Loading...
HomeMy WebLinkAbout20191179RESOLUTION RE: APPROVE TASK ORDER CONTRACT FOR WISEWOMAN PROGRAM UNDER THE WOMEN'S WELLNESS CONNECTION PROGRAM 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 the WISEWOMAN (Well -Integrated Screening and Evaluation for WOMan Across the Nation) Program under the Women's Wellness Connection Program 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 April 1, 2019, and ending September 29, 2019, with further terms and conditions being as stated in said contract, and WHEREAS, after review, the Board deems it advisable to approve said contract, a copy of which is attached hereto and incorporated herein by reference. NOW, THEREFORE, BE IT RESOLVED by the Board of County Commissioners of Weld County, Colorado, that the Task Order Contract for the WISEWOMAN (Well -Integrated Screening and Evaluation for WOMan Across the Nation) Program under the Women's Wellness Connection Program 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 contract. The above and foregoing Resolution was, on motion duly made and seconded, adopted by the following vote on the 25th day of March, A.D., 2019. BOARD OF COUNTY COMMISSIONERS WELD COUNTY, CQLORADO ATTEST: darks) r. jelei.� Weld County Clerk to the Board BY: APP Deputy CI ounty Attorney Steve Moreno Date of signature: Li (2[I'1 arbara Kirkmeyr, Chair Mike Freeman, Pro -Tern CC'• pact Ilci N��T�� . Conway 2019-1179 HL0051 0,19410.A)- ) D-44-25 1 9 Memorandum TO: Barbara Kirkmeyer, Chair Board of County Commissioners FROM: Mark E. Wallace, MD, MPH Executive Director Department of Public Health & Environment DATE: March 20, 2019 SUBJECT: CDPHE WISEWOMAN Program FY19 Task Order Contract For the Board's approval is the Women's Wellness Connection WISEWOMAN Chronic Disease Prevention Task Order Contract between the Colorado Department of Public Health and Environment (CDPHE) and the Weld County Board of Commissioners for the benefit and use of the Weld County Department of Public Health and Environment (WCPDHE). The purpose and mission of the Well -Integrated Screening and Evaluation for WOMen Across the Nation (WISEWOMAN) program is to reduce chronic disease, including but not limited to, cardiovascular disease (CVD), prediabetes, diabetes, and high cholesterol among underserved populations in Colorado and Weld County. This includes delivery of CVD and diabetes screenings and implementing healthy behavior support services such as individualized health coaching to eligible clients residing in Colorado who are insured or underinsured and are enrolled in the Women's Wellness Connection program who meet the age, income, and lawful presence requirements. The period of performance for this Task Order Contract is April 1, 2019, to September 29, 2019, and the maximum amount payable by the State for the work to be performed by the WCDPHE during this term is $16,799.00, all of which is federal funds. Assistant Weld County Attorney, Bob Choate, has reviewed this Task Order Contract with CDPHE and determined that its terms are acceptable. Furthermore, this amendment was approved for placement on the Board's agenda via pass -around dated March 18, 2019_ I recommend approval of this task order contract with CDPHE. 2019-1179 DEPARTMENT OF PUBLIC HEALTH AND ENVIRONMENT CONTRACT 2019*3454 ROUTING NO. APPROVED TASK ORDER CONTRACT - WAIVER #154 This task order contract is issued pursuant to master contract made on 11/23/2016, with routing number 18 NAA 00051. STATE: Slate of Colorado for the use & benefit of the Department of Public Health and Environment Prevention Services Division Health Prontoiion & Chmrtlic Disease Prevention[ Brandt 4300 Cherry Gut Drove South, A - 5 Denver, Colotado 010246 CONTRACT MADE DATE 3/6/2019 TERM: This mistreat shall he effective upon approval by the State Controller, or designee, crop 04/01/2019, whichever is later. The ralract shithead on 09/29/20l9. PROCIIREMENTMEn1OD KM 11460 BIDDRFnuSl PRICEAGRRB&Nr NUMBER: N/A LAW SPECIFIED VENDOR STATUTE N/A STATE REPREstssrATIVE Michelle Schultz Heart Health Consultant Prevention Services Division 4300 Cherry Creek Drive South, A - 5 Denver, Colorado 80246 CONTRACTOR: Boom of County Commissioners of Weld County 1150 "On Si, Greeley, CO 80631 for the use andbeneft of the Weld County Department of Public Health and Environment 1555 Noith 17th Avenue Greeley, Colorado 80631 CONIRACIOR t1UNs 05'757955 CONTRACTOR ENTITY TYPE: Political Subdivision BILLING STATEMENTS RECEIVED: Monthly STATUTORY AUTHORITY: Not Applicable CLASSIFICATIONsubrecipient - CONTRACT PRICE NOT TO EXCEED: $16,799.00 FEDERAL FUNDINGDOLLARS: $16,799.00 STATE RJNIDING0DOLLARS: $0.00 OMERFIJNDINC.DOLIARS: $0.00 MAXIMUM AMOUNT AVAILABLE PER FISCAL YEAR: FY19: $16,799.00 PRICE STRUCTURE Cost ReimhluXement CONTRACTOR REPRESENTATIVE: Tanya Geiser Director of Public Health Adtnin. Services 1555 North 17th Avenue Greeley, Colorado 80631 PROJECT DESCRIPTION This project serves to implement strategies to address cardiovascular disease prevention. 