Loading...
HomeMy WebLinkAbout20181814.tiffRESOLUTION RE: APPROVE TASK ORDER CONTRACT FOR TUBERCULOSIS PREVENTION AND CONTROL 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 Tuberculosis Prevention and Control 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 July 1, 2018, and ending June 30, 2019, 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 the Tuberculosis Prevention and Control 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 task order contract. The above and foregoing Resolution was, on motion duly made and seconded, adopted by the following vote on the 11th day of June, A.D., 2018. BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO ATTEST: ;P:e.'.1t)aC ,i, Weld County Clerk to the Board ounty Attorney Date of signature: a7 -/d f8 Steve Moreno, Chair GC'.�1t.LTG') 113o1t9 2018-1814 HL0050 /Ddiir(a Memorandum TO: Steve Moreno, Chair Board of County Commissioners FROM: Mark E. Wallace, MD, MPH Executive Director Department of Public Health & Environment DATE: June 6, 2018 SUBJECT: FY18-19 Tuberculosis Prevention and Control Program Task Order Contract with CDPHE For the Board's approval is a FY18-19 Tuberculosis Prevention and Control Program task order contract between the Colorado Department of Public Health and Environment ("CDPHE") and the Board of County Commissioners for the County of Weld, State of Colorado, on behalf of the Weld County Department of Public Health and Environment ("WCDPHE"). This task order contract is for the continuation of the Tuberculosis (TB) Prevention and Control Program to assist in preventing and controlling TB in Weld County. As many as 220,000 Coloradoans are latently infected with the bacteria that causes active TB disease. In 2017, eighty- four (84) cases of active TB disease were identified in Colorado. With proper identification and treatment, nine out of ten people infected with this bacteria will avoid getting TB. The term for this task order contract is from July 1, 2018, through June 30, 2019, in the amount of $52,500. Of this amount, $45,000 is State funding for prevention and control activities and $7,500 Federal funding for TB outreach activities. Additional funding from the Directly Observed Therapy and Diagnostic Blanket funds will be granted as necessary for the treatment of active TB disease and for contract investigations. This Agreement has been reviewed by Assistant County Attorney, Bob Choate, and it meets with his approval. This contract was approved for placement on the Board's agenda via pass -around dated May 7, 2018. I recommend approval of this TB Prevention and Control Program task order contract with CDPHE. Uhl te, 2018-1814 DEPARTMENT OF PUBLIC HEALTH AND ENVIRONMENT CMS ROUTING NO. 19 FHHA 109285 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 FAA 00051. STATE: State of Colorado for the use & benefit of the Department of Public Health and Environment Disease Control and Enviornmental Epidemiology Tuberculosis - Prevention and Control 4300 Cherry Creek South Drive Denver, Colorado 80246 CONTRACT MADE DATE: 4/16/2018 CORE ENCUMBRANCE NUMBER: ************ TERM: This contract shall be effective upon approval by the State Controller, or designee, or on 07/01/2018, whichever is later. The contract shall end on 06/30/2019. PROCUREMENT METHOD: Exempt BID/RFP/LIST PRICE AGREEMENT NUMBER: Not Applicable LAW SPECIFIED VENDOR STATUTE: Not Applicable STATE REPRESENTATIVE: Pete Dupree 4300 Cherry Creek South Drive Denver, Colorado 80246 CONTRACTOR: Board of County Commissioners of Weld County 1150 "O" Street Greeley, Colorado 80631 for the use and benefit of the Weld County Department of Public Health and Enviornment 1555 North 17th Avenue Greeley, Colorado 80631 CONTRACTOR DUNS: 075757955 CONTRACTOR ENTITY TYPE: Political Subdivision BILLING STATEMENTS RECEIVED: Monthly STATUTORY AUTHORITY: Not Applicable CLASSIFICATION: Subrecipient CONTRACT PRICE NOT TO EXCEED: $52,500.00 FEDERAL FUNDING DOLLARS: $7,500.00 STATE FUNDING DOLLARS: $45,000.00 OTHER FUNDING DOLLARS: Specify "Other": MAXIMUM AMOUNT AVAILABLE PER FISCAL YEAR: FY19: $52,500.00 PRICE STRUCTURE: Cost Reimbursement CONTRACTOR REPRESENTATIVE: Mark Wallace 1555 North 17th Avenue Greeley, Colorado 80631 PROJECT DESCRIPTION: This project serves to provide diagnostic, patient education and treatment services for individuals with suspected/known latent TB infection (LTBI) and those classified with Class A and Class B TB status or who are suspected of having active TB. Also for individuals who are identified as newly arrived refugees, asylees and other