Loading...
HomeMy WebLinkAbout20131987.tiffRESOLUTION RE: APPROVE TASK ORDER CONTRACT FOR DTAP WINNABLE BATTLE AND CIIS SENTINEL SITE PROJECTS AND AUTHORIZE CHAIR TO SIGN WHEREAS, the Board of County Commissioners of Weld County, Colorado, pursuant to Colorado statute and the Weld County Home Rule Charter, is vested with the authority of administering the affairs of Weld County, Colorado, and WHEREAS, on July 29, 2013, the Board was presented with a Task Order Contract for the DTaP Winnable Battle and CIIS Sentinel Site Projects between the County of Weld, State of Colorado, by and through the Board of County Commissioners of Weld County, on behalf of the Department of Public Health and Environment, and the Colorado Department of Public Health and Environment, commencing August 1, 2013, and ending June 30, 2015, with further terms and conditions being as stated in said task order contract, and WHEREAS, at said meeting the Board continued the matter to July 31, 2013, to allow staff to be present, and WHEREAS, after review, the Board deems it advisable to approve said task order contract, a copy of which is attached hereto and incorporated herein by reference. NOW, THEREFORE, BE IT RESOLVED by the Board of County Commissioners of Weld County, Colorado, that the Task Order Contract for the DTaP Winnable Battle and CIIS Sentinel Site Projects between the County of Weld, State of Colorado, by and through the Board of County Commissioners of Weld County, on behalf of the Department of Public Health and Environment, and the Colorado Department of Public Health and Environment, be, and hereby is, approved. BE IT FURTHER RESOLVED by the Board that the Chair be, and hereby is, authorized to sign said task order contract. 3 y eta r PI) (31 CG'.' NZ 9/s/,9 2013-1987 HL0040 APPROVE TASK ORDER CONTRACT FOR DTAP WINNABLE BATTLE AND CIIS SENTINEL SITE PROJECTS PAGE 2 The above and foregoing Resolution was, on motion duly made and seconded, adopted by the following vote on the 31st day of July, A.D., 2013. BOARD • COUNTY COMMISSIONERS WELD O NTY, COLORADO ATTES William F. Garcia, Chair Weld County Clerk to the Board Date of signatu4LG 15 2013 arbara Kirkmeyer 2013-1987 HL0040 Memorandum TO: William F. Garcia, Chair Board of County Commissioners FROM: Mark E. Wallace, MD, MPH, Director Department of Public Health & Environment DATE: July 16, 2013 SUBJECT: Immunization Combined Projects Task Order Contract Enclosed for Board review approval is a renewal contract between the Colorado Department of Public Health and Environment and the Board of County Commissioners of Weld County. This contract allows the Weld County Department of Public Health and Environment to continue providing immunization support in the following two areas: DTaP Winnable Battle and CIIS Sentinel Site Projects. Funding for DTaP Winnable Battle will be used to continue to provide nursing staff and supplies to support local efforts to decrease the burden of Pertussis disease and improve childhood immunization rates in our communities. The CIIS Sentinel Site Projects portion of this contract will be used to continue to provide a Public Health Nurse to serve as the Field Coordinator for immunization reporting activities Larimer and Weld Counties. This would include educating providers in using CIIS, consulting and technical assistance in Weld and Larimer counties. The two year term of the contract is from August 1, 2013, through June 30, 2015. Funding for this period will not exceed $83,480. Maximum amount per fiscal year is $41,740. I recommend approval of this renewal contract. 2013-1987 DEPARTMENT OF PUBLIC HEALTH AND ENVIRONMENT ROUTING NO.14 FEU 58487 APPROVED TASK ORDER CONTRACT — WAIVER #154 This Task Order Contract is issued pursuant to Master Contract made on 01/17/2012, with routing number 13 FAA 00051 STATE: State of Colorado for the use & benefit of the Department of Public Health and Environment Disease Control and Environmental Epidemiology Division Immunization 4300 Cherry Creek Drive South Denver, Colorado 80246 TASK ORDER MADE DATE: 06/28/2013 PO/SC ENCUMBRANCE NUMBER: PO FHA EPI1458487 TERM: This Task Order shall be effective upon approval by the State Controller, or designee, or on 08/01/2013, whichever is later. The Task Order shall end on 06/30/2015. PRICE STRUCTURE: Cost Reimbursement CONTRACTOR: Board of County Commissioners of Weld County 915 106 Street Greeley, Colorado 80632-0758 for the use and benefit of the Weld County Department of Public Health and Environment 1555 North 17th Avenue Greeley, Colorado 80631 CONTRACTOR ENTITY TYPE: Colorado BILLING STATEMENTS RECEIVED: Monthly STATUTORY AUTHORITY: N/A Political Subdivision CONTRACT PRICE NOT TO EXCEED: $83,480.00 PROCUREMENT METHOD: FEDERAL FUNDING DOLLARS: Exempt STATE FUNDING DOLLARS: $0.00 $83,480.00 BID/RFP/LIST PRICE AGREEMENT NUMBER: MAXIMUM AMOUNT AVAILABLE PER FISCAL YEAR: Not Applicable FY 14: $41,740.00 FY 15: $41,740.00 LAW SPECIFIED VENDOR STATUTE: Not Applicable STATE REPRESENTATIVE: Teri Lindsey Department of Public Health and Environment DCEED Immunization 4300 Cherry Creek Drive South Denver, CO 80246 CONTRACTOR REPRESENTATIVE: Tammy Nunnally Weld County Department of Public Health and Environment 1555 North 17th Avenue Greeley, Colorado 80631 SCOPE. OF WORK The Colorado Immunization Section (CIS) at the Colorado Depalhuent of Public Health and environment (CDPHE) will support immunization activities throughout the state through the following three projects: DTaP Winnable Battle, 317 Policy Transition, Child Care Inspections Standards (CHINS). Page 1 of 6 Rev 6/25/09 The following exhibits are hereby incorporated: Exhibit A - Additional Provisions (and its attachments if any — e.g., A-1, A-2, etc.) Exhibit B - Statement of Work (and its attachments if any — e.g., B-1, B-2, etc.) Exhibit C - Budget (and its attachments if any — e.g., C-1, C-2, etc.) Exhibit D - Grant Funding Letter GENERAL PROVISIONS The following clauses apply to this Task Order Contract. These general clauses may have been expanded upon or made more specific in some instances in exhibits to this Task Order Contract. To the extent that other provisions of this Task Order Contract provide more specificity than these general clauses, the more specific provision shall control. 