2019-3454 OC ver 06.3.19 Page 1 of 6 449I 9— i/796! t:aaamrrs: The following exhibits are hereby incorporated: Exhibit A - Additional Provisions (and any of its Attachments; e.g., A-1, A-2, etc.) Exhibit B - Statement of Work (and any of its Attachments; e.g., B-1, B-2, etc.) Exhibit C - Budget (and any of its Attachments; e.g., C-1, C-2, etc.) Exhibit B - Option Letter GENERAL PROVISIONS The folbwing 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 Older Contract provide more specificity than these general clauses, the more specific provision shall control. I. This Task Order Contract is being entered into pursuant to the terms and conditions of the Master Contract aact. including, but not limited to, Exhibit One thereto. The total termer ibis Task Order Contract, including any renewals or extensions, may net exceed five (5) years. The parties intend and agree Heat ail work shall be pterfatrtned according to the standards, terms and conditions set forth in the Master Contract. 2. hk ac con/ ice 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 lo, and shall not; commence performance under this Task Order Contract oink 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 Outer Contract. if the State Controller approves this Task Order Contract on or befote its proposed effective date, then the Contractor shaft commence performance under Ibis Task Order Contract on the proposed effective date. If the State Ca niailler approves this Task Order Ckniitract 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'fask Order Contract shall continue through and wing the date specified on page one ofthis Task Order Contract, unless sooner terminated by die 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 Contraact. 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 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 2019-3454 OC ver 06.3.19 Page 2 of 6 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 2019-3454 OC ver 063.19 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. 2019-3454 OC ver 06.3.19 Page 4 of 6 SIGNATURE PAGE Contras Routing Number. 2019"3454 THE PARTIES HERETO HAVE EXECUTED THIS CONTRACT Each person signing this Contract represents and mutants that he or she is duly authorized to execute this Contract aid to Muddle patty authorizing his or her signature. CONTRACTOR Board of County Commissioners of Weld County for the use and benefit of the Weld County Department of Public Health and Environment (a political subdivision of the state of Colorado) Barbara Kirktneyer Print Name of Authorized I dividual BOCC Chair Print Title of Aid hnlividital S 441 MAR 2 5 2019 Date PROGRAM APPROVAL Colorado Deplar trnent of Public Health and Environment By: STATE OF COLORADO Jared S. Polls, Governor Colorado Department of Public Health and Environment Jill Hunsaker Ryan, MPH Executive Director la McGovern Procurement and Contracts Section Director, CDPHE Date hi 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 CO Robert ro Effective Date: 2019-3454 OC ver 06.3. l9 Page 5 of 6 This page left intentionally blank. Page 6of6 2019-3454 OC ver 06.3.19 EXHIBIT A ADDITIONAL PROVISIONS To Contract Dated 03/06/2019 - CMS Contract Routing Number 2019*3454 These provisions are to be read and interpreted in conjunction with the provisions of the Contract specified above. 1. This Contract contains state and federal funds (see Catalog of Federal Domestic Assistance (CFDA) numbers 93.435, 93.426 and 93.436). 2. The United States Department of Health and Human Services ("USDHHS"), through the Center for Disease Control and Prevention ("CDC") has awarded as of 12/13/2018 anticipated federal funds of $1,800,000.00 under Notice of Cooperative Agreement Award, hereinafter "NCAA", number NU58DP006615, to perform the following — Innovative State and Local Public Health Strategies to Prevent and Manage Diabetes and Heart Disease and Stroke. The United States Department of Health and Human Services ("USDHHS"), through the Center for Disease Control and Prevention ("CDC") has awarded as of 12/06/2018 anticipated federal funds of $1,641,838.00 under Notice of Cooperative Agreement Award, hereinafter "NCAA", number NU58DP006553, to perform the following — Preventing and Managing Diabetes, Heart Disease and Stroke in Colorado_ The United States Department of Health and Human Services ("USDHHS"), through the Center for Disease Control and Prevention ("CDC") has awarded as of 10/31/2018 anticipated federal funds of $795,000.00 under Notice of Cooperative Agreement Award, hereinafter "NCAA", number NU58DP006656, to perform the following — Colorado's WISEWOMAN Program. If the underlying Notice of Cooperative Agreement Award "NCAA" authorizes the State to pay all allowable and allocable expenses of a Contractor as of the Effective Date of that NCAA, then the State shall reimburse the Contractor for any allowable and allocable expenses of the Contractor that have been incurred by the Contractor since the proposed Effective Date of this Contract If the underlying NCAA does not authorize the State to pay all allowable and allocable expenses of a Contractor as of the