Loading...
HomeMy WebLinkAbout20170512RESOLUTION RE: APPROVE TASK ORDER CONTRACT FOR CONTROL AND PREVENTION OF HEALTHCARE -ASSOCIATED INFECTIONS (CLIP INITIATIVE) 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 Control and Prevention of Healthcare -Associated Infections (CLIP Initiative) 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 March 1, 2017, and ending July 31, 2017, 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 Control and Prevention of Healthcare - Associated Infections (CLIP Initiative) 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. cct-{LC S-ri -Minna)) 3i / I 1 2017-0512 HL0048 TASK ORDER CONTRACT FOR CONTROL AND PREVENTION OF HEALTHCARE - ASSOCIATED INFECTIONS (CLIP INITIATIVE) PAGE 2 The above and foregoing Resolution was, on motion duly made and seconded, adopted by the following vote on the 15th day of February, A.D., 2017. BOARD OF COUNTY COMMISSIONERS WELD COUNT YA COLORADO ATTESTWat40) Ja;� Weld County Clerk to the Board BY eputy Clerk to the Board Cfic APPROAPPRO oGnty Attorney Date of signature: 31Co(ll e9koeue-ter Steve Moreno, Pro-Tem Sean P. Conway Freeman rbara Kirkme er, 2017-0512 HL0048 /p /e53 Memorandum TO: Julie A. Cozad, Chair Board of County Commissioners FROM: Mark E. Wallace, MD, MPH Executive Director Department of Public Health & Environment DATE: February 10, 2017 SUBJECT: Task Order Contract with CDPHE for the Control and Prevention of Healthcare - Associated Infections (CLIP Initiative) For the Board's approval is a Task Order Contract between 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") for the increase of capacity in infection control and prevention (ICP) of healthcare - associated infections (HAI). This project serves to build the ICP capacity at WCDPHE in order to reduce the number of HAI occurring within Weld County. With the increasing number of Weld residents aged 65 or over, skilled nursing facilities (SNFs) play an important role in our community. SNF services have expanded to include not only long-term nursing care, but also short-term rehabilitation. There is often a fluid movement of patients between SNFs and hospitals making ICP critical in both settings. Weld County has several SNFs that are rated below average in health inspections with deficiencies in ICP. WCDPHE has partnered with CDPHE to build the ICP capacity in Weld County through the training and certification of WCDPHE staff; as well as through the development of partnerships with SNFs to improve their ICP programs and to foster collaborations with the goal of reducing HAI. The term of this contract is from March 1, 2017, through July 31, 2017, for an amount not to exceed $12,075, all of which is Federal funding. This task order contract was approved for placement on the Board's agenda via pass -around dated February 2, 2017. I recommend approval of this task order for the Control and Prevention of Healthcare -Associated Infections (CLIP Initiative) contract with CDPHE. 2017-0512 DEPARTMENT OF PUBLIC HEALTH AND ENVIRONMENT CMS ROUTING NO. 17 FHHA 96952 APPROVED TASK ORDER CONTRACT — WAIVER #154 This task order contract is issued pursuant to master contract made on 01/17/2012, with routing number 13 FAA 00051. STATE: State of Colorado for the use & benefit of the Department of Public Health and Environment Disease Control and Environmental Epidemiology Communicable Disease-HAI 4300 Cherry Creek Drive South Denver, Colorado 80246 CONTRACT MADE DATE: 1/24/2017 CORE ENCUMBRANCE NUMBER: 201700003293 TERM: This contract shall be effective upon approval by the State Controller, or designee, or on 03/01/2017, whichever is later. The contract shall end on 07/31/2017. PROCUREMENT METHOD: Exempt BID/RFP/LIST PRICE AGREEMENT NUMBER; Not Applicable LAW SPECIFIED VENDOR STATUTE: Not Applicable STATE REPRESENTATIVE: Wendy Bamburg Department of Public Health and Environment Communicable Disease 4300 Cherry Creek Drive South DCEED-A3 Denver, CO 80246 CONTRACTOR: Board of County Commissioners of Weld County (a political subdivision of the state of Colorado) 915 10th Street Greeley, CO 80632-0758 for the use and benefit of the Weld County Department of Public Health and Environment 1555 North 17th Avenue Greeley, CO 80631 CONTRACTOR DUNS: 075757955 CONTRACTOR ENTITY TYPE: Political Subdivision BILLING STATEMENTS RECEIVED: Monthly Colorado STATUTORY AUTHORITY: Not Applicable CLASSIFICATION_ Subrecipient CONTRACT PRICE NOT TO EXCEED: $12,075.00 FEDERAL FUNDING DOLLARS: $12,075.00 STATE FUNDING DOLLARS: OTHER FUNDING DOLLARS: Specify "Other": MAXIMUM AMOUNT AVAILABLE PER FISCAL YEAR: FY 17: $9,660.00 FY18: $2,415.00 PRICE STRUCTURE: Cost Reimbursement CONTRACTOR REPRESENTATIVE: Tanya Geiser