1. This Task Order Contract is being entered into pursuant to the terms and conditions of the Master Contract including, but not limited to, Exhibit One thereto. The total term of this Task Order Contract, including any renewals or extensions, may not exceed five (5) years. The parties intend and agree that all work shall be performed according to the standards, terms and conditions set forth in the Master Contract. 2. In accordance with section 24-30-202(1), C.R.S., as amended, this Task Order Contract is not valid until it has been approved by the State Controller, or an authorized delegee thereof. The Contractor is not authorized to, and shall not; commence performance under this Task Order Contract until this Task Order Contract has been approved by the State Controller or delegee. The State shall have no financial obligation to the Contractor whatsoever for any work or services or, any costs or expenses, incurred by the Contractor prior to the effective date of this Task Order Contract. If the State Controller approves this Task Order Contract on or before its proposed effective date, then the Contractor shall commence performance under this Task Order Contract on the proposed effective date. If the State Controller approves this Task Order Contract after its proposed effective date, then the Contractor shall only commence performance under this Task Order Contract on that later date. The initial term of this Task Order Contract shall continue through and including the date specified on page one of this Task Order Contract, unless sooner terminated by the parties pursuant to the terms and conditions of this Task Order Contract and/or the Master Contract. Contractor's commencement of performance under this Task Order Contract shall be deemed acceptance of the terms and conditions of this Task Order Contract. 3. The Master Contract and its exhibits and/or attachments are incorporated herein by this reference and made a part hereof as if fully set forth herein. Unless otherwise stated, all exhibits and/or attachments to this Task Order Contract are incorporated herein and made a part of this Task Order Contract. Unless otherwise stated, the terms of this Task Order Contract shall control over any conflicting terms in any of its exhibits. In the event of conflicts or inconsistencies between the Master Contract and this Task Order Contract (including its exhibits and/or attachments), or between this Task Order Contract and its exhibits and/or attachments, such conflicts or inconsistencies shall be resolved by reference to the documents in the following order of priority: 1) the Page 2 of 6 Rev 6/25/09 Special Provisions of the Master Contract; 2) the Master Contract (other than the Special Provisions) and its exhibits and attachments in the order specified in the Master Contract; 3) this Task Order Contract; 4) the Additional Provisions -_Exhibit A, and its attachments if included, to this Task Order Contract; 5) the Scope/Statement of Work - Exhibit B, and its attachments if included, to this Task Order Contract; 6) other exhibits/attachments to this Task Order Contract in their order of appearance. 4. The Contractor, in accordance with the terms and conditions of the Master Contract and this Task Order Contract, shall perform and complete, in a timely and satisfactory manner, all work items described in the Statement of Work and Budget, which are incorporated herein by this reference, made a part hereof and attached hereto as "Exhibit B" and "Exhibit C". 5. The State, with the concurrence of the Contractor, may, among other things, prospectively renew or extend the term of this Task Order Contract, subject to the limitations set forth in the Master Contract, increase or decrease the amount payable under this Task Order Contract, or add to, delete from, and/or modify this Task Order Contract's Statement of Work through a contract amendment. To be effective, the amendment must be signed by the State and the Contractor, and be approved by the State Controller or an authorized delegate thereof. This contract is subject to such modifications as may be required by changes in Federal or State law, or their implementing regulations. Any such required modification shall automatically be incorporated into and be part of this Task Order Contract on the effective date of such change as if fully set forth herein. 6. The conditions, provisions, and terms of any RFP attached hereto, if applicable, establish the minimum standards of performance that the Contractor must meet under this Task Order Contract. If the Contractor's Proposal, if attached hereto, or any attachments or exhibits thereto, or the Scope/Statement of Work - Exhibit B, establishes or creates standards of performance greater than those set forth in the RFP, then the Contractor shall also meet those standards of performance under this Task Order Contract. 