Effective Date of that NCAA, then the State shall only reimburse the Contractor for those allowable and allocable expenses of the Contractor that are incurred by the Contractor on or after the Effective Date of this Contract, with such Effective Date being the later of the date specified in this Contract or the date the Contract is signed by the State Controller or delegee_ 3. To receive compensation under the Contract, the Contractor shall submit a signed Monthly CDPHE Reimbursement Invoice Form_ This form is accessible from the CDPHE intemet website https://www_colorado_gov/pacific/cdphe/standardized-invoice-form and -links and is incorporated and made part of this Contract by reference_ CDPHE will provide technical assistance in accessing and completing the form. The CDPHE Reimbursement Invoice Form and Expenditure Details page must be submitted no later than forty-five (45) calendar days after the end of the billing period for which services were rendered_ Expenditures shall be in accordance with the Statement of Work and Budget Scan the completed and signed CDPHE Reimbursement Invoice Form into an electronic document. Email the scanned invoice and the Expenditure Details page and to: CDPHE Program Assistant, at cdphe_ehroniediseaseRFA@state.co.us. Final billings under the Contract must be received by the State within a reasonable time after the expiration or termination of the Contract; but in any event no later than forty-five (45) calendar days from the effective expiration or termination date of the Contract. Page 1 of 4 Contract Exhibit -A AdditionalProvisions 17.5.3 EXHIBIT A Unless otherwise provided for in the Contract, "Local Match", if any, shall be included on all invoices as required by funding source. The Contractor shall not use federal funds to satisfy federal cost sharing and matching requirements unless approved in writing by the appropriate federal agency_ The Contractor shall not use state funds to satisfy federal cost sharing and matching requirements unless approved in writing by CDPHE. 4. If identified in the Implementation Plan under this Contract, the Contractor shall provide cardiovascular screening, risk reduction counseling, referral and healthy behavior support options to eligible clients during the term of this Contract in order to receive compensation for screening services provided to eligible individual clients. The Contractor shall be paid in accordance with rates as outlined in the WISEWOMAN Bundled Payment System This document is incorporated and made a part of this Contract by reference and is available on the following WISEWOMAN website under "Billing and Reimbursement" at https://www.colorado.gov/cdphe/wisewoman-provider-resources. Contractors shall be paid only for cases that meet eligibility, performance and data requirements. Rates may be revised or updated during the contract term. Reimbursement policies are defined in the WISEWOMAN Program Manual. This manual is located at the following website: https://www.colorado.eov/pacific/cdphe/wisewoman-provider-resources and is incorporated and made a part of this Contract by reference. Data entered into the electronic cancer surveillance and tracking (eCaST) data system are the basis for calculating reimbursement for each client screened through WISEWOMAN. To be considered for payment, all WISEWOMAN services must be entered into eCaST within thirty (30) days of service being performed. WISEWOMAN cases that exceed sixty (60) calendar days in screening length and negatively affect the program's Performance Measures may or may not be reimbursed at the discretion of the State. Contractors shall only be paid for cases that meet eligibility, performance and data requirements. Reimbursement is determined by the outcome of the case. If identified in the Implementation Plan under this Contract, the Contractor shall receive a contracted eCaST funding amount each fiscal year to provide WISEWOMAN services to individual clients. Once the eCaST funding cap is reached, the WISEWOMAN program will not pay for additional expenses incurred by Contractor unless CDPHE opts to increase funding. Based on performance, the WISEWOMAN Program may unilaterally change the groups of eligible clients who may be served with eCaST funding. The Contractor shall request prior approval in writing from the WISEWOMAN Program for any modification to the eCaST budget line item. 5. Time Limit For Acceptance Of Deliverables. a. Evaluation Period. The State shall have fifteen (15) 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 fifteen (15) 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. Page 2 of 4 Contract_Exhibit-A AdditionalProvisions 17.5.3 EXHIBIT A 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 fifteen (15) calendar days, to correct the noted deficiencies. 6. 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. 