Weld County Dept. of Public Health & Env 1555 North 17th Avenue Greeley, CO 80631 PROJECT DESCRIPTION: This project serves to increase capacity in infection control and prevention of healthcare -associated infections in Weld County Colorado.. OC 17 96952 docx Page 1 of 6 06/7— 0o5,() EXHIBITS: The following exhibits are hereby incorporated: Exhibit A - Exhibit B - Exhibit C - Exhibit D - 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.) Grant Fund 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 OC 17 96952.docx Page 2 of 6 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: I) 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 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 OC 17 96952docx Page 3 of 6 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. OC 17 96952.docx Page 4 of 6 THE PARTIES HERETO HAVE EXECUTED THIS CONTRACT * Persons signing for Contractor hereby swear and affirm that they are authorized to act on Contractor's behalf and acknowledge that the State is relying on their representations to that effect. CONTRACTOR: Board of County Commissioners of Weld County (a political subdivision of the state of Colorado) for the use and benefit of the Weld County Department of Public Health and Environment Legal Name of Contracting Entity Julie A. Cozad Print Name of Authorized Officer Signature of Authorizydd q)fl'icer FEB 15 7017 Date Chair Print Title of Authorized Officer By: By: STATE OF COLORADO: JOHN W. HICKENLOOPER, GOVERNOR arn For Executive Director Department of Public Health and Environment Department Program Approval: ALL CONTRACTS MUST BE APPROVED BY THE STATE CONTROLLER CRS §24-30-202 requires the State Controller to approve all State Contracts. This Contract is not valid until signed and dated below by the State Controller or delegate. Contractor is not authorized to begin performance until such time. If Contractor begins performing prior thereto, the State of Colorado is not obligated to pay Contractor for such performance or for any goods and/or services provided hereunder. By: Date OC 17 96952.docx STATE CONTROLLER: Rgbert Jaros, CPJMBA, JD 410, ola 01 Page 5 of 6 020/ 7,405/ This page left intentionally blank. OC 17 96952.docx Page 6 of 6 EXHIBIT A ADDITIONAL PROVISIONS To Task Order Contract Dated 01/24/2017 CMS Task Order Routing Number 17 FHHA 96952 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 funds (see Catalog of Federal Domestic Assistance (CFDA) number 9.3230). 2. The United States Department of Health and Human Services ("USHHS"), through the Centers for Disease Control and Prevention ("CDC") has awarded as of 08/01/2016 anticipated federal funds of $4,467,929.00 under Notice of Cooperative Agreement Award, hereinafter "NCAA", number 5NUS0CKI000408-03-00, to perform the following — epidemiology and laboratory capacity. 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. The Contractor shall submit the invoice using one of the following two methods. Mail to: Lynda Saignaphone DCEED-Communicable Disease Colorado Department of Public Health and Environment DCEED-A3-DSI 4300 Cherry Creek Drive South Denver, Colorado 80246 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: Lynda Saignaphone, Lynda.Saignaphone@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 2 Contract_l 4:xhibit-A_ldditionalProvigions_'I'askOrdcr040715 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. 4. Time Limit For Acceptance Of Deliverables. a. Evaluation Period. The State shall have thirty (30) calendar days from the date a deliverable is delivered to the State by the Contractor to evaluate that deliverable, except for those deliverables that have a different time negotiated by the State and the Contractor. b. Notice of Defect. If the State believes in good faith that a deliverable fails to meet the design specifications for that particular deliverable, or is otherwise deficient, then the State shall notify the Contractor of the failure or deficiencies, in writing, within thirty (30) calendar days of: I ) 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. Page 2 of 2 Contract_I .xhibit;1_AdditionalProvisions_1'askOrdcr 040715 EXHIBIT B STATEMENT OF WORK To Original Contract Routing Number 17 FHHA 96952 These provisions are to be read and interpreted in conjunction with the provisions of the contract specified above. I. Entity Name: Weld County Department of Public Health and Environment H. Project Description: This project serves to increase capacity in infection control and prevention of healthcare -associated infections in Weld County Colorado. III. Definitions: 1. APIC - Association for Professionals in Infection Control and Epidemiology 2. CPDHE - Colorado Department