<<

Board of County Commissioners of Rio Blanco County, Rio Blanco County Historic Courthouse 555 Main Street, 3rd Floor Hearing Room Meeker, Colorado 81641 To attend by phone, please call 970­878­9432

Tentative Agenda December 8, 2020

Public Comment: Any member of the public may address the Board on matters which are within the jurisdiction of the Board. If you are addressing the Board regarding a matter listed on the Agenda, you are requested to make your comments when the Board takes that matter. Please limit your comments to three minutes per member or five minutes per group. The public comment time is not for questions and answers. It is your time to express your views.

1. 11:00 a.m. Call to order:

A. Pledge of Allegiance

B. Changes to December 8, 2020 Agenda

1)

2)

C. Move to approve the December 8, 2020 Agenda including any changes.

2. CONSENT AGENDA FOR DECEMBER 8, 2020

Items of routine and non­controversial nature are placed on the consent agenda. Any Commissioner or member of the audience may request an item be removed from the Consent Agenda and considered separately on the regular agenda prior to action being taken by the Board on the Consent Agenda.

A. Move to approve the below listed items of the Consent Agenda.

B. Meeting Minutes of November 24, 2020. (All sign)

C. Financial Management Report for November 2020. (All sign)

D. DHS EBT Register and Warrant Register for November 2020. (Chairman signs)

E. Motor Vehicle Publication Report for November 2020. (All sign)

3. BUSINESS

A. Move to approve/deny Grant Award Letter from Colorado Department of State for the CARES Act Primary Mailing Grant in the amount of $1,061.71. (Chairman signs)

B. Move to approve/deny a quote from CDOT/Davey Coach for Radino Bus replacement in the amount of $70,298.00. (Chairman signs)

C. Move to approve/deny Final Contractor Settlement with Western Gravel Constructors, LLC for the 2020 Rio Blanco County Road 7 Bridge Replacement Project in the amount of $21,890.74.(No signature)

4. BID AWARDS

A. None

5. MOU’s, CONTRACTS, AND AGREEMENTS

A. Move to ratify an agreement with Moon Lake Electric to upgrade service at the Radino Senior Center, for a total amount of $9,383.10. (Chairman signs)

B. Move to approve/deny an Agreement for Services with Lindsay Ishman, LLC dba Attachment & Resiliency Center LLC for Sexual Abuse/Offender Treatment Services, in an amount not to exceed $4,000.00. (All sign)

C. Move to approve/deny a lease agreement with Mahogany Resources, LLC for the Cathedral Bluffs Communication Tower Site. (All Sign)

D. Move to approve/deny an Agreement for Services with Chris Tonozzi, MD to provide vasectomy services to eligible residents on behalf of the Rio Blanco County Department of Public Health and Environment. (All Sign)

E. Move to approve/deny a Joint Funding Agreement with the US Department of the Interior, US Geological Survey for the operation and maintenance of streamflow gaging stations and water­quality sampling sites on the White River for the period January 1, 2021 through December 31, 2021, in an amount not to exceed $13,063.00. (All sign)

F. Move to approve/deny a Joint Funding Agreement with the US Department of the Interior, US Geological Survey for the operation and maintenance of streamflow gaging stations and water­quality sampling sites on Piceance Creek, Corral Gulch, and Yellow Creek for the period January 1, 2021 through December 31, 2021, in an amount not to exceed $95,091.00. (All sign)

G. Move to approve/deny a Data Use Agreement with Pioneers Medical Center for the use and benefit of the Rio Blanco County Department of Public Health. (All Sign)

6. RESOLUTIONS

A. Move to approve/deny Resolution No. 2020­25 authorizing the Treasurer to assign County­ held liens on mineral accounts R5503451 & R5501128. (All sign)

7. OTHER BUSINESS

A. Road & Bridge Report ­ Dave Morlan

B. Public Comment

C. County Commissioners Updates

D. Move to go into Executive Session pursuant to §24­6­402(4)(b) to conference with the Rio Blanco County Attorney, Todd M. Starr, for the purpose of receiving legal advice on specific legal questions and §24­6­402(4)(e) C.R.S. determining positions relative to matters that may be subject to negotiations: developing strategy for negotiations: and instructing negotiators.

8. PUBLIC HEARINGS

A. None

Adjourn

The agenda is provided for informational purposes only; all times are approximate. Agenda items will normally be considered in the order they appear on the agenda. However, the Board may alter the Agenda, take breaks during the meeting, work through the noon hour and even continue an item for a future meeting date. The Board, while in session, may consider other items that are brought before it. Scheduled items may be continued if the Board is unable to complete the Agenda as scheduled.

The next regular Board meeting is tentatively scheduled for December 15, 2020 in the Rio Blanco County Annex Building, 17497 Hwy 64, Rangely, CO. Please check the County’s website for information at http://rbc.us/186/Board­of­County­Commissioners. If you need special accommodations please call 970­878­9431 in advance of the meeting so that reasonable accommodations may be made. CONSENT AGENDA

Meeting Minutes of November 24, 2020.

All Sign

Copies: 1 Route to: Clerk & Recorder

BOCC Meeting – 12/8/2020 Date Approved______

MINUTES BOARD OF COUNTY COMMISSIONERS November 24, 2020 Rio Blanco County

The Board met at 11:01 a.m. in regular session at the RBC Courthouse, 555 Main St., Meeker, CO. Commissioner Gary Moyer, Commissioner Woodruff, Board Assistant Lori Zentmeyer, Attorney Todd Starr and Clerk to the Board Boots Campbell were present. Chairman Jeff Rector was present via teleconference.

CALL TO ORDER: The meeting began with the Pledge of Allegiance.

AGENDA CHANGES: None

APPROVAL OF THE November 24, 2020 AGENDA: Commissioner Moyer moved to approve the November 24, 2020 agenda. Commissioner Woodruff seconded the motion. Roll call vote: Rector-Aye, Moyer-Aye, Woodruff-Aye.

CONSENT AGENDA – Approval of the November 24, 2020 consent agenda BOCC minutes of November 17, 2020.

Commissioner Moyer moved to approve the consent agenda. Commissioner Rector seconded. Roll call vote: Moyer-Aye, Woodruff-Aye, Rector-Aye.

BUSINESS: Commissioner Moyer moved to approve the 2021 Rio Blanco County Fair dates of July 30 • August 7, 2021. Commissioner Rector seconded. Roll call vote: Woodruff-Aye, Rector-Aye, Moyer-Aye. It was noted that the Fair Board requested early approval so they could start preparations for the 2021 County Fair.

Commissioner Moyer moved to approve advertisement for the Temporary Health Nurse position. Commissioner Rector seconded. Roll call vote: Rector-Aye, Moyer-Aye, Woodruff-Aye.

Commissioner Moyer moved to approve a wage increase for the Accounting Technician in an amount not to exceed the 2020 appropriation. Commissioner Rector seconded. Roll call vote: Moyer-Aye, Woodruff-Aye, Rector-Aye.

BID AWARDS: Commissioner Moyer moved to award the FY 2020 Audit to Paul D. Miller in the amount of $22,000.00. Commissioner Rector seconded. Roll call vote: Moyer-Aye, Woodruff-Aye, Rector- Aye.

MOU’S, CONTRACTS AND AGREEMENTS: Commissioner Moyer moved to approve an Agreement for Services with EMC Plumbing and Heating, Inc. for the Meeker Road and Bridge office boiler replacement in an amount not to exceed $15,578.40. Commissioner Rector seconded. Roll call vote: Woodruff-Aye, Rector-Aye, Moyer-Aye.

Commissioner Moyer moved to approve an Agreement for Services with EMC Plumbing and Heating, Inc. for the Radino Senior Center Central Air Project in an amount not to exceed $24,754.00. Commissioner Rector seconded. Roll call vote: Rector-Aye, Moyer-Aye, Woodruff- Aye.

Commissioner Moyer moved to approve Contract Modification Order No. 1 with Western Gravel Contractors for the 2020 Bridge Maintenance Project for changes in field conditions, increasing the contract amount by $18,225.00, for a new contract total of $132,173.00. Commissioner Rector seconded. Roll call vote: Moyer-Aye, Woodruff-Aye, Rector-Aye. November 24, 2020 BOCC Page 2 of 2 RESOLUTIONS: Commissioner Moyer moved to approve Resolution #2020•23, canceling certain outstanding checks. Commissioner Rector seconded. Roll call vote: Rector-Aye, Moyer-Aye, Woodruff-Aye. It was noted that this was an uncashed $10 check from July.

Commissioner Moyer moved to approve Resolution #2020•24 authorizing the Treasurer to assign County held liens on property accounts R1000010 & R1003250. Commissioner Rector seconded. Roll call vote: Moyer-Aye, Woodruff-Aye, Rector-Aye.

OTHER BUSINESS Public Comment A gentleman by the name of Robert stated that after heating the report from the Public Health Nurse this morning, he was concerned about relatives who are in Rio Blanco County. He contacted Kyle Wren from Rangely District Hospital and asked him to call in to the BOCC meeting and give an update. He also asked if there could be updates from both hospitals and DHS at the next BOCC meetings. Attorney Starr said they would give consideration to his request.

Kyle Wren, CEO from the Rangely Hospital briefed the Commissioners on the status of the hospital and their capabilities of caring for COVID patients. They can handle about 8 non critical patients and 1 critical patient. They have enough Remdezivere to treat 5 patients. The hospital also has an agreement with Community Hospital in Grand Junction where they can send critical patients if necessary. Kyle stated they are prepared and ready handle COVID patients.

Commissioner Updates Commissioner Moyer has been involved with the COVID situation. He stated that public comment is critical and he wants everyone to have respect for each other and realize everyone has the right to state their views and opinions.

Chairman Rector remotely attended a NACO public lands meeting and was on a CCI legislative call last week. He also reported that he had dealt first hand with COVID since being tested positive and hospitalized. He also gave an update on increased pipeline capacity and connectivity from Texas and New Mexico to move gas to the Baja and how that’s a plus for us.

Commissioner Woodruff stated he has been in and out of the courthouse all week for several various reasons.

Commissioner Moyer moved to go into Executive Session pursuant to §24•6•402(4)(e) C.R.S. to conference with the Rio Blanco County Attorney, Todd M. Starr for the purpose of determining positions relative to matters that may be subject to negotiations: developing strategy for negotiations: and instructing negotiators . Commissioner Rector seconded. Roll call vote: Woodruff-Aye, Rector-Aye, Moyer-Aye.

Attorney Starr mentioned the issue to be discussed was the threat of litigation.

With no further business to come before the Board, the meeting was recessed at 11:50 a.m.

ATTEST:

______Boots M. Campbell, County Clerk Jeff Rector, Chairman CONSENT AGENDA

Financial Management Report for November 2020.

All Sign

Copies: 2 Route to:

BOCC Meeting – 12/8/2020 PAYROLL 2020 DATE FUND AMOUNT 11/30/2020 General$ 256,212.81 11/30/2020 Road & Bridge 99,356.21 11/30/2020 Public Health 15,299.40 11/30/2020 Dept/Human Svcs 28,098.64 11/30/2020 Use Tax 16,365.13 11/30/2020 Solid Waste LF 9,664.43 11/30/2020 Weed & Pest 2,990.66 11/30/2020 Communications 9,699.46 11/30/2020 Fairfield Cmplx 3,898.88 11/30/2020 Fleet Mgmt 25,307.73 TOTAL$ 466,893.35

PAYROLL BENEFITS & WITHHOLDINGS DATE FUND AMOUNT 11/30/2020 General$ 250,316.06 11/30/2020 Road & Bridge 120,818.70 11/30/2020 Public Health 12,918.15 11/30/2020 Dept/Human Svcs 29,879.00 11/30/2020 Use Tax 18,806.80 11/30/2020 Solid Waste LF 9,823.89 11/30/2020 Weed & Pest 2,586.76 11/30/2020 Communications 10,493.72 11/30/2020 Fairfield Cmplx 4,875.41 11/30/2020 Fleet Mgmt 23,121.16 TOTAL$ 483,639.65

ACCOUNTS PAYABLE DATE FUND AMOUNT 11/30/2020 General$ 208,682.56 I hereby certify that the Payroll, Overtime, Payroll Benefits & 11/30/2020 Capital Expend 179,036.28 Withholdings, Accounts Payable payments are true and 11/30/2020 Road & Bridge 168,146.68 correct. 11/30/2020 Public Health 21,075.72 11/30/2020 Dept/Human Svcs 10,359.55 APPROVED FOR PAYMENT THIS 8TH DAY OF DECEMBER 2020: 11/30/2020 Capital Improve 160,814.48 11/30/2020 Use Tax 21,347.50 11/30/2020 Impact Fees ‐ Carl J. Rector, Chairman 11/30/2020 Consv. Trust ‐ 11/30/2020 Solid Waste LF 7,103.72 11/30/2020 Weed & Pest 1,725.89 Si Woodruff, Commissioner 11/30/2020 Communications 15,769.78 11/30/2020 Fairfield Cmplx 8,124.89 11/30/2020 Central Services 1,013.00 Gary Moyer, Commissioner 11/30/2020 Fleet Mgmt 394,506.43 TOTAL$ 1,197,706.48

1 of 1 SUMMARY REPORT NOVEMBER 2020 PAYROLL 2020 2019 2020 2019 DATE FUND AMOUNT AMOUNT CHG YTD YTD CHG 11/30/2020 General$ 256,212.81 $ 265,138.04 ‐3%$ 2,810,433.34 $ 2,820,954.22 0% 11/30/2020 Road & Bridge 99,356.21 102,694.35 ‐3% 1,178,092.60 1,205,124.61 ‐2% 11/30/2020 Public Health 15,299.40 11,387.59 34% 138,799.18 124,345.02 12% 11/30/2020 Dept/Human Svcs 28,098.64 32,326.14 ‐13% 337,484.73 349,444.21 ‐3% 11/30/2020 Use Tax 16,365.13 15,094.67 8% 170,882.86 175,057.70 ‐2% 11/30/2020 Solid Waste LF 9,664.43 10,742.83 ‐10% 113,748.65 117,890.67 ‐4% 11/30/2020 Weed & Pest 2,990.66 2,984.96 0% 68,438.27 58,760.44 16% 11/30/2020 Communications 9,699.46 9,740.70 0% 106,798.30 108,125.94 ‐1% 11/30/2020 Fairfield Cmplx 3,898.88 3,977.73 ‐2% 45,312.69 45,224.50 0% 11/30/2020 Fleet Mgmt 25,307.73 25,217.03 0% 253,299.16 254,776.86 ‐1% TOTAL $ 466,893.35 $ 479,304.04 ‐2.59%$ 5,223,289.78 $ 5,259,704.17 ‐0.69%

PAYROLL BENEFITS & WITHHOLDINGS DATE FUND AMOUNT AMOUNT CHG YTD YTD CHG 11/30/2020 General$ 250,316.06 $ 262,633.48 ‐5%$ 2,730,739.01 $ 2,786,419.24 ‐2% 11/30/2020 Road & Bridge 120,818.70 115,588.72 5% 1,287,170.65 1,263,154.74 2% 11/30/2020 Public Health 12,918.15 7,940.24 63% 105,392.42 93,552.98 13% 11/30/2020 Dept/Human Svcs 29,879.00 33,651.98 ‐11% 362,650.33 351,464.73 3% 11/30/2020 Use Tax 18,806.80 17,711.79 6% 197,036.83 200,471.32 ‐2% 11/30/2020 Solid Waste LF 9,823.89 7,711.62 27% 107,236.43 104,661.57 2% 11/30/2020 Weed & Pest 2,586.76 2,424.06 7% 36,541.92 38,883.48 ‐6% 11/30/2020 Communications 10,493.72 10,112.13 4% 119,715.78 103,793.34 15% 11/30/2020 Fairfield Cmplx 4,875.41 4,726.60 3% 53,619.68 48,698.83 10% 11/30/2020 Fleet Mgmt 23,121.16 23,824.57 ‐3% 244,703.68 254,085.88 ‐4% TOTAL $ 483,639.65 $ 486,325.19 ‐0.55%$ 5,244,806.73 $ 5,245,186.11 ‐0.01%

ACCOUNTS PAYABLE DATE FUND AMOUNT AMOUNT CHG YTD YTD CHG 11/30/2020 General$ 208,682.56 $ 259,411.26 ‐20% $ 2,766,485.67 $ 2,698,076.08 3% 11/30/2020 Capital Expend 179,036.28 724.98 24595% 293,331.06 209,145.09 40% 11/30/2020 Road & Bridge 168,146.68 13,698.65 1127% 4,645,075.74 2,116,929.08 119% 11/30/2020 Public Health 21,075.72 7,271.45 190% 93,230.51 51,522.53 81% 11/30/2020 Dept/Human Svcs 10,359.55 12,210.78 ‐15% 122,559.85 94,304.02 30% 11/30/2020 Capital Improve 160,814.48 95,269.52 69% 313,582.64 1,367,755.82 ‐77% 11/30/2020 Use Tax 21,347.50 8,693.82 146% 246,706.24 280,498.97 ‐12% 11/30/2020 Impact Fees ‐ 182,336.33 ‐100% 22,439.38 1,379,032.67 ‐98% 11/30/2020 Consv. Trust ‐ ‐ 0% 7,000.00 ‐ 0% 11/30/2020 Solid Waste LF 7,103.72 7,074.20 0% 116,597.67 140,201.37 ‐17% 11/30/2020 Weed & Pest 1,725.89 33,962.91 ‐95% 474,005.52 442,379.35 7% 11/30/2020 Communications 15,769.78 13,701.07 15% 285,546.22 259,491.76 10% 11/30/2020 Fairfield Cmplx 8,124.89 5,941.44 37% 120,597.82 60,233.54 100% 11/30/2020 Central Services 1,013.00 5,610.82 ‐82% 228,077.40 249,799.79 ‐9% 11/30/2020 Fleet Mgmt 394,506.43 79,399.44 397% 1,663,268.89 1,589,166.59 5% TOTAL $ 1,197,706.48 $ 725,306.67 65.13%$ 11,398,504.61 $ 10,938,536.66 4.21%

DEPT. OF HUMAN SERVICES DATE FUND AMOUNT AMOUNT CHANGE YTD YTD CHG 11/30/2020 EBT Payments$ 162,996.79 $ 108,376.22 50%$ 1,927,793.50 $ 1,238,955.38 56% 11/30/2020 AP Payments 5,163.76 9,008.27 ‐43% 73,822.35 87,903.63 ‐16% TOTAL $ 168,160.55 $ 117,384.49 43.26%$ 2,001,615.85 $ 1,326,859.01 50.85%

1 of 1 SUMMARY REPORT NOVEMBER 2020 RIO BLANCO COUNTY PAYROLL WARRANT REGISTER NOVEMBER 2020 *** Split Employees FUND FUND NAME EMPLOYEE NAME CHECK # AMOUNT 22 ROAD & BRIDGE Brickey, Steven 156306 2,795.51 22 ROAD & BRIDGE Cox, Brett C 156307 1,740.00 22 ROAD & BRIDGE Kaschke, Thomas O 156308 2,510.72 24 DEPT OF HUMAN SERVICES Yarbrough, Jesse C 156309 3,164.29

$ 10,210.52

FUND FUND NAME EMPLOYEE NAME AMOUNT 10 GENERAL FUND Amick, Jim 4,465.00 10 GENERAL FUND Ashcraft, Lela 2,085.94 10 GENERAL FUND Bair, Inge 1,110.09 10 GENERAL FUND Barton, Makala 4,003.39 10 GENERAL FUND Becker, Max 5,025.58 10 GENERAL FUND Campbell, Boots 3,921.66 10 GENERAL FUND Collins, Melanie 2,455.69 10 GENERAL FUND Cook, Michael K 3,168.51 10 GENERAL FUND Crawford, Kacey 3,600.52 10 GENERAL FUND Davis, Kimberly 2,620.76 10 GENERAL FUND Dembowski, Melissa 2,400.88 10 GENERAL FUND Denomy, Mary 1,081.91 10 GENERAL FUND Duncan, Barrett 1,644.87 10 GENERAL FUND Dungan, Joseph 623.74 10 GENERAL FUND Edwards, Vicky 3,524.40 10 GENERAL FUND Ellis, Treasa 2195.04 10 GENERAL FUND Eubanks, Lois 3,537.48 10 GENERAL FUND Fichter, Justin 2,855.16 10 GENERAL FUND Forsythe, Skye*** 2,430.67 10 GENERAL FUND Garcia, Elsa 2,317.51 10 GENERAL FUND Gates, Ty 4,680.43 10 GENERAL FUND Gibson, John 661.00 10 GENERAL FUND Gould, Stacey 2,553.90 10 GENERAL FUND Herrera, Lesli 3,047.93 10 GENERAL FUND Hobbs, Amy 2,268.13 10 GENERAL FUND Hughes, Bradley 2,572.35 10 GENERAL FUND Hume, Rebecca 1,268.62 10 GENERAL FUND Jacquez, Eric 5,440.91 10 GENERAL FUND Jastrem, Raychel 2,284.47 10 GENERAL FUND Jennings, Sarah 2,577.65 10 GENERAL FUND Joy, Jonathan 5,748.55 10 GENERAL FUND Kilduff, Clinton 4,920.43 10 GENERAL FUND Kracht, Ann 2,331.33

1 of 4 PAYROLL WARRANT REGISTER NOVEMBER 2020 10 GENERAL FUND Lemmon, Brenda 2,254.35 10 GENERAL FUND Lewis, Jayda 2,373.57 10 GENERAL FUND Litzelman, Mark*** 2,823.83 10 GENERAL FUND Lopas Templeton, Caleb*** 1,311.12 10 GENERAL FUND Luce, Shawn 2,606.87 10 GENERAL FUND Madden, Brian 4,578.74 10 GENERAL FUND Mancini, Brittany 3,377.77 10 GENERAL FUND Massey, Lannie 6,856.73 10 GENERAL FUND Mathews, Dan 2,899.76 10 GENERAL FUND Mazzola, Anthony 6,024.88 10 GENERAL FUND McCann, Mike 3,482.03 10 GENERAL FUND McGruder, Rhawnie 3,566.20 10 GENERAL FUND Mease, Barbara 1,474.18 10 GENERAL FUND Mendenhall, Nicole 2,373.58 10 GENERAL FUND Merrell, Dylon 4,378.17 10 GENERAL FUND Merz, Tonya 895.68 10 GENERAL FUND Mobley, Travis R. 4,910.59 10 GENERAL FUND Moyer, Gary 4,911.69 10 GENERAL FUND Murphy, Nancy 2,332.79 10 GENERAL FUND Murray, Jonny 3,640.84 10 GENERAL FUND Musser, Erin 3,361.35 10 GENERAL FUND Muxlow, Jeremy 5,047.82 10 GENERAL FUND Neilson, Anna 4,193.83 10 GENERAL FUND Nielsen, Trevor 5,530.96 10 GENERAL FUND Olivas, Alondra 2,650.03 10 GENERAL FUND O'Malley, Katherine 3,131.65 10 GENERAL FUND Purkey, Brenda 1,401.82 10 GENERAL FUND Raley, Debra 2,653.78 10 GENERAL FUND Rector, Jeff 3,457.18 10 GENERAL FUND Reist, Michael 3,687.09 10 GENERAL FUND Richardson, Boyd 2,736.26 10 GENERAL FUND Richardson, J'Leah 2,798.90 10 GENERAL FUND Rosas, Talia*** 2,221.17 10 GENERAL FUND Rowles, Carol 2,087.28 10 GENERAL FUND Schmidt, Bobbie 3,279.35 10 GENERAL FUND Selby, Jesse 4,474.70 10 GENERAL FUND Shults, Tera 2,373.57 10 GENERAL FUND Smith, Laura L 6,194.71 10 GENERAL FUND Stanworth, Janae 4,821.77 10 GENERAL FUND Stickler, Cody 2,908.76 10 GENERAL FUND Tate, Kelsey 3,849.38 10 GENERAL FUND Thomson, Carly 2,649.35 10 GENERAL FUND Troxell, Lynlee 3,835.80 10 GENERAL FUND Waldref, Rhonna L 5,026.95 10 GENERAL FUND Whalin, Peggy 2,958.92 10 GENERAL FUND Woodruff, Si 4,291.00 10 GENERAL FUND Zentmeyer Lori 2,091.56

