. This Amendment is issued pursuant to paragraph 5 of the Original Task Order Contract identified
by contract routing number 13 FAA 42854. This Amendment is for the renewal term of July 1,
2015,through and including June 30,2016. The maximum amount payable by the State for the
work to be performed by the Contractor during this renewal term is Four Hundred Two
Thousand,Five Hundred Eighty-Three Dollars,($402.583.001 for an amended total financial
obligation of the State of One Million,Five Hundred Sixty-Two Thousand,Thirty Dollars,
($1,562,030.00). This is an increase of Four Hundred Two Thousand,Five Hundred Eighty-
Three Dollars,($402.583.001 of the amount payable from the previous term. I1..,
0tak...c..t of We.k:a:...,.,.N.,.at„dI.c.c:..1,c, Gs.cf.c..cc and:J...L:f J a.,"C,la:t 13".The
revised Budget is incorporated herein by this reference and identified as"Exhibit F".
C. The State may increase of decrease funds available under this Contract using a Grant Funding
Letter substantially equivalent to Exhibit G.The Grant Funding Letter is not valid until it has
been approved by the State Controller or designee.
The Original Task Order Contract is modified accordingly. All other terms and conditions of the Original
Task Order Contract are reaffirmed.
4. The Effective Date of this Amendment is July 1,2015,or upon approval of the State Controller,or an
authorized delegate thereof,whichever is later.
5. Except for the Special Provisions and other terms and conditions of the Master Contract and the General
Provisions of the Original Task Order Contract,in the event of any conflict,inconsistency,variance,or
contradiction between the terms and provisions of this Amendment and any of the terms and provisions of
the Original Task Order Contract,the terms and provisions of this Amendment shall in all respects
supersede,govern,and control.The Special Provisions and other terms and conditions of the Master
Contract shall always control over other provisions of the Original Task Order Contract or any subsequent
amendments thereto. The representations in the Special Provisions to the Master Contract concerning the
absence of personal interest of state of Colorado employees and the certifications in the Special Provisions
relating to illegal aliens are presently reaffirmed.
6. FINANCIAL OBLIGATIONS OF THE STATE PAYABLE AFTER THE CURRENT FISCAL YEAR
ARE CONTINGENT UPON FUNDS FOR THAT PURPOSE BEING APPROPRIATED, BUDGETED,
AND OTHERWISE MADE AVAILABLE.
Page 2 of 5
Contract_Amendment_TaskOrder_01-2015
This page left intentionally blank.
Page 3 of 5
Contract_Amendment_TaskOrder_01-2015
IN WITNESS WHEREOF,the parties hereto have executed this Amendment on the day first above written.
* Persons signing for Contractor hereby swear and affirm that they are authorized to act on Contractor's
behalf and acknowledge that the State is relying on their representations to that effect.
CONTRACTOR: STATE:
BOARD OF COUNTY COMMISSIONERS OF STATE OF COLORADO
WELD COUNTY(a political subdivision of the John W.Hickenlooper,Governor
State of Colorado)for the use and benefit of the
WELD COUNTY DEPARTMENT OF PUBLIC
HEALTH/AND ENVIRONMENT
A�4lei lots
By:
Signature of thorized fficer For the Executive Director
DEPARTMENT OF PUBLIC HEALTH
JUN 2 2 2015 AND ENVIRONMENT
Date
Barbara Kirkmeyer
Print Name of Authorized Officer
Chair, Board of Weld County Commissioners
Print Title of Authorized Officer
PROGRAM APPROVAL:
By:
ALL CONTRACTS MUST BE APPROVED BY THE STATE CONTROLLER
CRS§24-30-202 requires the State Controller to approve all State Contracts.This Contract is not valid until
signed and dated below by the State Controller or delegate.Contractor is not authorized to begin
performance until such time. If Contractor begins performing prior thereto,the State of Colorado is not
obligated to pay Contractor for such performance or for any goods and/or services provided hereunder.