7. STATEWIDE CONTRACT MANAGEMENT SYSTEM [This section shall apply when the Effective Date is on or after July 1, 2009 and the maximum amount payable to Contractor hereunder is $100,000 or higher] By entering into this Task Order Contract, Contractor agrees to be governed, and to abide, by the provisions of CRS §24-102-205, §24-102-206, §24-103-601, §24-103.5-101 and §24-105-102 concerning the monitoring of vendor performance on state contracts and inclusion of contract performance information in a statewide contract management system. Contractor's performance shall be evaluated in accordance with the terms and conditions of this Task Order Contract, State law, including CRS §24-103.5-101, and State Fiscal Rules, Policies and Guidance. Evaluation of Contractor's performance shall be part of the normal contract administration process and Contractor's performance will be systematically recorded in the statewide Contract Management System. Areas of review shall include, but shall not be limited to quality, cost and timeliness. Collection of information relevant to the performance of Contractor's obligations under this Task Order Contract shall be determined by the specific requirements of such obligations and shall include factors tailored to match the requirements of the Statement of Project of this Task Order Contract. Such performance information shall be entered into the statewide Contract Management System at intervals established in the Statement of Project and a final review and rating shall be rendered within 30 days of the end of the Task Order Contract term. Contractor shall be notified following each performance and shall address or correct any identified problem in a timely manner and maintain work progress. Should the final performance evaluation determine that Contractor demonstrated a gross failure to meet the performance measures established under the Statement of Project, the Executive Director of the Colorado Department of Personnel and Administration (Executive Director), upon request by the Colorado Department of Public Health and Environment and showing of good cause, may debar Contractor and Page 3 of 6 Rev 6/25/09 prohibit Contractor from bidding on future contracts. Contractor may contest the final evaluation and result by: (i) filing rebuttal statements, which may result in either removal or correction of the evaluation (CRS §24-105-102(6)), or (ii) under CRS §24-105-102(6), exercising the debarment protest and appeal rights provided in CRS §§24-109-106, 107, 201 or 202, which may result in the reversal of the debarment and reinstatement of Contractor, by the Executive Director, upon showing of good cause. 8. If this Contract involves federal funds or compliance is otherwise federally mandated, the Contractor and its agent(s) shall at all times during the term of this contract strictly adhere to all applicable federal laws, state laws, Executive Orders and implementing regulations as they currently exist and may hereafter be amended. Without limitation, these federal laws and regulations include the Federal Funding Accountability and Transparency Act of 2006 (Public Law 109-282), as amended by §6062 of Public Law 110-252, including without limitation all data reporting requirements required there under. This Act is also referred to as FFATA. Page 4 of 6 Rev 6/25/09 THE PARTIES HERETO HAVE EXECUTED THIS CONTRACT * Persons signing for Contractor hereby swear and affirm that they are authorized to act on Contractor's behalf and acknowledge that the State is relying on their representations to that effect. CONTRACTOR: Board of County Commissioners of Weld County (a political subdivision of the state of Colorado) for the use and benefit of the Weld County Department of Public Health and Environment Legal Name of Contracting Entity Signature o uthorized Officer William F. Garcia JUL 3 1 2013 Print Name of Authorized Officer STATE OF COLORADO: John W. Hickenlooper, GOVERNOR For Executive Directo Department of Public Health and Environment Chair By Print Title of Authorized Officer ALL CONTRACTS MUST BE APPROVED BY THE STATE CONTROLLER CRS §24-30-202 requires the State Controller to approve all State Contracts. This Contract is not valid until signed and dated below by the State Controller or delegate. Contractor is not authorized to begin performance until such time. If Contractor begins performing prior thereto, the State of Colorado is not obligated to pay Contractor for such performance or for any goods and/or services provided hereunder. STATE CONTROLLER: Robert Jaros, CPA, MBA, JD By /�/ sett of Date /i Page 5 of 6 Rev 6/25/09 This page left intentionally blank. Page 6 of 6 Rev 6/25/09 EXHIBIT A ADDITIONAL PROVISIONS To Contract Dated 06/28/2013 - Contract Routing Number 14 FHA 58487 These provisions are to be read and interpreted in conjunction with the provisions of the contract specified above. 