high risk persons with LTBI. Page 1 of 6 19 FHHA 109285.docx ver 16.4.18 EXHIBITS: The following exhibits are hereby incorporated: Exhibit A - Exhibit B - Exhibit C - Exhibit D - Exhibit E - Additional Provisions (and any of its Attachments; e.g., A-1, A-2, etc.) Statement of Work (and any of its Attachments; e.g., B-1, B-2, etc.) Budget (and any of its Attachments; e.g., C-1, C-2, etc.) Option Letter Grant Funding Change 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 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 Page 2 of 6 19 FHHA 109285.docx ver 16.4.18 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 19 FHHA 109285.docx ver 16.4.18 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 19 FHHA 109285.docx ver 16.4.18 SIGNATURE PAGE Contract Routing Number: 19 PHHA 109285 THE PARTIES HERETO HAVE EXECUTED THIS CONTRACT Each person signing this Contract represents and warrants that he or she is duly authorized to execute this Contract and to bind the party authorizing his or her signature. By: 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) Steve Moreno Print Name of Authorized Individual Chair tint Title of Authorized Individual Signature of Authorized Individual JUN i i 2013 Date PROGRAM APPROVAL Colorado Department of Public Health and Environment Si nature of Authorized CDPHE Pr gram Approver if ate STATE OF COLORADO John W. Hickenlooper, Governor Colorado Department of Public Health and Environment Larry Wolk, MD, MSPH, Executive Director and Chief Medical Officer Lisa McGovern Purchasing and Contracting Section Director, CDPHE Date In accordance with §24-30-202 C.R.S., this Contract is not valid until signed and dated below by the State Controller or an authorized delegate. ST E CON By: Effective Date: 19 FHHA 109285.docx ver 16.4.18 LER BA, JD Pagep5 of 6p �/a''f' -(►) This page left intentionally blank. Page 6 of 6 19 FHHA 109285.docx ver 16.4.18 EXHIBIT A ADDITIONAL PROVISIONS To Task Order Contract Dated 4/16/2018 CMS Task Order Routing Number 19 FHHA 109285 These provisions are to be read and interpreted in conjunction with the provisions of the Task Order Contract specified above. 1. This Task Order Contract contains federal and state funds (see Catalog of Federal Domestic Assistance (CFDA) number 93.1 16). 2. The United States Department of Health and Human Services ("USH-IS"), through the Centers for Disease Control and Prevention ("CDC") has awarded as of 12/18/2017 anticipated federal funds of $123,118.00 under Notice of Cooperative Agreement Award, hereinafter "NCAA", number 5 NU52PS004660-04-00, to perform the following — This grant will assist our efforts to prevent, control, and ideally eliminate TB in Colorado. The funds are intended to strengthen current local contributions to essential TB program activities. If the underlying Award authorizes the State to pay all allowable and allocable expenses of a Contractor as of the Effective Date of that Award, 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 Task Order Contract. If the underlying Award does not authorize the State to pay all allowable and allocable expenses of a Contractor as of the Effective Date of that Award, 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 Task Order Contract, with such effective date being the later of the date specified in this Task Order Contract or the date the Task Order 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 internet 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 this Statement of Work and Budget. Scan the completed and signed CDPHE Reimbursement Invoice Form into an electronic document. Email the scanned invoice with the Excel workbook containing the Expenditure Details page to: Pete Dupree, TB Program Manager and Public Health Epidemiologist, peter.dupree@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. 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. 4. Time Limit For Acceptance Of Deliverables. Page 1 of 3 Contract_F.xhibit-A_Additionallkovisions_'1'askOrdcr_l 8.1.4 EXHIBIT A 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 (30) 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. 5. 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. 6. This award does not include funds for Research and Development. 7. The State, at its discretion, shall have the option to extend the term under this Task Order 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 Task Order. 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 Task Order. The total duration of this Task Order shall not exceed 5 years. 8. 