STATE CONTROLLER
Robert Jaros,CPA,MBA,JD
By:
Date:
Page 4 of 5
0w/5- A�b�o(/,
Contract Amendment TaskOrder 01-2015
Amendment for Task Orders #1 for Local Planning and
Support Contract aka Per Capita
ATTEST: Wj atc J24. BOARD OF COUNTY COMMISSIONERS
Weld t Clerk to the B rd WELD COUNTY, C LORADO
BY: ��k' hair ;2 2
eputy CI to a Board rbara Kirkmey r, Chair 1UN 2 2 2015
APPROVED AS O F r N • iaa►; � % APPROVED AS TO SU ANCE:
1,,4&44k. /, C J\
Controller
- "' Elected Official or Department Head
; ��� .,
APPRO ' i AS TO F. ' . `=� 14 /A
Director of General Services
Cou ty Ar
020/5- /7666)
This page left intentionally blank.
Page 5of5
Contract_Amendment TaskOrder_01-2015
STATEMENT OF WORK
To Task Order-Contract Routing Number 13 FAA 42854
Contract Amendment#1 Routing Number 16 FAAA 78552
These provisions are to be read and interpreted in conjunction with the provisions of the contract specified ove.
I. Project Description:
Local public health agencies are essential to the provision of quality and comprehensive pu is health services
throughout the state and are critical partners with the Colorado Department of Public Healt and Environment in
maintaining a strong public health system. Each local public health agency shall assure a provision of Core
Public Health Services within their jurisdiction. The scope of the provision of each Cor ublic Health Service is
determined at the local level, and may differ across agencies based on community ne s, priorities, funding and
capacity. The Office of Planning and Partnerships and the local public health agent are accountable in assuring
state moneys are being used effectively to provide Core Public Health Services.
IL Definitions:
CDPHE:Colorado Department of Public Health and Environment
DEHS: Division of Environmental Health and Sustainability
DHD:Digital Health Department
HACCP:Hazard Analysis Critical Control Points
VNRFPS: Voluntary National Retail Food Regulatory Program Stand s
III. Work Plan:
A. Local Planning and Support
Goal#1: Strengthen Colorado's public health system by ensuring co public health services are available statewide.
Objective#1: No later than the expiration of the contract,the con[ for shall provide support for Core Public Health
Services.
Primary Activity#1 The Contractor shall provide or ure the provision Core Public Health Services within their
jurisdiction.
1. The Contractor shall part' [pate in assessment and planning efforts at the state,regional and
local level facilitated b he Office of Planning and Partnerships. These efforts shall assist
Sub-Activities#1 in defining the cores ices delivery appropriate to meet local needs and in identifying
strategies to improv local health outcomes.
I. The content o electronic documents located on CDPHE and non-CDPHE websites and
information ntained on CDPHE and non-CDPHE websites may be updated periodically
during the ntract term. The contractor shall monitor documents and website content for
updates d comply with all updates.
2. The ntractor shall comply with the Core Public Health Services Rule 6 CCR 1014-7.
Thi document is incorporated and made part of this contract by reference and is available
o the following website: http://www.sos.state.co.us/CCR/Welcome.do.
Standards and
Requirements 3 The Contractor shall be guided by Colorado Minimum Quality Standards for Public Health
Services 6CCR 10/4-9.This document is incorporated and made part of this contract by
reference and is available on the following website:
http://www.sos.state.co.us/CCR/Welcome.do.
4. The Contractor shall contribute funding for its local health services as determined
necessary by the Contractor to meet their local health needs.
5. CDPHE will compile data that has been provided by the Contractor to other CDPHE
programs to verify services provided or assured.
Increase or maintain core public health services within the Contractor's jurisdiction to meet
Expecte esults of local needs.
A ity(s)
P e1of7
ontract Statement of Work—Exhibit B
Jai.,2015
Data provided in the Contractor annual report provides evidence of the services provid or
Measurement of assured through another local public health agency and how these services are funde
Expected Results Additional data is provided at the program level to CDPHE.
I I air air air air Ire I I I f l J JF C pletion Date
The Contractor shall submit an annual report via email to the later than April
Deliverables Administrative Manager in a format provided the Office of Planning 0th
and Partnerships.
B. Division of Environmental Health and Sustainability(DEHS)Services
Goal#1: Provide environmental health services to achieve the uniform statewide administratio ,implementation and
enforcement of standards and rules established by the CDPHE for retail food establishments,c Id care centers and schools.