2 of 4 PAYROLL WARRANT REGISTER NOVEMBER 2020 22 ROAD & BRIDGE Ashcraft, Raymond 2,855.51 22 ROAD & BRIDGE Blankenship, Jerry 2,665.50 22 ROAD & BRIDGE Brady, Barton 3,020.51 22 ROAD & BRIDGE Chappell, Clint D 3,684.39 22 ROAD & BRIDGE Files, Dale 3,172.32 22 ROAD & BRIDGE Ford, Flora 1,944.03 22 ROAD & BRIDGE Francis, Daniel 2,443.55 22 ROAD & BRIDGE Fromang, Roxanne*** 1,166.06 22 ROAD & BRIDGE Gilbert, Roy 3,828.83 22 ROAD & BRIDGE Haggart, James W 3,543.74 22 ROAD & BRIDGE Hall, Christopher 2,758.79 22 ROAD & BRIDGE Jones, John 2,782.84 22 ROAD & BRIDGE Kendall, Darrel J 2,876.30 22 ROAD & BRIDGE Kenney, Wendy*** 1,102.75 22 ROAD & BRIDGE Maes, Jim 3,779.83 22 ROAD & BRIDGE Mares, Patrick 2,795.51 22 ROAD & BRIDGE Morlan, David 747.47 22 ROAD & BRIDGE Nichols, Tennan 3,125.42 22 ROAD & BRIDGE Nunn, Michael 2,807.84 22 ROAD & BRIDGE Otte, Joseph 2,807.84 22 ROAD & BRIDGE Peck, Arlan 3,210.96 22 ROAD & BRIDGE Pierson, Christopher 2,865.66 22 ROAD & BRIDGE Pilaud, Jr, R. Van 5,827.09 22 ROAD & BRIDGE Preciado, Nicholas 2,586.93 22 ROAD & BRIDGE Reich, Ron 2,674.19 22 ROAD & BRIDGE Reinhard, Crystal 3,100.07 22 ROAD & BRIDGE Richardson, Lewis L. 3,052.05 22 ROAD & BRIDGE Roybal, Bernardo 2,239.64 22 ROAD & BRIDGE Sanford, David M 3,348.20 22 ROAD & BRIDGE Sherman, Daniel 3,206.99 22 ROAD & BRIDGE Taylor, Jesse 2,848.97 22 ROAD & BRIDGE White, Thaddeus 3,440.20 23 PUBLIC HEALTH AGENCY Coker, Sarah 3,986.57 23 PUBLIC HEALTH AGENCY Dillon, Mary 1,482.53 23 PUBLIC HEALTH AGENCY Harvey, Alice 4,174.67 23 PUBLIC HEALTH AGENCY Knowles, Holly 2,454.92 23 PUBLIC HEALTH AGENCY Schopp, Hollis M. 585.73 23 PUBLIC HEALTH AGENCY Willey, Beth 2,614.98 24 DEPT OF HUMAN SERVICES Allred, Marcia 2,256.93 24 DEPT OF HUMAN SERVICES Bofinger, Barbara*** 4,308.51 24 DEPT OF HUMAN SERVICES Christian, Mykell 1,850.72 24 DEPT OF HUMAN SERVICES Fiscus, Bobbie 2,812.81 24 DEPT OF HUMAN SERVICES Fromang, Roxanne*** 1,161.28 24 DEPT OF HUMAN SERVICES Hilkey, Rhonda 2,522.60 24 DEPT OF HUMAN SERVICES Mantle, Brooke*** 1,422.06 24 DEPT OF HUMAN SERVICES McKay, Carmen 3,010.82 24 DEPT OF HUMAN SERVICES Pullen, Sarah 1,278.47

3 of 4 PAYROLL WARRANT REGISTER NOVEMBER 2020 24 DEPT OF HUMAN SERVICES Reese, Michelle 3,949.01 24 DEPT OF HUMAN SERVICES Rosas, Talia*** 361.14 27 USE TAX FUND Barney, Debra M. 2,722.14 27 USE TAX FUND Bofinger, Barbara*** 211.30 27 USE TAX FUND Forsythe, Skye*** 141.68 27 USE TAX FUND Litzelman, Mark*** 400.01 27 USE TAX FUND Lopas Templeton, Caleb*** 760.52 27 USE TAX FUND Mantle, Brooke*** 580.77 27 USE TAX FUND Morlan, Debra L 3,938.91 27 USE TAX FUND Nickson, Annalee I 947.62 27 USE TAX FUND Richardson, Shona 1,972.45 27 USE TAX FUND Scott Willardson, Luke 1,854.00 27 USE TAX FUND Shadlow, Daniel 991.63 27 USE TAX FUND Williams, Tamra K 1,844.10 51 SOLID WASTE LANDFILL Piper, Tyler 2,796.72 51 SOLID WASTE LANDFILL Roybal, William 2,789.31 51 SOLID WASTE LANDFILL Silva, Cory 4,078.40 52 WEED & PEST CONTROL FUND Turnburke, Jane 2,990.66 53 COMMUNICATIONS Ahrens, Derek 2,789.42 53 COMMUNICATIONS Crooks, Paul 4,187.50 53 COMMUNICATIONS Russell, Corey 2,722.54 54 FAIRFIELD COMPLEX Bair, Bruce 2,750.17 54 FAIRFIELD COMPLEX Collins, Dawn 1,148.71 68 FLEET MANAGEMENT Kenney, Wendy*** 1,102.75 68 FLEET MANAGEMENT Nielsen, Kent A 3,364.56 68 FLEET MANAGEMENT Nye, Kevin 4,903.91 68 FLEET MANAGEMENT Overton, David A. 4,670.05 68 FLEET MANAGEMENT Piper, David 4,539.99 68 FLEET MANAGEMENT Torno, Carey 3,325.13 68 FLEET MANAGEMENT Zadra, Michael 3,401.34

$ 456,682.83

FUND CHECKS DIRECT DEPOSIT TOTAL 10 GENERAL FUND $ ‐ $ 256,212.81 $ 256,212.81 22 ROAD & BRIDGE 7,046.23 92,309.98 99,356.21 23 PUBLIC HEALTH AGENCY ‐ 15,299.40 15,299.40 24 DEPT OF HUMAN SERVICES 3,164.29 24,934.35 28,098.64 27 USE TAX ‐ 16,365.13 16,365.13 51 SOLID WASTE LANDFILL ‐ 9,664.43 9,664.43 52 WEED & PEST CONTROL ‐ 2,990.66 2,990.66 53 COMMUNICATIONS ‐ 9,699.46 9,699.46 54 FAIRFIELD COMPLEX ‐ 3,898.88 3,898.88 68 FLEET MANAGEMENT ‐ 25,307.73 25,307.73 TOTALS$ 10,210.52 $ 456,682.83 $ 466,893.35

4 of 4 PAYROLL WARRANT REGISTER NOVEMBER 2020 RIO BLANCO COUNTY PAYROLL BENEFITS & WITHHOLDINGS REGISTER NOVEMBER 2020

10 US DEPT. OF THE TREASURY FEDERAL WITHHOLDINGS EFT 28,724.57 22 US DEPT. OF THE TREASURY FEDERAL WITHHOLDINGS EFT 9,438.49 23 US DEPT. OF THE TREASURY FEDERAL WITHHOLDINGS EFT 1,211.01 24 US DEPT. OF THE TREASURY FEDERAL WITHHOLDINGS EFT 3,102.87 27 US DEPT. OF THE TREASURY FEDERAL WITHHOLDINGS EFT 1,759.34 51 US DEPT. OF THE TREASURY FEDERAL WITHHOLDINGS EFT 1,152.89 52 US DEPT. OF THE TREASURY FEDERAL WITHHOLDINGS EFT 441.46 53 US DEPT. OF THE TREASURY FEDERAL WITHHOLDINGS EFT 1,264.98 54 US DEPT. OF THE TREASURY FEDERAL WITHHOLDINGS EFT 297.09 68 US DEPT. OF THE TREASURY FEDERAL WITHHOLDINGS EFT 2,385.25

49,777.95

10 US DEPT. OF THE TREASURY FICA WITHHOLDINGS EFT 43,243.19 22 US DEPT. OF THE TREASURY FICA WITHHOLDINGS EFT 17,500.54 23 US DEPT. OF THE TREASURY FICA WITHHOLDINGS EFT 2,424.74 24 US DEPT. OF THE TREASURY FICA WITHHOLDINGS EFT 4,667.78 27 US DEPT. OF THE TREASURY FICA WITHHOLDINGS EFT 2,802.45 51 US DEPT. OF THE TREASURY FICA WITHHOLDINGS EFT 1,589.88 52 US DEPT. OF THE TREASURY FICA WITHHOLDINGS EFT 516.84 53 US DEPT. OF THE TREASURY FICA WITHHOLDINGS EFT 1,644.44 54 US DEPT. OF THE TREASURY FICA WITHHOLDINGS EFT 648.00 68 US DEPT. OF THE TREASURY FICA WITHHOLDINGS EFT 4,205.80

79,243.66

10 US DEPT. OF THE TREASURY WITHHOLDING EFT 10,113.30 22 US DEPT. OF THE TREASURY MEDICARE WITHHOLDING EFT 4,092.95 23 US DEPT. OF THE TREASURY MEDICARE WITHHOLDING EFT 567.06 24 US DEPT. OF THE TREASURY MEDICARE WITHHOLDING EFT 1,091.67 27 US DEPT. OF THE TREASURY MEDICARE WITHHOLDING EFT 655.37 51 US DEPT. OF THE TREASURY MEDICARE WITHHOLDING EFT 371.82 52 US DEPT. OF THE TREASURY MEDICARE WITHHOLDING EFT 120.88 53 US DEPT. OF THE TREASURY MEDICARE WITHHOLDING EFT 384.60 54 US DEPT. OF THE TREASURY MEDICARE WITHHOLDING EFT 151.54 68 US DEPT. OF THE TREASURY MEDICARE WITHHOLDING EFT 983.63

18,532.82

10 CO STATE WITHHOLDINGS COLORADO STATE WITHHOLDINGS EFT 11,661.33 22 CO STATE WITHHOLDINGS COLORADO STATE WITHHOLDINGS EFT 4,212.61 23 CO STATE WITHHOLDINGS COLORADO STATE WITHHOLDINGS EFT 585.00 24 CO STATE WITHHOLDINGS COLORADO STATE WITHHOLDINGS EFT 1,481.40 27 CO STATE WITHHOLDINGS COLORADO STATE WITHHOLDINGS EFT 749.66 51 CO STATE WITHHOLDINGS COLORADO STATE WITHHOLDINGS EFT 459.00 52 CO STATE WITHHOLDINGS COLORADO STATE WITHHOLDINGS EFT 167.00 53 CO STATE WITHHOLDINGS COLORADO STATE WITHHOLDINGS EFT 487.00 54 CO STATE WITHHOLDINGS COLORADO STATE WITHHOLDINGS EFT 135.00 68 CO STATE WITHHOLDINGS COLORADO STATE WITHHOLDINGS EFT 1,082.00

21,020.00

10 GREAT WEST RETIREMENT CONTRIBUTION EFT 40,613.97

1 of 2 PAYROLL BENEFITS/WITHHOLDING REGISTER NOVEMBER 2020 22 GREAT WEST RETIREMENT CONTRIBUTION EFT 24,443.73 23 GREAT WEST RETIREMENT CONTRIBUTION EFT 1,806.94 24 GREAT WEST RETIREMENT CONTRIBUTION EFT 3,796.89 27 GREAT WEST RETIREMENT CONTRIBUTION EFT 2,472.59 51 GREAT WEST RETIREMENT CONTRIBUTION EFT 1,129.00 52 GREAT WEST RETIREMENT CONTRIBUTION EFT 428.48 53 GREAT WEST RETIREMENT CONTRIBUTION EFT 1,591.40 54 GREAT WEST RETIREMENT CONTRIBUTION EFT 627.08 68 GREAT WEST RETIREMENT CONTRIBUTION EFT 3,996.72

80,906.80

10 COUNTY HEALTH POOL INSURANCE CONTRIBUTION 156310 114,947.01 22 COUNTY HEALTH POOL INSURANCE CONTRIBUTION 156310 61,130.38 23 COUNTY HEALTH POOL INSURANCE CONTRIBUTION 156310 6,323.40 24 COUNTY HEALTH POOL INSURANCE CONTRIBUTION 156310 15,738.39 27 COUNTY HEALTH POOL INSURANCE CONTRIBUTION 156310 9,947.39 51 COUNTY HEALTH POOL INSURANCE CONTRIBUTION 156310 5,121.30 52 COUNTY HEALTH POOL INSURANCE CONTRIBUTION 156310 912.10 53 COUNTY HEALTH POOL INSURANCE CONTRIBUTION 156310 5,121.30 54 COUNTY HEALTH POOL INSURANCE CONTRIBUTION 156310 3,016.70 68 COUNTY HEALTH POOL INSURANCE CONTRIBUTION 156310 10,467.76

232,725.73

10 FAMILY SUPPORT REGISTRY WAGE ASSIGNMENT 156312 1,012.69 27 FAMILY SUPPORT REGISTRY WAGE ASSIGNMENT 156311 420.00

1,432.69

$ 483,639.65

FUND TOTAL 10 GENERAL $ 250,316.06 22 ROAD & BRIDGE 120,818.70 23 PUBLIC HEALTH AGENCY 12,918.15 24 DEPT OF HUMAN SERVICES 29,879.00 27 USE TAX 18,806.80 51 SOLID WASTE LANDFILL 9,823.89 52 WEED & PEST CONTROL 2,586.76 53 COMMUNICATIONS 10,493.72 54 FAIRFIELD COMPLEX 4,875.41 68 FLEET MANAGEMENT 23,121.16 GRAND TOTAL$ 483,639.65

2 of 2 PAYROLL BENEFITS/WITHHOLDING REGISTER NOVEMBER 2020 RIO BLANCO COUNTY PAYROLL OVERTIME REPORT NOVEMBER 2020

FUND DEPT EMPLOYEE NAME HOURS AMOUNT 10 2301 Amick, Jim D 12.00 459.97 10 2301 Becker, Max B 37.50 1,437.41 10 2301 Crawford, Kacey J 4.00 153.32 10 2301 Kilduff, Clinton 33.80 1,295.59 10 2301 Madden, Brian J 33.00 1,391.02 10 2301 Mobley, Travis R 33.00 1,504.87 10 2301 Selby, Jesse D 28.00 1,073.27 10 2302 Herrera Valenzuela, Lesli 7.00 210.53 10 2302 Richardson, J'Leah L 1.00 30.08 10 2302 Mancini, Brittany O 12.00 384.29 10 2303 McGruder, Rhawnie N 12.00 442.90 10 2303 O'Malley, Katherine M 15.00 480.36 10 2303 Schmidt, Bobbie J 22.00 704.53 10 2303 Troxell, Lynlee B 6.50 208.16 22 4601 Chappell, Clint D 9.00 381.96 22 4601 Files, Dale 0.50 16.68 22 4601 Francis, Daniel L 5.00 149.42 22 4601 Jones, John F 12.00 358.60 22 4601 Nichols, Tennan J 8.00 266.90 22 4601 Pierson, Christopher J 13.00 400.09 22 4601 Reinhard, Crystal 1.50 52.58 22 4601 Sherman, Daniel R 22.00 677.07 51 6101 Roybal, William A 4.00 120.00

$ 12,199.60

FUND TOTAL 10GENERAL $ 9,776.30 22ROAD & BRIDGE 2,303.30 51SOLID WASTE LANDFILL 120.00 TOTAL $ 12,199.60

1 of 1 PAYROLL OVERTIME REPORT NOVEMBER 2020 RIO BLANCO COUNTY ACCOUNTS PAYABLE ACCOUNTS PAYABLE FINAL WARRANT BY CHECK NOVEMBER 2020

VOIDED CHECKS MULTIPLE FUND FUND VENDOR NAME CHECK # AMOUNT CHECK TOTAL 54 A‐1 COLLECTION AGENCY 156136 (326.90) 10 PMC 156239 (543.00) 53 PMC 156239 (7,332.00) (7,875.00) 54 A‐1 HEATING & COOLING 156313 2,124.32 68 AIRGAS USA 156314 283.16 23 ALL AMERICAN PUBL 156315 375.00 60 ALL COPY 156316 343.16 10 ALL STATE COMM 156317 4,869.05 10 ALSCO 156318 1,128.11 10 AMAZON 156319 4,460.77 23 AMAZON 156319 2,493.15 6,953.92 54 ATMOS ENERGY 156320 539.86 10 ATMOS ENERGY 156321 565.85 10 ATMOS ENERGY 156322 285.71 10 ATMOS ENERGY 156323 280.42 10 ATMOS ENERGY 156324 107.64 10 ATMOS ENERGY 156325 510.73 10 ATMOS ENERGY 156326 118.52 10 ATMOS ENERGY 156327 868.02 10 MONA AVEY 156328 30.00 25 BADGER DAYLIGHTING 156329 2,037.00 10 BATTERY JUNCTION 156330 372.96 10 BOYKO 156331 2,920.94 54 BOYKO 156331 602.33 3,523.27 53 CALIX 156332 608.63 10 CENTURYLINK 156333 468.52 10 CENTURYLINK‐LNG DIST 156334 10.88 10 CENTURYLINK‐LND LN 156335 533.37 27 CENTURYLINK‐LND LN 156335 39.70 573.07 10 CIMMARRON 156336 49.99 52 CLAYBAUGH, VICKIE 156337 82.50 10 CNCC 156338 2,500.00 10 CO ASSOCIATION OF FAIR 156339 50.00 10 CO COUNTY ATTY'S 156340 150.00 10 CO COUNTY TREASURER 156341 600.00 51 CDPHE 156342 62.50 10 CO DIVISION OF FIRE 156343 109.20 10 COLORADO, STATE OF 156344 299.14 68 COLUMBINE FORD 156345 95.14

1 of 6 ACCOUNTS PAYABLE BY CHECK NOVEMBER 2020 10 COLUMN SOFTWARE 156346 517.08 22 COLUMN SOFTWARE 156346 28.16 545.24 10 CREATIVE CULTURE INSIG 156347 710.50 10 CUNNINGHAM SWAIM 156348 23,000.00 68 CYGNUS GROUP 156349 14,232.06 10 MELISSA DEMBOWSKI 156350 69.00 10 DISTRICT ATTORNEY 156351 21,495.00 10 DUCEY'S ELEC 156352 135.00 21 DUCEY'S ELEC 156352 859.18 27 DUCEY'S ELEC 156352 842.00 1,836.18 10 DUDE SOL 156353 2,849.71 10 DUNGAN, JOSEPH 156354 112.49 10 E&E DOOR & WINDOW 156355 303.00 10 THE EAR PHONE 156356 1,416.80 68 EATON SALES & SVCS 156357 188.32 10 ADAMS, THELMA 156358 135.00 10 ARY, MARLYN 156359 75.00 10 BYERS, BEVERLY 156360 563.00 10 DAVIS, JULIA MARIE 156361 369.00 10 DAVIS, PAULA 156362 505.00 10 DEARMAN, JOY 156363 260.00 10 FRANKLIN, IRIS 156364 420.00 10 FRAZIER, DEBRA 156365 350.00 10 HAZELBUSH, DALEEN 156366 863.00 10 HICKEN, KRISTINE 156367 490.00 10 CLYRENE L. HINKLE 156368 210.00 10 DANIEL R HINKLE 156369 90.00 10 LITTLE‐MYERS, SHERYL 156370 315.00 10 CHARLOTTE MOBLEY 156371 285.00 10 NELSON, CONNIE 156372 625.00 10 NORMAN, MELISSA 156373 673.00 10 PURKEY, SAMME 156374 450.00 10 ROGERS, MICHELLE 156375 85.00 10 HEATHER SAULS 156376 305.00 10 SHULTS, PEGGY 156377 545.00 10 STEWART, SHEILA 156378 255.00 10 WILBER, MARY ANN 156379 570.00 10 EMPLOYERS COUNCIL 156380 6,000.00 10 FIBERSTORE 156381 6,215.16 53 FIBERSTORE 156381 1,916.88 8,132.04 10 FIRST ADVANTAGE 156382 81.70 21 FUNERAL SOURCE ONE 156383 7,805.65 68 GCR TIRES & SVCS 156384 9,157.58 10 GHA TECH 156385 1,295.66 68 GILBARCO 156386 130.38 10 GRAND JUNCTION MEDIA 156387 393.75 68 H&H HYDRAULICS 156388 2,106.96

2 of 6 ACCOUNTS PAYABLE BY CHECK NOVEMBER 2020 22 HDR 156389 25,910.28 10 HIGH VOLTAGE 156390 2,800.00 68 HONNEN EQUIPMENT 156391 236.21 27 HORIZONS 156392 6,375.00 23 IDENTITY GRAPHICS 156393 96.00 68 IDENTITY GRAPHICS 156393 473.44 569.44 21 J&C ENTERPRISES 156394 2,375.00 68 JACKSON GROUP 156395 215.00 68 KIMBALL MIDWEST 156396 72.00 10 KINSCO 156397 2,905.72 53 KPE LOCATING 156398 3,160.00 53 MAMMOTH NET 156399 3,300.00 68 MASTER PETROLEUM 156400 23,749.94 10 MCGUIRE AUTO 156401 5.49 22 MCGUIRE AUTO 156401 14.99 68 MCGUIRE AUTO 156401 2,313.85 2,334.33 23 McKESSON MED 156402 3,528.25 10 CAROL McNEEL 156403 50.00 10 MEEKER AIRPORT 156404 3,500.00 10 MEEKER AUTO 156405 30.91 68 MEEKER AUTO 156405 3,217.07 3,247.98 10 MEEKER SANITATION 156406 492.00 54 MEEKER SANITATION 156406 40.00 532.00 10 MEEKER, TOWN OF 156407 322.45 54 MEEKER, TOWN OF 156407 588.00 910.45 68 MID‐AMERICAN RESEARCH 156408 67.61 27 MIND SPRINGS HEALTH 156409 12,000.00 10 MIND SPRINGS HEALTH 156410 2,978.78 10 MOON LAKE 156411 3,208.41 21 MOON LAKE 156411 9,383.10 27 MOON LAKE 156411 485.36 68 MOON LAKE 156411 52.11 13,128.98 10 MOTOROLA 156412 4,729.09 10 MVB‐VISA 156413 11,099.95 23 MVB‐VISA 156413 1,352.84 27 MVB‐VISA 156413 195.39 52 MVB‐VISA 156413 51.89 53 MVB‐VISA 156413 218.00 54 MVB‐VISA 156413 256.32 68 MVB‐VISA 156413 36.77 13,211.16 53 MUXLOW'S LAWN SVCS 156414 300.00 10 NELCO 156415 45.16 10 NICHOLS STORE 156416 18.00 27 NICHOLS STORE 156416 18.00 36.00 53 NOANET 156417 544.50 68 NORTHWEST AUTO 156418 277.35 22 OFFICE DEPOT 156419 82.81

3 of 6 ACCOUNTS PAYABLE BY CHECK NOVEMBER 2020 10 OVERTON RECY 156420 1,458.00 54 OVERTON RECY 156420 250.00 1,708.00 10 PATHOLOGY GRP 156421 4,280.00 25 PHOENIX IND 156422 97,590.88 53 PMC 156423 7,332.00 10 PMC 156424 646.00 10 PITNEY BOWES RES 156425 387.30 22 PITNEY BOWES RES 156425 13.35 24 PITNEY BOWES RES 156425 26.95 27 PITNEY BOWES RES 156425 3.50 51 PITNEY BOWES RES 156425 10.40 52 PITNEY BOWES RES 156425 1.50 53 PITNEY BOWES RES 156425 3.50 60 PITNEY BOWES RES 156425 45.55 492.05 10 POCKET PRESS 156426 227.88 68 POWER EQUIP 156427 236.40 10 PROFORCE LAW 156428 3,155.55 10 QUALITY HEALTH 156429 150.00 10 QUILL 156430 127.94 10 QUILTERS QUEST 156431 686.07 10 QYPSYS 156432 16,488.17 23 R & S NORTHEAST LLC 156433 41.47 27 RANGELY AUTO 156434 23.74 68 RANGELY AUTO 156434 1,626.03 1,649.77 68 RANGELY COLLISION 156435 1,322.80 10 RANGELY, TOWN OF 156436 4,418.54 27 RANGELY, TOWN OF 156436 96.12 4,514.66 10 RANGELY TRASH 156437 249.50 21 RANGELY TRASH 156437 1,050.00 27 RANGELY TRASH 156437 184.00 1,483.50 10 RANGELY TRUE VALUE 156438 1,983.11 22 RANGELY TRUE VALUE 156438 37.97 27 RANGELY TRUE VALUE 156438 751.41 68 RANGELY TRUE VALUE 156438 44.58 2,817.07 51 REDI SVCSES 156439 60.00 10 RESPOND FIRST AID 156440 269.80 10 RICHARDSON, FAIN 156441 120.00 10 RB HERALD TIME 156442 112.04 23 RB HERALD TIME 156442 792.00 27 RB HERALD TIME 156442 56.25 960.29 60 ROCKY MOUNTAIN COMP 156443 624.29 22 SALTWORX 156444 9,836.11 10 SAMUELSON 156445 174.76 22 SAMUELSON 156445 2,503.90 54 SAMUELSON 156445 2,738.53 68 SAMUELSON 156445 145.98 5,563.17 10 SANITARY SUPPLY 156446 3,464.16

4 of 6 ACCOUNTS PAYABLE BY CHECK NOVEMBER 2020 23 SANOFI PASTEUR 156447 5,851.53 10 SGM 156448 5,700.00 10 SHARI YEAGER 156449 20.00 10 SHI INTERNL 156450 3,149.75 21 SHI INTERNATIONAL 156450 150,478.35 153,628.10 51 SOLID WASTE ASSN 156451 268.00 51 SOUDER, MILLER 156452 6,096.75 10 STAPLES 156453 885.73 23 STAPLES 156453 130.48 1,016.21 24 STEERMAN LAW 156454 10,332.60 25 STRAIGHT STRIPE 156455 39,250.00 10 SYN‐TECH SYST 156456 137.00 25 T‐O ENGINEERS 156457 21,936.60 23 TABLEAU SOFTWARE 156458 6,415.00 10 THOMAS Y PICKETT 156459 8,495.91 21 TRANE U.S 156460 7,085.00 22 TRITON ENVIRO 156461 753.31 10 TURNKEY 156462 5.10 10 TYLER TECH 156463 7,958.79 10 UNION TELEPHONE 156464 296.08 22 UNION TELEPHONE 156464 93.31 51 UNION TELEPHONE 156464 56.30 445.69 68 U.S. TRACTOR 156465 1,024.67 53 UTILITY NOTIFICATION 156466 108.77 10 VALLEY HARDWARE 156467 251.70 22 VALLEY HARDWARE 156467 14.99 68 VALLEY HARDWARE 156467 22.46 289.15 10 VALUE WEST 156468 2,260.00 52 VAN DIEST 156469 1,590.00 68 VERMEER SALES & SVCS 156470 167.59 10 VERNAL EXPRESS 156471 90.00 10 VOIANCE LANGUAGE 156472 50.00 68 WAGNER EQUIP 156473 321,057.20 10 WATT'S 156474 1,525.62 22 WATT'S 156474 3.69 27 WATT'S 156474 277.03 1,806.34 68 WEAR PARTS & EQUIP 156475 9,458.00 22 WESTERN GRAVEL 156476 128,758.55 68 WESTERN IMPL 156477 156.10 53 WESTERN SLOPE INFOC 156478 562.50 68 WESTFALL O'DELL 156479 1,573.07 10 WHITE RIVER DIST 156480 349.25 51 WHITE RIVER DIST 156480 15.00 364.25 10 WREA 156481 13,143.18 22 WREA 156481 95.26 51 WREA 156481 534.77 54 WREA 156481 1,312.43

5 of 6 ACCOUNTS PAYABLE BY CHECK NOVEMBER 2020 68 WREA 156481 766.60 15,852.24 53 WILSON CABLING 156482 5,047.00

$ 1,197,706.48

10 GENERAL FUND $ 208,682.56 21 CAPITAL 179,036.28 22 ROAD & BRIDGE FUND 168,146.68 23 PUBLIC HEALTH AGENCY FUND 21,075.72 24 SOCIAL SERVICES FUND 10,359.55 25 CAPITAL IMPROVEMENT FUND 160,814.48 27 USE TAX FUND 21,347.50 28 IMPACT FEES ‐ 29 CONSERVATION TRUST ‐ 51 SOLID WASTE FUND 7,103.72 52 WEED & PEST FUND 1,725.89 53 COMMUNICATIONS 15,769.78 54 FAIRFIELD FUND 8,124.89 60 CENTRAL SERVICES FUND 1,013.00 68 FLEET FUND 394,506.43 TOTAL $ 1,197,706.48

6 of 6 ACCOUNTS PAYABLE BY CHECK NOVEMBER 2020 CONSENT AGENDA

DHS EBT Register and Warrant Register for November 2020.