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 Task Order and modify 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 Task Order. 9. The State, at its discretion, may unilaterally increase or decrease the total funds available under this Grant, the funds available under the Grant during any State fiscal Year or the funds available for any specific line items described in this Grant. In order to exercise this right, the State shall provide written notice to Grantee in a form substantially equivalent to Exhibit E. The exercise of this right shall not be valid until it has been approved by the State Controller or designee. 10. Transfer of funds within the Budget: a. Transfer funds between budget lines if the total of all cumulative transfers is less than 25% of the budgeted amount does not require Tuberculosis Section approval. However the Contractor shall notify the Section of the changes in writing prior to the transfer of funds. b. When the cumulative total of all transfers equals or exceeds twenty five percent (25%) of the total budgeted amount, the Contractor must obtain written permission from the Tuberculosis Section to move any funds between lines. The Contractor shall submit the Tuberculosis Section approved budget modification form prior to making revised expenditures. The Tuberculosis Section staff Page 2 of 3 Contract_Ixhibit-A_Additionallkovisions_ faskOrder 18.1.4 EXHIBIT A will evaluate the request and inform the Contractor of a decision within 15 calendar days of receiving the request. Page 3 of 3 Contract_Exhibit-A_AdditionalProvisions_'I'askOrder_18.1.4 EXHIBIT B STATEMENT OF WORK To Original Contract Number: 19 FHHA 109285 These provisions are to be read and interpreted in conjunction with the provisions of the contract specified above. I. Entity Name: Weld County Health Department II. Project Description: This project serves to provide diagnostic, patient education and treatment services for individuals with suspected/known latent TB infection (LTBI) and those classified with Class A and Class B TB status or who are suspected of having active TB. Also for individuals who are identified as newly arrived refugees, asylees and other high risk persons with LTBI. III. Definitions: 1. AFB smear — Acid -Fast Bacilli; a rapid test used to detect infectious mycobacteria 2. Asylee -- individuals who, on their own, travel to the United States and subsequently apply for and receive a grant of asylum. 3. CDPHE — Colorado Department of Public Health and Environment 4. Class A — Pulmonary TB, the applicant has an abnormal chest radiograph suggestive of active TB disease, and one or more sputum smears positive for acid -fast bacteria 5. Class B1 - Immigrant with an abnormal CXR with evidence of TB, and/or the individual has a history of treatment for active TB disease. 6. Class B2 — The individual was diagnosed with latent TB infection (LTBI). These are typically children whose TST result was positive and CXR was normal. 7. DOT — Directly Observed Therapy 8. HIV— Human Immunodeficiency Virus 9. IGRA — interferon gamma (y) release assay (whole blood TB test) 10. LEP — limited English proficiency (Over -the -Phone Interpretation (OPI) provider only) 11. LTBI — Latent Tuberculosis Infection 12. OPI — over -the -phone interpretation 13. PO — Purchase Order 14. Refugee -- any person who is outside his or her country of nationality or habitual residence and is unable or unwilling to return to or seek protection of that country due to a well-founded fear of persecution based on race, religion, nationality, membership in a particular social group, or political opinion 15. RVCT — Report of Verified Case of Tuberculosis 16. TB — Tuberculosis 17. TB -17— CDPHE's TB surveillance form 18. TBdb — CDPHE Tuberculosis Data Base 19. TST — Tuberculin Skin Test IV. Work Plan: Goal #1: Prevent and control tuberculosis infection and active TB disease throughout the Contractor's jurisdiction Objective #1: No later than the expiration date of the Contract, the Contractor shall assist in supporting tuberculosis prevention and control activities throughout the agency's jurisdiction. Primary Activity #1 The Contractor shall locate all patients with suspected or confirmed TB. Sub -Activities #1 1. The Contractor shall provide, or arrange for, chest x-rays and interpretations for individuals with suspected or confirmed TB. 2. The Contractor shall provide interpretations for individuals with suspected or confirmed TB, as necessary. 