of Public Health and Environment 3. EPI - Epidemiology 4. HAI - Healthcare -associated infections 5. CDC - The Centers for Disease Control and Prevention 6. HICPAC - Healthcare Infection Control Practices Advisory Committee IV. Work Plan: Goal #1: Improve infection control in healthcare facilities within the Contractor's jurisdiction. Objective #1: No later than the expiration date of the Contract, the Contractor shall provide staff selected by the Contractor at the Contractor's agency with improved knowledge of healthcare -associated infections, antimicrobial resistance, and infection control, and provide outreach to healthcare facilities within the Contractor's jurisdiction on the topics of healthcare -associated infections, antimicrobial resistance, and infection control. Primary Activity #1 The Contractor shall attend and participate in CDPHE-led calls and webinar trainings, and infection prevention trainings and conferences. Sub -Activities #1 1. The Contractor shall attend webinar trainings on infection control, antimicrobial resistance, and healthcare -associated infection outbreaks offered by CDPHE. CDPHE will notify the Contractor in advance of the trainings and will record and monitor attendance. 2. The Contractor shall attend conference calls coordinated by CDPHE. CDPHE will notify the Contractor in advance of the trainings and will record and monitor attendance. 3. The Contractor shall select and ensure one (1) staff member attends the APIC EPI Intensive infection control training course. Information about this course can be found online on the following website http://www.apic.org/Education-and- Events/EPI-Intensive. This information is incorporated and made part of this contract by reference. 4. The Contractor shall support one (1) staff member to obtain certification in infection control from APIC. Primary Activity #2 The Contractor shall assist with the investigation of outbreaks of healthcare -associated infections and/or antimicrobial resistant organisms within the Contractor's jurisdiction. version: Contract Statement of Work — Exhibit B December 2015 to Exhibit B SOW.doc Page 1 of 3 EXHIBIT B Sub -Activities #2 1. The Contractor shall assist CDPHE with investigations of outbreaks of healthcare - associated infections and/or antimicrobial resistant organisms, including participation in conference calls and site visits as directed by the CDPHE Healthcare -Associated Infections Program Manager. 2. The Contractor shall accompany CDPHE disease control staff during infection prevention assessments of facilities. The CDPHE Healthcare Associated Infections Administrator will notify the Contractor via phone call or email in advance of the assessment. Primary Activity #3 The Contractor shall use healthcare -associated infection and antimicrobial resistant organism data, as well as infection prevention assessments, to inform infection prevention efforts. Sub -Activities #3 1. The Contractor shall identify healthcare -associated infections and antimicrobial resistant pathogen data needed from CDPHE and shall request data from CDPHE. The Contractor shall contact the CDPHE Healthcare Associated Infections Administrator via email for this request. If data from specific healthcare facilities within the Contractor's jurisdiction is needed and CDPHE is unable to provide this data, the Contractor shall work with the healthcare facility directly to obtain this data. 2. The Contractor shall request and review infection prevention assessments performed by CDPHE within the Contractor's jurisdiction during the contract period. The Contractor shall contact the CDPHE Healthcare Associated Infections Administrator via email for this request. Primary Activity #4 The Contractor shall provide trainings on infection control, healthcare -associated infections, and antimicrobial resistance to healthcare facilities in the Contractor's jurisdiction. Sub -Activities #4 1. The Contractor shall hold quarterly meetings with long-term care facilities with the purpose of fostering relationships and discussing topics related to healthcare - associated infections, antimicrobial resistance, and infection control. 2. The Contractor shall develop and deliver at least one (I) training targeting at least three (3) long-term care facilities on healthcare -associated infections, antimicrobial resistance, and/or infection control. 