1. To receive compensation under this Task Order Contract, the Contractor shall submit a signed monthly customized CDPHE Reimbursement Invoice Form called "IMM FY 2014-15 Combined Projects Invoice". This form is accessible from the CDPHE intemet website http://www.colorado.gov/cs/Satellite/CDPHE- Main/CBON/1251622941228 under Customized Invoice Forms. The CDPHE will provide technical assistance in accessing and completing the form. The CDPHE Reimbursement Invoice Form must be submitted within forty five (45) calendar days of the end of the billing period for which services were rendered. Expenditures shall be in accordance with the Statement of Work attached hereto as Exhibit B and incorporated herein and the associated Budget attached hereto as Exhibit C and incorporated herein. Submit completed CDPHE Reimbursement Invoice Form to the Immunization Section email box: Cdphe.cisinvoice@state.co.us To be considered for payment, billings for payments pursuant to this Task Order Contract must be received within a reasonable time after the period for which payment is requested, but in any event no later than s forty five (45) calendar days after the relevant performance period has passed. Final billings under this Task Order Contract must be received by the State within a reasonable time after the expiration or termination of this Task Order Contract; but in any event no later than forty five (45) calendar days from the effective expiration or termination date of this Task Order Contract. Unless otherwise provided for in this Task Order Contract, "Local Match", if any, shall be included on all invoices as required by funding source. The Contractor shall not use federal funds to satisfy federal cost sharing and matching requirements unless approved in writing by the appropriate federal agency. 2. Time Limit For Acceptance Of Deliverables. a. Evaluation Period. The State shall have forty five (45) calendar days from the date a deliverable is delivered to the State by the Contractor to evaluate that deliverable, except for those deliverables that have a different time negotiated by the State and the Contractor. b. Notice of Defect. If the State believes in good faith that a deliverable fails to meet the design specifications for that particular deliverable, or is otherwise deficient, then the State shall notify the Contractor of the failure or deficiencies, in writing, within forty five (45) calendar days of: 1) the date the deliverable is delivered to the State by the Contractor if the State is aware of the failure or deficiency at the time of delivery; or 2) the date the State becomes aware of the failure or deficiency. The above time frame shall apply to all deliverables except for those deliverables that have a different time negotiated by the State and the Contractor in writing pursuant to the State's fiscal rules. c. Time to Correct Defect. Upon receipt of timely written notice of an objection to a completed deliverable, the Contractor shall have a reasonable period of time, not to exceed forty five (45) calendar days, to correct the noted deficiencies. 3. Health Insurance Portability and Accountability Act (HIPAA) Business Associate Determination. The State has determined that this contract does not constitute a Business Associate relationship under HIPAA. To be attached to CDPHE Version 1.0 (3/12) contract template Page 1 oft Revised: 07/17/12 EXHIBIT A 4. The State may increase or decrease funds available under this contract using a Grant Funding Letter substantially equivalent to Exhibit D. The Grant Funding Letter is not valid until it has been approved by the State Controller or designee. To be attached to CDPHE Version 1.0 (3/12) contract template Page 2 of 2 Revised: 07/17/12 EXHIBIT B STATEMENT OF WORK To Task Order Dated 06/28/2013 - Contract Routing Number 14 FHA 58487 These provisions are to be read and interpreted in conjunction with the provisions of the contract specified above. I. Project Description: Immunization Combined Projects The Colorado Immunization Section (CIS) at the Colorado Department of Public Health and Environment (CDPHE) will support immunization activities throughout the state through the following projects: A. DTaP Winnable Battle As one of Colorado's 10 Winnable Battles, and to reduce infectious disease that can be prevented with vaccination, Colorado will increase the percentage of children who are up to date on their diphtheria, tetanus and pertussis (DTaP) immunizations when they enter kindergarten. B. CIIS Sentinel Site The project goal is to improve immunization rates and reduce unnecessary re -vaccination through accurate usage of and improved data quality in CIIS for a variety of healthcare providers: public health agencies, pediatricians, family practice, OB/GYN, internal medicine, community/rural health centers, hospitals, schools and childcare centers, community vaccinators, pharmacies, university health clinics and correctional facilities in Weld and Larimer counties. C. Funding Period: August 1, 2013 through June 30, 2014 II. Definitions: CDC Center for Disease Control and Prevention CDPHE Colorado Department of Public Health and Environment CIIS Colorado Immunization Information System CIS Colorado Immunization Section DTaP Diphtheria, Tetanus and acellular Pertussis DTaP WB DTaP Winnable Battle EHR Electronic Health Record 1Z Immunization LPHA Local public health agency RFA Request for application SOW Scope of work SPIDR Site Progress and Implementation Database for the Registry WCDPHE Weld County Department of Public Health and Environment III. Performance Requirements/Deliverables: 1. DTaP Winnable Battle a) Quarterly online progress reports shall be completed, for both contract years, using this link: http: //fs 9. formsite. com/Co lorado IMMprogram/lZCombinedProj ectsPR/index.html b) Online report due dates are: July -Sept due Oct 15 Page 1 of 8 EXHIBIT B Oct -Dec due Jan 15 Jan -March due April 