3. The Contractor shall collect specimens for mycobacteriology testing on all persons suspected of having TB. 4. The Contractor shall arrange for the transportation of the specimens to the CDPHE laboratory for testing. version: Purchase Order Statement of Work for Services or Services with Goods December 2015 Page 1 of 6 EXHIBIT B 5. The Contractor shall arrange for the placement of patients who require isolation. a. The Contractor shall contact CDPHE TB Program for assistance. b. The Contractor shall contact CDPHE to request reimbursement from CDPHE for those costs incurred by the Contractor in isolating a patient. 6. The Contractor shall provide, or arrange for, the treatment of patients with suspected or confirmed active TB, including DOT. 7. The Contractor shall ensure patients' adherence to TB treatment. 8. The Contractor shall inform those individuals whom refuse testing of the risks associated with HIV/TB co -infection. 9. A minimum of once a month, the Contractor shall monitor and evaluate those persons with suspected or confirmed active TB disease by in -person assessment. 10. As needed, the Contractor shall offer limited English proficiency services via an accredited Over -the -Phone Interpretation (OPI) provider to be reimbursed using TB DOT/Diagnostic reimbursement invoice template by the CDPHE TB Program at a rate not to exceed $0.75/minute. The instructions are incorporated and made part of this Contract by reference and is available on the following website under the Over -the -phone (OPI) section,Ftps://www.colorado.gov/pacific/cdphe/tb-lpha. Primary Activity #2 The Contractor shall ensure that all contacts to newly identified infectious TB cases are identified, investigated, and receive appropriate evaluation. Sub -Activities #2 1. The Contractor shall provide, or arrange for, chest x-rays and interpretations for individuals with newly identified infectious, suspected, confirmed, and LTBI TB cases. 2. The Contractor shall provide, or arrange for, the treatment of patients, including DOT, and ensure the completion of therapy for infected patients. 3. The Contractor shall provide, or arrange for, an HIV antibody test for all persons with LTBI with HIV risk factors or who originate from an HIV -endemic area. 4. The Contractor shall inform all individuals whom refuse testing of the risks associated with HIV/TB co -infection. 5. A minimum of once a month, the Contractor shall monitor and evaluate persons with LTBI during treatment. 6. The Contractor shall ask all TB clients about current health insurance enrollment and offered materials to become insured if not currently insured. 7. The Contractor shall complete a preliminary Tuberculosis Contact Investigation Record. The instructions are incorporated and made part of this contract by reference and is available at the following link, Tuberculosis Contact Investigation Record to the CDPHE TB Program after initiation of each contact investigation. Primary Activity #3 The Contractor shall provide or arrange for newly arrived refugees, asylees and other eligible individuals with Class B TB designation to complete a TB screening. Sub -Activities #3 1. A minimum of thirty (30) calendar days of the Contractor's receipt of written notification from CDPHE of the arrival of a Class B immigrant or refugee, the Contactor shall provide, or arrange for a TB screening that includes the following: a. medical evaluation b. tuberculin skin test or IGRA c. chest radiograph d. three spontaneous sputum specimens for AFB smear and culture collected on consecutive days 2. Upon completion of testing and examination, the Contractor shall complete, sign, and date the CDC 75.17 form or Class B tuberculosis Follow Up worksheet, and return it within ninety (90) days to: Colorado Department of Public Health and Environment Tuberculosis Program Attn: Class B Coordinator 4300 Cherry Creek Drive South Denver, CO 80246 version: Purchase Order Statement of Work for Services or Services with Goods December 2015 Page 2 of 6 EXHIBIT B Primary Activity #4 The Contractor shall identify, investigate, and evaluate persons with a high risk of LTBI. Sub -Activities #4 Primary Activity #5 1. The Contractor shall offer an HIV antibody test to 100% of persons with LTBI and provide, or arrange for, HIV antibody test with a test result rate >80%. a. The Contractor shall record 80% of all HIV antibody testing result rates for LBT1 patients into the CDPHE TBdb. b. The Contractor shall record 95% of all HIV testing result rates among suspect and confirmed cases of active TB disease, and enter that information into the CDPHE TBdb. 2. The Contractor shall offer an HIV antibody test to 100% of persons diagnosed with active TB disease. a. The Contractor shall provide an HIV antibody test for those clients with a test result rate >95%, regardless of their age or the apparent absence of risk factors for HIV infection. 