Objective#1: The Contractor shall assure compliance with the Food Protection Act,the olorado Retail Food Establishment
Rules and Regulations and all other policies,regulations,interpretive memoranda,and cuments issued by DENS which are
used to clarify interpretation and implementation of the laws,rules and regulations.
Primary Activity#1 The Contractor shall conduct regulatory inspectio of retail food establishments in accordance
with state laws,regulations and standards.
I. The Contractor shall implement the Sta risk-based inspection methodology or an
alternate risk-based methodology app ved by the State. In order to be approved,alternate
methodologies shall include imple ntation of State-approved intervention methods for
highest risk establishments to mi ' ize food-borne illness violations and to address critical
item violations.
2. The Contractor shall conduc nterventions for those retail food establishments that,
Sub-Activities#1 through inspection data, identified as having a large number of food-borne illness risk
factors. An intervention ' considered a routine inspection and can include onsite training,
announced inspection, r a Hazard Analysis Critical Control Point(HACCP)-based critical
item inspection.
3. The Contractor s I enter inspection,intervention and compliance data into the
Contractor's di ' I database or into the State's digital database(DHD)no later than five
working days er the last day of each month.
Primary Activity#2 The Contrac r shall uniformly implement and administer the Food Protection Act.
P 2of7
ntract Statement of Wodc—Exhibit B
a,uaty le in
1. The Contractor shall issue new and renewal licenses and certificates of license u ng DI-ID
or Contractor-specific data system(s),and remit the State's portion of licensin ees to
DENS upon receipt of payment.
2. The Contractor shall respond to any plans and specifications or HACCP s submitted
within 14 days.
a. The Contractor shall review and approve HACCP plans submitt by retail food
establishments to verify and ensure that food handling risks reduced to prevent
food-borne illness outbreaks.
b. The Contractor shall review all submitted plans for new o extensively remodeled
retail food establishments.
c. If a HACCP plan or other plan or specification is d ed inadequate,the Contractor
shall provide written response to the submitter wit a statement describing how such
deficiencies may be corrected.
3. The Contractor shall hear and determine all comp) nts against licensees or grantees of
certificates of license and administer oaths and i ue subpoenas to require the presence of
any person necessary to the determination of such hearing.
Sub-Activities#2 4. The Contractor shall review all variance re ests submitted by retail food establishments
and provide a recommendation for appro or denial to be considered by CDPHE.
5. The Contractor shall implement perfo ance measures to assure that employees cite
critical violations on retail food insp tions and ensure that these violations are corrected.
6. The Contractor shall use the State nspection form,or a form approved by the State,and
mark the compliance status opti ns for all critical violations as in compliance(In),out of
compliance(Out),not applica e(NA),or not observed(NO)during each inspection.
7. The Contractor shall enroll d maintain progress in the FDA's Voluntary National Retail
Food Regulatory Progra Standards(VNRFPS)as staffing resources allow. Including:
a. Participation in st ewide committees for the development of the State requirements
for a particular dard.
b. Implementati of the minimum Standards developed by the State and/or the
statewide c mittees.
8. The Contract shall participate in individual and statewide trainings offered by DEHS for
the retail fo d program or supporting data system(s).
9. The Co for shall maintain standardized data,reports,and data interchange capabilities.
10. The ntractor shall participate in the State's data standardization efforts.
Objective#2: The Contractor shal sure compliance with the Rules and Regulations Governing the Health and Sanitation of
Child Care Facilities and all other gulations,interpretive memoranda,and documents issued by DEHS which are used to
clarify interpretation of the law, les and regulations.
Primary Activity#1 The Contractor shall conduct regulatory inspections and assure regulatory compliance for child
care facilities in accordance with state laws,regulations and standards.
I. The Contractor shall inspect each child care center once every two years or on a risk-based
inspection frequency.
2. The Contractor shall enter inspection,intervention and compliance data into the
Sub-AcHv. es#1 Contractor's digital database or the State's digital database(DI-ID)no later than five
working days after the last day of each month.
3. The Contractor shall review all plans submitted by child care facilities and provide written
response within two weeks of submittal.
P 3of7
ntract Statementof Woik—Exhibit B
moray 2013
4. The Contractor shall participate in individual and statewide trainings offered by EHS for
the child care program or supporting data system(s).