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 utilize the following when providing infection prevention guidance or education to healthcare facilities: a. CDC Carbapenem-Resistant Enterobacteriaceae Toolkit located on the following website https://www.cdc.gov/hai/organisms/cre/cre-toolkit/ and is incorporated and made part of this contract by reference. b. HICPAC Guideline for Sterilization and Disinfection in Healthcare Settings, HICPAC Guideline for Isolation Precautions: Preventing Transmission of Infectious Agents in Healthcare Settings, HICPAC Guidelines for Environmental Infection Control in Healthcare Facilities, and HICPAC Guidelines for Hand Hygiene in Healthcare Settings. All HICPAC guidance documents can be found on the following website https://www.cdc.gov/hicpac/ and are incorporated and made part of this contract by reference. version: Contract Statement of Work — Exhibit B December 2015 to Exhibit B SOW.doc Page 2 of 3 EXHIBIT B 1. Provide guidance to healthcare facilities regarding healthcare -associated infections, antimicrobial resistance, and infection control. Expected Results of Activity(s) Measurement of Expected Results 1. Webinar Training attendance 2. Conference call attendance 3. Data contained in attendance sheets and agendas from each meeting or training led by the Contractor f #• P fi'',P,t/ P/P _I ✓!f fll' /,1 %xsrw _, i'.� /� .!fJ. "r' j .`�! i /j 'r' / '// %/!.'f/'J 1, ' ' + ,f ,fl il�� %'�/ � .�/f �.: `'%✓�/�� � � /.f'�i� � �.J ���� .��� � � �' l',� � •✓ F`'f` /'`f//'%.%/ri r,:1/i `i� :lJ.; f' ,.,�r,"i/ r Y "ilr ,f:J �t r �/r /�, /, �,�i: ,,�, f��ls>,l,y rf /ir,��.i! �., r���� / �'� /lf: �� .�' /!�,'!,''�f e�' / �%l!f,�%if�//1,��r �✓� %i,./.;/I rr �l 4l�I%�/ r . r / /�;i a /l: 1 ",",..r / f �. f„. . �.,/,,s. , r,. ,r', II..! �,'` //f r%j /�'% ,;N:FW. ! ;.! ; !�,. ,ir jar ,' Completion Date Deliverables 1. The Contractor shall provide a copy of the registration for the No later than APIC EPI Intensive infection control training course to the thirty (30) CDPHE HAI Administrator via email. calendar days after the training course 2. The Contractor shall provide a copy of documentation of No later than July registration for the test for certification in infection control to the CDPHE HAI Administrator via email. 31, 2017 3. The Contractor shall provide a copy of attendance sheets and No later than agendas from each meeting or training led by the Contractor thirty (30) to the CDPHE HAI Administrator via email. calendar days after the meeting or training 4. The Contractor shall provide a copy of Contractor- No later than July developed training materials to the CDPHE HAI 31, 2017 Administrator via email. V. Monitoring: CDPHE's monitoring of this contract for compliance with performance requirements will be conducted throughout the contract period by the Healthcare -Associated Infections Administrator. 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 14 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 Healthcare -Associated Infections Administrator 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 provisions of this contract. version: Contract Statement of Work - Exhibit B December 2015 to Exhibit B SOW.doc Page 3 of 3 Exhibit C Budget Agency Name Budget Period COLORADO Department of Public Health & Environment BUDGET WITH JUSTIFICATION FORM OC 17 FHHA 96952 Weld County Dept of Public Health & Environment January 1, 2017 - July 31, 2017 Program Contact Name, Title, Phone and Email Carrie Hanley, PhD, MPH Community Health Services Mgr (970) 400-2316 chanley@weldgov.com Fiscal Contact Name, Title, Phone and Email Tanya Geiser Director, Administrative Services (970) 400-2122 tgeiser@co.weld.co.us Expenditure Categories liall__.. _ _ IIIIP Personal Services Salaried Employees Position Title Description of Work Budget item supports SOW (Yes/No) Gross or Annual Salary Fringe Percent of Time on Project Total Amount Requested from CDPHE Community Health Services Manager Office Technician Infection control expert at the WCDPHE will provide training to skilled nursing facilities, facilitate meetings, and build collaboration with facilities in the county. This salary is prorated for the relevant grant period of 7 months; not 12 months. Yes $50,431.77 $19,633.09 6.0% $4,203.89 The office technician will assist with ordering supplies, scheduling trainings and meetings, and coordinating with facilities. This salary is prorated for the relevant grant period of 7 months; not 12 months. Yes $22,677.94 $8,828.52 2.0% $630.13 Total Personal Services (including fringe benefits) $4,834.02 Supplies & Operating Expenses item Description of Item Budget item supports SOW (Yes/No) Rate Quantity Total Amount Requested from CDPHE Miscellaneous Office Supplies & Printing Costs Miscellaneous office supplies and printing costs including allocated costs for in-house printing and office supplies (estimated at $10/month for 7 months) Yes $10.00 7 $70.00 Educational Infection Control Pamphlets Educational pamphlets to be available