Loading...
HomeMy WebLinkAbout20113128.tiff RESOLUTION RE: APPROVE TASK ORDER CONTRACT FOR PROVISION OF STI MEDICATIONS AND AUTHORIZE CHAIR TO SIGN WHEREAS, the Board of County Commissioners of Weld County, Colorado, pursuant to Colorado statute and the Weld County Home Rule Charter, is vested with the authority of administering the affairs of Weld County, Colorado, and WHEREAS,the Board has been presented with a Task Order Contract for Provision of STI Medications between the County of Weld, State of Colorado, by and through the Board of County Commissioners of Weld County, on behalf of the Weld County Department of Public Health and Environment, and the Colorado Department of Public Health and Environment, commencing January 1, 2012, and ending December 31, 2016,with further terms and conditions being as stated in said Task Order Contract, 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 Provision of STI Medications between the County of Weld, State of Colorado, by and through the Board of County Commissioners of Weld County, on behalf of the Weld County 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. The above and foregoing Resolution was, on motion duly made and seconded, adopted by the following vote on the 7th day of December, A.D., 2011. BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COL RADO 9 ATTEST: Barbara Kirkmeyer, hair Weld County Clerk to the Board �- EL n P. C ay, Pro-Tem C �— BY: Deputy Cle to the Board —m F. Ga �,�,/ APPR ST�� O- � .� ♦ U ra vid E. Long ,- untyAttorney 7� 4' T -- ' DouglIRademach Date of signature: / '3 I a o)i5\co Tc-`n°- 2011-3128 /a-E// -1 -1 a HL0038 1 66 1 20 1 Memorandum TO: Barbara CKounty Co, Chair Board of County Commissioners i . W E L DEC OUNTY FROM: Mark E. Wallace, MD, MPH, Director Department of Public Health and Environment DATE: November 18, 2011 SUBJECT: Task Order Contract; Interagency Agreement for STI Drugs Enclosed for Board review and approval is contract amendment between the Colorado Department of Health and Environment and the Board of County Commissioners of Weld County on behalf of the Department of Public Health and Environment(WCDPHE). This contract is for the State to provide medications for sexually transmitted infections that are reportable according to the current regulations of the Colorado Board of Health. If approved, there is no cost related to this contract. The State has been supplying these medications for many years. It allows the Health Department to provide medications to low income clients who would be unable to afford medications otherwise. The Task Order shall be effective upon approval by the State or 01/01/2012 and shall end on 12/31/2016. I recommend your approval of this task order contract. Enclosure 2011-3128 STATE OF COLORADO John W.Hickenlooper,Governor Christopher E. Urbina,MD,MPH coto� -x; Executive Director and Chief Medical Officer '7 :•'_9n Dedicated to protecting and improving the health and environment of the people of Colorado 4300 Cherry Creek Dr.S. Laboratory Services Division .1876* Denver,Colorado 80246-1530 8100 Lowry Blvd. Phone(303)692-2000 Denver,Colorado 80230-6928 Colorado Department Located in Glendale,Colorado (303)692-3090 of Public Health http://www.cdphe.state.co.us and Environment January 10, 2012 Weld County Department of Public Health and Environment 1555 North 17th Avenue Greeley, CO 80631 Hi Mary, Enclosed is your copy of the fully executed Colorado Department of Public Health and Environment Task Order listed below. You may begin work on 1/1/12. Contractor Name: Weld County Health Dept Task Order Number: 12 FHA 37340 Original Contract Number: 12 FHA 37340 Division: DCEED Program Name: STI/HIV Project Name: No Cost Contract Reason for Contract: New Contract Please contact me with questions or concerns. My contact information is listed below. Sincerely, Jessica K Hubbard Contracts Administrator DCEED-A3 4300 Cherry Creek Drive South Denver, CO 80246 303-692-2702 office 303-782-0904 fax DEPARTMENT OF PUBLIC HEALTH AND ENVIRONMENT ROUTING NO.12 FHA 37340 APPROVED TASK ORDER CONTRACT-WAIVER#154 This Task Order Contract is issued pursuant to Master Contract made on 01/23/2007,with routing number 08 FAA 00052 STATE: CONTRACTOR: State of Colorado for the use&benefit of the Board of County Commissioners of Weld County Department of Public Health and Environment (a political subdivision of the state of Colorado) Disease Control and Environmental Epidemiology Division 915 10'h Street Resource Management Unit Greeley,Colorado 80632-0753 4300 Cherry Creek Drive South for the use and benefit of the Denver,Colorado 80246 Weld County Department of Public Health and Environment 1555 North ITh Avenue Greeley,Colorado 