Objective#3:The Contractor shall assure compliance with the Core Public Health Services regulations,t Rules and
Regulations Governing Schools and all other documents issued by DEHS which are used to clarify interpr ation of the law,
rules and regulations.
Primary Activity#1 The Contractor shall conduct regulatory inspections and assure regu tory compliance for
schools in accordance with state laws,regulations and standards.
1. The Contractor shall inspect each school that contains a I oratory or shop(high-risk
school)once per year.
2. The contractor shall inspect each school that does no ontain a laboratory or shop(low-
risk school)at least once every three years.
3. The Contractor shall participate in local,region or statewide self-certification inspections
to assess compliance at schools.
Sub-Activities#1 4. The Contractor shall enter inspection,inte ntion and compliance data into the
Contractor's digital database or the State' digital database(DHD)no later than five
working days after the last day of each onth.
5. The Contractor shall review and app ve plans submitted by schools.
6. The Contractor shall forward all s miffed variance requests to DEHS.
7. The Contractor shall participat in individual and statewide trainings offered by DENS for
the school program or suppo ng data system(s).
.1. The Contractor shall co ply with the Food Protection Act,C.R.S.25-4-16.This document
is incorporated and m e part of this contract by reference and is available on the
following website h ://www.sos.state.co.us/CCR/Welcome.do.
2. The Contractor s I comply with the Colorado State Board of Health Rules 6 CCR 1010-
2,6 CCR 1010 ,6 CCR 1010-6.These documents are incorporated and made part of this
contract by r erence and is available on the following website
http://www os.state.co.us/CCR/NumericalDeotList.do#1000.
3. The Co ctor shall secure,maintain and use the following equipment to conduct
inspec ons,at a minimum:
a. aptop or tablet computer(s);
Standards and b. Thermocouple(s)or probe-type thermometer(s);
Requirements Maximum registering thermometer or temperature-sensitive tape(s);
d. Chemical test kits/papers;
e. Drinking water test kits;
f. Flashlight(s);and,
g. Alcohol swabs.
4. The Contractor shall assure compliance of retail food establishments in accordance with
the delegation of responsibilities under the Food Protection Act.
5. The Contractor shall complete all required retail food inspections during the State fiscal
year and ensure that inspections are completed at a sufficient rate to protect public health
and maintain a consistent regulatory presence in the community(i.e.approximately 25%of
annually required inspections completed per quarter).
6. The Contractor shall have at least one employee that has successfully completed retail food
establishment standardization through the DENS,or have one employee who meets the
P 4of'7
C tract Statement of Work—Exhibit B
R.,.,,2015
eligibility requirements for standardization and participates in and successfully pletes
the standardization exercise when scheduled by DEHS.
7. The Contractor shall employ an individual as the lead environmental health fessional
who possesses at least a Bachelor of Science(BS)degree in environments ealth or in a
closely associated field,and at least two years of field experience in gen I environmental
health programs. A Masters of Public Health degree may be substitut for one year of
field experience.
a. The Contractor may employ an environmental health professi nal or technician
without two years of field experience or an individual who es not possess a BS
degree if the individual is supervised by an environment ealth professional with the
qualifications listed above.
8. The Contractor shall implement a performance plan for r 'I food inspections that
addresses staffing fluctuations,seasonal facilities,and nods of heavy workload in other
public and environmental health programs in order to sure consistent performance of
State-delegated duties on a quarterly basis.
a. If extenuating circumstances(i.e.staffing,p gram or funding limitations),cause the
contractor to complete less than 25%of th nually-required number of inspections
in a quarter,the Contractor shall notify t State in writing of the extenuating
circumstances.
b. When the contractor lacks program dget to provide a staffing level of one full-time
equivalent(FTE)devoted to retail od safety for every 320 inspections to be
performed,the Contractor shall i elude such information in their written notification
to the State.The Contractor sh use Standard 8 from the 2013 VNRFPS as the basis
for calculations in support of is justification.(FTE requirements calculated in
accordance with Standard may be compared with funding provided through retail
food license revenues an ocal staffing costs when justifying proportionally
appropriate work comp lion).
9. The Contractor shall gr or refuse licenses and certificates of licenses to retail food
establishments.