Chairman Signs

Copies: 2 Route to:

BOCC Meeting – 12/8/2020

State of Colorado ) s.s. County of Rio Blanco )

I, Barbara Bofinger, Director of Human Services of Rio Blanco County, Colorado, hereby certify that the payments as herein set forth, are the payments made to the respective payees in the amounts set opposite their names, and totaling the sum of $5,163.76 for the month of November, 2020.

______Date

______Director

State of Colorado ) s.s. County of Rio Blanco )

I, Jeff Rector, Chairman of the Board of County Commissioners of Rio Blanco County, Colorado, hereby certify that the payments as set forth herein have this date been approved, and warrants in payment thereof ordered issued upon the County Social Services Fund as of November, 2020 and totaling the sum of $5,163.76.

______Date

______Chairman

RIO BLANCO COUNTY SOCIAL SERVICES 12/1/20 Page: 1 AP Check Register (Current and History) 8:27:46 AM Check Dates: 11/1/2020 to 11/30/2020

Check Number Date Status Payee Name Amount

Bank ID: FNB FIRST NATIONAL BANK OF THE ROCKIES 00000000.11011

14697 11/30/20P AXIOM HUMAN RESOURCE SOLUTIONS $128.50 14698 11/30/20P GARFIELD COUNTY $3,527.29 14699 11/30/20P LANGUAGE LINE SERVICES $58.64 14700 11/30/20P MOUNTAIN VALLEY BANK $802.05 14701 11/30/20P RANGELY CONOCO TIRE AND AUTO $40.00 14702 11/30/20P REDWOOD TOXICOLOGY LABORATORY $282.39 14703 11/30/20P UNION TELEPHONE COMPANY, INC. $259.38 14704 11/30/20P WHITE RIVER DISTRIBUTING $13.50 14705 11/30/20P WHITE RIVER CONVENIENCE $52.01

Bank: FNB Register Total: $5,163.76

TOTAL OF ALL REGISTER(S) : $5,163.76

*Check Status Types: "P" - Printed ; "M" - Manual ; "V" - Void ( Void Date ); "H" - "*" - Denotes broken check sequence History EBT TRANSACTIONS November 2020

EBT Payroll Payroll CWP AND OAP CHILD CHILD CORE FOOD LEAP CS Date Reason AMT Asst Pymts Asst Pymts Asst Pymt CARE WELFARE SERVICES STAMPS Asst Pymts Enforcement

11.30.20 COLO WKS 7,038.00 7,038.00 11.30.20 Ccare 1,569.76 1,569.76 11.30.20 Cwelfare 33,469.03 33,469.03 11.30.20 Core Serv 0.00 - 11.30.20 LEAP 0.00 0.00 11.30.20 AND 1,048.00 1,048.00 11.30.20 OAP 3,067.00 3,067.00 11.30.20 Food Assistance 116,805.00 116,805.00 11.30.20 CSEnforcement 0.00 0.00

TOTALS 162,996.79 7,038.00 1,048.00 3,067.00 1,569.76 33,469.03 0.00 116,805.00 0.00 0.00

STATE OF COLORADO ) I, Barbara Bofinger, Director of Human Services of Rio Blanco County, Colorado, hereby certify that the payments )SS. as herein set forth are authorized federal assistance payments for the month of November 2020, totaling the sum of COUNTY OF RIO BLANCO) $162,996.79

Date: Barbara Bofinger, Director

Jeff Rector, Chairman CONSENT AGENDA

Motor Vehicle Publication Report for November 2020.

All Sign

Copies: 1 Route to: Clerk & Recorder

BOCC Meeting – 12/8/2020 Rio Blanco County Motor Vehicle Publication List Schedule of Bills November 2020

Name of Vendor Purpose Warrant # Amount of Warrant

MOTOR VEHICLE FUND

Colo Dept of Revenue State MV Distribution 7443 $ 72,957.22

Town of Meeker Meeker Motor Vehicle Sales & Use Tax 7444 $ 6,122.11

Town of Rangely Rangely Motor Vehicle Sales & Use Tax 7445 $ 7,468.26

Colo Dept of Health Marriage License Fees 7446 $ 12.00

Colo Dept of Human Services Marriage License Fees 7447 $ 80.00

Electronic Recording Tech Board $2.00 State Recording Surcharge 7448 $ 364.00

TOTAL $ 87,003.59

Date: Approved: BUSINESS

Move to approve/deny Grant Award Letter from Colorado Department of State for the CARES Act Primary Mailing Grant in the amount of $1,061.71.

Chairman Signs

Copies: 4 Route to: Clerk & Recorder

BOCC Meeting – 12/8/2020

STATE OF COLORADO Jena M. Griswold Department of State Secretary of State 1700 Broadway, Suite 550 Ian Rayder Denver, CO 80290 Deputy Secretary of State

November 30, 2020

CMS # 166208 CORE #: CT, VAAA, 2021-3245

Rio Blanco County Attn: Boots Campbell, County Clerk and Recorder PO Box 1067 Meeker, CO 81641

Dear Clerk Campbell:

We are pleased to inform you that Colorado Department of State has approved your application for funding pursuant to the CARES Act Primary Mailing Grant (“Program”) in the amount of $1,061.71 as authorized by the Coronavirus Aid, Relief and Economic Security Act (“CARES Act”), a supplement to the Help America Vote Act (HAVA) of 2002. This letter authorizes you to submit costs associated with mailing ballots during the 2020 state primary election to our office for reimbursement. Attached to this letter are the terms and conditions of your Grant. Please review these terms and conditions as they are requirements of this Grant to which you, the Grantee, agree by accepting the Grant Funds.

If you are satisfied with the terms and conditions of this Grant Award Letter please print two hard copies of the full Grant Award Letter, sign both signature pages with a wet signature, and then mail both signed copies to the following address:

Colorado Department of State Attn: Elections Division 1700 Broadway, Suite 550 Denver, CO 80290

Once our office has signed the Grant Award Letter, we will send you one copy of the fully signed Grant Award Letter and retain the other for our records. If you have questions regarding this Grant, please contact Caleb Thornton by email at [email protected] or by phone at 303-894-2200 ext. 6386.

Best regards,

Ian Rayder Deputy Secretary of State

Main Number (303) 894-2200 Website www.sos.state.co.us Fax (303) 869-4861 E-mail [email protected] TDD/TTY (303) 869-4867

GRANT AWARD LETTER SUMMARY OF GRANT AWARD TERMS AND CONDITIONS State Agency Grant Amount (Federal Funds) Colorado Department of State (CDOS) State Fiscal Year 2020-21: $637.03 Grantee Total for all State Fiscal Years: $637.03 Board of Commissioners of Rio Blanco County DUNS Number: 076441864 Grant Amount (State Match Funds) State Fiscal Year 2020-21: $424.68 Grant Issuance Date Total for all State Fiscal Years: $424.68 The later of November 30, 2020 or the date the State Controller or an authorized delegate signs this Grant Letter Grant Amount (Federal and State Match Funds) Total for all Funds for All State Fiscal Years $1,061.71

Grant Expiration Date CMS #: 166208 February 28, 2021 CORE #: CT, VAAA, 2021-3245 Grant Authority Federal On March 28, 2020, Colorado Department of State (CDOS) received a Coronavirus Aid, Relief and Economic Security Act (CARES Act) Award, a supplement to the Help America Vote Act (HAVA) of 2002 from the US Election Assistance Commission (EAC). The Award, which includes twenty percent in State matching funds, grants CDOS funds, “to prevent, prepare for, and respond to coronavirus, domestically or internationally, for the 2020 Federal election cycle.”

Grant Agreement # CO20101CARES Catalog of Federal Domestic Assistance # 90.404

Grant Purpose Due to the ongoing COVID-19 public health emergency it is essential that the State and Counties work together to provide a safe environment for voters and election judges/staff. This includes encouraging voters to return mail ballots in-lieu of voting in person where COVID-19 could be more easily spread. Because revenues and county budgets across Colorado have been reduced due to the coronavirus pandemic, this grant is being offered to assist counties cover those ballot printing, inserting, and mailing costs associated with the June 2020 State Preference Primary. This grant is offered as authorized by the Coronavirus Aid, Relief, and Economic Security Act (CARES Act).

Exhibits and Order of Precedence The following Exhibits and attachments are included with this Grant: 1. Exhibit A, Statement of Work. 2. Exhibit B, Budget. 3. Exhibit C, Federal Provisions.

In the event of a conflict or inconsistency between this Grant and any Exhibit or attachment, such conflict or inconsistency shall be resolved by reference to the documents in the following order of priority: 1. Colorado Special Provisions in §17 of the main body of this Grant. 2. Exhibit C, Federal Provisions. 3. The provisions of the other sections of the main body of this Grant. 4. Exhibit A, Statement of Work. 5. Exhibit B, Budget.

CMS #: 166208 CORE #: CT, VAAA, 2021-3245 Page 1 of 14 Version 1018, as modified July 2020

Principal Representatives:

Department of State Rio Blanco County Caleb Thornton Boots Campbell Elections Division County Clerk and Recorder 1700 Broadway, Suite 550 PO Box 1067 Denver, CO 80290 Meeker, CO 81641 [email protected] [email protected]

SIGNATURE PAGE

THE SIGNATORIES LISTED BELOW AUTHORIZE THIS GRANT

STATE OF COLORADO BOARD OF COMMISSIONERS OF Jared S. Polis, Governor RIO BLANCO COUNTY Colorado Department of State Jena Griswold, Secretary of State

______By: Ian Rayder, Deputy Secretary of State By: Jeff Rector, Board of Commissioners Chair

Date: ______Date: ______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

By: ______Brad Lang, Controller Delegate

Effective Date: ______

CMS #: 166208 CORE #: CT, VAAA, 2021-3245 Page 2 of 14 Version 1018, as modified July 2020

1. GRANT As of the Grant Issuance Date, the State Agency shown on the first page of this Grant Award Letter (the “State”) hereby obligates and awards to Grantee shown on the first page of this Grant Award Letter (the “Grantee”) an award of Grant Funds in the amounts shown on the first page of this Grant Award Letter. By accepting the Grant Funds provided under this Grant Award Letter, Grantee agrees to comply with the terms and conditions of this Grant Award Letter and requirements and provisions of all Exhibits to this Grant Award Letter. 2. TERM A. Initial Grant Term and Extension The Parties’ respective performances under this Grant Award Letter shall commence on the Grant Issuance Date and shall terminate on the Grant Expiration Date unless sooner terminated or further extended in accordance with the terms of this Grant Award Letter. Upon request of Grantee, the State may, in its sole discretion, extend the term of this Grant Award Letter by providing Grantee with an updated Grant Award Letter showing the new Grant Expiration Date. B. Early Termination in the Public Interest The State is entering into this Grant Award Letter to serve the public interest of the State of Colorado as determined by its Governor, General Assembly, or Courts. If this Grant Award Letter ceases to further the public interest of the State or if State, Federal or other funds used for this Grant Award Letter are not appropriated, or otherwise become unavailable to fund this Grant Award Letter, the State, in its discretion, may terminate this Grant Award Letter in whole or in part by providing written notice to Grantee that includes, to the extent practicable, the public interest justification for the termination. If the State terminates this Grant Award Letter in the public interest, the State shall pay Grantee an amount equal to the percentage of the total reimbursement payable under this Grant Award Letter that corresponds to the percentage of Work satisfactorily completed, as determined by the State, less payments previously made. Additionally, the State, in its discretion, may reimburse Grantee for a portion of actual, out-of-pocket expenses not otherwise reimbursed under this Grant Award Letter that are incurred by Grantee and are directly attributable to the uncompleted portion of Grantee’s obligations, provided that the sum of any and all reimbursements shall not exceed the maximum amount payable to Grantee hereunder. This subsection shall not apply to a termination of this Grant Award Letter by the State for breach by Grantee. C. Grantee’s Termination Under Federal Requirements Grantee may request termination of this Grant by sending notice to the State, or to the Federal Awarding Agency with a copy to the State, which includes the reasons for the termination and the effective date of the termination. If this Grant is terminated in this manner, then Grantee shall return any advanced payments made for work that will not be performed prior to the effective date of the termination. 3. DEFINITIONS The following terms shall be construed and interpreted as follows: A. “Budget” means the budget for the Work described in Exhibit B.

CMS #: 166208 CORE #: CT, VAAA, 2021-3245 Page 3 of 14 Version 1018, as modified July 2020

B. “Business Day” means any day in which the State is open and conducting business, but shall not include Saturday, Sunday or any day on which the State observes one of the holidays listed in §24-11-101(1) C.R.S. C. “CORA” means the Colorado Open Records Act, §§24-72-200.1 et. seq., C.R.S. D. “Grant Award Letter” means this letter which offers Grant Funds to Grantee, including all attached Exhibits, all documents incorporated by reference, all referenced statutes, rules and cited authorities, and any future updates thereto. E. “Grant Funds” means the funds that have been appropriated, designated, encumbered, or otherwise made available for payment by the State under this Grant Award Letter. F. “Grant Expiration Date” means the Grant Expiration Date shown on the first page of this Grant Award Letter. G. “Grant Issuance Date” means the Grant Issuance Date shown on the first page of this Grant Award Letter. H. “Exhibits” exhibits and attachments included with this Grant as shown on the first page of this Grant I. “Extension Term” means the period of time by which the Grant Expiration Date is extended by the State through delivery of an updated Grant Award Letter J. “Federal Award” means an award of Federal financial assistance or a cost-reimbursement contract under the Federal Acquisition Regulations by a Federal Awarding Agency to the Recipient. “Federal Award” also means an agreement setting forth the terms and conditions of the Federal Award. The term does not include payments to a contractor or payments to an individual that is a beneficiary of a Federal program. K. “Federal Awarding Agency” means a Federal agency providing a Federal Award to a Recipient. Elections Assistance Commission (EAC) is the Federal Awarding Agency for the Federal Award which is the subject of this Grant. L. “Goods” means any movable material acquired, produced, or delivered by Grantee as set forth in this Grant Award Letter and shall include any movable material acquired, produced, or delivered by Grantee in connection with the Services. M. “Incident” means any accidental or deliberate event that results in or constitutes an imminent threat of the unauthorized access or disclosure of State Confidential Information or of the unauthorized modification, disruption, or destruction of any State Records. N. “Initial Term” means the time period between the Grant Issuance Date and the Grant Expiration Date. O. “Matching Funds” means the funds provided Grantee as a match required to receive the Grant Funds. P. “Party” means the State or Grantee, and “Parties” means both the State and Grantee. Q. “Recipient” means the State Agency shown on the first page of this Grant Award Letter, for the purposes of the Federal Award. R. “Services” means the services to be performed by Grantee as set forth in this Grant Award Letter, and shall include any services to be rendered by Grantee in connection with the Goods.

CMS #: 166208 CORE #: CT, VAAA, 2021-3245 Page 4 of 14 Version 1018, as modified July 2020

S. “State Confidential Information” means any and all State Records not subject to disclosure under CORA. State Confidential Information shall include, but is not limited to State personnel records not subject to disclosure under CORA. State Confidential Information shall not include information or data concerning individuals that is not deemed confidential but nevertheless belongs to the State, which has been communicated, furnished, or disclosed by the State to Contractor which (I) is subject to disclosure pursuant to CORA; (ii) is already known to Contractor without restrictions at the time of its disclosure to Contractor; (iii) is or subsequently becomes publicly available without breach of any obligation owed by Contractor to the State; (iv) is disclosed to Contractor, without confidentiality obligations, by a third party who has the right to disclose such information; or (v) was independently developed without reliance on any State Confidential Information. T. “State Fiscal Rules” means the fiscal rules promulgated by the Colorado State Controller pursuant to §24-30-202(13)(a) C.R.S. U. “State Fiscal Year” means a 12-month period beginning on July 1 of each calendar year and ending on June 30 of the following calendar year. If a single calendar year follows the term, then it means the State Fiscal Year ending in that calendar year. V. “State Records” means any and all State data, information, and records, regardless of physical form, including, but not limited to, information subject to disclosure under CORA. W. “Sub-Award” means this grant by the State (a Recipient) to Grantee (a Subrecipient) funded in whole or in part by a Federal Award. The terms and conditions of the Federal Award flow down to this Sub-Award unless the terms and conditions of the Federal Award specifically indicate otherwise. X. “Subcontractor” means third-parties, if any, engaged by Grantee to aid in performance of the Work. “Subcontractor” also includes sub-grantees. Y. “Subrecipient” means a state, local government, Indian tribe, institution of higher education (IHE), or nonprofit organization entity that receives a Sub-Award from a Recipient to carry out part of a Federal program, but does not include an individual that is a beneficiary of such program. A Subrecipient may also be a recipient of other Federal Awards directly from a Federal Awarding Agency. For the purposes of this Grant, Grantee is a Subrecipient. Z. “Tax Information” means Federal and State of Colorado tax information including, without limitation, Federal and State tax returns, return information, and such other tax-related information as may be protected by Federal and State law and regulation. Tax Information includes, but is not limited to all information defined as Federal tax information in Internal Revenue Service Publication 1075. AA. “Uniform Guidance” means the Office of Management and Budget Uniform Administrative Requirements, Cost Principles, and Audit Requirements for Federal Awards, 2 CFR Part 200, commonly known as the “Super Circular, which supersedes requirements from OMB Circulars A-21, A-87, A-110, A-122, A-89, A-102, and A-133, and the guidance in Circular A-50 on Single Audit Act follow-up. BB. “Work” means the delivery of the Goods and performance of the Services described in this Grant Award Letter. CC. “Work Product” means the tangible and intangible results of the Work, whether finished or unfinished, including drafts. Work Product includes, but is not limited to, documents, text,

CMS #: 166208 CORE #: CT, VAAA, 2021-3245 Page 5 of 14 Version 1018, as modified July 2020

software (including source code), research, reports, proposals, specifications, plans, notes, studies, data, images, photographs, negatives, pictures, drawings, designs, models, surveys, maps, materials, ideas, concepts, know-how, and any other results of the Work. “Work Product” does not include any material that was developed prior to the Grant Issuance Date that is used, without modification, in the performance of the Work. Any other term used in this Grant Award Letter that is defined in an Exhibit shall be construed and interpreted as defined in that Exhibit. 4. STATEMENT OF WORK Grantee shall complete the Work as described in this Grant Award Letter and in accordance with the provisions of Exhibit A. The State shall have no liability to compensate or reimburse Grantee for the delivery of any goods or the performance of any services that are not specifically set forth in this Grant Award Letter. 5. PAYMENTS TO GRANTEE A. Maximum Amount Payments to Grantee are limited to the unpaid, obligated balance of the Grant Funds. The State shall not pay Grantee any amount under this Grant that exceeds the Grant Amount for each State Fiscal Year shown on the first page of this Grant Award Letter. Financial obligations of the State payable after the current State Fiscal Year are contingent upon funds for that purpose being appropriated, budgeted, and otherwise made available. The State shall not be liable to pay or reimburse Grantee for any Work performed or expense incurred before the Grant Issuance Date or after the Grant Expiration Date; provided, however, that Work performed and expenses incurred by Grantee before the Grant Issuance Date that are chargeable to an active Federal Award may be submitted for reimbursement as permitted by the terms of the Federal Award. B. Federal Recovery The close-out of a Federal Award does not affect the right of the Federal Awarding Agency or the State 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, as defined below. C. [Subsection Intentionally Deleted -- Reserved] D. Reimbursement of Grantee Costs The State shall reimburse Grantee’s allowable costs, not exceeding the maximum total amount described in this Grant Award Letter for all allowable costs described in this Grant Award Letter and shown in the Budget, except that Grantee may adjust the amounts between each line item of the Budget without formal modification to this Agreement as long as the Grantee provides notice to the State of the change, the change does not modify the total maximum amount of this Grant Award Letter or the maximum amount for any state fiscal year, and the change does not modify any requirements of the Work. The State shall reimburse Grantee for the Federal share of properly documented allowable costs related to the Work after the State’s review and approval thereof, subject to the provisions of this Grant. The State shall only reimburse allowable costs if those costs are: (I) reasonable and necessary to accomplish the Work and for the Goods and Services provided; and (ii) equal to the actual

CMS #: 166208 CORE #: CT, VAAA, 2021-3245 Page 6 of 14 Version 1018, as modified July 2020

net cost to Grantee (i.e. the price paid minus any items of value received by Grantee that reduce the cost actually incurred). E. Close-Out. Grantee shall close out this Grant within 45 days after the Grant Expiration Date. To complete close out, Grantee shall submit to the State all deliverables (including documentation) as defined in this Grant Award Letter and Grantee’s final reimbursement request or invoice. The State will withhold 5% of allowable costs until all final documentation has been submitted and accepted by the State as substantially complete. If the Federal Awarding Agency has not closed this Federal Award within 1 year and 90 days after the Grant Expiration Date due to Grantee’s failure to submit required documentation, then Grantee may be prohibited from applying for new Federal Awards through the State until such documentation is submitted and accepted. 6. REPORTING - NOTIFICATION A. Performance and Final Status Grantee shall submit all financial, performance and other reports to the State no later than the end of the close out described in §5.E, containing an evaluation and review of Grantee’s performance and the final status of Grantee’s obligations hereunder. B. Violations Reporting Grantee shall disclose, in a timely manner, in writing to the State and the Federal Awarding Agency, all violations of federal or State criminal law involving fraud, bribery, or gratuity violations potentially affecting the Federal Award. The State or the Federal Awarding Agency may impose any penalties for noncompliance allowed under 2 CFR Part 180 and 31 U.S.C. 3321, which may include, without limitation, suspension or debarment. 7. GRANTEE RECORDS A. Maintenance and Inspection Grantee shall make, keep, and maintain, all records, documents, communications, notes and other written materials, electronic media files, and communications, pertaining in any manner to this Grant for a period of three years following the disposition of the asset(s) acquired with funds from this Grant. Grantee shall permit the State to audit, inspect, examine, excerpt, copy and transcribe all such records during normal business hours at Grantee’s office or place of business, unless the State determines that an audit or inspection is required without notice at a different time to protect the interests of the State. B. Monitoring The State will monitor Grantee’s performance of its obligations under this Grant Award Letter using procedures as determined by the State. Grantee shall allow the State to perform all monitoring required by the Uniform Guidance, based on the State’s risk analysis of Grantee. The State shall have the right, in its sole discretion, to change its monitoring procedures and requirements at any time during the term of this Agreement. The State shall monitor Grantee’s performance in a manner that does not unduly interfere with Grantee’s performance of the Work. If Grantee enters into a subcontract or subgrant with an entity that would also be considered a Subrecipient, then the subcontract or subgrant entered into by

CMS #: 166208 CORE #: CT, VAAA, 2021-3245 Page 7 of 14 Version 1018, as modified July 2020

Grantee shall contain provisions permitting both Grantee and the State to perform all monitoring of that Subcontractor in accordance with the Uniform Guidance. C. Final Audit Report Grantee shall promptly submit to the State a copy of any final audit report of an audit performed on Grantee’s records that relates to or affects this Grant or the Work, whether the audit is conducted by Grantee or a third party. Additionally, if Grantee is required to perform a single audit under 2 CFR 200.501, et. seq., then Grantee shall submit a copy of the results of that audit to the State within the same timelines as the submission to the federal government. 8. CONFIDENTIAL INFORMATION-STATE RECORDS A. Confidentiality Grantee shall hold and maintain, and cause all Subcontractors to hold and maintain, any and all State Records that the State provides or makes available to Grantee for the sole and exclusive benefit of the State, unless those State Records are otherwise publicly available at the time of disclosure or are subject to disclosure by Grantee under CORA. Grantee shall not, without prior written approval of the State, use for Grantee’s own benefit, publish, copy, or otherwise disclose to any third party, or permit the use by any third party for its benefit or to the detriment of the State, any State Records, except as otherwise stated in this Grant Award Letter. Grantee shall provide for the security of all State Confidential Information in accordance with all policies promulgated by the Colorado Office of Information Security and all applicable laws, rules, policies, publications, and guidelines. If Grantee or any of its Subcontractors will or may receive the following types of data, Grantee or its Subcontractors shall provide for the security of such data according to the following: (i) the most recently promulgated IRS Publication 1075 for all Tax Information and in accordance with the Safeguarding Requirements for Federal Tax Information attached to this Grant as an Exhibit, if applicable, (ii) the most recently updated PCI Data Security Standard from the PCI Security Standards Council for all PCI, (iii) the most recently issued version of the U.S. Department of Justice, Federal Bureau of Investigation, Criminal Justice Information Services Security Policy for all CJI, and (iv) the federal Health Insurance Portability and Accountability Act for all PHI and the HIPAA Business Associate Agreement attached to this Grant, if applicable. Grantee shall immediately forward any request or demand for State Records to the State’s principal representative. B. Other Entity Access and Nondisclosure Agreements Grantee may provide State Records to its agents, employees, assigns and Subcontractors as necessary to perform the Work, but shall restrict access to State Confidential Information to those agents, employees, assigns and Subcontractors who require access to perform their obligations under this Grant Award Letter. Grantee shall ensure all such agents, employees, assigns, and Subcontractors sign nondisclosure agreements with provisions at least as protective as those in this Grant, and that the nondisclosure agreements are in force at all times the agent, employee, assign or Subcontractor has access to any State Confidential Information. Grantee shall provide copies of those signed nondisclosure restrictions to the State upon request. C. Use, Security, and Retention