3. A minimum of once a month, the Contractor shall monitor and evaluate persons with LTBI during treatment for all such .atients. The Contractor shall offer printed resource and referral materials to clients that direct them to the nearest community Medicaid and Connect for Health Colorado enrollment location(s), including online enrollment options. Sub -Activities #5 1. The Contractor shall discuss current health insurance enrollment status with each client for the purposes of becoming insured if not currently insured. a. The Contractor shall guide each client to following websites: https://www.colorado.gov/pacific/hcpf/how-to-apply and http://connectforhealthco.com/resources/person-help/, incorporated and made part of this contract by reference. b. The Contractor shall ask all TB clients about current health insurance enrollment status, including Medicaid and offer resource materials no later than the last business day of each month. c. The Contractor shall document that all TB clients were asked about current health insurance enrollment and offered materials no later than the last business day of each month. Standards and Requirements 1. The Contractor shall complete the appropriate treatment as stated in the CDPHE TB Manual. The CDPHE TB Manual is available on the State of Colorado website https://www.colorado.gov/pacific/cdphe/colorado-tb-manual and is incorporated and made part of this Contract by reference. 2. CDPHE shall provide templates and instructions for any additional information requests. Report forms are subject to revision and the Contractor agrees to use the most recent version. 3. The Contractor shall increase the percentage of persons that complete LTBI treatment to meet the state objective of 84% by June 30, 2019 and maintain or improve on that rate thereafter. 4. The Contractor shall develop reports of suspected or confirmed active TB disease results, and include the following information: a. reason for initiating b. patient name c. date of birth d. country of birth e. date arrived in U.S. f. demographic information g. locating information version: Purchase Order Statement of Work for Services or Services with Goods December 2015 Page 3 of 6 EXHIBIT B h. provider information i. TB risk factors j. results of diagnostic testing k. results of mycobacteriology including susceptibility results I. dates of infectious period m. treatment information n. changes in patients' status o. diagnosis p. any other information as appropriate. 5. For those persons identified with LTBI or active TB, the Contractor shall report to CDPHE: a. patient name b. date of birth c. country of birth d. date arrived in the U.S. e. demographic information f. locating information g. provider information h. TB risk factors i. results of diagnostic testing j. treatment information k. any other information deemed appropriate by the Contractor. 6. The Contractor shall complete tests including the following: a. smears for acid -fast bacilli, (using concentrated fluorescent method) b. isolation of mycobacteria (using rapid methods) c. identification of Mycobacterium tuberculosis complex (MTB) (using rapid methods) d. susceptibility testing (isoniazid, rifampin, ethambutol, and pyrazinamide) on isolates of MTB. 7. The CDPHE TB Program will notify the Contractor of all newly arrived Class B TB immigrants/refugees via a CDC 75.17 form which is incorporated herein by this reference, or Follow-up worksheet which is incorporated herein by this reference, made a part of this Contract, and available on the following website: https://www.colorado.gov/pacific/cdphe/tb-btb-arrivals 8. The Contractor shall record 95% of all HIV testing result rates among suspect and confirmed cases of active TB disease, and enter that information into the CDPHE TBdb. a. The Contractor shall record 95% of all HIV testing result rates among suspect and confirmed cases of active TB disease into the CDPHE TBdb no later than the day before TB treatment begins, and no later than the end date of this Contract. 9. The Contractor shall record 80% of all HIV antibody testing result rates for LBTI patients into the CDPHE TBdb. a. The Contractor shall record 80% of all HIV antibody testing result rates for LBTI patients into the CDPHE TBdb no later than the end date of this Contract. 