15 April -June due July 15 c) A mid -project progress report shall be due July 15, 2014. The link will be provided by the CIS no later than July 1, 2014. a) A final, comprehensive progress report shall be due to the CIS by July 30, 2015. The link will be provided by the CIS no later than July 1, 2015. Goal 1 Our goal for this project is to collaborate with community partners (including daycare providers, head -start, pre-school, elementary school districts, and private medical providers) to improve immunizations rates within Weld County for children entering Kindergarten particularly DTaP. Deadline Objective 1- 1: Immunization Coordinator shall establish partnership with (10) community partners to improve immunization rates within Weld County for children entering Kindergarten especially DTaP. Activities to complete the objective 1. Immunization Coordinator shall connect with (10) community partners within Weld County primarily daycare, Head -start and school districts, to coordinate electronic recalls on 750 children. This will target a reduction of missing immunization, particularly DTaP, using the CIIS database, for children entering Kindergarten. This coordination of community partner will increase DTaP coverage by 10% for children entering Kindergarten which would be approximately (1,800) in Weld County for the 2013-14 school year. 2. Immunization Coordinator shall connect with (10) community partners within Weld County primarily daycare, Head -start and school districts, to coordinate electronic recalls on 750 children. This will target a reduction of missing immunization, particularly DTaP, using the CIIS database, for children entering Kindergarten. This coordination of community partner will increase DTaP coverage by 10% for children entering Kindergarten which would be approximately (1,800) in Weld County for the 2014-15 school year. 3. Quarterly reports shall be submitted for each conducted recall. Recalls shall be conducted quarterly. The information that will be captured on each report will be based on number of children identified as missing immunizations. July 30, 2014 June 30, 2015 Quarterly July -Sept Oct -Dec Jan- Mar Apr - Jun Reporting Requirements / Deliverables For developing Partnerships, report the following: • List of the partner agencies and/or organizations. • Summary of the partnership agreement. • Summary of partnership outcomes or successes. For CIIS reminder/recall, report the following: • Number of children by age group identified as needing a DTaP immunization. • Number of recall notices returned undeliverable. • Percent of children by age group that were recalled then subsequently brought up to date for DTaP. Objective 1- 2: IZ Coordinator shall establish special immunization clinics by completing a cycle of advertisements using school websites and ongoing partnerships with schools healthcare staff. Page 2 of 8 EXHIBIT B Activities to complete the objective 1. By school return Aug. 30, 2014, special immunizations clinics shall be advertised using Weld County Department of Public Health and Environment (WCDPHE) website, individual school websites. Website ad shall be designed for the immunization program providing basic clinic information, time date location and basic immunization schedule for 4-6 year olds. 2. By school return, Aug. 30, 2015 special immunizations clinics shall be advertised using WCDPHE website, individual school websites. Website ad shall be designed for the immunization program providing basic clinic information, time date location and basic immunization schedule for 4-6 year olds. 3. Immunization advertisement (eflyers/pamphlets) shall be designed regarding WCDPHE special clinics, date and time, and school required vaccination for the 2013-2014 school year. Ad shall be reader friendly, no more than 8`h reading level, in English and Spanish. 4. Ads shall be distributed to designated location around Weld County including Global Refugee Center, Lutheran Family Services and 15 schools for use on their appropriate media use. Aug. 30, 2014 Aug. 30, 2015 Aug. 30, 2013 Aug. 15, 2013 Reporting Requirements / Deliverables • Number of school websites where immunization related information was advertised. Objective 1- 3: WCDPHE RN shall schedule special immunization clinics 4-6 weeks prior to pivotal school events, start of school, exclusion letters (beginning of school, before Christmas break) and end of the school year. Activities to complete the objective 1. Using CIIS, Weld County shall identify up to 150 kindergartner's who are not up to date with DTaP. This time will coordinate with the first exclusion letters, from the school district being sent to the identified students. 2. RN shall coordinate with school health staff of up to (10) elementary schools to advertise special walk-in clinics, designed for optimum flexibility for working families. This will increase the opportunity to connect with these families and ensure students are up to date on school required immunization, specifically DTaP. 3. RN shall coordinate with school health staff of up to (10) elementary schools to advertise special walk-in clinics, designed for optimum flexibility for working families. This will increase the opportunity to connect with these families and ensure students are up to date on school required immunization, specifically DTaP. 4. Using CIIS, Weld County shall identify up to 150 kindergartner's who are not up to date with DTaP. This time will coordinate with the first exclusion letters, from the school district being sent to the identified students. 