7. This award does not include funds for Research and Development 8_ The State, at its discretion, shall have the option to extend the term under this Contract beyond the Initial Term for a period or for successive periods, of 1 year at the same rates and under the same terms specified in the Contract. In order to exercise this option, the State shall provide written notice to Contractor in a form substantially equivalent to Exhibit D. If exercised, the provisions of the Option Letter shall become part of and be incorporated in the original contract. The total duration of this contract shall not exceed 5 years. 9. The State, at its discretion, shall have the option to increase or decrease the statewide quantity of Goods and/or Services based upon the rates established in this Contract, and increase the maximum amount payable accordingly. In order to exercise this option, the State shall provide written notice to Contractor in a form substantially equivalent to Exhibit D. Delivery of Goods and/or performance of Services shall continue at the same rates and terms as described in this Contract. 10. All data collected, used or acquired shall be used solely for the purposes of this Contract. The Contractor and its subcontractors agree not to release, divulge, publish, transfer, sell, or otherwise make known any such data to unauthorized persons without the express prior written consent of the State or as otherwise required by law. This includes a prior written request by the Contractor to the State for submission of abstracts or reports to conferences, which utilize data collected under this Contract. Notwithstanding the foregoing, the Contractor shall be entitled to retain a set of any such data collected or work papers necessary to perform its duties under this Contract and in accordance with professional standards. 11. If Contractor indicates full expenditure of funds under this Contract by March 31g of each grant year and the full expenditure does not occur, CDPHE has the option to reduce current or upcoming Contract by said amount or a percent deemed reasonable by CDPHE. CDPHE will notify the Contractor of the potential need to decrease the current or upcoming budget. If the Contractor indicates at a later date than March 31st of each grant year an expectation of surplus of fiords or inability to fully expend said funds for unforeseen circumstances that Contractor had not anticipated by March 31st CDPHE will reallocate unspent funds without any penalties to the Contractor. Upon receipt of timely written notice of an objection by the State for inability to fully expend funds, the Contractor shall have a reasonable period of time not to exceed ten (10) calendar days to respond to the action. If no dispute is received by the State within ten (10) calendar days, the State has the option to reduce the current budget for the current year and any upcoming budget for future contractual agreements. 12. Contractor shall request prior approval in writing from the State for all modifications in the Statement of Work/Work Plan or for any modification to the direct costs in excess of twenty-five percent (25%) of the total budget for direct costs shall be submitted to CDPHE at least ninety (90) days prior to the end of the contract period and may require an amendment in accordance with General Provisions, Section 16, Contract Modifications, of this Contract. 13. The State of Colorado, specifically the Colorado Department of Public Health and Environment, shall be the owner of all equipment as defined by Federal Accounting Standards Advisory Board (FASAB) Page 3 of 4 Contract_Exhibit-A AdditionalProvisions_ 17.5.3 EXHIBIT A Generally Accepted Accounting Principles (GAAP) purchased under this Contract. At the end of the term of this Contract, the State shall approve the disposition of all equipment. 14. Contractor shall not use funds provided under this Contract for the purpose of lobbying as defined in Colorado Revised Statutes (C.R.S.) 24-6-301(3.5)(a). 15. Neither the U.S. Department of Health and Human Services (HTIS) nor the Centers for Disease Control (CDC) logo may be displayed on any conference materials if such display would cause confusion as to the conference source or give false appearance of Government endorsement. Use of the HHS name or logo is governed by U.S.C. 1320b-10, which prohibits misuse of the HHS name and emblem in written communication. A non-federal entity is unauthorized to use the MIS name or logo governed by U.S.C. 1320b-10. The appropriate use of the HHS logo is subject to review and approval of the Office of the Assistant Secretary for Public Affairs (OASPA). 16. Notwithstanding the terms contained in the General Provisions of the Master Contract, Section 25, Conformance with Law, the Contractor shall comply with the provisions of Section 601 of Title VI of the Civil Rights Act of 1964, as amended, which states that "no person in the United States shall on the grounds of race, color or national origin, be excluded from participation in, be denied the benefits of or be subjected to discrimination under any program actively receiving Federal financial assistance." The Office for Civil Rights has established that it is the responsibility of any program that is a recipient of federal funds to ensure that any Limited English Proficient (LEP) person or beneficiary have meaningful access to programs, services and information_ The Contractor and contract personnel shall adopt and implement policies and procedures in which reasonable steps are taken to provide language assistance in order to ensure equal access to LEP persons or beneficiaries. The Contractor and contract personnel shall advise LEP individuals that language assistance will be provided at no cost to the LEP person or beneficiary. 