10. The Contractor shall provide culturally appropriate patient education and information pertaining to TB treatment and the follow-up plan. 11. The Contractor shall provide services in patient's preferred language using medical interpretation resource 12. The Contractor shall report to CDPHE via (CDPHE TBdb) or via Tuberculosis Surveillance and Case Management Report (TB 17) when a TB patient completes treatment, moves, or transfers out of the Contractor's service area. a. The Contractor shall complete 100% of all TB -17 and RVCT CDPHE TBdb fields no later than the last business day of each month, and by the end date of this contract. 13. The Contractor shall discuss current health insurance enrollment and offered materials with the client for the purposes of becoming insured if not currently insured. a. The Contractor shall ask all TB clients about current health insurance enrollment including Medicaid, and offer resource materials no later than the last business version: Purchase Order Statement of Work for Services or Services with Goods December 2015 Page 4 of 6 EXHIBIT B day of each month. 14. The Contractor shall provide or arrange for treatment and ensure completion of therapy. 15. The Contractor shall provide a final report via email or CDPHE TBdb to the TB Program's Data Coordinator when a contact investigation is completed. 16. The Contractor shall provide all other necessary laboratory testing and medical evaluation services to identify TB. 17. The Contractor shall report all known HIV antibody test results to CDPHE. 18. The Contractor shall report information via web -based TB case/contact management system (CDPHE TBdb) or via "Tuberculosis Surveillance and Case Management Report" (TB 18), which is incorporated herein by this reference, made a part of this Contract and is available at the following link: TB -18. 19. For confirmed cases of TB, the Contractor shall include all data elements identified in the "Report of Verified Case of Tuberculosis (RVCT)", which is incorporated herein by this reference, made a part of this Contract and is available at the following link: RVCT and is incorporated and made part of this contract by reference. 20. The Contractor shall use the CDPHE Laboratory for testing. 21. The CDPHE Laboratory will, at no charge to the Contractor, supply specimen containers and perform the above testing for the Contractor. 22. The Contractor shall order TB medications through the CDPHE TB Program. 23. The Contractor shall provide CDPHE with the medical insurance information for those patients who have medical insurance. 24. The Contractor shall provide consultation services, as needed, to providers in its service area regarding TB reporting, screening, treatment, and follow-up. 25. The Contractor shall comply with TB specimen shipping guidelines. See TB Sputum Collection Kit and Shipping Instructions https://drive.google.com/file/d/0B0tmPO67k3NVRXRPLVIVY1ZScEE/view which is incorporated and made part of this Contract by reference. 26. The Contractor shall provide printed resource, referral and Medicaid and Connect for Health Colorado enrollment materials for clients with Limited English Proficiency (LEP). a. Contractors that routinely offer enrollment services on -site are exempt from this requirement because the services provided go beyond this minimum requirement. 27. The Contractor shall use LEP, Over -the -Phone Interpretation (OPI) to communicate with clients. a. The Contractor shall provide a monthly reimbursement DOT/Diagnostic invoice according to the following criteria: i. The monthly DOT/Diagnostic invoice must be provided with supporting documentation confirming use is TB -related. ii. The Contractor shall request monthly DOT/Diagnostic reimbursement no later than the last business day of each month. 28. The Contractor shall complete the Semi -Annual Progress Report per the following criteria: a. The Semi -Annual Progress Reports must cover July -December and January - June. b. The Contractor shall complete the Semi -Annual Progress Report using the following website: https://drive.google.com/file/d/0B0tmPO67k3NVbk8xemFPN3Fp WU0/view which is incorporated and made part of this Contract by reference. 29. The Contractor shall use information on enrollment resources, referral locations, LEP and outreach and promotional materials is available at https://coloradopeak.secure.force.com/CPCLA which is incorporated and made a part of this Contract by reference. 