5. RN shall coordinate with school health staff of up to (10) elementary schools to advertise special walk-in clinics, designed for optimum flexibility for working families. This will increase the opportunity to connect with these families and ensure students are up to date on school required immunization, specifically DTaP. Oct. 15, 2013 Feb. 28, 2014 May 15, 2014 Aug. 15, 2014 Feb. 28, 2015 Page 3 of 8 EXHIBIT B 6. RN shall coordinate with school health staff of up to (10) elementary schools to advertise special walk-in clinics, designed for optimum flexibility for working families. This will increase the opportunity to connect with these families and ensure students are • up to date on school required immunization, specifically DTaP. May 15, 2015 Reporting Requirements / Deliverables • Number of children identified as needing DTaP immunization and the percentage that were subsequently brought up to date after the clinic. Goal,2 p...-:,..,"I:,schools ;.,; Our goal for this project is to collaborate with (2) rural cotmm unity elementary in rural school districts to improve immunizations rates within Weld County for children entering Kindergarten particularly DTaP. Objective 2- J.: Partnering with the (2) rural community elementary school districts, to improve immunizations rates for rural Weld County for children entering Kindergarten particularly DTaP. Activities to complete the objective 1. WCDPHE RN shall make contact with (1) rural School Districts to investigate and strategize the immunization needs of these rural school districts and.what can be done to ensure that school age are up to date on school required immunization, specifically DTaP. 2. WCDPHE RN shall coordinate a meeting with these rural school districts, to educate them on the most recent ACIP recommendations regarding required immunization, specifically DTaP for entry into school. 3. WCDPHE RN shall make contact with (1) rural School Districts to investigate and strategize the immunization needs of these rural school districts and what can be done to ensure that school age are up to date on school required immunization, specifically DTaP. 4. WCDPHE RN shall coordinate a meeting with the rural school district, to educate them on the most recent ACIP recommendations regarding required immunization, specifically DTaP for entry into school. Sept. 30, 2013 Nov. 30, 2013 Sept. 30, 2014 Nov. 30, 2014 Reporting Requirements / Deliverables • List of the partner agencies and/or organizations. • Summary of the partnership agreement. • Summary of partnership outcomes or successes. • •Specific information included in each education or training event. • Results of pre and post testing for each education or training event by type of group being trained. Objective 2- 2: By the end of each contract year, up to (1) Special immunizations clinics shall be advertised using media that is appropriate for these rural school districts. Flyer/pamphlets/eflyers shall be designed for the immunization program providing basic clinic information, time date location and basic immunization schedule for 4-6 year olds. Activities to complete the objective. 1. Immunization advertisement (eflyers/pamphlets) shall be designed regarding WCDPHE special clinics, date and time, and school required vaccination for the 2013-2014 school year. Ad shall be reader friendly, no more than 8th reading level, in English and Spanish. . 2. Ads shall be distributed to rural locations. 3. Immunization advertisement (eflyers/pamphlets) shall be designed Jan. 30, 2014 Mar. 30, 2014 Jan. 30, 2015 Page 4 of 8 EXHIBIT B regarding WCDPHE special clinics, date and time, and school required vaccination for the 2014-2015 school year. Ad shall be reader friendly, no more than 8`h reading level, in English and Spanish. 4. Ads shall be distributed to rural locations. Mar. 30, 2015 Reporting Requirements / Deliverables • Number of clinics advertised. Objective 2- 3: For the 2013-14 and 2014-15 school years, WCDPHE RN shall schedule special immunization clinics at one or more elementary school for (1) rural school district to administer vaccines to children who have to complete the s required school immunizations, specifically DTaP Activities to complete the objective 1. Using CIIS or immunization information from rural school RN, we shall identify Kindergartners who are not up to date with DTaP. 2. At least (2) special clinics shall be scheduled for those children who are preparing for the next school year, or are behind on DTaP. 3. At least (2) special clinics, shall be scheduled, and coordinated with school RN for the most effective time to get the maximum number of student up to date on DTaP. 4. Using CIIS or immunization information from rural school RN, we shall identify Kindergartners who are not up to date with DTaP. 5. At least (2) special clinics shall be scheduled for those children who are preparing for the next school year, or are behind on DTaP. Mar. 15, 2014 May 30, 2014 Sept. 30, 2014 Mar. 15, 2015 May 30, 2015 Reporting Requirements / Deliverables • Number of children identified as needing DTaP immunization and the percentage that were subsequently brought up to date after the clinic. 