10. For retail food est shments,the Contractor shall utilize enforcement provisions
including the asse ment of civil penalties and the suspension or revocation of licenses and
certificates of li nse.
11. For retail foo establishments,the Contractor shall utilize the Colorado Retail Food
Establishm t Guideline for Communicating Sanitation Rating or other State-approved
methodol gy when communicating risk or ratings associated with retail food establishment
inspect' ns.
12. The ontractor shall maintain inspection and compliance records for retail food
es lishments in a digital database in order for DENS to determine:
An accurate and complete inventory of existing retail food establishments;
b. The number of inspections conducted;
c. Completion rates for required inspections and interventions;
d. The number of food-borne illness and critical item violations cited;
e. Whether food-borne illness and critical items identified on retail food establishment
inspections were corrected;
f. Whether the required inspection frequency was met;and
g. The number of enforcement actions taken to obtain compliance in retail food
establishments.
13. The Contractor shall provide inspections and assure compliance to establish and enforce
sanitary standards for the operation and maintenance of schools and child care facilities.
a. In accordance with Section 5 of 6 CCR 1014-7,Core Public Health Services,when
P 5of7
C tract Statement of Work—Exhibit B
an..ay 2015
SYIUWT
sufficient appropriations are absent,the contractor shall set priorities for co leting
the required child care and school inspections,and include the list of prio ' es in its
local public health plan submitted pursuant to section 25-1-505,C.R.S.
14. The Contractor shall maintain adequate inspection and compliance record or schools and
child care establishments in a digital database in order for DEHS to dete be:
a. An accurate and complete inventory of existing child care faciliti ;
b. The number of inspections conducted;
c. The number of critical item violations cited during child c acility and school
inspections,and whether critical items identified on insp ons were corrected;
d. Completion rates for required inspections;and,
e. Whether the required inspection frequency was met.
r,.. 'eira Pt,t i k.. .,c..� treui,. 172L. :,: ...td, 4wti c7 tacrH.
Expected Results of Complete inspections and assure regulatory compliance i chools,child care facilities and
retail food establishments in proportion with the resour s and funding available to each of
Activity(s) these programs.
I. The number of retail food inspections require to be completed by the Contractor during
the State fiscal year(based on the State's ri -based inspection scheduling methods or an
alternate risk-based methodology approv by the State),and the number of inspections
actually completed;
2. The number of food-borne illness an critical item violations cited during retail food
inspections,and whether these vio ions were corrected;
3. The number of child care center nspections required to be completed by the Contractor
during the State fiscal year an the number of child care facility inspections actually
Measurement of completed;
Expected Results 4. The number of critical it violations cited during child care facility inspections,and
whether critical items i ntified on inspections were corrected;
5. The number of high sk school inspections required to be completed by the Contractor
during the State fi al year and the number of high-risk school inspections actually
completed;
6. The number low-risk school inspection required to be completed by the Contractor
during the ate fiscal year and the number of low-risk school inspections actually
complete , and,
7. Then ber of critical item violations cited during school inspections,and whether critical
ite identified on inspections were corrected.
air aes ae air ale , " ale dr Alf astr air air air d Completion Date
No later than
1. The Contractor shall submit semi-annual progress reports via email
to the Deputy Director of DEHS in a format provided by DENS. January I`
June 30
2. If not using the State's digital database,the Contractor shall submit No later than
via email to the Deputy Director of DEHS an electronic data October 31
Deliverables January 31'
transfer(EDT)at a minimum of each quarter in accordance with April 30'"
data standardization workgroup protocol. July 31"
3. If not using the State's digital database,the Contractor shall submit No later than
a quarterly inspection and compliance progress summary,in a October 31"
format provided by DEHS via email to the Deputy Director of January 31"
DENS. April 30`"
P 6of7
ntract Statement of Work—Exhibit B
enmity 2015
EXHIBIT E
July 31"
Quarterly reporting may be provided using the Contractor's data
system reporting capabilities(i.e.the Contractor can submit
"canned"reports with some or all data elements).
IV. Monitoring:
CDPI-IE's monitoring of this contract for compliance with performance requirements will be cond ed throughout
the contract period by the Office of Planning and Partnerships Contract Monitor. Methods used II include a
review of documentation determined by CDPI-IE to be reflective of performance to include pro ss reports,site
visits and other fiscal and programmatic documentation as applicable. The Contractor's pert ce will be
evaluated at set intervals and communicated to the contractor. A Final Contractor Perfo ce Evaluation will be
conducted at the end of the life of the contract.