CMS #: 166208 CORE #: CT, VAAA, 2021-3245 Page 8 of 14 Version 1018, as modified July 2020

Grantee shall use, hold and maintain State Confidential Information in compliance with any and all applicable laws and regulations in facilities located within the United States, and shall maintain a secure environment that ensures confidentiality of all State Confidential Information wherever located. Grantee shall provide the State with access, subject to Grantee’s reasonable security requirements, for purposes of inspecting and monitoring access and use of State Confidential Information and evaluating security control effectiveness. Upon the expiration or termination of this Grant, Grantee shall return State Records provided to Grantee or destroy such State Records and certify to the State that it has done so, as directed by the State. If Grantee is prevented by law or regulation from returning or destroying State Confidential Information, Grantee warrants it will guarantee the confidentiality of, and cease to use, such State Confidential Information. D. Incident Notice and Remediation If Grantee becomes aware of any Incident, it shall notify the State immediately and cooperate with the State regarding recovery, remediation, and the necessity to involve law enforcement, as determined by the State. After an Incident, Grantee shall take steps to reduce the risk of incurring a similar type of Incident in the future as directed by the State, which may include, but is not limited to, developing and implementing a remediation plan that is approved by the State at no additional cost to the State. E. Safeguarding PII If Grantee or any of its Subcontractors will or may receive PII under this Agreement, Grantee shall provide for the security of such PII, in a manner and form acceptable to the State, including, without limitation, State non-disclosure requirements, use of appropriate technology, security practices, computer access security, data access security, data storage encryption, data transmission encryption, security inspections, and audits. Grantee shall be a “Third-Party Service Provider” as defined in §24-73-103(1)(i), C.R.S. and shall maintain security procedures and practices consistent with §§24-73-101 et seq., C.R.S. 9. CONFLICTS OF INTEREST Grantee shall not engage in any business or activities, or maintain any relationships that conflict in any way with the full performance of the obligations of Grantee under this Grant. Grantee acknowledges that, with respect to this Grant, even the appearance of a conflict of interest shall be harmful to the State’s interests and absent the State’s prior written approval, Grantee shall refrain from any practices, activities or relationships that reasonably appear to be in conflict with the full performance of Grantee’s obligations under this Grant. If a conflict or the appearance of a conflict arises, or if Grantee is uncertain whether a conflict or the appearance of a conflict has arisen, Grantee shall submit to the State a disclosure statement setting forth the relevant details for the State’s consideration. 10. INSURANCE Grantee shall maintain at all times during the term of this Grant such liability insurance, by commercial policy or self-insurance, as is necessary to meet its liabilities under the Colorado Governmental Immunity Act, §24-10-101, et seq., C.R.S. (the “GIA”). Grantee shall ensure that any Subcontractors maintain all insurance customary for the completion of the Work done by that Subcontractor and as required by the State or the GIA. 11. REMEDIES

CMS #: 166208 CORE #: CT, VAAA, 2021-3245 Page 9 of 14 Version 1018, as modified July 2020

In addition to any remedies available under any exhibit to this Grant Award Letter, if Grantee fails to comply with any term or condition of this Grant or any terms of the Federal Award, the State may terminate some or all of this Grant and require Grantee to repay any or all Grant funds to the State in the State’s sole discretion. The State may also terminate this Grant Award Letter at any time if the State has determined, in its sole discretion, that Grantee has ceased performing the Work without intent to resume performance, prior to the completion of the Work. 12. DISPUTE RESOLUTION Except as herein specifically provided otherwise or as required or permitted by federal regulations related to any Federal Award that provided any of the Grant Funds, disputes concerning the performance of this Grant that cannot be resolved by the designated Party representatives shall be referred in writing to a senior departmental management staff member designated by the State and a senior manager or official designated by Grantee for resolution. 13. NOTICES AND REPRESENTATIVES Each Party shall identify an individual to be the principal representative of the designating Party and shall provide this information to the other Party. All notices required or permitted to be given under this Grant Award Letter shall be in writing, and shall be delivered either in hard copy or by email to the representative of the other Party. Either Party may change its principal representative or principal representative contact information by notice submitted in accordance with this §13. 14. [SECTION INTENTIONALLY DELETED -- RESERVED] 15. GOVERNMENTAL IMMUNITY Liability for claims for injuries to persons or property arising from the negligence of the Parties, their departments, boards, commissions committees, bureaus, offices, employees and officials shall be controlled and limited by the provisions of the Colorado Governmental Immunity Act, §24-10- 101, et seq., C.R.S.; the Federal Tort Claims Act, 28 U.S.C. Pt. VI, Ch. 171 and 28 U.S.C. 1346(b), and the State’s risk management statutes, §§24-30-1501, et seq. C.R.S. No term or condition of this Contract shall be construed or interpreted as a waiver, express or implied, of any of the immunities, rights, benefits, protections, or other provisions, contained in these statutes. 16. GENERAL PROVISIONS A. Assignment Grantee’s rights and obligations under this Grant are personal and may not be transferred or assigned without the prior, written consent of the State. Any attempt at assignment or transfer without such consent shall be void. Any assignment or transfer of Grantee’s rights and obligations approved by the State shall be subject to the provisions of this Grant Award Letter. B. Captions and References The captions and headings in this Grant Award Letter are for convenience of reference only, and shall not be used to interpret, define, or limit its provisions. All references in this Grant Award Letter to sections (whether spelled out or using the § symbol), subsections, exhibits or other attachments, are references to sections, subsections, exhibits or other attachments contained herein or incorporated as a part hereof, unless otherwise noted. C. Entire Understanding

CMS #: 166208 CORE #: CT, VAAA, 2021-3245 Page 10 of 14 Version 1018, as modified July 2020

This Grant Award Letter represents the complete integration of all understandings between the Parties related to the Work, and all prior representations and understandings related to the Work, oral or written, are merged into this Grant Award Letter. D. Modification The State may modify the terms and conditions of this Grant by issuance of an updated Grant Award Letter, which shall be effective if Grantee accepts Grant Funds following receipt of the updated letter. The Parties may also agree to modification of the terms and conditions of the Grant in a formal amendment to this Grant, properly executed and approved in accordance with applicable Colorado State law and State Fiscal Rules. E. Statutes, Regulations, Fiscal Rules, and Other Authority. Any reference in this Grant Award Letter to a statute, regulation, State Fiscal Rule, fiscal policy or other authority shall be interpreted to refer to such authority then current, as may have been changed or amended since the Grant Issuance Date. Grantee shall strictly comply with all applicable Federal and State laws, rules, and regulations in effect or hereafter established, including, without limitation, laws applicable to discrimination and unfair employment practices. F. Digital Signatures If any signatory signs this agreement using a digital signature in accordance with the Colorado State Controller Contract, Grant and Purchase Order Policies regarding the use of digital signatures issued under the State Fiscal Rules, then any agreement or consent to use digital signatures within the electronic system through which that signatory signed shall be incorporated into this Contract by reference. G. Severability The invalidity or unenforceability of any provision of this Grant Award Letter shall not affect the validity or enforceability of any other provision of this Grant Award Letter, which shall remain in full force and effect, provided that the Parties can continue to perform their obligations under the Grant in accordance with the intent of the Grant. H. Survival of Certain Grant Award Letter Terms Any provision of this Grant Award Letter that imposes an obligation on a Party after termination or expiration of the Grant shall survive the termination or expiration of the Grant and shall be enforceable by the other Party. I. Third Party Beneficiaries Except for the Parties’ respective successors and assigns described above, this Grant Award Letter does not and is not intended to confer any rights or remedies upon any person or entity other than the Parties. Any services or benefits which third parties receive as a result of this Grant are incidental to the Grant, and do not create any rights for such third parties. J. Waiver A Party’s failure or delay in exercising any right, power, or privilege under this Grant Award Letter, whether explicit or by lack of enforcement, shall not operate as a waiver, nor shall any single or partial exercise of any right, power, or privilege preclude any other or further exercise of such right, power, or privilege.

CMS #: 166208 CORE #: CT, VAAA, 2021-3245 Page 11 of 14 Version 1018, as modified July 2020

K. Federal Provisions Grantee shall comply with all applicable requirements of Exhibit C at all times during the term of this Grant. L. Authority Each Party represents and warrants to the other that the execution and delivery of this Agreement and the performance of such Party’s obligations have been duly authorized. 17. COLORADO SPECIAL PROVISIONS (COLORADO FISCAL RULE 3-3) These Special Provisions apply to all contracts except where noted in italics. A. STATUTORY APPROVAL. §24-30-202(1), C.R.S. This Contract shall not be valid until it has been approved by the Colorado State Controller or designee. If this Contract is for a Major Information Technology Project, as defined in §24-37.5-102(2.6), then this Contract shall not be valid until it has been approved by the State’s Chief Information Officer or designee. B. FUND AVAILABILITY. §24-30-202(5.5), C.R.S. Financial obligations of the State payable after the current State Fiscal Year are contingent upon funds for that purpose being appropriated, budgeted, and otherwise made available. C. GOVERNMENTAL IMMUNITY. Liability for claims for injuries to persons or property arising from the negligence of the State, its departments, boards, commissions committees, bureaus, offices, employees and officials shall be controlled and limited by the provisions of the Colorado Governmental Immunity Act, §24-10-101, et seq., C.R.S.; the Federal Tort Claims Act, 28 U.S.C. Pt. VI, Ch. 171 and 28 U.S.C. 1346(b), and the State’s risk management statutes, §§24-30-1501, et seq. C.R.S. No term or condition of this Contract shall be construed or interpreted as a waiver, express or implied, of any of the immunities, rights, benefits, protections, or other provisions, contained in these statutes. D. INDEPENDENT CONTRACTOR Contractor shall perform its duties hereunder as an independent contractor and not as an employee. Neither Contractor nor any agent or employee of Contractor shall be deemed to be an agent or employee of the State. Contractor shall not have authorization, express or implied, to bind the State to any agreement, liability or understanding, except as expressly set forth herein. Contractor and its employees and agents are not entitled to unemployment insurance or workers compensation benefits through the State and the State shall not pay for or otherwise provide such coverage for Contractor or any of its agents or employees. Contractor shall pay when due all applicable employment taxes and income taxes and local head taxes incurred pursuant to this Contract. Contractor shall (i) provide and keep in force workers' compensation and unemployment compensation insurance in the amounts required by law, (ii) provide proof thereof when requested by the State, and (iii) be solely responsible for its acts and those of its employees and agents. E. COMPLIANCE WITH LAW.

CMS #: 166208 CORE #: CT, VAAA, 2021-3245 Page 12 of 14 Version 1018, as modified July 2020

Contractor shall comply with all applicable federal and State laws, rules, and regulations in effect or hereafter established, including, without limitation, laws applicable to discrimination and unfair employment practices. F. CHOICE OF LAW, JURISDICTION, AND VENUE. Colorado law, and rules and regulations issued pursuant thereto, shall be applied in the interpretation, execution, and enforcement of this Contract. Any provision included or incorporated herein by reference which conflicts with said laws, rules, and regulations shall be null and void. All suits or actions related to this Contract shall be filed and proceedings held in the State of Colorado and exclusive venue shall be in the City and County of Denver. G. PROHIBITED TERMS. Any term included in this Contract that requires the State to indemnify or hold Contractor harmless; requires the State to agree to binding arbitration; limits Contractor’s liability for damages resulting from death, bodily injury, or damage to tangible property; or that conflicts with this provision in any way shall be void ab initio. Nothing in this Contract shall be construed as a waiver of any provision of §24-106-109 C.R.S. Any term included in this Contract that limits Contractor’s liability that is not void under this section shall apply only in excess of any insurance to be maintained under this Contract, and no insurance policy shall be interpreted as being subject to any limitations of liability of this Contract. H. SOFTWARE PIRACY PROHIBITION. State or other public funds payable under this Contract shall not be used for the acquisition, operation, or maintenance of computer software in violation of federal copyright laws or applicable licensing restrictions. Contractor hereby certifies and warrants that, during the term of this Contract and any extensions, Contractor has and shall maintain in place appropriate systems and controls to prevent such improper use of public funds. If the State determines that Contractor is in violation of this provision, the State may exercise any remedy available at law or in equity or under this Contract, including, without limitation, immediate termination of this Contract and any remedy consistent with federal copyright laws or applicable licensing restrictions. I. EMPLOYEE FINANCIAL INTEREST/CONFLICT OF INTEREST. §§24-18-201 and 24-50-507, C.R.S. The signatories aver that to their knowledge, no employee of the State has any personal or beneficial interest whatsoever in the service or property described in this Contract. Contractor has no interest and shall not acquire any interest, direct or indirect, that would conflict in any manner or degree with the performance of Contractor’s services and Contractor shall not employ any person having such known interests. J. VENDOR OFFSET AND ERRONEOUS PAYMENTS. §§24-30-202(1) and 24-30- 202.4, C.R.S. [Not applicable to intergovernmental agreements] Subject to §24-30-202.4(3.5), C.R.S., the State Controller may withhold payment under the State’s vendor offset intercept system for debts owed to State agencies for: (i) unpaid child support debts or child support arrearages; (ii) unpaid balances of tax, accrued interest, or other charges specified in §§39-21-101, et seq., C.R.S.; (iii) unpaid loans due to the Student Loan Division of the Department of Higher Education; (iv) amounts required to be paid to the Unemployment Compensation Fund; and

CMS #: 166208 CORE #: CT, VAAA, 2021-3245 Page 13 of 14 Version 1018, as modified July 2020

(v) other unpaid debts owing to the State as a result of final agency determination or judicial action. The State may also recover, at the State’s discretion, payments made to Contractor in error for any reason, including, but not limited to, overpayments or improper payments, and unexpended or excess funds received by Contractor by deduction from subsequent payments under this Contract, deduction from any payment due under any other contracts, grants or agreements between the State and Contractor, or by any other appropriate method for collecting debts owed to the State. K. PUBLIC CONTRACTS FOR SERVICES. §§8-17.5-101, et seq., C.R.S. [Not applicable to agreements relating to the offer, issuance, or sale of securities, investment advisory services or fund management services, sponsored projects, intergovernmental agreements, or information technology services or products and services] Contractor certifies, warrants, and agrees that it does not knowingly employ or contract with an illegal alien who will perform work under this Contract and will confirm the employment eligibility of all employees who are newly hired for employment in the United States to perform work under this Contract, through participation in the E-Verify Program or the State verification program established pursuant to §8-17.5-102(5)(c), C.R.S., Contractor shall not knowingly employ or contract with an illegal alien to perform work under this Contract or enter into a contract with a Subcontractor that fails to certify to Contractor that the Subcontractor shall not knowingly employ or contract with an illegal alien to perform work under this Contract. Contractor (i) shall not use E-Verify Program or the program procedures of the Colorado Department of Labor and Employment (“Department Program”) to undertake pre-employment screening of job applicants while this Contract is being performed, (ii) shall notify the Subcontractor and the contracting State agency or institution of higher education within 3 days if Contractor has actual knowledge that a Subcontractor is employing or contracting with an illegal alien for work under this Contract, (iii) shall terminate the subcontract if a Subcontractor does not stop employing or contracting with the illegal alien within 3 days of receiving the notice, and (iv) shall comply with reasonable requests made in the course of an investigation, undertaken pursuant to §8-17.5-102(5), C.R.S., by the Colorado Department of Labor and Employment. If Contractor participates in the Department program, Contractor shall deliver to the contracting State agency, Institution of Higher Education or political subdivision, a written, notarized affirmation, affirming that Contractor has examined the legal work status of such employee, and shall comply with all of the other requirements of the Department program. If Contractor fails to comply with any requirement of this provision or §§8-17.5-101, et seq., C.R.S., the contracting State agency, institution of higher education or political subdivision may terminate this Contract for breach and, if so terminated, Contractor shall be liable for damages. L. PUBLIC CONTRACTS WITH NATURAL PERSONS. §§24-76.5-101, et seq., C.R.S. Contractor, if a natural person eighteen (18) years of age or older, hereby swears and affirms under penalty of perjury that Contractor (i) is a citizen or otherwise lawfully present in the United States pursuant to federal law, (ii) shall comply with the provisions of §§24-76.5-101, et seq., C.R.S., and (iii) has produced one form of identification required by §24-76.5-103, C.R.S. prior to the Effective Date of this Contract.

CMS #: 166208 CORE #: CT, VAAA, 2021-3245 Page 14 of 14 Version 1018, as modified July 2020

EXHIBIT A, STATEMENT OF WORK

A. Introduction

This grant program will reimburse the grantee for the costs to print, insert, and mail ballots associated with the June 2020 State Preference Primary.

B. Grantee Eligibility

The State will determine those grantees who are eligible for a grant. Each Colorado County will be eligible to receive reimbursement for the costs to print, insert, and mail ballots for the June 2020 Primary up to the amount specified in Exhibit B on this agreement. Grantee must provide grantor with receipts or invoices detailing those eligible costs incurred. A grantee who believes that the grantor’s determination of eligibility is incorrect may contact the Secretary of State’s Elections Division to appeal the determination.

C. Costs Eligible for Reimbursement

The grantor will reimburse the grantee for the costs to print, insert, and mail ballot during the June 2020 Primary. Reimbursement for these costs may not exceed the maximum amount specified in Exhibit B of this agreement. The maximum amount specified in Exhibit B for each county is based on the percentage of total ballots mailed statewide during the June 2020 State Preference Primary.

D. Reimbursement Formula

The grantee will be reimbursed as detailed in Exhibit B.

E. Application for Reimbursement

To be eligible for reimbursement under this grant, the grantee must take the following action:

1. The grantee must submit an application along with all receipts and invoices showing eligible costs to the Secretary of State no later than November 20, 2020.

2. The State will review the application, receipts, and invoices and provide the total costs reimbursable in Exhibit B of this Agreement.

3. The State will distribute this Agreement to the grantee applying for a grant. The state must receive a signed Agreement from the grantee no later than December 18, 2020.

4. Once this Agreement is signed by all parties, the State will pay out the eligible costs documented. The State will reimburse the grantee by EFT or check.

F. Federal Funds

This grant includes federal funds and is a sub-award as defined in §3 of this Grant Award Letter. Grantee acknowledges and accepts that it is a sub-recipient of CDOS’s grant from the Federal Elections

Exhibit A Page 1 of 2

Assistance Commission. The Grant Number and Catalog of Federal Domestic Assistance (CFDA) number are provided on the initial page of this grant agreement document.

Exhibit A Page 2 of 2

EXHIBIT B, BUDGET

A. Costs Reimbursable

Considering the eligibility factors listed in Exhibit A of this Agreement, the grantor has determined that the grantee is eligible for the reimbursement of costs in the amount specified below.

B. Reimbursable Costs Calculation

After review of the application materials submitted by the grantee, the State has determined that the grantee is eligible for reimbursement in the amount of $1,061.71. This amount is based on the invoices and receipts submitted with a maximum reimbursement for each county shown in the table below. This table is based on the percentage of total ballots mailed statewide during the June 2020 State Preference Primary.

County State Federal Grant Total Adams $ 28,183.78 $ 42,275.67 $ 70,459.45 Alamosa $ 936.79 $ 1,405.18 $ 2,341.97 Arapahoe $ 41,017.16 $ 61,525.73 $ 102,542.89 Archuleta $ 1,011.68 $ 1,517.51 $ 2,529.19 Baca $ 271.32 $ 406.99 $ 678.31 Bent $ 270.06 $ 405.09 $ 675.15 Boulder $ 23,382.93 $ 35,074.39 $ 58,457.32 Broomfield $ 5,151.07 $ 7,726.60 $ 12,877.67 Chaffee $ 1,482.81 $ 2,224.21 $ 3,707.02 Cheyenne $ 129.76 $ 194.65 $ 324.41 Clear Creek $ 758.04 $ 1,137.07 $ 1,895.11 Conejos $ 522.74 $ 784.12 $ 1,306.86 Costilla $ 262.27 $ 393.40 $ 655.67 Crowley $ 211.50 $ 317.25 $ 528.75 Custer $ 397.51 $ 596.26 $ 993.77 Delta $ 2,161.65 $ 3,242.47 $ 5,404.12 Denver $ 46,054.36 $ 69,081.55 $ 115,135.91 Dolores $ 161.89 $ 242.83 $ 404.72 Douglas $ 25,683.40 $ 38,525.09 $ 64,208.49 Eagle $ 3,353.01 $ 5,029.52 $ 8,382.53 El Paso $ 44,334.57 $ 66,501.85 $ 110,836.42 Elbert $ 2,091.08 $ 3,136.61 $ 5,227.69 Fremont $ 2,956.87 $ 4,435.31 $ 7,392.18 Garfield $ 3,591.68 $ 5,387.53 $ 8,979.21 Gilpin $ 472.08 $ 708.12 $ 1,180.20 Grand $ 1,145.65 $ 1,718.48 $ 2,864.13 Gunnison $ 1,224.44 $ 1,836.66 $ 3,061.10 Hinsdale $ 71.20 $ 106.80 $ 178.00 Huerfano $ 502.94 $ 754.41 $ 1,257.35 Jackson $ 101.85 $ 152.78 $ 254.63

Exhibit B Page 1 of 2

County State Federal Grant Total Jefferson $ 42,754.23 $ 64,131.34 $ 106,885.57 Kiowa $ 102.70 $ 154.04 $ 256.74 Kit Carson $ 460.81 $ 691.22 $ 1,152.03 La Plata $ 3,990.77 $ 5,986.16 $ 9,976.93 Lake $ 460.39 $ 690.58 $ 1,150.97 Larimer $ 25,222.27 $ 37,833.41 $ 63,055.68 Las Animas $ 962.59 $ 1,443.89 $ 2,406.48 Lincoln $ 308.19 $ 462.28 $ 770.47 Logan $ 1,218.96 $ 1,828.44 $ 3,047.40 Mesa $ 10,344.69 $ 15,517.03 $ 25,861.72 Mineral $ 81.94 $ 122.92 $ 204.86 Moffat $ 835.04 $ 1,252.56 $ 2,087.60 Montezuma $ 1,799.74 $ 2,699.61 $ 4,499.35 Montrose $ 2,826.69 $ 4,240.03 $ 7,066.72 Morgan $ 1,663.34 $ 2,495.01 $ 4,158.35 Otero $ 1,181.78 $ 1,772.67 $ 2,954.45 Ouray $ 879.28 $ 1,318.92 $ 2,198.20 Park $ 1,392.12 $ 2,088.18 $ 3,480.30 Phillips $ 285.34 $ 428.00 $ 713.34 Pitkin $ 1,372.95 $ 2,059.43 $ 3,432.38 Prowers $ 675.15 $ 1,012.73 $ 1,687.88 Pueblo $ 10,721.02 $ 16,081.54 $ 26,802.56 Rio Blanco $ 424.68 $ 637.03 $ 1,061.71 Rio Grande $ 730.13 $ 1,095.20 $ 1,825.33 Routt $ 1,873.89 $ 2,810.84 $ 4,684.73 Saguache $ 410.36 $ 615.54 $ 1,025.90 San Juan $ 64.36 $ 96.54 $ 160.90 San Miguel $ 588.26 $ 882.38 $ 1,470.64 Sedgwick $ 168.63 $ 252.95 $ 421.58 Summit $ 2,120.57 $ 3,180.85 $ 5,301.42 Teller $ 1,855.46 $ 2,783.19 $ 4,638.65 $ 327.57 $ 491.36 $ 818.93 Weld $ 19,408.80 $ 29,113.19 $ 48,521.99 Yuma $ 591.21 $ 886.81 $ 1,478.02 TOTAL $376,000.00 $564,000.00 $ 940,000.00

Exhibit B Page 2 of 2

EXHIBIT C, FEDERAL PROVISIONS

1. APPLICABILITY OF PROVISIONS. 1.1. The Grant Award Letter to which these Federal Provisions are attached 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 Federal Provisions, the Special Provisions, the agreement or any attachments or exhibits incorporated into and made a part of the agreement, the provisions of these Federal Provisions shall control. 2. DEFINITIONS. 2.1. For the purposes of these Federal Provisions, the following terms shall have the meanings ascribed to them below. 2.1.1. “Agreement” means the Grant Award Letter to which these Federal Provisions are attached and includes all Award types in §2.1.2.1 of this Exhibit. 2.1.2. “Award” means an award of Federal financial assistance, and the agreement setting forth the terms and conditions of that financial assistance, that a non-Federal Entity receives or administers. 2.1.2.1. Awards may be in the form of: 2.1.2.1.1. Grants; 2.1.2.1.2. Contracts; 2.1.2.1.3. Cooperative agreements, which do not include cooperative research and development agreem`ents (CRDA) pursuant to the Federal Technology Transfer Act of 1986, as amended (15 U.S.C. 3710); 2.1.2.1.4. Loans; 2.1.2.1.5. Loan Guarantees; 2.1.2.1.6. Subsidies; 2.1.2.1.7. Insurance; 2.1.2.1.8. Food commodities; 2.1.2.1.9. Direct appropriations; 2.1.2.1.10. Assessed and voluntary contributions; and 2.1.2.1.11. Other financial assistance transactions that authorize the expenditure of Federal funds by non-Federal Entities. 2.1.2.1.12. Any other items specified by OMB in policy memoranda available at the OMB website or other source posted by the OMB. 2.1.2.2. Award does not include: 2.1.2.2.1. Technical assistance, which provides services in lieu of money; 2.1.2.2.2. A transfer of title to Federally-owned property provided in lieu of money; even if the award is called a grant; 2.1.2.2.3. Any award classified for security purposes; or

Exhibit C Page 3 of 10

2.1.2.2.4. Any award funded in whole or in part with Recovery funds, as defined in section 1512 of the American Recovery and Reinvestment Act (ARRA) of 2009 (Public Law 111- 5). 2.1.3. “Contractor” means the party or parties to an Agreement funded, in whole or in part, with Federal financial assistance, other than the Prime Recipient, and includes grantees, subgrantees, Subrecipients, and borrowers. For purposes of Transparency Act reporting, Contractor does not include Vendors. 2.1.4. “Data Universal Numbering System (DUNS) Number” means the nine-digit number established and assigned by Dun and Bradstreet, Inc. to uniquely identify a business entity. Dun and Bradstreet’s website may be found at: http://fedgov.dnb.com/webform. 2.1.5. “Entity” means all of the following as defined at 2 CFR part 25, subpart C; 2.1.5.1. A governmental organization, which is a State, local government, or Indian Tribe; 2.1.5.2. A foreign public entity; 2.1.5.3. A domestic or foreign non-profit organization; 2.1.5.4. A domestic or foreign for-profit organization; and 2.1.5.5. A Federal agency, but only a Subrecipient under an Award or Sub-award to a non-Federal entity. 2.1.6. “Executive” means an officer, managing partner or any other employee in a management position. 2.1.7. “Federal Award Identification Number (FAIN)” means an Award number assigned by a Federal agency to a Prime Recipient. 2.1.8. “Federal Awarding Agency” means a Federal agency providing a Federal Award to a Recipient as described in 2 CFR §200.37 2.1.9. “FFATA” means the Federal Funding Accountability and Transparency Act of 2006 (Public Law 109-282), as amended by §6202 of Public Law 110-252. FFATA, as amended, also is referred to as the “Transparency Act.” 2.1.10. “OMB” means the Executive Office of the President, Office of Management and Budget. 2.1.11. “Prime Recipient” means a Colorado State agency or institution of higher education that receives an Award. 2.1.12. “Sub-award” means an award by a Recipient to a Subrecipient funded in whole or in part by a Federal Award. The terms and conditions of the Federal Award flow down to the Award unless the terms and conditions of the Federal Award specifically indicate otherwise in accordance with 2 CFR §200.38. The term does not include payments to a contractor or payments to an individual that is a beneficiary of a Federal program. 2.1.13. “Subrecipient” means a non-Federal Entity (or a Federal agency under an Award or Sub- award to a non-Federal Entity) receiving Federal funds through a Prime Recipient to support the performance of the Federal project or program for which the Federal funds were awarded. A Subrecipient is subject to the terms and conditions of the Federal Award to the Prime Recipient, including program compliance requirements. The term “Subrecipient” includes and may be referred to as Subgrantee. The term does not include an individual who is a beneficiary of a federal program.