17. The Contractor agrees to provide services to all Program participants and employees in a smoke free environment in accordance with Public Law 103227, also known as "the ProChildren Act of 1994", (Act). Public Law 103227 requires that smoking not be permitted in any portion of any indoor facility owned or leased or contracted for by an entity and used routinely or regularly for the provision of health, day care, early childhood development services, education or library services to children under the age of 18, if the services are funded by Federal programs either directly or through State or local governments, by Federal grant, contract, loan, or loan guarantee. 18. Notwithstanding the terms contained in the General Provisions, Section 10, Confidential or Proprietary Information, Contractor shall protect the confidentiality of all applicant or recipient records and other materials that are maintained in accordance with this Contract Except for purposes directly connected with the administration of this Contract, no information about or obtained from any applicant or recipient shall be disclosed in a form identifiable with the applicant or recipient without the prior written consent of the applicant or recipient, or the parent or legal guardian of a minor applicant or recipient with the exception of information protected by Colorado Statute as it applies to confidentiality for adolescent services in which case the adolescent minor and not the parent or legal guardian must provide consent or as otherwise properly ordered by a court of competent jurisdiction. Contractor shall have written policies governing access, duplication, and dissemination of all such information. Contractor shall advise its employees, agents, servants, and any subcontractors that they are subject to these confidentiality requirements. Page 4 of 4 Contract Exhibit -A AdditionalProvisions_17.5.3 EXHIBIT B STATEMENT OF WORK To Original Contract Routing Number 2019*3454 I. Entity Name: Weld County Department of Public Health and Environment IL Project Description: This project serves to implement strategies to address cardiovascular disease prevention. Heart disease and stroke together kill more Coloradans than any other disease, with uncontrolled hypertension as the leading cause (Colorado Health Information Dataset [CoHID], 2016). The strategies incorporated into this project include prevention, direct screening, outreach, disease management and systems -level interventions for underserved populations relating to the prevention and management of cardiovascular and related chronic diseases. The aim of this work is for health care systems and community based organizations to prevent and manage chronic disease, leading to improved health outcomes. Activities will reflect the Evidence -Based Interventions and best or promising practices included in the Clinic Quality Improvement portfolio and WISEWOMAN (Well -Integrated Screening and Evaluations for Women Across the Nation) program manual. III. Definitions: 1. CDPHE: Colorado Department of Public Health and Environment_ 2. CQI Portfolio: A collection of evidence -based interventions created by the Clinic Quality Improvement program that contains best and promising practices used to guide and support a health system in the prevention and management of chronic disease. 3. CRISPeR: Community Resource Inventory for Patient e -Referral program; facilitates bidirectional e - referrals through a secure hub between a health system electronic health record and community based organization. 4. Designated CDPHE Contact CDPHE staff member assigned to monitor the contract. 5. Evidence -Based Interventions (EBIs): Activities and strategies that have been tested and reviewed as effective at improving chronic disease health outcomes. 6. Health systems Individual health clinic (includes provider -owned clinic), Federally Qualified Health Center, community health center, hospital, hospital network for the use and benefit of a hospital within their network (may include hospital foundations), safety net clinic, rural health center, or local public health agency. 7. Healthy Behavior Support Program: Evidence -based lifestyle program, health coaching or community resource that supports self -management and healthy lifestyle changes_ 8. Quarters: Quarter 1 - September 30 — December 31; Quarter 2 - January 1— March 31; Quarter 3 - April 1 — June 30; Quarter 4 - July 1— September 29. 