80631 TASK ORDER MADE DATE: CONTRACTOR ENTITY TYPE: 10/06/2011 Colorado Political Subdivision TERM: BILLING STATF.MF,NTS RECEIVED: This Task Order shall be effective upon approval by the State Not Applicable Controller,or designee,or on 01/01/2012,whichever is later. The Task Order shall end on 12/31/2016. STATUTORY AUTHORITY: Not Applicable PRICE STRUCTURE: CONTRACT PRICE NOT TO EXCEED: No Cost $0.00 PROCUREMENT METHOD: FEDERAL FUNDING $0.00 DOLLARS: Exempt STATE FUNDING DOLLARS: $0.00 BID/REP/LIST PRICE AGREEMENT NUMBER: MAXIMUM AMOUNT AVAILABLE PER FISCAL YEAR: Not Applicable FY 12: $0.00 FY 13: S0.00 LAW SPECIFIED VENDOR STATUTE: FY 14: 50.00 Not Applicable FY 15: S0.00 FY 16: $0.00 STATE REPRESENTATIVii: CONTRACTOR REPRFSF.NTA'1TVE: Joseph Belak Mary Lloyd-Cumley Department of Public Health and Environment Weld County Department of Public Health and Environment DCEF.D-STI/HIV 1555 North 176'Avenue A-3 Greeley,Colorado 80631 4300 Cherry Creek Drive South Denver,CO 80246 SCOPE O1=WORK: The State shall pnwide medications and biological supplies for diagnosis and treatment according to the current drug formulary and based on the availability of funds for sexually transmitted infections that are reportable according to the current regulations of the Colorado Board of Health. Page 1 of 5 Rev 6/25/09 EXHIBITS. 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 Budget (and its attachments if any—e.g.,B-1, B-2, etc.) 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. 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 5 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". 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 tinder 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, §24-103.5-701 and §24-105-102 concerning the monitoring of vendor performance on state contracts and inclusion of contract performance information in a statewide contract management system. Contractor's performance shall be evaluated in accordance with the terms and conditions of this Task Order Contract, State law, including CRS §24-103.5-101,and State Fiscal Rules, Policies and Guidance. Evaluation of Contractor's performance shall be part of the normal contract administration process and Contractor's performance will be systematically recorded in the statewide Contract Management System. Areas of review shall include,but shall not be limited to quality,cost and timeliness. Collection of information relevant to the performance of Contractor's obligations under this Task Order Contract shall be determined by the specific requirements of such obligations and shall include factors tailored to match the requirements of the Statement of Project of this Task Order Contract. Such performance information shall be entered into the statewide Contract Management System at intervals established in the Statement of Project and a final review and rating shall be rendered within 30 days of the end of the Task Order Contract term. Contractor shall be notified following each performance and shall address or correct any identified problem in a timely manner and maintain work progress. Should the final performance evaluation determine that Contractor demonstrated a gross failure to meet the performance measures established under the Statement of Project, the Executive Director of the Colorado Department of Personnel and Administration(Executive Director),upon request by the Colorado Department of Public Health and Environment and showing of good cause, may debar Contractor and Page 3 of 5 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 5 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: STATE OF COLORADO: John W. Hickenlooper, GOVERNOR Board of County Commissioners of Weld County (a political subdivision of the state of Colorado) for the ou and benefit of the We ld County Department of Public Health and Environment Q /t Legal Name of Contracting Entity (1/4-40 For Executive Director ,U{.n-/il- Department of Public Health and Environment Signature of Authori Officer UEC 0 7 2011 Barbara Kirkmeyer Pant Name of Authorized Officer Department Program Approval: Chair By �/'I?(� E%e 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: David J.McDermott,C • By _.Joe- (40Qe7-)v Date 147"6/!/ Page 5 of 5 Rev 6/25/09 a�D// i/CJ EXHIBIT A ADDITIONAL PROVISIONS To Task Order Contract Dated 10/06/2011 - Contract Routing Number 12 FHA 37340 These provisions are to be read and interpreted in conjunction with the provisions of the Task Order Contract specified above. t. 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. 