Exhibit C Page 4 of 10

2.1.14. “Subrecipient Parent DUNS Number” means the subrecipient parent organization’s 9-digit Data Universal Numbering System (DUNS) number that appears in the subrecipient’s System for Award Management (SAM) profile, if applicable. 2.1.15. “Federal Provisions” means these Federal Provisions for Federally Funded Contracts, Grants, and Purchase Orders subject to the Transparency Act and Uniform Guidance, as may be revised pursuant to ongoing guidance from the relevant Federal or State of Colorado agency or institutions of higher education. 2.1.16. “System for Award Management (SAM)” means the Federal repository into which an Entity must enter the information required under the Transparency Act, which may be found at http://www.sam.gov. 2.1.17. “Total Compensation” means the cash and noncash dollar value earned by an Executive during the Prime Recipient’s or Subrecipient’s preceding fiscal year and includes the following: 2.1.17.1. Salary and bonus; 2.1.17.2. Awards of stock, stock options, and stock appreciation rights, using the dollar amount recognized for financial statement reporting purposes with respect to the fiscal year in accordance with the Statement of Financial Accounting Standards No. 123 (Revised 2005) (FAS 123R), Shared Based Payments; 2.1.17.3. Earnings for services under non-equity incentive plans, not including group life, health, hospitalization or medical reimbursement plans that do not discriminate in favor of Executives and are available generally to all salaried employees; 2.1.17.4. Change in present value of defined benefit and actuarial pension plans; 2.1.17.5. Above-market earnings on deferred compensation which is not tax-qualified; 2.1.17.6. Other compensation, if the aggregate value of all such other compensation (e.g. severance, termination payments, value of life insurance paid on behalf of the employee, perquisites or property) for the Executive exceeds $10,000. 2.1.18. “Transparency Act” means the Federal Funding Accountability and Transparency Act of 2006 (Public Law 109-282), as amended by §6202 of Public Law 110-252. The Transparency Act also is referred to as FFATA. 2.1.19. “Uniform Guidance” means the Office of Management and Budget Uniform Administrative Requirements, Cost Principles, and Audit Requirements for Federal Awards, which supersedes requirements from OMB Circulars A-21, A-87, A-110, and A-122, OMB Circulars A-89, A-102, and A-133, and the guidance in Circular A-50 on Single Audit Act follow-up. The terms and conditions of the Uniform Guidance flow down to Awards to Subrecipients unless the Uniform Guidance or the terms and conditions of the Federal Award specifically indicate otherwise. 2.1.20. “Vendor” means a dealer, distributor, merchant or other seller providing property or services required for a project or program funded by an Award. A Vendor is not a Prime Recipient or a Subrecipient and is not subject to the terms and conditions of the Federal award. Program compliance requirements do not pass through to a Vendor. 3. COMPLIANCE.

Exhibit C Page 5 of 10

3.1. Contractor shall comply with all applicable provisions of the Transparency Act, all applicable provisions of the Uniform Guidance, and the regulations issued pursuant thereto, including but not limited to these Federal Provisions. Any revisions to such provisions or regulations shall automatically become a part of these Federal Provisions, without the necessity of either party executing any further instrument. The State of Colorado may provide written notification to Contractor of such revisions, but such notice shall not be a condition precedent to the effectiveness of such revisions. 4. SYSTEM FOR AWARD MANAGEMENT (SAM) AND DATA UNIVERSAL NUMBERING SYSTEM (DUNS) REQUIREMENTS. 4.1. SAM. Contractor shall maintain the currency of its information in SAM until the Contractor submits the final financial report required under the Award or receives final payment, whichever is later. Contractor shall review and update SAM information at least annually after the initial registration, and more frequently if required by changes in its information. 4.2. DUNS. Contractor shall provide its DUNS number to its Prime Recipient, and shall update Contractor’s information in Dun & Bradstreet, Inc. at least annually after the initial registration, and more frequently if required by changes in Contractor’s information. 5. TOTAL COMPENSATION. 5.1. Contractor shall include Total Compensation in SAM for each of its five most highly compensated Executives for the preceding fiscal year if: 5.1.1. The total Federal funding authorized to date under the Award is $25,000 or more; and 5.1.2. In the preceding fiscal year, Contractor received: 5.1.2.1. 80% or more of its annual gross revenues from Federal procurement contracts and subcontracts and/or Federal financial assistance Awards or Sub-awards subject to the Transparency Act; and 5.1.2.2. $25,000,000 or more in annual gross revenues from Federal procurement contracts and subcontracts and/or Federal financial assistance Awards or Sub-awards subject to the Transparency Act; and 5.1.3. The public does not have access to information about the compensation of such Executives through periodic reports filed under section 13(a) or 15(d) of the Securities Exchange Act of 1934 (15 U.S.C. 78m(a), 78o(d) or § 6104 of the Internal Revenue Code of 1986. 6. REPORTING. 6.1. Contractor shall report data elements to SAM and to the Prime Recipient as required in this Exhibit if Contractor is a Subrecipient for the Award pursuant to the Transparency Act. No direct payment shall be made to Contractor for providing any reports required under these Federal Provisions and the cost of producing such reports shall be included in the Agreement price. The reporting requirements in this Exhibit are based on guidance from the US Office of Management and Budget (OMB), and as such are subject to change at any time by OMB. Any such changes shall be automatically incorporated into this Agreement and shall become part of Contractor’s obligations under this Agreement. 7. EFFECTIVE DATE AND DOLLAR THRESHOLD FOR REPORTING. 7.1. Reporting requirements in §8 below apply to new Awards as of October 1, 2010, if the initial award is $25,000 or more. If the initial Award is below $25,000 but subsequent Award

Exhibit C Page 6 of 10

modifications result in a total Award of $25,000 or more, the Award is subject to the reporting requirements as of the date the Award exceeds $25,000. If the initial Award is $25,000 or more, but funding is subsequently de-obligated such that the total award amount falls below $25,000, the Award shall continue to be subject to the reporting requirements. 7.2. The procurement standards in §9 below are applicable to new Awards made by Prime Recipient as of December 26, 2015. The standards set forth in §11 below are applicable to audits of fiscal years beginning on or after December 26, 2014. 8. SUBRECIPIENT REPORTING REQUIREMENTS. 8.1. If Contractor is a Subrecipient, Contractor shall report as set forth below. 8.1.1. To SAM. A Subrecipient shall register in SAM and report the following data elements in SAM for each Federal Award Identification Number no later than the end of the month following the month in which the Sub-award was made: 8.1.1.1. Subrecipient DUNS Number; 8.1.1.2. Subrecipient DUNS Number + 4 if more than one electronic funds transfer (EFT) account; 8.1.1.3. Subrecipient Parent DUNS Number; 8.1.1.4. Subrecipient’s address, including: Street Address, City, State, Country, Zip + 4, and Congressional District; 8.1.1.5. Subrecipient’s top 5 most highly compensated Executives if the criteria in §4 above are met; and 8.1.1.6. Subrecipient’s Total Compensation of top 5 most highly compensated Executives if criteria in §4 above met. 8.1.2. To Prime Recipient. A Subrecipient shall report to its Prime Recipient, upon the effective date of the Agreement, the following data elements: 8.1.2.1. Subrecipient’s DUNS Number as registered in SAM. 8.1.2.2. Primary Place of Performance Information, including: Street Address, City, State, Country, Zip code + 4, and Congressional District. 9. PROCUREMENT STANDARDS. 9.1. Procurement Procedures. A Subrecepient 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. 9.2. Procurement of Recovered Materials. If a Subrecepient is a State Agency or an agency of a political subdivision of the State, its contractors must comply with section 6002 of the Solid Waste Disposal Act, as amended by the Resource Conservation and Recovery Act. The requirements of Section 6002 include procuring only items designated in guidelines of the Environmental Protection Agency (EPA) at 40 CFR part 247 that contain the highest percentage of recovered materials practicable, consistent with maintaining a satisfactory level of competition, where the purchase price of the item exceeds $10,000 or the value of the quantity acquired during the preceding fiscal year exceeded $10,000; procuring solid waste management services in a manner that maximizes energy and resource recovery; and establishing an

Exhibit C Page 7 of 10

affirmative procurement program for procurement of recovered materials identified in the EPA guidelines. 10. ACCESS TO RECORDS 10.1. A Subrecipient shall permit Recipient and auditors to have access to Subrecipient’s records and financial statements as necessary for Recipient to meet the requirements of §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 the Uniform Guidance. 2 CFR §200.331(a)(5). 11. SINGLE AUDIT REQUIREMENTS 11.1. If a Subrecipient expends $750,000 or more in Federal Awards during the Subrecipient’s fiscal year, the 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. 11.1.1. Election. A Subrecipient shall have a single audit conducted in accordance with Uniform Guidance §200.514 (Scope of audit), except when it elects to have a program-specific audit conducted in accordance with §200.507 (Program-specific audits). The Subrecipient may elect to have a program-specific audit if Subrecipient expends Federal Awards under only one Federal program (excluding research and development) and the Federal program's statutes, regulations, or the terms and conditions of the Federal award do not require a financial statement audit of Prime Recipient. A program-specific audit may not be elected for research and development unless all of the Federal Awards expended were received from Recipient and Recipient approves in advance a program-specific audit. 11.1.2. Exemption. If a Subrecipient expends less than $750,000 in Federal Awards during its fiscal year, the Subrecipient shall be exempt from Federal audit requirements for that year, except as noted in 2 CFR §200.503 (Relation to other audit requirements), but records shall be available for review or audit by appropriate officials of the Federal agency, the State, and the Government Accountability Office. 11.1.3. Subrecepient Compliance Responsibility. A Subrecipient shall procure or otherwise arrange for the audit required by Part F of the Uniform Guidance and ensure it is properly performed and submitted when due in accordance with the Uniform Guidance. Subrecipient shall prepare appropriate financial statements, including the schedule of expenditures of Federal awards in accordance with Uniform Guidance §200.510 (Financial statements) and provide the auditor with access to personnel, accounts, books, records, supporting documentation, and other information as needed for the auditor to perform the audit required by Uniform Guidance Part F-Audit Requirements. 12. CONTRACT PROVISIONS FOR SUBRECEPIENT CONTRACTS 12.1. If Contractor is a Subrecipient, then it shall comply with and shall include all of the following applicable provisions in all subcontracts entered into by it pursuant to this Agreement. 12.1.1. Equal Employment Opportunity. 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 shall include the equal opportunity clause provided under 41 CFR 60-1.4(b), in accordance with , “Equal Employment Opportunity” (30 FR 12319, 12935, 3 CFR Part, 1964-1965 Comp., p. 339), as amended by Executive Order 11375, Exhibit C Page 8 of 10

“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. 12.1.1.1. During the performance of this contract, the contractor agrees as follows: 12.1.1.1.1. Contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, or national origin. The contractor will take to ensure that applicants are employed, and that employees are treated during employment, without regard to their race, color, religion, sex, or national origin. Such action shall include, but not be limited to the following: Employment, upgrading, demotion, or transfer, recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided by the contracting officer setting forth the provisions of this nondiscrimination clause. 12.1.1.1.2. Contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex, or national origin. 12.1.1.1.3. Contractor will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding, a notice to be provided by the agency contracting officer, advising the labor union or workers' representative of the contractor's commitments under section 202 of Executive Order 11246 of September 24, 1965, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. 12.1.1.1.4. Contractor will comply with all provisions of Executive Order 11246 of September 24, 1965, and of the rules, regulations, and relevant orders of the Secretary of Labor. 12.1.1.1.5. Contractor will furnish all information and reports required by Executive Order 11246 of September 24, 1965, and by the rules, regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the contracting agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders. 12.1.1.1.6. In the event of Contractor's non-compliance with the nondiscrimination clauses of this contract or with any of such rules, regulations, or orders, this contract may be canceled, terminated or suspended in whole or in part and the contractor may be declared ineligible for further Government contracts in accordance with procedures authorized in Executive Order 11246 of September 24, 1965, and such other sanctions may be imposed and remedies invoked as provided in Executive Order 11246 of September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. 12.1.1.1.7. Contractor will include the provisions of paragraphs (1) through (7) in every subcontract or purchase order unless exempted by rules, regulations, or orders of the Secretary of Labor issued pursuant to section 204 of Executive Order 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor. The contractor will take such action with respect to any subcontract or purchase order as may be directed by the Secretary of Labor as a means of enforcing Exhibit C Page 9 of 10

such provisions including sanctions for noncompliance: Provided, however, that in the event Contractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction, the contractor may request the United States to enter into such litigation to protect the interests of the United States.” 12.1.2. Davis-Bacon Act. Davis-Bacon Act, as amended (40 U.S.C. 3141-3148). When required by Federal program legislation, all prime construction contracts in excess of $2,000 awarded by non-Federal entities must include a provision for compliance with the Davis-Bacon Act (40 U.S.C. 3141-3144, and 3146-3148) as supplemented by Department of Labor regulations (29 CFR Part 5, “Labor Standards Provisions Applicable to Contracts Covering Federally Financed and Assisted Construction”). In accordance with the statute, contractors must be required to pay wages to laborers and mechanics at a rate not less than the prevailing wages specified in a wage determination made by the Secretary of Labor. In addition, contractors must be required to pay wages not less than once a week. The non-Federal entity must place a copy of the current prevailing wage determination issued by the Department of Labor in each solicitation. The decision to award a contract or subcontract must be conditioned upon the acceptance of the wage determination. The non-Federal entity must report all suspected or reported violations to the Federal awarding agency. The contracts must also include a provision for compliance with 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 or Public Work Financed in Whole or in Part by Loans or Grants from the United States”). The Act provides that each contractor or Subrecipient must be prohibited from inducing, by any means, any person employed in the construction, completion, or repair of public work, to give up any part of the compensation to which he or she is otherwise entitled. The non-Federal entity must report all suspected or reported violations to the Federal awarding agency. 12.1.3. Rights to Inventions Made Under a Contract or Agreement. If the Federal Award meets the definition of “funding agreement” under 37 CFR §401.2 (a) and Subrecipient wishes to enter into a contract with a small business firm or nonprofit organization regarding the substitution of parties, assignment or performance of experimental, developmental, or research work under that “funding agreement,” Subrecipient must 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. 12.1.4. Clean Air Act (42 U.S.C. 7401-7671q.) and the Federal Water Pollution Control Act (33 U.S.C. 1251-1387), as amended. Contracts and subgrants of amounts in excess of $150,000 must contain a provision that requires the non-Federal award to agree to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act (42 U.S.C. 7401-7671q) and the Federal Water Pollution Control Act as amended (33 U.S.C. 1251- 1387). Violations must be reported to the Federal awarding agency and the Regional Office of the Environmental Protection Agency (EPA). 12.1.5. Debarment and Suspension (Executive Orders 12549 and 12689). A contract award (see 2 CFR 180.220) must not be made to parties listed on the government wide exclusions in the System for Award Management (SAM), in accordance with the OMB guidelines at 2 CFR 180 that implement Executive Orders 12549 (3 CFR part 1986 Comp., p. 189) and 12689 (3 CFR part 1989 Comp., p. 235), “Debarment and Suspension.” SAM Exclusions contains the

Exhibit C Page 10 of 10

names of parties debarred, suspended, or otherwise excluded by agencies, as well as parties declared ineligible under statutory or regulatory authority other than Executive Order 12549. 12.1.6. Byrd Anti-Lobbying Amendment (31 U.S.C. 1352). Contractors that apply or bid for an award exceeding $100,000 must file the required certification. Each tier certifies to the tier above that it will not and has not used Federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a member of Congress, officer or employee of Congress, or an employee of a member of Congress in connection with obtaining any Federal contract, grant or any other award covered by 31 U.S.C. 1352. Each tier must also disclose any lobbying with non-Federal funds that takes place in connection with obtaining any Federal award. Such disclosures are forwarded from tier to tier up to the non-Federal award. 13. CERTIFICATIONS. 13.1. Unless prohibited by Federal statutes or regulations, Recipient 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 the State at the end of the Award that the project or activity was completed or the level of effort was expended. 2 CFR §200.201(3). If the required level of activity or effort was not carried out, the amount of the Award must be adjusted. 14. EXEMPTIONS. 14.1. These Federal Provisions do not apply to an individual who receives an Award as a natural person, unrelated to any business or non-profit organization he or she may own or operate in his or her name. 14.2. A Contractor with gross income from all sources of less than $300,000 in the previous tax year is exempt from the requirements to report Sub-awards and the Total Compensation of its most highly compensated Executives. 14.3. There are no Transparency Act reporting requirements for Vendors. 15. EVENT OF DEFAULT. 15.1. Failure to comply with these Federal Provisions shall constitute an event of default under the Agreement and the State of Colorado may terminate the Agreement upon 30 days prior written notice if the default remains uncured five calendar days following the termination of the 30 day notice period. This remedy will be in addition to any other remedy available to the State of Colorado under the Agreement, at law or in equity.

Exhibit C Page 11 of 10

BUSINESS

Move to approve/deny a quote from CDOT/Davey Coach for Radino Bus replacement in the amount of $70,298.00.

Chairman Signs

Copies: 2 Route to: David Overton

BOCC Meeting – 12/8/2020 2018 N Turtle Top Forest River

Date Monday, November 16, 2020 Agency Name Rio Blanco County Contact David Overton Street Address 570 2nd Street City Meeker State CO Zip 81641 Phone 970-878-9590 Email [email protected]

CHASSIS STANDARD FEATURES: 7.3L V8 GAS ENGINE - 6 SPEED AUTOMATIC TRANSMISSION - 55 GALLON FUEL TANK - 240 AMP ALTERNATOR - FORD MOTORCRAFT BATTERIES (1400 CCA COMBINED) - 4.56 DIFFERENTIAL - LT225/75R16 ALL SEASON TIRES - WHITE STEEL WHEELS - OEM FRONT BUMPER - ENGINE BLOCK HEATER - DAYTIME RUNNING LIGHTS (DRL) - OEM POWER DRIVER SEAT - OEM AM/FM/USB/BT STEREO - TWO 12 VOLT POWER POINTS IN DRIVER AREA - TILT STEERING - CRUISE CONTROL - OEM REARVIEW MIRROR - OEM DRIVER SUN VISOR - INTERMITTENT WIPERS

BUS BODY STANDARD FEATURES *CHASSIS* AIR VALVE EXTENSIONS ON DUAL REAR WHEELS - FRONT & REAR MUD FLAPS - EXPOSED, LOCKING FUEL CAP - STEEL REAR BUMPER - REAR TOW HOOKS - DRIVESHAFT GUARDS - EXHAUST EXITS STREETSIDE REAR W/12” CLEARANCE AND 3 TAILPIPE HANGERS - REMOTE POWER/HEATED EXTERIOR SIDE MIRRORS - HD DRIVER RUNNING BOARD - DRIVER DOOR GRAB HANDLE - SPARE WHEEL AND TIRE -FULL FRONT END ALIGNMENT - *CLIMATE CONTROL/HEATING* 65K BTU ACT 45HD REAR AIR CONDITIONER DUAL COMPRESSOR - EVAPORATOR DRAIN LINES, HOSES, AND GAPS COVERED W/CLOSE OUT PANELS MATCHING BUS INTERIOR - 65K BTU REAR HEATER WITH BOOSTER PUMP - ELECTRIC HEATER CONTROL VALVES - SILICONE HEATER HOSES - HOSES AND WIRING HEAT SHIELDED W/“P” CLAMPS @24” INTERVALS - ELECTRIC HEATED ENTRY STEP, CONSOLE ON/OFF SWITCH - *ELECTRICAL* ELECTRICAL COMPARTMENT W/LATCHING ACCESS DOOR, 4 OPEN 30AMP BREAKER SLOTS - “AS BUILT” WIRING LEGEND MOUNTED INSIDE ACCESS DOOR - MANUAL RESET CIRCUIT BREAKERS - COLOR CODED WIRES W/STAMPED CIRCUIT ID - INTERIOR WIRING PIN AND SOCKECT CONNECTORS - EXTERIOR WIRING WEATHERPROOF CONNECTORS - WIRES LARGER THAN 10 GAUGE CRIMPED, SOLDERED, AND SEALED WITH HEAT SHRINK TUBING - GROUNDS BETWEEN (1) ENGINE AND FRAME, (2) BODY AND FRAME (3) LIFT PUMP AND BATTERY - BOTH BATTERIES IN BOX W/SLIDE OUT TRAY, STAINLESS SLIDES DIAGRAM OF BATTERY POWER CIRCUIT INSIDE ACCESS PANEL - CONTINUOUS SGX BATTERY CABLES - ENGINE HOUR METER - VOLTMETER - EXTERIOR ENTRY DOOR TOGGLE SWITCH - EMERGENCY EXIT WINDOWS AUDIBLE ALARM SYSTEM - INTERMOTIVE GATEWAY FAST IDLE/LIFT INTERLOCK W/“DOOR AJAR” DISPLAY, AUDIBLE ALARM - MASTER BATTERY DISCONNECT SWITCH -

*LIGHTING* LED EXTERIOR LIGHTS - CENTER HIGH MOUNT REAR BRAKE LIGHT - ARMORED HOUSINGS FOR EXTERIOR MARKER & CLEARANCE LIGHTS - REAR LICENSE PLATE HOLDER WITH LED LIGHT - LED INTERIOR LIGHTS - DRIVER DOME LIGHT - SIX (6) PASSENGER DOME LIGHTS (EIGHT (8) PASSENGER DOME LIGHTS ON UNITS 25 FEET OR LONGER) - INTERIOR STEPWELL & EXTERIOR ENTRY LIGHTS - INTERIOR & EXTERIOR LIFT DOOR LIGHTS - *EXTERIOR* FRP EXTERIOR WALLS - RAIN GUTTERS OVER WINDOWS AND DOORS - FLEXIBLE SEALANT - DUAL ELECTRIC ENTRY DOORS - "T" SLIDER PASSENGER WINDOWS - TRANSPEC ROOF HATCH - REAR WALL EMERGENCY EXIT WINDOW - TWO EGRESS WINDOWS PER SIDE (MINIMUM) - *FLOORING* 5/8" MARINE GRADE PLYWOOD SUBFLOOR - GERFLOR FLOORING SEALED & COVED - YELLOW STEP NOSING - YELLOW STANDEE LINE WITH SIGN - FUEL SENDING UNIT ACCESS PANEL IN FLOOR -