2. CIIS Sentinel Site a) Quarterly online progress reports will be completed, for both contract years, using this link: http://fs9. formsite. com/ColoradolMMpro gram/CIIS Sentinel S itesReport/index.html b) Online report due dates are: Aug -Sept 2013 due Oct 15, 2013 Oct -Dec 2013 due Jan 15, 2014 Jan -March 2014 due April 15, 2014 April -June 2014 due July 15, 2014 c) A final, comprehensive progress report will be due to the CIS by July 30, 2015. The link will be provided. Goal 1 Among immunization service providers in Larimer and Weld counties, increase and improve access to CIIS. Deadline Objective 1- 1: Facilitate and educate providers in using CIIS. The following activities shall be completed on a monthly basis unless otherwise stated. Activities to complete the objective 1. Serve as the CIIS Field Coordinator for all CIIS users by providing consulting and technical assistance services (in person or by phone) in Weld and Larimer counties. Be proficient in CIIS policies, Monthly Page 5 of 8 EXHIBIT B implementation documents, and training materials and processes. 2. Utilize latest implementation documents (Letter of Agreement, Clinic Information form, etc) provided by CIIS for 100% of new sites interested in joining CIIS. 3. Identify non -clinical sites that would benefit from access to the CIIS School application such as schools (public, private and charter), licensed childcare centers, Head Start programs, etc. and provide contact information to CIIS School Coordinator for follow-up 4. Ensure General User training for 100% of new CIIS users and follow-up as needed. Utilize new training webinar service, computer -based training and other training materials provided by CIIS. 5. Attend relevant CIIS meetings and trainings (by phone or in person) to provide current up-to-date information to providers in Weld and Larimer counties. 6. Train new public health staff (as needed) in Weld and Larimer counties on CIIS. Monthly As required, when new staff is hired Reporting Requirements Deliverables • Number and type of consulting and technical services offered by type of provider • Number of new sites enrolled in CIIS through this funding • Number of non -clinical sites identified and number enrolled • Number of new CIIS users trained by type of service provider • Number of new public health staff trained by staff position Goal 2 'i Ensure the quality of CIIS data for Larimer and Weld counties. Objective 2- 1: Identify, maintain and/or improve child and provider data for Weld and Larimer counties through data usage and data clean-up activities. The following activities shall be completed on a monthly basis unless otherwise stated. Activities to complete the objective 1. Identify clinics that have data quality issues and work with CIIS Data Quality Coordinator and clinic to rectify issues. 2. Run `Patients with Possible Duplicate Vaccinations', `Possible Patient Duplicates' reports for Weld County Department of Public Health and Environment and reconcile any duplicates found. 3. Run the `Patient Roster' report for Weld County Department of Public Health and Environment and MOGE any patients that do not belong. 4. Conduct data quality reviews (completeness, accuracy and appropriate vaccination administration) for at least two clinics per month using CIIS's Data Quality Procedures. Provide feedback to clinic and follow-up with training and guidance as appropriate. 5. Identify potential patient duplicate records within CIIS by using the Duplicates feature. 6. Work with the Interface Coordinator to facilitate the implementation of new Electronic Health Record (EHR) interfaces for clinics in Weld and Larimer counties as part of the EHR Interoperability grant. 7. Maintain and update provider information and CIIS implementation progress within SPIDR for Weld and Larimer counties within three days of activity. 8. Perform transfer of information (re: outstanding activities) to the CIIS program at the conclusion of the grant. Monthly June 30, 2014 Page 6 of 8 EXHIBIT B Reporting Requirements Deliverables IV: Personnel: • Number of clinics with data quality issues by type of issue • Number of duplicates identified monthly • Number of patients classified as MOGE monthly • Summary of data quality reviews (completeness, accuracy and appropriate vaccination administration) for each clinic • Number of clinics that implemented the EHR interface a) Agency information: Agency name Weld Count Department of Public Health and Environment Agency mailing address 1555 N. 17' Ave , Greeley CO 80631 Phone number 970-304-6420 Fax number 970-304-6416 Agency DUNS # 0755757955 Agency FEIN # 84-6000813 b) Agency DTaP contact person: Name Tracy Nunnally Phone number 970-304-6420 X2302 Email address tunnally@co.weld.co.us c) Agency CHS contact person: Name Belita Marine, RN, BSN Phone number 970-304-6420 ext. 2415 Email address bmarine@co.weld.co.us d) CIS DTaP Winnable Battle Project Manager: Name Jennifer Yara-Zelenski Phone number 303-692-2661 Email address Jennifer.Yara-zelenski@state.co.us e) CIIS Project Contact: Name Heather Shull Phone number 303-692-2289 Email address Heather.Shull@state.co.us V: Monitoring: CDPHE's monitoring of this contract for compliance with performance requirements will be conducted throughout the contract period by the CIP Project Manager, Contract Monitor and/or Evaluation Coordinator. Methods used will include review of documentation reflective of performance to include progress reports and invoices. The Contractor's performance will be evaluated at set intervals and Page 7 of 8 EXHIBIT B communicated to the contractor. A Final Contractor Performance Evaluation will be conducted at the end of the life of the contract. VI: Resolution of Non -Compliance: The