V. Resolution of Non-Compliance:
The Contractor will be notified in writing within(7)calendar days of discovery a compliance issue.Within(30)
calendar days of discovery, the Contractor and the State will collaborate, en appropriate, to determine the
action(s) necessary to rectify the compliance issue and determine when th action(s) must be completed. The
action(s)and time line for completion will be documented in writing and a ed to by both parties. If extenuating
circumstances arise that requires an extension to the time line,the Cont for must email a request to the Contract
Monitor and receive approval for a new due date. The State will ov ee the completion/implementation of the
action(s) to ensure time lines are met and the issue(s) is resolved. If the Contractor demonstrates inaction or
disregard for the agreed upon compliance resolution plan,the Stat y exercise its rights under the provisions of
this contract.
P 7of7
ntract Statement of Work—Exhibit B
-. 12015
Exhibit F
BUDGET
To Task Order-Contract Routing Number 13 FAA 42854
Contract Amendment#1 Routing Number 16 FAAA 78552
Budget:
Local Planning and
Quarter Support Amount
July 1 through September 30,2015 $100,645.75
October 1 through December 31,2015 $100,645.75
January 1 through March 31,2016 $100,645.75
April 1 through June 30,2016 $100,645.75
Total $402,583.00
Accumulative Budget:
Local Planning and
Fiscal Year Support Amount
July 1,2012—June 30,2013 $380,173.00
July 1,2013—June 30,2014 $390,342.00
July 1,2014—June 30,2015 $388,932.00
July 1,2015—June 30,2016 $402,583.00
Total $1,562,030.00
Page 1 of 1
Exhibit G
GRANT FUNDING CHANGE LETTER
Date: State Fiscal Year: Grant Funding Change CMS Routing#
Letter(GFCL)# CORE Encumbrance#
TO: <Insert Grantee's name>
In accordance with Section of the Original Contract routing number , [insert the following language here if
previous amendment(s),renewal(s)have been processed]as amended by [include all previous amendment(s),renewal(s)and
their routing numbers], [insert the following words here if previous amendment(s),renewal(s)have been processed]between the State
of Colorado, Department of Public Health and Environment and <insert contractor name>beginning <insert
start date of original contract>and ending on <insert ending date of current contract amendment>,the undersigned commits
the following funds to the Grant:
The amount of(federal, state,other)grant funds available and specified in Section of <insert previous
contract modification number and routing number>is❑ increased or❑ decreased by$ amount of change to new total
funds for the period <date to date>of$ <insert new period cumulative total>for the following reason:
Section is hereby modified accordingly. The revised Budget is incorporated herein by this reference and
identified as Revised Exhibit*. (if budget attached;delete sentence if no budget included.)Complete the table below;insert/delete
rows as needed.
The table below reflects the original budget and all modifications to the total since the effective date of the Original
Contract.
SUMMARY OF CHANGES
Document Type CMS Routing Funding Source Period Dollar Amount Period
(federal,state,other) Total
Original Contract $ $
$ $
$ $
$ $
$ $
Contract Cumulative Grand Total $
This Grant Funding Change Letter does not constitute an order for services under this Grant.
The effective date of hereof is upon approval of the State Controller or <end date>, whichever is later.
STATE OF COLORADO
John W.Hickenlooper,GOVERNOR PROGRAM APPROVAL:
Department of Public Health and Environment
By:
By:Lisa McGovern,Purchasing&Contracts Unit Director
Date:
ALL GRANTS REQUIRE APPROVAL BY THE STATE CONTROLLER
CRS§24-30-202 requires the State Controller to approve all State Grants.This Grant is not valid until signed and dated below by the
State Controller or delegate.Grantee is not authorized to begin performance until such time.If Grantee begins performing prior
thereto,the State of Colorado is not obligated to pay Grantee for such performance or for any goods and/or services provided
hereunder.
STATE CONTROLLER
Robert Jaros,CPA,MBA,JD
By:
Date:
Grant Funding Letter Exhibit G.doc Page I of I
Hello