in the skilled nursing facilities to promote infection control and prevention Yes $1.50 200 $300.00 Educational Infection Control Posters Educational posters to be hung in the skilled nursing facilities to promote infection control and prevention Yes $15.00 20 5300.00 Light Refreshments for Meetings with Nursing Homes Light refreshments will be provided to nursing facilites staff during meetings and trainings Yes $20.00 7 $140.00 Infection Control and Prevention Training APIC Epi-Intensive Course Registration for 1 person Yes $975.00 1 $975.00 APIC Study Guide for CBIC Examination APIC study guide for preparation for the CBIC exam for 1 P p person Yes $120.00 1 $120.00 APIC Text of Infection Control & Epidemiology APIC Text of Infection Control & Epidemiology is the recommended text for infection control certification This text will assist in preparation. learning infection control and prevention. Yes 5475.00 1 $475.00 APIC Membership Association for Professionals in Infection Control and Epidemiology (APIC) Membership Fee for 1 person Yes $200.00 1 $200.00 CBIC Exam Certification Board of Infection Control & Epidemiology examination for certification in infection control for 1 person Yes $350.00 1 $350.00 Total Supplies & Operating Expenses $2,930.00 - Travel Exhibit C Budget Agency Name II Budget Period COLORADO Department of Public Health & Environment BUDGET WITH JUSTIFICATION FORM OC 17 FHHA 96952 Weld County Dept of Public Health & Environment January 1, 2017 July 31, 2017 Program Contact Name, Title, Phone and Email Carrie Hanley, PhD, MPH Community Health Services Mgr (970) 400-2316 chanley@weldgov.com Fiscal Contact Name, Title, Phone and Email Tanya Geiser Director, Administrative Services (970) 400-2122 tgeiser@co.weld.co.us Item Description of Item Budget item supports SOW (Yes/No) Rate Quantity Total Amount Requested from CDPHE Visit Outreach Mileage Travel to skilled nursing facilities for outreach and training Yes $0.52 300 $156.00 Taxi Taxi to and from the airport for the APIC Epi-Intensive course in Albuquerque, NM for 1 person Yes $50.00 2 S100.00 Airfare Airfare to and from the APIC Epi-Intensive course in Albuquerque, NM for 1 person Yes $650.00 1 $650.00 Lodging Hotel room for 5 nights in Albuquerque, NM for 1 person Yes $250.00 5 $1,250.00 Meals Meals for 6 days during the APIC Epi-Intensive course in Albuquerque, NM (rate based on GSA per diem rates) for I person Yes $51.00 6 $306.00 Total Travel $2,462.00 SUB -TOTAL BEFORE INDIRECT $10,226.02 Indirect Item Description of Item Total Amount Requested from CDPHE CDPHE-approved indirect cost rate agreement 18.08% of TDC - CY17 CDPHE Negotiated Indirect Rate for Weld County Dept of Public Health & Environment S1,848.86 Total Indirect $1,848.86 TOTAL AMOUNT REQUESTED FROM CDPHE $12,075 Page 1 • EXHIBIT D GRANT FUNDING CHANGE LETTER Date: State Fiscal Year: Grant Funding Change Letter (GFCL) # CMS Routing # CORE Encumbrance # 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, Department of Public Health and Environment and <insert contractor name> beginning <insert start date of original contract> and ending on <insert ending date of current contract amendment>, the undersigned commits the following funds to the Grant: The amount of (federal, state, other) grant funds available and specified in Section of <insert previous contract modification number and routing number> iS ❑ increased or ❑ decreased by $ amount of change to new total funds for the period <date to date> of $ <insert new period cumulative total> for the following reason: Section is hereby modified accordingly. The revised Budget is incorporated herein by this reference and 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 and all modifications to the total since the effective date of the Original Contract. SUMMARY OF CHANGES Document Type CMS Routing # Funding Source (federal, state, other) Period Dollar Amount Period Total Original Contract $ $ $ $ $ $ $ $ $ $ • 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, GOVERNOR Department of Public Health and Environment By: Lisa McGovern, Purchasing & Contracts Section Director Date: By: PROGRAM APPROVAL: ALL GRANTS REQUIRE APPROVAL BY THE STATE CONTROLLER CRS §24-30-202 requires the State Controller to approve all State Grants. This Grant is not valid until signed and dated below by the State Controller or delegate. Grantee is not authorized to begin performance until such time. If Grantee begins performing prior thereto, the State of Colorado is not obligated to pay Grantee for such performance or for any goods and/or services provided hereunder. STATE CONTROLLER Robert Jaros, CPA, MBA, JD By: Date: Ex_D.docx Page I of 11 Hello