*INTERIOR* 7"x10" PASSENGER VIEW MIRROR - OVERHEAD STORAGE COMPARTMENT, LARGE LOCKABLE ACCESS DOOR - SEPARATE DVR COMPARTMENT WITH LOCKABLE ACCESS DOOR IN DRIVER "B" PILLAR - DRIVER CONTROL CONSOLE WITH NUT AND BOLT FASTENERS, REMOVABLE ACCESS PANEL, DETACHABLE CONNECTORS - PADDED, VINYL WRAPPED HEADERS OVER 1) LIFT DOORS, 2) ENTRY DOORS, 3) DRIVER COMPARTMENT -FLOOR TO CEILING STAINLESS VERTICAL STANCHIONS WITH THROUGH BOLTED CROSSRAILS, PADDED/VINYL WRAPPED LOWER MODESTY PANELS, AND SMOKED PLEXI UPPER PANES LOCATED BETWEEN (1) STEPWELL AND FRONT LIFT, (2) LIFT AND CURBSIDE SEATS, (3) DRIVER’S SEAT AND STREETSIDE SEATS - DRIVER COAT HOOK - DUAL OVERHEAD GRAB RAILS - DUAL ANGLED GRAB RAILS FOR ENTRY STEPS - *SEATING* FREEDMAN FEATHERWEIGHT MID HI PASSENGER SEATS WITH LEVEL 3 UPHOLSTERY, ABS SEAT BACKS, FREEDMAN USR SEAT BELTS, AND TWO 12" SEAT BELT EXTENSIONS - FLOOR AND WALL SEAT MOUNTING TRACKS, CLOSE OUT TRIM COVERS - DRIVER SEAT UPHOLSTERY LEVEL 3 - *PARATRANSIT* DUAL WHEELCHAIR LIFT DOORS WITH LOCKABLE EXTERIOR HANDLES, GAS STRUTS, AND NYLON STRAPS - BRAUN CENTURY2 1,000 POUND WHEELCHAIR LIFT WITH HANDRAIL BELT - LIFT PENDANT CONTROL CORD “P” CLAMPED TO LIFT DOOR - Q'STRAINT QRT MAX RETRACTORS - Q'STRAINT RETRACTABLE LAP AND WALL MOUNT SHOULDER BELTS -" L" TRACK - *AUDIO/VIDEO* REI FOUR CAMERA SYSTEM, 6 CHANNEL, 500GB DVR, & EVENT BUTTON - 6 STEREO SPEAKERS (2 FRT OEM, 4 REAR BODY) (MINIMUM) - *SAFETY OPTIONS* WEB CUTTER - BODY FLUID CLEAN UP KIT - TWO (2) 6"x6" WHEELCHAIR DECALS -5 POUND ABC FIRE EXTINGUISHER -24 UNIT FIRST AID KIT - THREE EMERGENCY WARNING TRIANGLES - BACKUP ALARM (97dB) - EMERGENCY EXIT DECALS - EXTERIOR HEIGHT DECAL - FMVSS COMPLIANCE DECAL - DESIGNED TO TRANSPORT LABEL - ROSCO B/U CAMERA SYSTEM W/REAR VIEW MIRROR DISPLAY -

*DOCUMENTATION AND MANUALS* A/C SYSTEM INFORMATION LABEL UNDERHOOD - WATER TEST CERTIFICATION - BUS BODY OPERATOR’S MANUAL - PERIODIC MAINTENANCE & INSPECTION SCHEDULE - INSTALLED COMPONENT MANUALS - AS BUILT WIRING SCHEMATICS - AS BUILT BUS BODY PARTS MANUAL - MODEL & SERIAL NUMBER MANIFEST - OEM CHASSIS SERVICE MANUAL - OEM CHASSIS OPERATOR'S MANUAL - FIRST ANNUAL DOT INSPECTION REPORT AND CERTIFICATION STICKER - 60 DAY COLORADO TEMPORARY TAG - ALIGNMENT BEFORE AND AFTER SETTINGS PRINTOUT - WEIGHT SLIP -

*MISCELLANEOUS* TWO COMPLETE SETS OF KEYS GENERAL OPTIONS

MODEL ECII GRAPICS COLOR None INTERIOR TRIM COLOR SEAT FABRIC FLOOR COLOR PASSENGER CAPACITY Driver + 14 Seated Passengers & 2 Conceald Wheelchair Positions EXTERIOR BODY COLOR White EXTERIOR SKIRT COLOR White BUS MODEL PRICE QTY SUB TOTAL CLASS B - FRONT LIFT - 2019 FORD E450, ELKHART COACH ECII, 14500 GVWR, 158"WB, 270" (22.5'), $69,709.00 1 $69,709.00 10+2 SECTION OPTION # OPTION DESCRIPTION LEAD TIME QTY SUB TOTAL CHASSIS 1 5.3.17 9 Locking Fuel Door KEEP or DELETE STD 1 5.3.29 17B Composite Side Mirrors - Velvac N/C 1 EXTERIOR 0 1 5.9 31 FRP Exterior Skin - FRP bonded to Azdel STD 1 sidewalls w/aluminum skirts FLOORING 0 1 5.10 36 Raised or Flat Floor - Int Ht 75", Ext Ht STD 1 116" CLASS A/B FRONT LIFT ONLY!

PASSENGER SEATING 0 1 5.20 48D Featherweight Flip Seat (Single) $427.00 2 $854.00 PARATRANSIT 0 1 5.23 59 Rear Lift Configuration - Class B - adds 2 Rear Lift $1,585.00 1 $1,585.00 DBL Seats (14+2) Configuration with Flip or Foldaway SAFETY OPTIONS 0 1 5.3.18 15 Rosco Back-up camera system w/ STD 1 Integral Display in Rear View Mirror DEALER ADDED OPTIONS 1 DLR ADDED OPTION 2008 Starcraft (VIN 8DA96378) -$1,850.00 1 -$1,850.00

Agency approval of price, specifications, floorplan, weight analysis, paint/graphics proofs, Quoted Cost and camera view angles is acknowledged by signing below: Name: Base Bus Total $69,709.00 Date: Options Total $589.00 x/xx/xx ITS & EX WTY Total $0.00 Title: $ - Sub Total $70,298.00 Customer Signature:

Freight FOB Denver, CO Total $70,298.00 If any changes are required, or we can address any questions or concerns, please contact the Davey TOTAL NUMBER OF BUSES ON ORDER Coach CDOT Contract representative.Thank you for your business! 1 ORDER TOTAL $70,298.00 INSPECTION ADDRESS, DEALER STREET, CITY, COLORADO, ZIP: 7182 Reynolds Drive, Sedalia, CO 80135

DELIVERY ADDRESS, AGENCY STREET, CITY, COLORADO, ZIP:

570 2nd Street, Meeker, CO 81641 ©2018 Davey Coach Sales, Inc. All Rights Reserved.

0.00 DELIVERY CHARGE PER MILE: N/C DISTANCE: MILES TOTAL DELIVERY CHARGE: DELIVERY TIMEFRAME FROM RECEIPT DAYS OF PURCHASE ORDER: Date: Name:

Title:

Dealer Signature: PRODUCTION NOTES

PURCHASER REQUIRED SPECIFICATIONS

Purchaser shall specify or approve optional configuration, mounting location, and operational preferences at time of order.

RFP ITEM REQUIRED PURCHASER INPUT PRODUCTION NOTES LOCKING FUEL DOOR Specify KEEP fuel filler door or DELETE MASTER BATTERY Specify switch mounting location preferences. (LEFT DISCONNECT SWITCH SIDE DRIVER'S SEAT BASE) Specify preference for keyed lock or thumb latch access BATTERY BOX panel securement. FLOOR COVERING Specify floor color from stock selections. OVERHEAD COMPARTMENT Specify keyed lock or thumb latches. Specify color and fabric type/level (within the guidelines SEAT COVERING of material type). Specify mounting locations for Fire Extinguisher, First SAFETY EQUIPMENT Aid Kit, Reflective Triangles, and Body Fluid Kit.

PURCHASER SELECTED OPTION SPECIFICATIONS

Purchaser shall provide preferences for option configurations at time of order. Section and option numbers reference requirements detailed in Appendix A1 Technical Specifications.

ADDITIONAL ADA PRIORITY SEATING SIGNAGE REQUIRED OVER FLIP/FOLDAWAY SEATING ADDITIONAL CONFIGURATION OR OPTION NOTES: FLOORPLAN AND WEIGHT CALCULATION BUSINESS

Move to approve/deny Final Contractor Settlement with Western Gravel Constructors, LLC for the 2020 Rio Blanco County Road 7 Bridge Replacement Project in the amount of $21,890.74.

No Signature

Copies: 3 Route to: Road & Bridge

BOCC Meeting – 12/8/2020

BID AWARDS

Copies: 1-5 Route to:

BOCC Meeting – 12/8/2020 MOU’s, CONTRACTS, AND AGREEMENTS

Move to ratify an agreement with Moon Lake Electric to upgrade service at the Radino Senior Center, for a total amount of $9,383.10.

Chairman Signs

Copies: 3 Route to: Eric Jaquez

BOCC Meeting – 12/8/2020

800 S HIGHWAY 40, PO BOX 278, ROOSEVELT, UTAH 84066 Phone: (435) 722-5400 Website: www.mleainc.com

AUTHORIZATION FOR CONSTRUCTION DATE: 11/23/2020 ​

CONSUMER MAKING REQUEST: Name Address Phone No.

RIO BLANCO CO 403 N WHITE AVE, RANGELY, (970) 756-0814 CO 81648

MOON LAKE AGENT: Bob Kissling WORK ORDER #: 200520 ​ ​ ​ ​

Total amount of $ $9,383.10 will be required in advance for the construction of: ​ ​ UPGRADE SERVICE

It is understood that this cost is estimated. Upon completion of the actual project an appropriate adjustment may be made, in accordance with the construction agreements.

This Authorization may be withdrawn if not accepted and returned to MLEA by Consumer within sixty (60) days.

Service Point for the purposes of this Authorization is described below: ON BUILDING

______SIGNATURE PRINT NAME

______DATE

MOU’s, CONTRACTS, AND AGREEMENTS

Move to approve/deny an Agreement for Services with Lindsay Ishman, LLC dba Attachment & Resiliency Center LLC for Sexual Abuse/Offender Treatment Services, in an amount not to exceed $4,000.00.

All Sign

Copies: 3 Route to: Barbara Bofinger

BOCC Meeting – 12/8/2020

MOU’s, CONTRACTS, AND AGREEMENTS

Move to approve/deny a lease agreement with Mahogany Resources, LLC for the Cathedral Bluffs Communication Tower Site.

All Sign

Copies: 3 Route to: Vicky Edwards, Legal Assistant

BOCC Meeting – 12/8/2020 COMMUNICATION SITE LEASE

CATHEDRAL BLUFFS

THIS COMMUNICATION SITE LEASE (the “Lease”) is made and entered into this 8th day of December 2020, by and between Mahogany Energy Resources, LLC with an address of P.O. Box 957/285 8th Street, Meeker, Colorado 81641 (“LESSOR”) and the Board of County Commissioners of Rio Blanco County, Colorado, with its business address of P.O. Box 599, Meeker, Colorado 81641 (“LESSEE”).

WHEREAS, Rio Blanco County established the Cathedral Tower Site under the Bureau of Land Management Radio Site regulations and has continuously operated the communications tower since that time; and

WHEREAS, the Parties wish to memorialize the terms of this Agreement in writing;

NOW THEREFORE in consideration of the payment of the Lease and the performance of the covenants, conditions and promises made herein, LESSOR and LESSEE (the Parties) hereby agree as follows:

1. LESSOR hereby leases to LESSEE the surface of the land located in Rio Blanco County, Colorado, described in “Exhibit A” and “Exhibit B” attached to this Lease, and made a part hereof (“Leased Premises”).

2. LESSOR hereby grants to LESSEE the non-exclusive right to maintain, operate, repair and replace electronic, telecom and radio transmitting and receiving equipment, including existing equipment buildings and tower(s), and other communication and associated equipment including cable runs to connect communications equipment and antennas (collectively “Communications Equipment”) on the Leased Premises, together with a non-exclusive easement(s) for unrestricted access from County Road 103 thereto and to the appropriate, in the discretion of Lessee, source of utility, electric and telephone facilities. Lessee will use the Site in a manner which will not unreasonably disturb the occupancy of Lessor’s other tenants. Lessee shall have access to the Site 24 hours per day, 7 days per week at no additional cost, provided that, with the exception of the entry road from County Road 103 to the Premises, no other non-public roads crossing LESSOR property may be used without prior written consent from the LESSOR

3. Notwithstanding any provision to the contrary herein, LESSOR makes no implied or express warranties or representations, including without limitation, fitness for a particular purpose, related to the present condition of the Leased Premises. LESSEE accepts the Leased Premises in their “as is” condition without any responsibility of LESSOR for improvement, construction, repairs or alterations thereto.

4. The term of this Lease is ten (10) years, commencing on January 1, 2021 (“Commencement Date”) and continuing through December 31, 2031. This Lease may be renewed for additional terms of five (5) years each with written consent of both parties. Said renewal terms shall be on the same terms, covenants, and conditions as provided in this Lease, except that the annual rental payment for any renewal Term shall be adjusted in accordance with Section 5 of the Lease.

5. Rent for the Leased Premises shall be paid in annual installments of Three Thousand Dollars ($3,000.00) for LESSEE’s use of the Leased Premises. Annual rent for the first year shall be due and payable upon commencement of this Lease, and in advance of the Anniversary Date each year thereafter. The rent shall be adjusted each Anniversary Date of this Lease in accordance with the change in the Consumer Price Index for All Urban Consumers (CPI-U) reported by the United States Department of Labor Bureau of Labor Statistics.

Cathedral Bluffs Tower Site December 8, 2020 Page 1 of 6

6. LESSEE shall have the right, with LESSOR's consent, to allow third parties to use space in the LESSEE’s building(s) and/or on their tower for telecommunications equipment, and to gain access to the site through the LESSOR's Property, in the same manner permitted to LESSEE under this Lease. LESSOR’s consent shall not be unreasonably conditioned, withheld or delayed. LESSEE's allowance of third parties to use LESSEE’s facilities shall not relieve LESSEE from its responsibilities hereunder. Third parties allowed hereunder shall be limited to the following: (1) the State of Colorado; (2) the Rangely Hospital District; (3) the Rangely Rural Fire District. LESSEE shall designate a single point of contact for the Leased Premises, which shall be the only point of contact that LESSOR will be required to deal with regardless of whose equipment or issue is in need of attention.

7. LESSOR consents and agrees that LESSEE, its employees, agents, and independent contractors (“Authorized Parties”) may enter the Leased Premises upon reasonable notice to Lessor, to conduct and perform some or all of the following activities (“Permitted Activities”): surveys, geotechnical soil borings and analyses, phase I environmental audits, boundary surveys, radio propagation studies, and such other tests and inspections of the Property that LESSEE may deem necessary or advisable. LESSEE agrees to be responsible for any and all costs related to the Permitted Activities, including installation on and operation and removal of equipment on the Leased Premises.

8. LESSEE shall use the Leased Premises solely as a communication electronics/tower site for the purposes related thereto. LESSEE shall not construct new building(s), tower structures, and fences without prior written consent from the LESSOR.

9. LESSEE shall, at its expense, provide all utilities required to service the communications facility. LESSOR will cooperate with LESSEE in LESSEE’s efforts to obtain utilities from any location provided by LESSOR or the servicing utility, including signing any easement or other instrument reasonably required by the utility company.

10. LESSEE shall comply with all laws, ordinances, rules and regulations of all governmental authorities with jurisdiction over the Leased Premises.

11. Use of communications equipment on the Leased Premises is contingent upon possession of a valid Federal Communication Commission (FCC) license or Director of Telecommunications Management/Interdepartmental Radio Advisory Committee (DTM/IRAC) authorization and operation of the equipment in strict compliance with applicable requirements of the FCC or IRAC. A copy of each applicable license or authorization shall at all times be maintained by the LESSEE for each transmitter being operated. The LESSEE shall provide the LESSOR, when requested, with current copies of all FCC licenses and DTM/IRAC authorizations for equipment in or on facilities covered by this lease.

12. The LESSEE shall ensure that equipment within facilities authorized by this Lease (including tenant and customer equipment) operates in a manner that will not cause harmful interference with the operation of existing equipment on or adjacent to the communications site covered by this Lease. If the LESSOR or authorized official of the FCC determines that the LESSEE's use interferes with existing equipment, the LESSEE will promptly take the necessary steps to eliminate or reduce the harmful interference to the satisfaction of the authorized officer or FCC official. Provided further, subsequently installed equipment may not interfere with Lessee’s existing equipment and if interference occurs, Lessor shall cause such subsequently installed equipment to be removed or take steps to eliminate or reduce the harmful interference to the satisfaction of Lessee.

Cathedral Bluffs Tower Site December 8, 2020 Page 2 of 6

13. LESSEE agrees that LESSOR shall have no responsibility for the licensing, installation, operation and/or maintenance of LESSEE’s Communications Equipment.

14. LESSEE, at its sole expense, shall maintain LESSEE’s facilities and make all necessary repairs. LESSEE agrees to repair any damages caused by LESSEE, its employees, contractors, sub-lessees, agents or representatives arising out of or in connection with their use or presence on the Leased Premises in connection with this Lease.

15. LESSOR shall deliver possession of the Leased Premises upon execution of this Lease. During the term of this Lease, LESSEE shall have reasonable ingress and egress on a 24-hour per day basis to the Leased Premises for the purposes of inspection, maintenance, installation, repair and removal of its Communications Equipment. Only authorized engineers, technicians, or employees of LESSEE, or persons under LESSEE’s direct supervision will be permitted to enter the Leased Premises to inspect, install, remove and/or repair LESSEE’s Communications Equipment. LESSEE is responsible for all costs of such activities.

16. LESSOR reserves the right to reasonable ingress and egress for itself and formally designated LESSEE(s) of the LESSOR-owned building and tower located within the Leased Premises fenced- in by the LESSEE. Adequate keys, card keys, and/or combinations to any locks or locking devices shall be provided to the LESSOR.

17. This Lease is assignable by LESSEE to third parties only for the purpose of providing electronic communication purposes, with the written consent of LESSOR, which consent may not be unreasonably withheld, delayed or conditioned. LESSEE may assign this Lease, in whole or in part, to a sister, subsidiary or affiliated corporation or entity or in the event of a merger or reorganization to the resulting entity. LESSEE may mortgage or grant a security interest in this Lease and LESSEE’s facilities to LESSEE’s lender(s), provided such lender(s) agree(s) to be bound by the provisions of this Lease.

18. LESSEE may terminate this Lease at any time by notice to LESSOR without further liability if LESSEE does not obtain all permits or other approvals (collectively, “approval”) required from any governmental authority or any easements required from any third party to operate/access the Leased Premises, or if any such approval is canceled, expires or is withdrawn or terminated, or if LESSOR fails to have proper ownership of the Leased Premises or authority to enter into this Lease, or if LESSEE, in its sole discretion, determines the site to no longer be technologically or commercially viable. Upon termination, all prepaid rent will be retained by LESSOR unless such termination is due to LESSOR’s failure of proper ownership or authority, or such termination is a result of LESSOR’s default.

19. Upon termination or expiration of this Lease, LESSEE may remove its equipment and improvements and if requested by LESSOR will restore the Leased Premises and Facilities to substantially the condition existing on the Commencement Date, except for ordinary wear and tear and casualty loss.

20. If either party is in default under this Lease for a period of (1) 30 days following receipt of notice from the non-defaulting party with respect to a default which may be cured solely by the payment of money, or (2) 30 days following receipt of notice from the non-defaulting party with respect to a default which may not be cured solely by the payment of money, then, in either event, the non- defaulting party may pursue any remedies available to it against the defaulting party under applicable law, including, but not limited to, the right to terminate this Lease. If the non-monetary default may not reasonably be cured within a 30-day period, this Agreement may not be terminated

Cathedral Bluffs Tower Site December 8, 2020 Page 3 of 6 if the defaulting party commences action to cure the default within such 30-day period and proceeds with due diligence to fully cure the default.

21. During the term of this Lease or any extension hereof, if LESSOR or any successor or assignee of LESSOR agrees to a sale or transfer of all or any portion of the Leased Premises, and/or Facilities, such agreement(s) shall include covenants and terms which recognize and compel compliance by the purchaser or transferee with the terms of this Lease.

22. LESSOR covenants and agrees that no part of the improvements constructed, erected or placed by LESSEE on the Leased Premises shall be or become, or be considered as being affixed to or part of LESSOR's real property and any and all provisions and principles of law to the contrary notwithstanding, it being the specific intention of LESSOR to covenant and agree that all improvements of every kind and nature constructed, erected or placed by LESSEE on the Leased Premises shall be and remain the property of LESSEE.

23. LESSEE hereby represents and warrants that it will in no way discharge, dump, or bury pollutants of any nature or kind on the Leased Premises, including but not limited to pollutants such as oil, chemicals, toxic substances or materials, hazardous wastes or hazardous substances, including but not limited to, such pollutants as defined by any federal, state, or local laws, rules, regulations, or ordinances, or otherwise.

24. LESSEE will not permit any liens or encumbrances against the leased premises for work or material furnished to LESSEE and shall take all steps necessary to remove any such lien or encumbrance.

25. LESSEE covenants and agrees to indemnify, defend and hold LESSOR, its agents and employees harmless against all actions, proceedings, claims, demands, losses, costs, damages, expenses and legal fees whatsoever which may be brought against LESSOR, its employees and/or agents on account of bodily injury or death of a person(s) or damages to property of any person arising out of, relating to or resulting, in whole or part, from LESSEE’s, its employees, agents and/or contractors’ use or occupancy of LESSOR’s property, LESSEE’s operations on LESSOR’s property, or from LESSEE’s building and tower improvements on LESSOR’s property. In furtherance of this indemnification provision, LESSEE shall obtain and keep in force insurance funding the above indemnity and defense with limits of at least $1,000,000 for bodily injury and $500,000 for property damage.

26. It is understood and agreed that the relationship of the parties hereto is strictly that of LESSOR and LESSEE and that LESSOR has no ownership in LESSEE’s business and that this Lease shall not be construed as a joint venture or partnership.

27. The following provisions are also integral parts of this agreement:

(a) This agreement shall be binding upon and shall inure to the benefit of the successors and assigns of the respective parties hereto. (b) The headings used in this agreement are inserted for reference purposes only and shall not be deemed to limit or affect in any way the meaning or interpretation of any of the terms or provisions of this agreement. (c) This agreement constitutes the entire understanding and agreement between the parties relating to the subject matter hereof and supersedes all prior agreements, representation or understanding between the parties relating to the subject matter hereof.

Cathedral Bluffs Tower Site December 8, 2020 Page 4 of 6 (d) Any waiver by either party hereto of any breach of any kind or character whatsoever by the other party, whether such waiver be direct or implied, shall not be construed as a continuing waiver of or consent to any subsequent breach of this agreement on the part of the other party. (e) This agreement may not be modified except by an instrument in writing signed by the parties hereto. (f) The parties agree that time is of the essence in the performance of all duties herein. (g) This agreement shall be interpreted, construed and enforced according to the laws of the State of Colorado without reference to its conflicts of laws principles. (h) All exhibits to this agreement shall be deemed part of this agreement and incorporated herein as if fully set forth herein. Failure to attach any exhibit hereunder shall not invalidate this agreement, it being understood that the same are available from the books or records of the parties. (i) The parties each reserve the right to supplement the description in Exhibit “A” with a surveyed and as-built description upon completion of construction. (j) The parties agree that in the event any action or court proceeding is brought by either party to enforce the obligations of this agreement, the prevailing party shall be entitled to recover any reasonable attorneys’ fees, together with court and collection costs. (k) Any notice which may be or is required pursuant to the provisions of this lease will be hand delivered or sent first class mail, postage prepaid, and addressed as follows:

LESSOR: LESSEE: Mahogany Energy Resources, LLC Board of County Commissioners P.O. Box 957 P.O. Box 599 Meeker, CO 81641 Meeker, CO 81641

With a copy to: Ziff Legal Group, LLP 350 Park Ave., 2nd Floor New York, NY 10022

(l) The emergency contact and telephone numbers for the Parties are as follows:

LESSOR: LESSEE: Mahogany Energy Resources, LLC Rio Blanco County IT Department Vern Rholl Trevor Nielsen, IT Director (970) 878-9995 (970) 878-9540

SIGNATURE PAGE FOLLOWS

Cathedral Bluffs Tower Site December 8, 2020 Page 5 of 6 IN WITNESS WHEREOF, the parties have executed this Communication Site Lease as of the day and year above first written.

LESSEE: The Board of County Commissioners of Rio Blanco County, Colorado

(Seal) By: ______Jeff Rector, Chairman Attest:

By: ______Si Woodruff, Commissioner ______Boots M. Campbell, Clerk to the Board By: ______Gary Moyer, Commissioner

LESSOR: Mahogany Energy Resources, LLC

By:______Justin Bilyeu, Its ______State of ) ) County of )

The foregoing instrument was acknowledged before me this _____ day of ______, 2019 by Justin Bilyeu as ______of Mahogany Energy Resources, LLC on behalf of the company. (SEAL) My Commission Expiers:______Notary Public:

______

Cathedral Bluffs Tower Site December 8, 2020 Page 6 of 6

______RIO BLANCO COUNTY SURVEYOR: 970-878-9510

EXHIBIT A

EASEMENT DESCRIPTION CATHEDRAL TOWER

AN EASEMENT LYING IN SECTION 33, T1S, R100W OF THE 6TH P.M., RIO BLANCO COUNTY, COLORADO, BEING MORE PARTICULARLY DESCRIBED AS FOLLOWS:

COMMENCING AT THE NORTH ONE-QUARTER CORNER (1935 GLO BRASS CAP) OF SAID SECTION 33, WHENCE THE NORWEST SECTON CORNER (1936 GLO BRASS CAP) OF SAID SECTION 33 BEARS N 88°04’08” W, 2639.37 FEET; THENCE S 26°45’38” W, 1793.22 FEET TO THE TRUE POINT OF BEGINNING; THENCE SOUTH, 100.00 FEET; THENCE WEST, 100.00 FEET; THENCE NORTH, 100.00 FEET; THENCE EAST, 100.00 FEET TO THE TRUE POINT OF BEGINNING

CONTAINING 10,000 SQFT MORE OR LESS, AND BEING SUBJECT TO ANY EASEMENTS AND OR RIGHTS-OF-WAY OF RECORD.

1 | P a g e

970.878.9510 Meeker, CO 81641 555 Main Street RBC SURVEYOR 1936 GLOBRASSCAP NW CORNER SEC. 33,T1S,R100W SEC. 33,T1S,R100W CATHEDRAL TOWER EASEMENT NW 1/4 NORTH 100.00' - ExhibitB MORE ORLESS 10,000 SQFT CATHEDRAL EASEMENT TOWER 100.00' EAST

100.00' N88° 04' 08"W 04' N88°

WEST 2639.37' File: QC: Date: Drawn by: Job No. Approved: 2020-007 CathedralTowerEsmt PE: 04/25/2019 2019-023

0 100.00' JLJ JLJ SOUTH P.O.B.