9. WISEWOMAN: Well -Integrated Screening and Evaluation for WOMen Across the Nation; a cardiovascular disease prevention program for low-income women run by the Colorado Department of Public Health and Environment, Prevention Services Division. IV. Work Plan: Goal #1: Improves the health, well-being and equity of all Coloradans through health promotion, prevention and ensuring access to health care by focusing on reducing the rate of chronic disease risk among Coloradans. Objective #1: No later than the expiration date of this contract, draft an implementation plan and implement EBIs to reduce chronic disease in Colorado. Primary Activity #1 The Contractor shall, in collaboration with the Designated CDPHE Contact, draft an implementation plan outlining: 1. the straiegy(ies) in which the project will focus; and 2. the detailed steps and tasks which the Contractor shall take to address the objectives of this agreement. Primary Activity #2 The Contractor shall, update the implementation plan at a minimum annually. Primary Activity #3 The Contractor shall implement strategies and services from the WISEWOMAN Program, Clinic Quality Improvement program, CRISPeR program or a Healthy Behavior Support Program followingprogram requirements. version: Contract Statement of Work - Exhibit B December 2015 Page 1 of 3 Contract_S0W Exhibit B_December 2015.doe EXHIBIT B Standards and Requirements 1_ The content of electronic documents located on CDPHE and non-CDPHE websites and information contained on CDPHE and non-CDPHE websites may be updated periodically during the contract term. The contractor shall monitor documents and website content for updates and comply with all updates. 2. The Contractor shall comply with changes to any aspect of relevant programs subject to changes, revisions, inclusions, exclusions, etc. as needed and/or pursuant to directives or changes required by rule, regulation, statute or guidance. 3. The Contractor shall comply with all program activities and requirements stated in the implementation plan and its referenced documents. 4_ The Contractor shall attend a post -award meeting provided by CDPHE as well as other required meetings, trainings, webinars and telephone calls for the purpose of information - sharing, training, technical assistance and contract monitoring, as outlined in the implementation plan_ 5. The Contractor shall participate in mandatory program reporting processes such as online written reports or progress calls at an interval outlined in the implementation plan. 6. The Contractor shall participate in CDPHE evaluation and performance measurement efforts. 7. The Contractor shall use all CDPHE-required forms. 8. The Contractor shall adhere to the following regulations for the implementation plan: a. The Contractor shall develop an annual implementation plan to adopt and implement prioritized strategies approved by CDPHE. CDPHE will inform the Contractor of necessary modification or provide approval of the implementation plan within 30 business days. b. The Contractor shall use the implementation plan developed with CDPHE. c. CDPHE's evaluation of the Contractor's performance will be determined by the Contractor's adherence to the established implementation plan_ 9. The Contractor shall identify and support key personnel as outlined in the implementation plan and referenced documents_ 10. The Contractor shall notify CDPHE within 15 days of a change in key staff responsible for the performance of services provided during the contract period. 11. The Contractor shall have new staff members receive required training within two (2) months of hire. 12. The Contractor shall report all subcontractor changes during the contract period to the Chronic Disease Prevention and Management Program within 15 calendar days of occurrence. 13. Contractors that provide direct services to individuals 18 years of age and older shall only provide services of benefit to individuals lawfully present in the United States. The Contractor shall maintain documentation demonstrating the individual's establishment of lawful presence, which shall include documentation of an appropriate identification document and an affidavit as required by Colorado Revised Statutes (CRS.), Section 24- 76.5-103_ [This does not apply to Non-profit charitable organizations, S U.S.C § 1642(d). In addition, Federally Qualified Health Centers (FQHCs) that are not solely government owned are also exempt from verifying lawful presence, 42 U.S.C. § 254b(b)(1).J 14_ The Contractor shall use measures endorsed by the National Quality Forum Measures, Reports, & Tools. This information is incorporated and made part of this contract by reference and located on the following website: www.qualityforum.org. 15. If purchasing gift cards, the Contractor shall provide to CDPHE upon request written procedures related to gift card purchasing and handling. At a minimum, the procedures must include the following: a. How the gill card inventory is tracked and maintained b. Gift card storage and safeguards against theft c. The primary person responsible for securing and distribution of gift cards d. A gift card distribution log that records each gift card number, dollar amount, and the printed name and signature of each gift card recipient version: Contract Statement of Work — Exhibit B December 2015 Contract_SOW Exhibit B_December 2015.doc Page 2 of 3 EXHIBIT B 16. When corresponding with CDPHE, the Contractor shall use all privacy and security measures to protect the client's personal health information. Accepted forms of commnnication include: a. Unencrypted email conversations using the client identification number; b. Mail or fax clearly marked "Confidential" and using the client identification number; c. HIPAA compliant files transmitted via secure File Transfer Protocol (FTP) sites; and d. Secure encrypted email. 