Contractor will be notified by email within 15 days of discovery of a compliance issue. Within 30 days of discovery, the Contractor and the State will collaborate, when appropriate, to determine the action(s) necessary to rectify the compliance issue and determine when the action(s) must be completed. The action(s) and time line for completion will be documented by email and agreed to by both parties. If extenuating circumstances arise that require an extension to the time line, the Contractor must email a request to the Contract or Project Monitor and receive approval for a new due date. The State will oversee the completion/implementation of the action(s) to ensure time lines are met and the issue(s) is resolved. If the Contractor demonstrates inaction or disregard for the agreed upon compliance resolution plan, the State may exercise its rights under the Remedies section of the General Provisions of this contract. Page 8 of 8 EXHIBIT C BUDGET To Contract Dated 06/28/2013 - Contract Routing Number 14 FHA 58487 The Budget shall govern the Contractor's expenditure of funds for the term through and including June 30, 2014. Weld DTaV Winnable Battle Expenses Describe in detail CDPHE funding In -kind . Total -°Budget Personal services including fringe benefits 0.025 FTE Office Technician at approx. 4 hours a month 0.075 FTE RN (1) at approx 14 hours a month .025 FTE RN (2) at approx.4 hours a month ea. Fringe included at 38.93% $10,484 :::$71 . 510.555 Supplies & operating expenses Misc. Office Supplies, Medical Waste Disposal, Electronic Medical Records $200 $200 Travel Travel to local and rural Schools, Headstart Programs and Daycare Centers $1,000 $1,000 Other Costs: Incentives Equipment Marketing Flyer, Web -advertisement design $125 . $125 Training Contractual Indirect 11.98% FY13 $1,256 fit67 $1,423 TOTAL $11,740 $4,563 $13,303 CHS Sentinel Site Expenses Describe in detail CDPHE funding In- kind Total Budget Personal services including fringe benefits CIIS Coordinator (RN) 13 hours per week (676) hours per year, annual salary of $50,241 FTE (.33) plus fringe (a, 38.93% $30,000 $30,000 Supplies & operating expenses Travel Other Costs: Incentives Equipment Marketing Training Contractual Indirect . TOTAL $30,000 ' ` -$30,000 Total funding for combined projects listed above: $41,740.00 Page 1 of 1 EXHIBIT D GRANT FUNDING CHANGE LETTER Date: State Fiscal Year: TO: Insert Grantee's name Grant Funding Change Letter # CMS Routing # In accordance with Section of the Original Contract routing number , [insert the following language here if previous amendment(s), renewal(s) have been processed] as amended by [include all previous amendment(s), renewal(s) and their routing numbers], [insert the following word here if previous amendment(s), renewal(s) have been processed] between the State of Colorado, Department of Public Health and Environment and Contractor's Name beginning Insert start date <insert start date of original contract> and ending on Insert ending date <insert ending date of current contract amendment>, the undersigned commits the following funds to the Grant: The amount of grant funds available and specified in Section of <insert contract amendment number and routing number> is ❑ increased or ❑ decreased by $amount of change to a new total funds available of $ <insert new cumulative total> for the following reason: . Section is hereby modified accordingly. This Grant Funding Change Letter does not constitute an order for services under this Grant. The effective date of hereof is upon approval of the State Controller or , whichever is later. j STATE OF COLORADO John W. Hickenlooper, GOVERNOR Department of Public Health and Environment PROGRAM APPROVAL: BY: By: Lisa Ellis, Purchasing & Contracts Unit Director Date: ALL GRANTS REQUIRE APPROVAL BY THE STATE CONTROLLER CRS §24-30-202 requires the State Controller to approve all State Grants. This Grant is not valid until signed and dated below by the State Controller or delegate. Grantee is not authorized to begin performance until such time. If Grantee begins performing prior thereto, the State of Colorado is not obligated to pay Grantee for such performance or for any goods and/or services provided hereunder. By: STATE CONTROLLER David J. McDermott, CPA Date: Page 1 of 1 Effective Date: 1/6/09 -Rev 8/25/09 STATE OF COLORADO John W. Hickenlooper, Governor Kahn McGowan Interim Executive Director Dedicated to protecting and improving the health and environment of the people of Colorado 4300 Cherry Creek Dr. S. Denver, Colorado 80246-1530 Phone (303) 692-2000 Located in Glendale, Colorado http://www.cdphe.state.co.us 08/16/2013 Laboratory Services Division 8100 Lowry Blvd. Denver, Colorado 80230-6928 (303) 692-3090 Weld County Department of Public Health 1555 North 17th Avenue Greeley, CO 80631 Hi Tracy, Colorado Department of Public Health and Environment Enclosed is your copy of the fully executed Colorado Department of Public Health and Environment Contract listed below. You may begin work on 08/16/2013. Contractor Name: Weld County Department of Public Health Contract Number: 14 FHA 58487 Original Contract Number: 14 FHA 58487 Division: DCEED Program Name: Immunization Project Name: Combined Projects Reason for Contract: New Contract Please contact me with questions or concerns. My contact information is listed below. Sincerely, Aaron Vigil Contracts Coordinator DCEED-A3 4300 Cherry Creek Drive South Denver, CO 80246 303-692-6306 office 303-782-0904 fax Hello