Graphic Scale MAHOGANY ENERGY RESOURCES, LLC 1935 GLOBRASSCAP 25 SEC. 33,T1S,R100W In Feet:1" = S26° 45' 38"W

1793.22' SITE PLAN N 50 4 1 CORNER 50 ' 100 Sht. Of 1 1 MOU’s, CONTRACTS, AND AGREEMENTS

Move to approve/deny an Agreement for Services with Chris Tonozzi, MD to provide vasectomy services to eligible residents on behalf of the Rio Blanco County Department of Public Health and Environment.

All Sign

Copies: 3 Route to: Alice Harvey

BOCC Meeting – 12/8/2020 RIO BLANCO COUNTY AGREEMENT FOR SERVICES

This Agreement is made this ______day of November 2020 between the Board of County Commissioners of Rio Blanco County, Colorado (herein referred to as “County”), by and for the benefit of the Rio Blanco County Department of Public Health and Environment, having its principal place of business at 555 Main Street, P. O. Box 599, Meeker, Colorado, 81641, and Chris Tonozzi, MD (referred to as “Vendor”), having his principal place of business at 417 Echo street, Glenwood Springs, Colorado, 81601.

1. Description of Vendor Services:

County hereby retains Vendor, and Vendor hereby agrees to the description of services, terms and additional conditions as identified on “Exhibit A” and “Exhibit B” attached hereto.

County warrants to Vendor that County will provide supportive services as identified on “Exhibit C” attached hereto.

2. Compensation:

Vendor shall be paid in accordance with the fee schedule set forth on the attached “Exhibit B”, incorporated herein by this reference. To receive payment, Vendor must submit itemized invoices for work completed to the Agreement Administrator before the 20th day of the month. Upon receipt of an invoice/payment request, the Agreement Administrator will review the request, and shall authorize or deny payment. Payment shall be made after authorization of payment by the Agreement Administrator in accordance with County policies and procedures. All services for the month of May must be completed and billed by the 31st of May so that they can be paid by the end of the fiscal year for state reimbursement.

3. Term:

The term of this Agreement shall be from , January 1, 2021 to July 31, 2022 and thereafter shall be automatically renewed annually for additional one year terms, subject to appropriation, unless terminated by either party upon 30 days written notice of termination given to the other party or otherwise terminated as provided herein. Vendor shall proceed with the work hereunder upon receipt of a written notice to proceed from the County. Such written notice shall be issued by the Agreement Administrator and will be for the duration of the length of this Agreement.

The Agreement Administrator for the County is: Alice Harvey, Director Rio Blanco County Department of Public Health and Environment 200 Main Street Meeker, CO 81641 Telephone: (970) 878-9528 The Agreement Administrator for Vendor is:

Chris Tonozzi MD 417 Echo Street Glenwood Springs, CO 81601 Telephone: (970) 945-2840

4. Insurance:

4.1 Vendor agrees to procure and maintain, at its own cost, a policy or policies of insurance/bonds sufficient to insure against all obligations assumed by Vendor pursuant to this Agreement and shall not start work under this Agreement until such insurance coverage has been obtained and approved in writing by the Agreement Administrator.

4.2 All insurance policies required hereunder shall include a notification provision requiring notification to the Agreement Administrator in writing, 30 days prior to any material changes in the insurance policy(s) such as: cancellation, non-renewal, or reduction in coverage or alteration of coverage.

4.3 Nothing herein shall be deemed or construed as a waiver of any of the protections to which County may be entitled pursuant to the Colorado Government Immunity Act, sections 24-10- 101, C.R.S., as amended.

4.4 All required insurance coverage must be acquired from insurers authorized to conduct business in the State of Colorado and acceptable to County. The insurers must also have policyholders’ rating of “A-“ or better, and financial class size of “Class VII” or better in the latest edition of Best’s Insurance Reports, unless County grants specific written approval for an exception.

4.5 Vendor shall procure and continuously maintain the minimum insurance coverage listed below, and such additional coverage as may apply, with forms and insurers acceptable to County. In the case of any claims-made policy, the necessary retroactive dates and extended reporting periods shall be procured to maintain such continuous coverage. All policies below shall be endorsed to specify “The Rio Blanco County Board of Commissioners and Rio Blanco County, its officers, officials, employees and volunteers as INSUREDS, as respects liability, on behalf of the Vendor, arising out of this Agreement.” All certificates of insurance are to be submitted on standard “ACCORD 25-S” form.

4.5.1 Workers’ Compensation and Employer’s Liability Including Occupations Disease Coverage in accordance with scope and limits as required by the State of Colorado (or the state in which the Vendor is a resident).

4.5.2 Commercial General Liability, “occurrence form,” with minimum limits of ONE MILLION ($1,000,000) combined single limit, per occurrence for bodily injury, personal injury and property damage. Vendor must either agree to provide certificates of insurance evidencing the above coverage for a period of two years after the final payment for this Agreement OR purchase an extended (minimum two years) reporting period endorsement for the policy or policies in force during the term of this Agreement and evidence the purchase of this extended reporting period endorsement by means of a certificate of insurance or a copy of the endorsement itself.

Page 2 of 13 4.6 Depending on the nature and scope of the services to be provided under this Agreement, additional insurance requirements may be specified by County. Items listed below, which have been marked with an “X” are required of Vendor by County as a condition of this Agreement. Vendor’s initial, placed by the corresponding “X”, shall acknowledge Vendor’s compliance in meeting the specific insurance requirement(s).

Vendor Initial X

______PROFESSIONAL LIABILITY INSURANCE with an endorsement for work under this Agreement, and coverage of no less than ONE MILLION ($1,000,000) per claim, and ONE MILLION ($1,000,000) aggregate.

______EXCESS LIABILITY/UMBRELLA INSURANCE with a limit no less than ONE MILLION ($1,000,000) per occurrence/ ONE MILLION ($1,000,000) aggregate, and coverage at least as broad as the primary Commercial General Liability policy.

5. Vendor’s Representations and Warranties:

Vendor represents and warrants to County that it has the certification, license, experience and ability to perform the services required by this Agreement in accordance with sound and acceptable industry or professional practices and standards and in accordance with all codes, standards, regulations, and laws applicable to the work. Vendor represents and warrants that it has the power to enter into and perform this Agreement, and that its performance of this Agreement shall not infringe upon or violate the rights of any third party or violate any Federal, State, or municipal laws.

6. Independent Contractor:

Vendor shall perform its duties hereunder as an independent contractor and not as an employee of County. Neither Vendor nor any agent or employee of Vendor shall be deemed to be an agent or employee of County. Vendor and its employees and agents are not entitled to unemployment insurance or workers compensation benefits through the County and the County shall not pay for or otherwise provide such coverage for Vendor or any of its agents or employees. Unemployment insurance benefits shall be available to Vendor and its employees and agents only if such coverage is made available by Vendor or a third party. Vendor shall pay when due all applicable employment taxes and income taxes and local head taxes incurred pursuant to this Agreement. Vendor shall not have authorization, express or implied, to bind the County to any contract, liability or understanding, except as expressly set forth herein. Vendor shall (a) provided and keep in force workers’ compensation and unemployment compensation insurance in the amounts required by law, (b) provide proof thereof when requested by the County, and (c) be solely responsible for its acts and those of its employees and agents.

7. Protection of Persons and Property:

Precautions shall be exercised at all times for the protection of all persons (including County employees) and property. The safety provisions of all applicable laws, regulations, and codes shall be observed. Hazards arising from the use of vehicles, machinery, and equipment shall be guarded or eliminated in accordance with the highest accepted standard of safety practice. Vendor and any subcontractors shall comply fully with all requirements of the Occupational Safety and Health Act, and any other pertinent Federal, State or Local statutes, rules or regulations. Vendor and any

Page 3 of 13 subcontractors shall bear full responsibility for payment of any fines or other punishments resulting from violation of any such statutes, rules or regulations.

8. Personal Services Agreement:

This is a personal services agreement on the part of Vendor. This Agreement may not be assigned or subcontracted without the prior express written consent of County and any attempt to assign this Agreement without the prior express written consent of County shall render this Agreement null and void with respect to the attempted assignee.

9. Inspection:

County reserves the right, without notice and at reasonable times, to inspect the records of work accomplished by Vendor under this Agreement. The right of inspection reserved in the County is for protection of County in assuring that the work is proceeding in a timely and satisfactory manner and does not relieve the Vendor from responsibility for selecting appropriate means of fulfilling its obligations hereunder.

10. Audit:

County, or its designee, will, at reasonable times, during the term of this Agreement or for two years after its termination or expiration, audit Vendor’s records with regard to this Agreement, and Vendor shall retain its books and records for the required period.

11. Non-Exclusive Agreement:

This is not an exclusive agreement. County may, at its sole discretion, contract with other entities for work similar to that to be performed by Vendor hereunder. Vendor may agree to perform similar work for others, and is not expected to work exclusively for County.

12. Indemnification of County:

Vendor shall indemnify and hold harmless County, its agents, officials and employees, against all losses or damages, including penalties, charges, professional fees, attorney’s fees, interest, costs, expenses and liabilities of every kind and character arising out of, or relating to, any and all claims and causes of actions of every kind and character, in connection with, directly or indirectly, this Agreement, whether or not it shall be alleged or determined that the harm was caused through or by Vendor or a subcontractor, if any, or their respective employees and agents. Vendor further agrees that its obligations to County under this paragraph include claims against County by Vendor’s employees whether or not such claim is covered by workers compensation. Vendor expressly understands and agrees that any insurance or bond protection required by this Agreement, or otherwise provided by Vendor, shall in no way limit the responsibility to indemnify, keep and save harmless and defend County as herein provided, and such obligation exists even if the claim is fraudulent or groundless.

13. Confidentiality:

Subject to state laws and HIPPA compliance, Vendor recognizes and acknowledges that this Agreement creates a confidential relationship between County and Vendor and that information concerning County’s business affairs, customers, vendors, finances, properties, methods of operation, computer programs, and documentation, and other such information, whether written,

Page 4 of 13 oral, or otherwise, is confidential in nature. All such information concerning County is herein referred to as “confidential information”.

14. Non-Disclosure:

Vendor agrees that, except as directed by County, Vendor will not at any time during or after the term of this Agreement disclose any “confidential information” to any person whatsoever and upon the termination of this Agreement Vendor will turn over to County all documents, papers, and other matter in Vendor’s possession or control that relates to County. Vendor further agrees to bind Vendor’s employees and subcontractors to the terms of this non-disclosure requirement.

15. County’s Right to Suspend Vendor’s Performance:

For good and sufficient cause such as Vendor’s failure to carry out any reasonable order or perform any provision of this Agreement or collateral documents, or any other circumstance unfavorable for prosecution of the work, County shall have the right to suspend Vendor’s performance of the work. Notice of such suspension shall be in writing and Vendor will be allowed fifteen (15) working days to correct and complete the unacceptable work. Vendor shall resume performance of the work promptly when so notified in writing by County.

16. Termination Provisions:

This Agreement may be terminated as follows:

16.1 Termination for Cause.

If, through any cause, Vendor shall fail to fulfill, in a timely and proper manner, its obligations under this Agreement, or if Vendor shall violate any of the covenants, agreements, or stipulations of this Agreement, County shall thereupon have the right to terminate this Agreement for cause by giving written notice to Vendor of its intent to terminate and at least ten (10) days opportunity to cure the default or show cause why such termination is otherwise not appropriate. In the event of termination, all finished or unfinished documents, data, studies, surveys, drawings, maps, models, photographs, and reports or other material prepared by Vendor under this agreement shall, at the option of County, become its property, and Vendor shall be entitled to receive just and equitable compensation for any services and supplies delivered and accepted. Vendor shall be obligated to return any payments advanced under the provisions of this Agreement.

Notwithstanding above, Vendor shall not be relieved of liability to County for any damages sustained by County by virtue of any breach of this Agreement by Vendor, and County may withhold any payment to Vendor for the purposes of setoff until such time as the exact amount of damages due to County from Vendor is determined. If after such termination it is determined, for any reason, that Vendor was not in default, or that Vendor’s action/inaction was excusable, such termination shall be treated as a termination for convenience, and the rights and obligations of the parties shall be the same as if this Agreement had been terminated for convenience, as described herein. 16.2 Termination for Convenience.

County or Vendor may terminate this Agreement at any time County or Vendor determines that it is not in the best interest of County or Vendor to continue the work under this

Page 5 of 13 Agreement. County and Vendor shall effect such termination by giving written notice of termination to the Agreement Administrator and specifying the effective date thereof, at least thirty (30) days before the effective date of such termination. In that event, all finished or unfinished documents, data, studies, surveys, drawings, maps, models, photographs, and reports or other materials prepared by Vendor under this Agreement shall, at the option of County, become its property, and Vendor shall be entitled to receive just and equitable compensation for any satisfactory services and supplies delivered, including reasonable termination expenses.

Vendor may terminate this Agreement at any time, with or without cause, upon thirty (30) days written notice to County. Vendor shall be entitled to receive just and equitable compensation for services rendered.

16.3 Appropriation - Termination Due to Loss of Funding.

The parties hereto expressly recognize that Vendor is to be paid, reimbursed, or otherwise compensated with funds provided to or appropriated by County for the purpose of contracting for the services provided for herein, and therefore, Vendor expressly understands and agrees that all its rights, demands, and claims to compensation arising under this Agreement are contingent upon receipt or appropriation of such funds by County. In the event that such funds or any part thereof are not received or appropriated by County, County may immediately terminate this Agreement without liability, including liability for termination costs.

17. Remedies:

In addition to any other remedies provided in this Agreement, County in its sole discretion may exercise any and/or all of the following remedial actions, either individually or simultaneously, if Vendor substantially fails to satisfy or perform the duties and obligations in this Agreement. Substantial failure to satisfy the duties and obligations shall be defined to mean insufficient, incorrect, improper activities or inaction by Vendor. These remedial actions are as follows:

17.1 Suspend Vendor’s performance pending necessary corrective action as specified by County; and/or

17.2 Withhold payment to Vendor until the necessary services or corrections in performance are satisfactorily completed; and/or

17.3 Request the removal from work on this Agreement of employees or agents of Vendor whom County justifies as being incompetent, careless, insubordinate, unsuitable or otherwise unacceptable, or whose continued employment on this Agreement is deemed to be contrary to the public interest or not in the best interest of County; and/or

17.4 Deny payment for those services or obligation which have not been performed and which due to circumstances caused by Vendor cannot be performed or if performed would be of no value to County. Denial of the amount of payment must be reasonably related to the amount of work or performances lost to County.

Page 6 of 13 18. Choice of Law:

Colorado law, and rules and regulations issued pursuant thereto, shall be applied in the interpretation, execution, and enforcement of this Agreement. Any provision included or incorporated herein by reference which conflicts with said laws, rules, and regulations shall be null and void. Any provision incorporated herein by reference which purports to negate this or any other Special Provision in whole or in part shall not be valid or enforceable or available in any action at law, whether by way of complaint, defense, or otherwise. Any provision rendered null and void by the operation of this provision shall not invalidate the remainder of this Agreement, to the extent capable of execution.

19. Venue:

This Agreement is and shall be deemed to be performable in the County of Rio Blanco, Colorado, and venue for any dispute hereunder shall be in the District Court of the County of Rio Blanco, Colorado. In the event of dispute concerning performance hereunder, the parties agree the Court may enter judgment in favor of the prevailing party for costs and reasonable attorney’s fees.

20. Governmental Immunity:

No term or condition of this Agreement shall be construed or interpreted as a waiver by County, express or implied, of any of the immunities, rights, benefits, protections, or other provisions, of the Colorado Governmental Immunity Act, CRS § 24-10-101 et seq., or the Federal Tort Claims Act, 28 U.S.C. § 1346(b) and 2671 et seq., as applicable now or hereafter amended.

21. Software Piracy Prohibition:

County or other public funds payable under this Agreement shall not be used for the acquisition, operation, or maintenance of computer software in violation of federal copyright laws or applicable-licensing restrictions. Vendor hereby certifies and warrants that, during the term of this Agreement and any extensions, Vendor has and shall maintain in place appropriate systems and controls to prevent such improper use of public funds. If the County determines that Vendor is in violation of this provision, the County may exercise any remedy available at law or in equity or under this Agreement, including, without limitation, immediate termination of this Agreement and any remedy consistent with federal copyright laws or applicable licensing restrictions

22. Employee Financial Interests:

County and Vendor state that to their knowledge, no employee of the County has any personal or beneficial interest whatsoever in the service or property described in this Agreement. Vendor has no interest and shall not acquire any interest, direct or indirect, that would conflict in any manner or degree with the performance of Vendor’s services and Vendor shall not employ any person having such known interests.

23. Agreement for Services CRS §8-17.5-101

Vendor certifies, warrants, and agrees that it does not knowingly employ an illegal alien who shall perform work under this Agreement and Vendor shall confirm the employment eligibility of all employees who are newly hired for employment in the United States to perform work under this Agreement, through participation in the E-Verify Program or the State program established

Page 7 of 13 pursuant to CRS §8-17.5-102(5)(c). Vendor shall not knowingly employ an illegal alien to perform work under this Agreement or enter into an Agreement with a Sub-Vendor who fails to certify to Vendor that the Sub-Vendor shall not knowingly employ an illegal alien to perform work under this Agreement. Vendor (a) shall not use E-Verify Program or the State program procedures to undertake pre-employment screening of job applicants while this Agreement is being performed, (b) shall notify the Sub-Vendor and the County within three days if Vendor has actual knowledge that a Sub-Vendor is employing an illegal alien for work under this Grant, (c) shall terminate the Sub- Agreement if a Sub-Vendor does not stop employing the illegal alien within three days of receiving the notice, (d) shall comply with reasonable requests made in the course of an investigation, undertaken pursuant to CRS §8-17.5-102(5), by the Colorado Department of Labor and Employment. If Vendor participates in the State program, Vendor shall deliver to County, a written, notarized affirmation, affirming that Vendor has examined the legal work status of such employee, and shall comply with all of the other requirements of the State program. If Vendor fails to comply with any requirement of this provision or CRS §8-17.5-101 et seq., County may terminate this Agreement for cause and, if so terminated, Vendor shall be liable for damages.

24. Agreements with Natural Persons:

Vendor, if a natural person eighteen (18) years of age or older, hereby swears and affirms under penalty of perjury that he or she (a) is a citizen or otherwise lawfully present in the United States pursuant to federal law, (b) shall comply with the provisions of CRS §24-76.5-101 et seq., and (c) has produced one form of identification required by CRS §24-76.5-103 prior to the effective date of this Agreement.

25. Gifts:

Vendor certifies that Vendor is familiar with the provision of Article XXIX of the Colorado Constitution (also known as Amendment 41) regarding gifts and is compliant with the provisions of this Article.

26. Entire Agreement:

This Agreement constitutes the entire agreement between the parties, and no changes or modifications shall be effective unless reduced to writing and signed by all parties hereto.

27. Required Signatures:

Person(s) signing as or on behalf of Vendor represent by their signature the person(s) signing is/are fully authorized to so sign this Agreement and that Vendor has taken all steps necessary so that the signature(s) is/are binding upon Vendor.

28. Severability/Survival:

The provisions of this Agreement shall be severable, and the invalidity of any provisions shall not invalidate the remaining provisions hereof. Where appropriate and applicable, provisions of this Agreement shall survive expiration or any termination of this Agreement.

29. Binding Effect:

This Agreement shall be binding upon and inure to the benefit of the heirs, administrators, successors, personal representatives or assigns of all of the parties hereto.

Page 8 of 13 30. Execution by Counterparts; Electronic Signatures:

This Agreement may be executed in two or more counterparts, each of which shall be deemed an original, but all of which shall constitute one and the same instrument. The Parties approve the use of electronic signatures for execution of this Agreement. Only the following two forms of electronic signatures shall be permitted to bind the Parties to this Agreement: (1) Electronic or facsimile delivery of a fully executed copy of a signature page; (2) The image of the signature of an authorized signer inserted onto PDF format documents. All documents must be properly notarized, if applicable. All use of electronic signatures shall be governed by the Uniform Electronic Transactions Act, CRS §§ 24-71-101 to 121.

IN WITNESS WHEREOF, the parties have here unto set their hands and seals this ______day of______, 2020.

Board of County Commissioners of Rio Blanco County, Colorado

(Seal) By______Jeff Rector, Chairman Attest: By:______Si Woodruff, Commissioner ______Clerk to the Board By:______Gary Moyer, Commissioner

Vendor: Chris Tonozzi MD ______Alice Harvey, Director Rio Blanco County Public Health By: ______Chris Tonozzi, MD

Page 9 of 13 Exhibit A

Vendor agrees to the following Description of Services, Terms and Additional Conditions:

1. Provide Vasectomy services at no charge to the clients in the Rio Blanco County Family Planning Program, to be reimbursed by the County at an agreed upon rate.

2. Provide initial consultation for vasectomy, vasectomy procedure. and appropriate post procedure semen analysis.

3. Ensure the mandatory 30 day waiting period on the federal consent form for sterilization procedures is followed.

4. Ensure that Family Planning service providers are licensed to practice medicine in the State of Colorado.

5. The Provider is: Christopher J. Tonozzi, MD CO 32977

6. Adhere to all Title X program requirements, including the prohibition of funds being used for abortion;

7. Comply with federal HIPAA security requirements as outlined in RBC Family Planning Policy and Hospital Policy.

Page 10 of 13 Exhibit B

Vendor shall be paid in accordance with the fee schedule set forth below:

Vendor agrees to invoice all fees directly to the Rio Blanco County Public Health & Environment, at the rates listed below. The County will bill patient insurance after services paid directly in full by County to provider. County is not responsible for or required to pay any fees not listed below.

 $ 120.00 each office visit/consult  $ 900.00 per vasectomy

Vendor agrees to not bill patients for any additional charges beyond the stated fee invoiced to the Rio Blanco County Nursing Service. To receive payment, Vendor must submit itemized invoices for work completed before the 20th day of each month to the Rio Blanco County Public Health & Environment, 200 Main St, Meeker, CO 81641.

The County and the Vendor will not use Title X funds to be used to directly or indirectly support abortion activities.

All insurance, private and public should be utilized before turning to the Rio Blanco County Department of Human Services. Core Service dollars will be utilized as a last resort.

Page 11 of 13 EXHIBIT C

County warrants to Vendor that the Rio Blanco County Family Planning Program will provide the following for its clients: 1. Intake vital signs: height, weight, blood pressure, hemoglobin, and STI (sexually transmitted infection) test as indicated.

2. Counsel clients regarding all methods of contraception and family planning, including any necessary anatomy and physiology, content of an examination, other required counseling, and provide written information to the client as indicated.

3. Counsel on sexual health promotion regarding STI prevention.

4. Provide education & preparedness on abstaining from sexual encounters, encourage parent involvement for minors, and provide information on sexual health responsibility.

5. Provide partner contraceptives, and other male contraceptives as desired by the client and/or directed by the Provider.

6. Determine appropriate method of contraception after consideration of the findings of the medical history (to include family history), physical exam and laboratory tests. The personal preference of the client is a prime consideration unless the method selected has medical contraindications.

7. County will securely fax/transfer medical chart to clinic prior to time of service if referring for vasectomy for continuity of care.

8. Maintain and review client charts at the County, and input client information into CDPHE State monitoring system.

9. Assist clients in scheduling all client appointments to include, but not limited to, initial, follow- up, problem, and annual appointments at the MD as indicated.

10. Provide instruction or information on testicular self-exam.

11. Obtain STI swab as deemed appropriate and needed.

12. Send STI swabs to Colorado State Lab for testing, results will be returned to County.

Page 12 of 13 13. Record all aspects of examination and visit in the client's Family Planning chart.

14. Ensure that the client leaves the facility with necessary documentation/chart for County to review and maintain.

15. Screen males interested in permanent sterilization, obtain an informed consent, and a signed federal sterilization consent.

16. Refer clients to MD for a pre-vasectomy Consultation and procedure.

17. Annually, all MD FP providers to sign annual CDPHE clinical manual and comply with all Title X rules and regulations.

https://www.colorado.gov/pacific/cdphe/titlex-manuals https://www.colorado.gov/cdphe/titlex-familyplanning

18. Provide administrative and clinical site reviews annually to ensure above regulations are being followed for each subcontracted visit. Documentation of these reviews will be provided to CDPHE upon request or during administrative audits.

Page 13 of 13 MOU’s, CONTRACTS, AND AGREEMENTS

Move to approve/deny a Joint Funding Agreement with the US Department of the Interior, US Geological Survey for the operation and maintenance of streamflow gaging stations and water-quality sampling sites on the White River for the period January 1, 2021 through December 31, 2021, in an amount not to exceed $13,063.00.

All Sign

Copies: 2 Route to: Talia Rosas, Administrative Assistant

BOCC Meeting – 12/8/2020 Form 9-1366 U.S. Department of the Interior Customer No: 6000001051 (May 2018) U.S. Geological Survey Agreement No: 21REJFACO 111 Joint Funding Agreement Project No: FOR WATER RESOURCES INVESTIGATIONS TIN #: 840000798

Fixed Cost Agreement X Yes No

THIS AGREEMENT is entered into as of the 1st day of January, 2021 by the U.S. GEOLOGICAL SURVEY, Colorado Water Science Center, UNITED STATES DEPARTMENT OF THE INTERIOR, party of the first part, and Rio Blanco County, party of the second part.

1. The parties hereto agree that subject to the availability of appropriations and in accordance with their respective authorities there shall be maintained in cooperation Water Resource Investigations, operation and maintenance of streamflow gaging stations and water- quality sampling sites on the White River, herein called the program. The USGS legal authority is 43 USC 36C; 43 USC 50; and 43 USC 50b.

2. The following amounts shall be contributed to cover all of the cost of the necessary field and analytical work directly related to this program. 2(b) includes In-Kind Services in the amount of $0.00.