17. The Contractor shall submit fmal reports after the contract term as a non -reimbursable deliverable. 18. The Contractor shall submit all deliverables, unless otherwise stated, via email to the Designated CDPHE Contact. 19. The Contractor shall not begin activities outlined in the implementation plan until approved by CDPHE. Expected Results of Activity(s) 1. Increased number of individuals screened for chronic disease. 2. Increased number of quality chronic disease screenings provided within priority populations 3. Increased number of individuals participating in evidence -based healthy behavior support programs 4. Improved chronic disease measurements among service delivery populations Measurement of Expected Results 1. Data from required program submissions, including: a progress reports; b. data submissions; c. annual assessments; and d. evaluation information. Completion Date Deliverables I. The Contractor shall submit an implementation plan that includes each of the strategies selected and referenced in this Statement of Work No later than the first business day in June, annually_ 2. The Contractor shall submit a draft budget to coincide with the implementation plan. No later than the first business day in June, annually. 3. The Contractor shall submit a progress report in a CDPHE approved format. No later than 15 business days following the last day of each quarter. V. Monitoring: CDPHE's monitoring of this contract for compliance with performance requirements will be conducted throughout the contract period by CDPHE Contract Monitor. Methods used will include a review of documentation determined by CDPHE to be reflective of performance to include progress reports and other fiscal and programmatic documentation as applicable. The Contractor's performance will be evaluated at set intervals and communicated to the contractor. A Final Contractor Performance Evaluation will be conducted at the end of the life of the contract. VI. Resolution of Non -Compliance: The Contractor will be notified in writing within 15 calendar days of discovery of a compliance issue. Within 30 calendar days of discovery, the Contractor and the State will collaborate, when appropriate, to determine the action(s) necessary to rectify the compliance issue and determine when the action(s) must be completed. The action(s) and timeline for completion will be documented in writing and agreed to by both parties. If extenuating circumstances arise that requires an extension to the timeline, the Contractor must email a request to the CDPHE Contract Monitor and receive approval for a new due date. The State will oversee the completion/implementation of the action(s) to ensure timelines are met and the issue(s) is resolved. If the Contractor demonstrates inaction or disregard for the agreed upon compliance resolution plan, the State may exercise its rights under the provisions of this contract. version: Contract Statement of Work - Exhibit B December 2015 Contract SOW_Exhibit B_December 2015.doc Page 3 of 3 Exhibit C Budget COLORADO Department of Public Health & Environment PREVENTION SERVICES DIVISION - LESS THAN 12 MONTH BUDGET WITH JUSTIFICATION FORM Contract Routing # 2019-3454 Contractor Name Weld County Department of Public Health and Environment Program Contact Name, Title, Phone and Email Cynthia Horn, Program Coordinator 970-400-2433 chorn@weldgov.com Budget Period April 1, 2019 - September 29, 2019 Fiscal Contact Name, Title, Phone and Email Tanya Geiser, Director, Admin Services 970-400-2122 tgeiser@weldgov.com Project Name Chronic Disease Prevention and Management RFA #11460 Contract (CT or PO) Number Cr FHLA 2019'3454 Expenditure Categories Personal Services Salaried Employees Position Title Description of Work Gross or Annual Salary Fringe Percent of Time on Project Number of Months Total Amount Requested from CDPHE $0.00 Personal Services Hourly Employees Position Title Description of Work Hourly Wage Hourly Fringe Total # of Hours on Project Total Amount Requested from CDPHE Health Coach Attend Patient Navigator and/or Motivational Interviewing training $ 20.46 $ 7.97 24.0 $682.20 Total Personal Services (including fringe benefits) .26 Supplies & Operating Expenses Total Amount Requested from CDPHE Item Description of Item Rate Quantity Point of Service Supplies Point of service device testing supplies - Alc & Lipid