30. The content of electronic documents located on CDPI-IE and non-CDPHE websites and information contained on CDPHE and non-CDPHE websites may be updated periodically version: Purchase Order Statement of Work for Services or Services with Goods December 2015 Page 5 of 6 EXHIBIT B during the Contract term. The Contractor shall monitor documents and website content for updates and comply with all updates. I. New TB cases shall be diagnosed, documented and treated. 2. Patients with existing or newly diagnosed TB or LTBI shall be treated, as appropriate. 3. Newly arrived refugees, asylees and other eligible individuals with Class B TB designation receive treatment. 4. In order to facilitate and improve client access and enrollment in health insurance, CDPHE is asking all state contractors and sub -recipients who contract with the Expected Results of the department for direct patient care clinical service programs to provide Colorado Medicaid Activity and Connect for Health Colorado information to clients presenting for services at their agencies. At a minimum, CDPHE Contractors must offer clients printed resource and referral materials that direct them to the nearest community Medicaid and Connect for Health Colorado enrollment location(s), including online enrollment options. These materials must be available for clients with limited English proficiency (LEP). To help locate the nearest enrollment locations in the community, the following available: https://www.colorado.gov/pacific/hcpf/how-to-apply websites are http://connectforhealthco.com/resources/person-help/, and are incorporated and made part of this Contract by reference. Measurement of Expected 1. Data contained in the CDPHE TBdb. Results 2. Data in Semi -Annual progress report. 3. Data in final progress report. i4 e: x rI% ��'' :✓f'L_�,`ij y/Gf F :%�i 115E ''rl�„'"s , ✓/..f f .✓ ✓l ..<✓c �f f �' yP�F ��, rr:✓ %f'.�r i fi 1 r ,r✓G./,;r� ✓i/3�,0% r� (.� �.f Y ' L ✓ f $ .A) ✓vim., ✓� / �.� Completion Date Deliverables 1. The Contractor shall submit the Semi -Annual Progress Report No later than covering July -December and January -June to the CDPHE Contract 1/31/2019 and Monitor. 6/30/2019 V. Monitoring: CDPHE's monitoring of the Contract for compliance with performance requirements will be conducted throughout the Contract period by the CDPHE Contract Monitor. Methods used will include a review of documentation determined by CDPHE to be reflective of performance to include monthly reports and invoices 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 time line for completion will be documented in writing and agreed to by both parties. If extenuating circumstances arise that requires an extension to the time line, 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 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 Terms and Conditions of this Contract. version: Purchase Order Statement of Work for Services or Services with Goods December 2015 Page 6 of 6 EXHIBIT C Budget To Original Contract Routing Number: 19 FHHA 109285 Weld County Health Department Description Funding Source Amount Tuberculosis Control and Prevention State Federal (for TB Outreach Activities) $ 45,000.00 $ 7,500.00 DOT & Diagnostic Blanket Funds As Administered Total $ 52,500.00 PAGE 1 OF I Exhibit D OPTION LETTER Date: : tatcc tikcaf 1 ear. Option Letter No. Original Contract CMS# Option Letter CMS Routing # CORE Encumbrance # DELETE alI BLUE text, CUSTOMIZE Red text and CHANGE Red text to Black after customization. 1) OPTIONS: Choose all applicable options listed below a. Option to extend for a renewal or additional term b. Option to change amount of goods c. Option to change amount of services d. Option to change contract rates e. Option to initiate next phase of contract 2) REQUIRED PROVISIONS. All Option Letters shall contain the appropriate provisions set forth below: a. For use with Options a: In accordance with Section(s) enter Section the Original Contract referenced above between the State of Colorado, Colorado Department of Public Health and Environment, and enter Contractor's name the State hereby exercises its option for an additional term beginning insert start date and ending on insert end date at the rates stated in the Original Contract, as amended. b. For use with Option b and c. In accordance with Section(s) enter Section of the Original Contract routing number referenced above, between the State of Colorado, Colorado Department of Public Health and Environment, and enter Contractor's name die State hereby exercises its option to Increase/Decrease the quantity of Goods/Services or both at the same cost/price as specified in enter Exhibit/Attachment name. c. For use with