(a) $6,101.00 by the party of the first part during the period January 1, 2021 to December 31, 2021

(b) $13,063.00 by the party of the second part during the period January 1, 2021 to December 31, 2021

(c) Contributions are provided by the party of the first part through other USGS regional or national programs, in the amount of:

$0.00 Description of USGS regional/national program: NA

(d) Additional or reduced amounts by each party during the above period or succeeding periods as may be determined by mutual agreement and set forth in an exchange of letters between the parties.

(e) The performance period may be changed by mutual agreement and set forth in an exchange of letters between the parties.

3. The costs of this program may be paid by either party in conformity with the laws and regulations respectively governing each party.

4. The field and analytical work pertaining to this program shall be under the direction of or subject to periodic review by an authorized representative of the party of the first part.

5. The areas to be included in the program shall be determined by mutual agreement between the parties hereto or their authorized representatives. The methods employed in the field and office shall be those adopted by the party of the first part to insure the required standards of accuracy subject to modification by mutual agreement.

6. During the course of this program, all field and analytical work of either party pertaining to this program shall be open to the inspection of the other party, and if the work is not being carried on in a mutually satisfactory manner, either party may terminate this agreement upon 60 days written notice to the other party.

7. The original records resulting from this program will be deposited in the office of origin of those records. Upon request, copies of the original records will be provided to the office of the other party.

8. The maps, records or reports resulting from this program shall be made available to the public as promptly as possible. The maps, records or reports normally will be published by the party of the first part. However, the party of the second part reserves the right to publish the results of this program and, if already published by the party of the first part shall, upon request, be furnished by the party of the first part, at cost, impressions suitable for purposes of reproduction similar to that for which the original copy was prepared. The maps, records or reports published by either party shall contain a statement of the cooperative relations between the parties. The Parties acknowledge that scientific information and data developed as a result of the scope of work are subject to applicable USGS review, approval, and release requirements, which are available on the USGS Fundamental Science Practices website ( https://www.usgs.gov/about/organization/science-support/science- quality-and-integrity/fundamental-science-practices).

9. Billing for this agreement will be rendered semi-annually (September and December). Invoices not paid within 60 days from date of bill will bear Interest, Penalties, and Administrative costs as the annual rate pursuant the Debt Collection Act of 1982, (codified at 31 U.S.C. 3717) established by the U.S. Treasury. Form 9-1366 U.S. Department of the Interior Customer No: 6000001051 (May 2018) U.S. Geological Survey Agreement No: 21REJFACO 111 Joint Funding Agreement Project No: FOR WATER RESOURCES INVESTIGATIONS TIN #: 840000798 Fixed Cost Agreement X Yes No

USGS Technical Point of Contact Customer Technical Point of Contact Name: Steve Anders Name: Talia Rosas Title: Supervisory Hydrologic Tech Title: Accounting Technician Address: Address: 445 W. Gunnison Ave Suite 130 P.O. Box 1047 City/State/Zip: Grand Junction, CO 81501 City/State/Zip: Meeker, CO 81641 Telephone: 970-628-7140 Telephone: 970-878-9443 Fax: 970-245-1026 Fax: Email: [email protected] Email: [email protected]

USGS Billing Point of Contact Customer Billing Point of Contact Name: Donna Hector Name: Talia Rosas Title: Administrative Officer Title: Accounting Technician Address: P.O. Box 25046, Denver Federal Center Address: P.O. Box 1 Address: Mail Stop 415 047 City/State/Zip: Lakewood, CO 80225 City/State/Zip: Meeker, CO 81641 Telephone: 303-236-6903 Telephone: 970-878-9443 Fax: 303-236-4912 Fax: Email: [email protected] Email: [email protected]

U.S. Geological Survey United States Board of County Commissioners of Department of Interior Rio Blanco County, CO

SIGNATURE SIGNATURES Digitally signed by ROBERT ROBERT KIMBROUGH KIMBROUGH Date: 2020.11.24 14:56:53 -07'00' By:______Date:______By:______Date:______12/08/2020 Name: David Mau Name: Jeff Rector Title: Director, CWSC/USGS Title: Chairman

By:______Date:______12/08/2020 Name: Si Woodruff Title: Commissioner

By:______Date:______12/08/2020 Name: Gary Moyer Title: Commissioner United States Department of the Interior

U. S. GEOLOGICAL SURVEY Colorado Water Science Center, Western Colorado Office 445 W. Gunnison Ave, Ste 130 Grand Junction, Colorado 81501 (970) 628-7140

November 24, 2020

Talia Rosas Rio Blanco County PO Box 1 Meeker, Colorado 81641

Dear Ms. Rosas:

The proposed cost for the U.S. Geological Survey (USGS) to continue the operation and maintenance of the gaging station and continuance of the water-quality sampling program for the period January 1, 2021 – December 31, 2021 is $19,164. Of this amount, $13,063 will be provided by the County and $6,101 will be provided by USGS Matching Funds as listed in the table below:

Rio Blanco USGS Matching Funds Total County $13,063 $6,101 $19,164

Please note that we have implemented the Prioritization Plan for Cooperatively Funded Streamgages in Colorado. In accordance with the Prioritization Plan, the ranking of the gages covered by this agreement are shown in table 2 and USGS matching funds have been applied accordingly.

Work performed with funds from this agreement will be conducted on a fixed-price basis. The results of all work under this agreement will be available for publication by the U.S. Geological Survey. If this proposal is satisfactory, please sign both copies of the JFA; keep one for your files; and return the remaining one to the address listed below.

USGS, Colorado Water Science Center P.O. Box 25046, Denver Federal Center Mail Stop 415 Lakewood, CO 80225

USGS policy requires us to obtain approval from our Regional Director to conduct work without a signed agreement. To assist us in complying with this policy, we request that you return the signed agreement by January 1. We appreciate whatever special effort you and others in your organization will make to respond to this request. If you have questions or concerns with this proposal please contact me at 970- 628-7140 or Robert Kimbrough at 303-236-6902.

Sincerely,

Steven P. Anders Data Chief, Western Colorado Office USGS Colorado Water Science Center

Table 1: White River water-quality monitoring program, January 2021 to December 2021

Discharge Physical and E. coli Chloride, Trace Suspended- STATION NUMBER STATION NAME measurements Chemical Bacteria filtered Nutrients, filtered elements, sediment

LONG-TERM TREND SITES 09303000 North Fork White River at Buford 4 4 4 4 09304000 South Fork White River at Buford 4 4 4 4 395650107435600 White River above Dry Creek near Buford 4 4 4 4 09304200 White River above Coal Creek near Meeker 4 4 4 4 09304800 White River below Meeker 4 4 4 2 2 09306290 White River below Boise Creek near Rangely 4 4 4 09306305 White River below Taylor Draw near Rangely 4 4 4 4 400535108485700 White River at Hwy 64 Bridge below Rangely 4 4 4 4

Number of environmental samples 20 32 32 4 32 2 2

1 Water temperature, specific conductance, dissolved oxygen, and pH are measured each sampling visit. Table 2. Cost sharing, White River streamgaging and water-quality program, January 2021 through December 2021. Prepared: September 25, 2020 Revised:

Colo. Total USGS Total USGS Rio Blanco Town of Meeker Town of River Local Cost Cost Cost % % Priority Station Name County Meeker Sanitation Rangely District Share Share of site Local USGS Ranking1

STREAM-FLOW GAGING STATION NETWORK

White River above Coal Creek near Meeker $3,274 $3,274 $3,274 $1,091 $10,913 $7,397 $18,310 59.6% 40.4% H 30% 30% 30% 10% White River near Meeker (NSIP)

White River below Meeker $12,268 $12,268 $6,042 $18,310 67.0% 33.0% M 100% White River below Boise Creek near Rangely $10,913 $10,913 $7,397 $18,310 59.6% 40.4% H 100% Cooperator total for streamflow gages $3,274 $3,274 $3,274 $0 $24,272 Percentage of network support 9.6% 9.6% 9.6% 0.0% 71.2%

Last year's total for surface water $3,180 $3,180 $3,180 $0 $23,569 Total cooperator surface-water cost share $34,094 Total USGS surface-water cost share $20,836 Total surface-water program $54,930

WATER-QUALITY TREND SITE NETWORK

North Fork White River at Buford $1,261 $773 $0 $0 $2,033 $4,067 $1,613 $5,680 71.6% 28.4% 31% 19% 50%

South Fork White River at Buford $1,261 $773 $0 $0 $2,033 $4,067 $1,613 $5,680 71.6% 28.4% 31% 19% 50%

White River above Dry Creek near Buford $3,366 $0 $0 $0 $689 $4,055 $1,608 $5,663 71.6% 28.4% 83% 17%

White River above Coal Creek near Meeker $780 $1,287 $1,092 $0 $741 $3,900 $1,547 $5,447 71.6% 28.4% 20% 33% 28% 19% Water-temperature monitor 2 $1,380 $1,380 $577 $1,957 70.5% 29.5% 100%

White River below Meeker $1,157 $1,400 $1,400 $0 $869 $4,826 $1,913 $6,739 71.6% 28.4% 24% 29% 29% 18%

White River below Boise Creek $1,055 $0 $0 $0 $3,004 $4,059 $1,610 $5,669 71.6% 28.4% 26% 74%

White River below Taylor Draw near Rangely $909 $0 $0 $1,591 $2,045 $4,545 $1,802 $6,347 71.6% 28.4% 20% 35% 45%

White River at Hwy 64 Bridge blw Rangely $0 $0 $0 $3,278 $1,275 $4,553 $1,805 $6,358 71.6% 28.4% 72.0% 28.0%

Cooperator total for water-quality $9,789 $5,613 $2,492 $4,869 $12,689 Percentage of network support 27.6% 15.8% 7.0% 13.7% 35.8%

Last year's total for water-quality $9,504 $5,447 $2,419 $4,729 $12,320

Total sponsor water-quality cost share $35,452 Total USGS water-quality share $14,088 Total water-quality program $49,540

Program totals (SW & QW) $13,063 $8,887 $5,766 $4,869 $36,961 $69,546 $34,924 $104,470 18.8% 12.8% 8.3% 7.0% 53.1%

Last year's program totals (SW & QW) $12,684 $8,627 $5,599 $4,729 $35,889 $67,528 $33,910 $101,438

1 Ranking categories were derived from the Prioritization Plan for Cooperatively Funded Streamgages in Colorado. High-ranked gages are matched at 40.4%, medium-ranked gages at 33.0%. 2 Monitor operated May through September (5 mos.)

Note: The percentages shown in the cooperator columns represent the cooperator's portion of the total cooperator cost share for a station and/or program. Local cost-sharing percentages are determined by the individual sponsors.

MOU’s, CONTRACTS, AND AGREEMENTS

Move to approve/deny a Joint Funding Agreement with the US Department of the Interior, US Geological Survey for the operation and maintenance of streamflow gaging stations and water-quality sampling sites on Piceance Creek, Corral Gulch, and Yellow Creek for the period January 1, 2021 through December 31, 2021, in an amount not to exceed $95,091.00.

All Sign

Copies: 2 Route to: Talia Rosas, Administrative Assistant

BOCC Meeting – 12/8/2020 Form 9-1366 U.S. Department of the Interior Customer No: 6000001051 (May 2018) U.S. Geological Survey Agreement No: 21REJFACO 119 Joint Funding Agreement Project No: FOR WATER RESOURCES INVESTIGATIONS TIN #: 840000798

Fixed Cost Agreement X Yes No

THIS AGREEMENT is entered into as of the 1st day of January, 2021 by the U.S. GEOLOGICAL SURVEY, Colorado Water Science Center, UNITED STATES DEPARTMENT OF THE INTERIOR, party of the first part, and Rio Blanco County, party of the second part.

1. The parties hereto agree that subject to the availability of appropriations and in accordance with their respective authorities there shall be maintained in cooperation Water Resource Investigations, operation and maintenance of streamflow gaging stations and water- quality sampling sites on Piceance Creek, Corral Gulch, and Yellow Creek, herein called the program. The USGS legal authority is 43 USC 36C; 43 USC 50; and 43 USC 50b.

2. The following amounts shall be contributed to cover all of the cost of the necessary field and analytical work directly related to this program. 2(b) includes In-Kind Services in the amount of $0.00.

(a) $11,063.00 by the party of the first part during the period January 1, 2021 to December 31, 2021

(b) $95,091.00 by the party of the second part during the period January 1, 2021 to December 31, 2021

(c) Contributions are provided by the party of the first part through other USGS regional or national programs, in the amount of:

$6,042.00 Description of USGS regional/national program: Groundwater and Streamflow Information Program (GWSIP)

(d) Additional or reduced amounts by each party during the above period or succeeding periods as may be determined by mutual agreement and set forth in an exchange of letters between the parties.

(e) The performance period may be changed by mutual agreement and set forth in an exchange of letters between the parties.

3. The costs of this program may be paid by either party in conformity with the laws and regulations respectively governing each party.

4. The field and analytical work pertaining to this program shall be under the direction of or subject to periodic review by an authorized representative of the party of the first part.

5. The areas to be included in the program shall be determined by mutual agreement between the parties hereto or their authorized representatives. The methods employed in the field and office shall be those adopted by the party of the first part to insure the required standards of accuracy subject to modification by mutual agreement.

6. During the course of this program, all field and analytical work of either party pertaining to this program shall be open to the inspection of the other party, and if the work is not being carried on in a mutually satisfactory manner, either party may terminate this agreement upon 60 days written notice to the other party.

7. The original records resulting from this program will be deposited in the office of origin of those records. Upon request, copies of the original records will be provided to the office of the other party.

8. The maps, records or reports resulting from this program shall be made available to the public as promptly as possible. The maps, records or reports normally will be published by the party of the first part. However, the party of the second part reserves the right to publish the results of this program and, if already published by the party of the first part shall, upon request, be furnished by the party of the first part, at cost, impressions suitable for purposes of reproduction similar to that for which the original copy was prepared. The maps, records or reports published by either party shall contain a statement of the cooperative relations between the parties. The Parties acknowledge that scientific information and data developed as a result of the scope of work are subject to applicable USGS review, approval, and release requirements, which are available on the USGS Fundamental Science Practices website ( https://www.usgs.gov/about/organization/science-support/science- quality-and-integrity/fundamental-science-practices).

9. Billing for this agreement will be rendered quarterly. Invoices not paid within 60 days from date of bill will bear Interest, Penalties, and Administrative costs as the annual rate pursuant the Debt Collection Act of 1982, (codified at 31 U.S.C. 3717) established by the U.S. Treasury. Form 9-1366 U.S. Department of the Interior Customer No: 6000001051 (May 2018) U.S. Geological Survey Agreement No: 21REJFACO 119 Joint Funding Agreement Project No: FOR WATER RESOURCES INVESTIGATIONS TIN #: 840000798 Fixed Cost Agreement X Yes No

USGS Technical Point of Contact Customer Technical Point of Contact Name: Steve Anders Name: Talia Rosas Title: Supervisory Hydrologic Tech Title: Accounting Technician Address: 445 W. Gunnison Ave Suite 130 Address: P.O. Box 1047 City/State/Zip: Grand Junction, CO 81501 City/State/Zip: Meeker, CO 81641 Telephone: 970-628-7140 Telephone: 970-878-9443 Fax: 970-245-1026 Fax: Email: [email protected] Email: [email protected]

USGS Billing Point of Contact Customer Billing Point of Contact Name: Donna Hector Name: Talia Rosas Title: Administrative Officer Title: Accounting Technician Address: P.O. Box 25046, Denver Federal Center Address: P.O. Box 1 Address: Mail Stop 415 047 City/State/Zip: Lakewood, CO 80225 City/State/Zip: Meeker, CO 81641 Telephone: 303-236-6903 Telephone: 970-878-9443 Fax: 303-236-4912 Fax: Email: [email protected] Email: [email protected]

U.S. Geological Survey United States Board of County Commissioners of Department of Interior Rio Blanco County, CO

SIGNATURE SIGNATURES

By:______Date:______By:______Date:______12/08/2020 Name: David Mau Name: Jeff Rector Title: Director, CWSC/USGS Title: Chairman

By:______Date:______12/08/2020 Name: Si Woodruff Title: Commissioner

By:______Date:______12/08/2020 Name: Gary Moyer Title: Commissioner United States Department of the Interior

U. S. GEOLOGICAL SURVEY Colorado Water Science Center, Western Colorado Office 445 W. Gunnison Ave, Ste 130 Grand Junction, Colorado 81501 (970) 628-7142

December 1, 2020

Talia Rosas Rio Blanco County PO Box 1 Meeker, Colorado 81641

Dear Ms. Rosas:

The proposed cost for the U.S. Geological Survey (USGS) to continue the operation and maintenance of the gaging stations and continuance of the water-quality sampling program for the period January 1, 2021 – December 31, 2021 is $112,196. Of this amount, $95,091 will be provided by the County, $11,063 will be provided by USGS Matching Funds, and $6,042 will be provided by the Groundwater and Streamflow Information Program (GWSIP) as listed in the table below:

Rio Blanco USGS Cooperative USGS NSIP Total County Matching Funds Funds

$95,091 $11,063 $6,042 $112,196

Please note that we have implemented the Prioritization Plan for Cooperatively Funded Streamgages in Colorado. In accordance with the Prioritization Plan, the ranking of the gages covered by this agreement are shown in table 1 and USGS matching funds have been applied accordingly.

Work performed with funds from this agreement will be conducted on a fixed-price basis. The results of all work under this agreement will be available for publication by the U.S. Geological Survey. If this proposal is satisfactory, please sign both copies of the JFA; keep one for your files; and return the remaining one to the address listed below.

USGS, Colorado Water Science Center P.O. Box 25046, Denver Federal Center Mail Stop 415 Lakewood, CO 80225

USGS policy requires us to obtain approval from our Regional Director to conduct work without a signed agreement. To assist us in complying with this policy, we request that you return the signed agreement by January 1. We appreciate whatever special effort you and others in your organization will make to respond to this request. If you have questions or concerns with this proposal please contact me at 970- 628-7140 or Robert Kimbrough at 303-236-6902.

Sincerely,

Steven P. Anders Data Chief, Western Colorado Office USGS Colorado Water Science Center Table 1. Stream gaging and water-quality program details, January 2021 through December 2021 (SW, stream-flow gaging station; QW, water-quality sampling site).

Federal Cooperative Water Program, Rio Blanco County and the U.S. Geological Survey

USGS PERCENT PRIORITY STATION PERIOD OF TYPE OF USGS TOTAL COUNTY USGS USGS 1 NUMBER STATION NAME RECORD DATA RANKING MATCH COST FUNDS CMF4 GWSIP5

Piceance Creek monitoring program, (Solvay Chemical project) Contact: Celina Akin, Solvay Chemical, (970) 285-0406 09306200 Piceance Creek below Ryan Gulch 1964-98, 1999- SW2 0.0% $18,310 $18,310 $0 $0 near Rio Blanco VL 09306222 Piceance Creek at White River 1964-66, 1970- SW2 VL 0.0% $18,310 $18,310 $0 $0

subtotal $36,620 $36,620 $0 $0

09306200 Piceance Creek below Ryan Gulch 1970-98, 1999- QW3 28.4% $11,318 $8,104 $3,214 $0 near Rio Blanco 09306222 Piceance Creek at White River 1970-86, 1990- QW3 28.4% $11,318 $8,104 $3,214 $0 subtotal $22,636 $16,208 $6,428 $0

Total Piceance Creek program $59,256 $52,828 $6,428 $0

Yellow Creek program, (Natural Soda project) Contact: Michael Clark, [email protected], (970) 878-3674 x25

09306242 Corral Gulch near Rangely 1974 - SW2 M 33.0% $18,310 $12,268 $0 $6,042 09306255 Yellow Creek near White River 1972-82, 1988- SW2 VL 0.0% $18,310 $18,310 $0 $0

subtotal $36,620 $30,578 $0 $6,042

09306242 Corral Gulch near Rangely 1974 - QW3 28.4% $7,223 $5,172 $2,051 $0 09306255 Yellow Creek near White River 1974-82, 1988- QW3 28.4% $9,097 $6,513 $2,584 $0

subtotal $16,320 $11,685 $4,635 $0

Total Yellow Creek program $52,940 $42,263 $4,635 $6,042

Combined projects streamgaging program total $73,240 $67,198 $0 $6,042 Combined projects water-quality program total $38,956 $27,893 $11,063 $0

Total Program $112,196 $95,091 $11,063 $6,042

1 The ranking is derived from the Prioritization Plan for Cooperatively Funded Streamgages in Colorado: VL, very low, no matching funds applied; M, medium, 33.0% matching funds applied. 2 Measurments of stream-flow discharge. Daily mean discharges are available on the USGS National Water Information System website (http://waterdata.usgs.gov/co/nwis/). 3 Refer to Table 2 for program sampling details. 4 Cooperative Matching Funds 5 Groundwater and Streamflow Information Program (GWSIP)

Table 2. Piceance Creek-Yellow Creek water-quality program, January 2021 through December 2021

Major ions, Trace Physical and boron, Trace elements, Organic Suspended STATION Chemical e. Coli strontium, Nutrients, elements, filtered; carbon, Radio sediment NUMBER STATION NAME Properties 1 bacteria filtered filtered filtered ROE filtered chemistry concentration

Solvay Chemical Project Contact: Celina Akin, (970) 285-0406 09306200 Piceance Creek below Ryan Gulch near Rio Blanco 4 4 4 4 4 4 4 09306222 Piceance Creek at White River 4 4 4 4 4 4 4

number of enviromental samples2 8 0 8 8 0 8 8 8 8

Natural Soda Project Contact: Michael Clark, (970) 878-3674 ext 25 09306242 Corral Gulch near Rangely 3 3 2 2 3 09306255 Yellow Creek near White River 4 4 2 2 2 4

number of enviromental samples2 7 0 7 4 2 0 4 0 7

1 Water temperature, specific conductance, dissolved oxygen, alkalinity, and pH are measured each sampling visit. 2 The sampling program also includes 10% QA/QC.

MOU’s, CONTRACTS, AND AGREEMENTS

Move to approve/deny a Data Use Agreement with Pioneers Medical Center for the use and benefit of the Rio Blanco County Department of Public Health.

All Sign

Copies: 3 Route to: Alice Harvey

BOCC Meeting – 12/8/2020 Rio Blanco County Department of Public Health and Pioneers Medical Center DATA USE AGREEMENT

This Data Use Agreement (this “DUA”) is effective on the [11-10-2020], by and between the Board of County Commissioners of Rio Blanco County, Colorado for the use and benefit of the Rio Blanco County Department of Public Health and Environment, (hereinafter “Department”) a [governmental entity, 555 Main Street Meeker CO], and [Eastern Rio Blanco County Health Service District, d.b.a. Pioneers Medical Center] (“PMC”), a nonprofit critical access hospital located at 100 Pioneers Medical Center Drive (collectively referred to as the “Parties”).

Pursuant to 45 CFR § 164.512(b)(1), PMC is providing the Department with a limited data set, consisting of de- identified PHI (the “Limited Data Set”). PMC grants to the Department a non-exclusive, revocable license to use the Limited DataSet for the following purpose:

PMC is providing the Limited Data Set to the Department in order for the Department to use in accordance with 45 CFR § 164.512(b)(1). That is, to collect or receive such information for the purpose of preventing or controlling disease, injury, or disability, including, but not limited to, the reporting of disease, injury, vital events such as birth or death, and the conduct of public health surveillance, public health investigations, and public health interventions; or, at the direction of a public health authority, to an official of a foreign government agency that is acting in collaboration with a public health authority;

The Department will use the above Limited Data Set from the date the data is received until the data is provided to the Researchers. At the conclusion of this period, or if the Department's use of the Limited Data Set is terminated by PMC, the Department will return the Limited Data Set to PMC and will make no further use of the Limited Data Set. Alternatively, the Department may destroy the Limited Data Set at the conclusion of this period so long as the Department agrees to destroy such records in a manner required under applicable laws.

In consideration of the receipt of the Limited Data Set, the Department hereby agrees that:

1. The Department will not use or further disclose the Limited Data Set other than as permitted by this DUA or as otherwise required by law;

2. The Department will use appropriate safeguards to prevent the use or disclosure of the Limited Data Set other than as provided for by this DUA;

3. The Department will report to PMC any use or disclosure of the Limited Data Set not provided for by this DUA of which the Department becomes aware;

4. The Department will ensure that any agents, including a subcontractor, to whom it provides the Limited Data Set agree to the same restrictions and conditions that apply to the Department with respect to the Limited Data Set;

5. The Department will not attempt to identify the individuals whose information is contained in the Limited Data Set or attempt to contact the individuals; and

6. The Department will notify PMC if it receives any information which it believes identifies, or may identify, a PMC patient. This information will be held securely until PMC retrieves the information or assures destruction meets Colorado Personal Identifying Information (PII) destruction regulations.

PMC reserves the right to terminate the Department's use of the Limited Data Set for any reason including if PMC has reason to believe that the Department has violated any of the conditions set forth in this agreement or if it learns that any agent of the Department inappropriately accessed PHI belonging to PMC not described herein for any purpose not permitted in this agreement. PMC/RBC Data Use Agreement 12/08/2020 Page 1 of 2 DATA INTERMEDIARY: Alice C. Harvey, RN BSN MSN, Director Department of Public Health Rio Blanco County

By: Date:

[PMC]:

By: Date:

IN WITNESS WHEREOF, the parties have here unto set their hands and seals this ______day of______, 2020.

Board of County Commissioners of Rio Blanco County, Colorado

(Seal) By______Jeff Rector, Chairman Attest: By:______Si Woodruff, Commissioner ______Clerk to the Board By:______Gary Moyer, Commissioner

PMC/RBC Data Use Agreement 12/08/2020 Page 2 of 2 RESOLUTIONS

Move to approve/deny Resolution No. 2020-25 authorizing the Treasurer to assign County-held liens on mineral accounts R5503451 & R5501128.

All Sign

Copies: 2 Route to: Rhonna Waldref

BOCC Meeting – 12/8/2020

PUBLIC HEARINGS

Copies: 1-5 Route to:

BOCC Meeting – 12/8/2020