cartridges and controls $ 500.00 3.00 $1,500.00 Healthy lifestyle supplies Education materials and supplies to engage clients in healthy behavioral lifestyles $ 90.00 6.00 $540.00 Total Supplies & Operating $2,040.00 Page 1 of 2 March 2018 Exhibit C Budget PREVENTION SERVICES DIVISION - LESS THAN 12 MONTH BUDGET WITH JUSTIFICATION FORM Contract Routing # 2019-3454 Contractor Name Weld County Department of Public Health and Environment Program Contact Name, Title, Phone and Email Cynthia Horn, Program Coordinator 970-400-2433 chorn@weldgov.com Budget Period April 1, 2019 - September 29, 2019 Fiscal Contact Name, Title, Phone and Email Tanya Geiser, Director, Admin Services 970-400-2122 tgeiser@weldgov.com Project Name Chronic Disease Prevention and Management RFA #11460 Contract (CT or PO) Number CT FHLA 20193454 Travel Item Description of Item Rate Quantity Total Amount Requested from CDPHE Mileage Health Coach travel expenses for training and Post Award Meeting (124 miles x 4 trips = 496 miles) $ 0.56 496.0 $277.76 Total Travel $277.76 Contractual Subcontractor Name Description of Item Rate Quantity Total Amount Requested from CDPHE $0.00 Total Contractual $0.00 eCaST Item Description of Item . Rate Quantity Total Amount Requested from CDPHE Service Delivery Billed in eCaST S 13,170.00 1.0 $13,170.00 eCaST Total $13,170.00t70.00 SUB -TOTAL OF DIRECT COSTS $16,169.96 Indirect Item Description of Item Total Requested CDPHE Amount from CDPHE-Negotiated Indirect Cost Rate 20.98% Total Direct Costs for CY2019 $629.04 Total Indirect $629.04 $16,799.00 TOTAL Page 2 of 2 March 2018 EXHIBIT D OPTION LETTER #: Click here to enter text. State Agency : Original Contract 4 Click here to enter text. Colorado Department Of Public Health and Environment 4300 Cherry Denver, Creek Dr S CO 80246 Contractor (Name and Address) Option Contract Number Click here to enter text. Click here to enter text. Contract Performance Beginning Date : Current Click Contract here to enter Expiration a date. Date : Click here to enter a date. CONTRACT MAXIMUM AMOUNT TABLE Document Type CMS Routing # Federal Funding State Amount Funding Other Funding Term (dates) Total Amount* Amount OL #1 S Original S * Federal Funds to United States Government finding S attributed source Current Contract Maximum Catalog of Federal Domestic Assistance (CFDA) Number Click here to Amount (YTD) enter text. 1) OPTIONS A. Option to extend for an Extension Term B. Option to change quantity of goods under the Contract C. Option to change quantity of services under the Contract D. Option to change Contract rates E. Option to initiate next phase of Contract 2) REQUIRED PROVISIONS: A. In accordance with Section(s) Click here to enter text. of the Original Contract referenced above the State hereby exercises its option for an additional term, beginning Click here to enter a date. and ending on the current contract expiration date shown above, at the rates stated in the Original Contract, as amended. B. In accordance with Section(s) Click here to enter text. of the Original Contract referenced above, the State hereby exercises its option to Choose an item. the quantity of Choose an item. at the rates stated in the Original Contract as amended for the following reason: Click here to enter text.. C. In accordance with Section(s) Click here to enter text. of the Original Contract referenced above the State hereby exercises its option to modify the Contract rates specified in Click here to enter text. for the following reason: Click here to enter text.. The Contract rates attached to this Option Letter replace the rates in the Original Contract as of the Option Effective Date of this Option Letter. D. In accordance with Section(s) Click here to enter text. of the Original Contract referenced above, the State hereby exercise its option to initiate Phase Click here to enter text., which shall begin on Click here to enter a date. and end on Click here to enter a date. at the cost/price specified in Section Click here to enter text.. E. The Contract Maximum Amount table is deleted and replace with the Current Contract Maximum Amount Maximum Amount table shown above. 3) OPTION EFFECTIVE DATE: A. The effective date of this Option Letter is upon approval of the State Controller or Click here to enter a date. whichever is later. Ver. 27.2.18 EXHIBIT D PROGRAM APPROVAL By: Date: STATE OF COLORADO John W. Hickenlooper, Governor Department of Public Health and Environment By: Lisa McGovern, Purchasing & Contracts Section Director Date: ALL CONTRACTS REQUIRE APPROVAL BY THE STATE CONTROLLER CRS §24-30-202 requires the State Controller to approve all State Contracts. This Contract is not valid until signed and dated below by the State Controller or delegate. Contractor is not authorized to begin performance until such time. If Contractor begins performing prior thereto, the State of Colorado is not obligated to pay Contractor for such performance or for any goods and/or services provided hereunder. STATE CONTROLLER Robert Jaros, CPA, MBA, JD By: Date: Ver. 27.2.8 Hello