Option d. In accordance with Section(s) enter Section of the Original Contract routing number referenced above, the State hereby exercise its option to modify the Contract rates specified in Exhibit/Section number. The Contract rates attached to this Option letter in enter Exhibit/Attachment name replace the rates in the original Contract as of the Option Effective Date of this Option Letter. d. For use with Option e: In accordance with Section(s) enter Section of the Original Contract routing number referenced above, the State hereby exercise its option to initiate Phase indicate which Phase: 2, 3, 4 etc. which shall begin on insert start date and ending on insert end date at the cost/price specified in Section enter Section the Original Contract referenced above. e. For use with Options a, b, c that modify the contract value: The amount of the current Fiscal Year contract value is increased/decreased by $ enter amount of change to a new contract value of insert new $ amount as consideration for services/goods ordered under the contract for the current fiscal year Indicate Fiscal Year. The Contract is hereby modified accordingly. The amended total contract financial obligation including all previous amendments, option letters, etc. is insert new $ amount. 3) Effective Date: The effective date of this Option Letter is upon approval of the State Controller if exact date is required complete the following enter date, and include the following: whichever is later. Department John Hickenlooper, OF Health COLORADO GOVERNOR and Environment By: PROGRAM APPROVAL: STATE W. of Public By: Lisa McGovern, Date: Purchasing & Contracts Section Director Date: CRS §24-30-202 bs the performing requires State Controller prior thereto, ALL CONTRACTS REQUIRE APPROVAL BY THE STATE CONTROLLER or If signed and dated Contractor for any goods begins and/or below the State Controller to approve all State or delegate. Contractor is not authorized the State of Colorado is not obligated services provided Contracts. to begin to pay Contractor hereunder. This Contract performance for such is not until performance valid such until time. STATE CONTROLLER Robert Jaros, CPA, MBA, JD By: Date: Page 1 of 1 Exhibit E GRANT A FUNDING CHANGE LETTER Date:1 ► Change CMS Routing • TO: <Insert Grantee's name> In accordance with Section of the Original Contract routing number , [insert the following language here if previous amendment(s), renewal(s) have been processed] as amended by [include all previous amendment(s), renewal(s) and their routing numbers], [insert the following words here if previous amendment(s), renewal(s) have been processed] between the State of Colorado, DepartmentofPublicHealthand Environmentand <insert contractorbeginning start date of original contract> and ending on <insert ending date of current contract amendment>, the undersigned commits the ffil lowing funds to the Grant: The amount of(federal,state, other) grant available and p' • Of<insertiflevious 1 contract modification number and routing number> is increased or decreased by amount of change tonew total funds for the period <date to date> Of $ <insert new period cumulative total> for the following reason: Section - -bmodified accordingly. The revised Budget • p• . -• herein by this reference . • identified as Revised Exhibit *. (if budget attached; delete sentence if no budget included.) Complete the table below: insert/delete rows as needed. The table below reflects the original budget Original • . SUMMARY , CHANGES CMS Routing • (federal, Funding Source state, other) Period Dollar Amount Period Document I. Original C• • 1 1 1 1 1 1 1 / 1 1 Contract Cumulative Grand Total This Grant Funding Change Letter does not constitute an order for services under this Grant. The effective date of hereof is upon approval of the State Controller or <insert projected effective date>, whichever is later. STATE OF COLORADO John W. Hickenlooper,• • Department of Public Health and Environment McGovern Colorado Department of Public Health and PROGRAM • ,• APPROVAL Environment INSERT -Name of AuthorizedIndividual Purchasing and ContractingSectionDirector, /PIIE INSERT -Official Titleof Authorized Individual Date Date In acconclance with §24-30-202 C.R.S., this Contract is not valid until signed and dated below by the State Controller or an authorized delegate. - STATE CONTROLLER Robert Jaros, CPA, : • JD Name of Agency Delegate -Please delete if contract will be routed to OSC for approval. Effective Date: Exhibit E Grant Funding Change Lettet-iclocx ver 03.1.18 Page 1 al Hello