5. Time Limit For Acceptance Of Deliverables. a. Evaluation Period. The State shall have thirty(30)calendar days from the date a deliverable is delivered to the State by the Contractor to evaluate that deliverable,except for those deliverables that have a different time negotiated by the State and the Contractor. b. Notice of Defect. If the State believes in good faith that a deliverable fails to meet the design specifications for that particular deliverable,or is otherwise deficient,then the State shall notify the Contractor of the failure or deficiencies,in writing,within thirty(30)calendar days of: 1)the date the deliverable is delivered to the State by the Contractor if the State is aware of the failure or deficiency at the time of delivery;or 2)the date the State becomes aware of the failure or deficiency. The above time frame shall apply to all deliverables except for those deliverables that have a different time negotiated by the State and the Contractor in writing pursuant to the State's fiscal rules. c. Time to Correct Defect. Upon receipt of timely written notice of an objection to a completed deliverable,the Contractor shall have a reasonable period of time,not to exceed thirty(thirty) calendar days,to correct the noted deficiencies. If the Contractor fails to correct such deficiencies within thirty(30)calendar days,the Contractor shall be in default of its obligations under this Task Order Contract and the State,at its option,may elect to terminate this Task Order Contract or the Master Contract and all Task Order Contracts entered into pursuant to the Master Contract. To be attached to CDPHE Page 1 of I Revised: 12/19/06 Task Order v1.0(11/05)contract template EXHIBIT B STATEMENT OF WORK To Contract Dated 10/6/2011 -Contract Routing Number 12 FHA 37340 These provisions are to be read and interpreted in conjunction with the provisions of the Task Order Contract specified above. 1. For sexually transmitted infections that are reportable according to the current regulations of the Colorado Board of Health,the State shall provide medications and biological supplies for diagnosis and treatment according to the current drug formulary and based on the availability of funds. 2. These funds shall be utilized with the intent to treat STIs of low income clients who would be unable to afford the medications otherwise. 3. The medications and biological supplies provided shall be used by the Contractor under the supervision of a licensed physician and in accordance with the most recent edition of the Sexually Transmitted Disease Treatment Guidelines published by the Centers for Disease Control and Prevention at http://www,cdc.gov/std!treatinent/default.htm 4. The Contractor will not charge the patient or other related party for the medications and biological supplies received as a result of this agreement. The Contractor may charge a treatment administration or other appropriate fee according to the Contractor's own established fee schedules. 5. The Contractor shall provide to the State a photocopy of the physician's or pharmacist's license to document authorization to receive prescription drugs within 45 days after the start of this contract. 6. The Contractor shall maintain records and data in order to provide to the State an annual report that documents the annual number of clients served at the clinic;the demographics of the clients served a the clinic in terms of gender,race, ethnicity and age; the annual number of cases of gonorrhea, syphilis,and Chlamydia diagnosed: the annual number of individuals treated as cases versus contacts. For each calendar year,the census report shall be due to the State on or before March 31"of the following year and submitted to the attention of: Resource Management Unit Colorado Department of Public Health and Environment DCEED STD A3 4300Cherry Creek Drive S. Denver CO 80246-1530 E-mail: Cdphe.dedSTIHIVRMU/nstate.co.us To be attached to CDPHE Page 1 of 1 Revised:4/1/04 Version 1.0(4/04)contract template 1 6 6 1 2 0 1 1 Memorandum TO: Office of Clerk to the Board to the Weld County Commissioners W E L DEC OUNTY FROM: Administration Division-Department of Public Health and Environment DATE: 5Onuo; ', 30, 0l o'L SUBJECT: STZ / NIA/. No COST Contleac* Attached to this memo is the finalized contract that the Health Department has received. Please sign and date below indicating you have received the finalized contract and return this signed memo to the Administration Division of the Health Department. Please send the confirmation receipt to my attention. Thank you for your assistance with the processing of this document. ATTN: Li p_, Contract Name: 5TI / H1V — No Cos € CDYII^oC- lc Resolution Number: 0 11 _5/ctZ Finalized Contract Received By: S li- c k TW y Date Received: 3.- t - a m go s cn n rn (ha in-4 0 '" �-z. Enclosure p J Hello