HomeMy WebLinkAbout20171657.tiffRESOLUTION
RE: APPROVE CONTRACT AMENDMENT #2 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 Contract Amendment #2 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, 2017, or upon full execution of signatures, and ending
June 30, 2018, with further terms and conditions being as stated in said amendment, and
WHEREAS, after review, the Board deems it advisable to approve said amendment, 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 Contract Amendment #2 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 amendment.
Cc s HL CST/TG( (nu)
—7/S/l7
2017-1657
HL0049
CONTRACT AMENDMENT #2 FOR TUBERCULOSIS PREVENTION AND CONTROL
PROGRAM
PAGE 2
The above and foregoing Resolution was, on motion duly made and seconded, adopted
by the following vote on the 31st day of May, A.D., 2017.
BOARD OF COUNTY COMMISSIONERS
WELD COUNTY, COLORADO
ATTEST: die44)�.
Weld County Clerk to the Board t�
BY. Q TAR
y Clerk to the Board �I
AP' ' D AS
Coun %Attorney
Date of signature: Co 11311 7
ozad, Chair
Steve Moreno, Pro -Tern
ike Freeman
�4 rbara Kirkmeyer
2017-1657
HL0049
eAN4-641,1- t D 4 I t1.3
Memorandum
TO: Julie A. Cozad, Chair
Board of County Commissioners
FROM: Mark E. Wallace, MD, MPH
Executive Director
Department of Public Health & Environment
DATE: May 22, 2017
SUBJECT: FY17-18 Tuberculosis Prevention and Control
Program Continuation Contract with CDPHE
For the Board's approval is a renewal 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 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 2016, 64 cases of active TB
disease were identified in Colorado. With proper identification and treatment, 9 out of 10 people
infected with this bacteria will avoid getting TB.
The term for this renewal contract is from July 1, 2017, through June 30, 2018, 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 continuation contract was approved for placement on the Board's agenda via pass -around
dated May 15, 2017. I recommend approval of this TB Prevention and Control Program
continuation contract with CDPHE.
2017-1657
S! 3l HLOOLf'
DEPARTMENT OR AGENCY NAME
COLORADO DEPARTMENT OF PUBLIC HEALTH AND ENVIRONMENT
DCEED- Tuberculosis
DEPARTMENT OR AGENCY NUMBER
FAAA
CONTRACT AMENDMENT ROUTING NUMBER
18 FHHA 98977
To Original Contract Routing Number
14 FHHA 55247
CONTRACT AMENDMENT #2
This Contract Amendment is made on April 20°, 2017, by and between the State of Colorado, acting by and through
the DEPARTMENT OF PUBLIC HEALTH AND ENVIRONMENT, whose address or principal place of business
is 4300 Cherry Creek Drive South, Denver, Colorado 80246, hereinafter referred to as the "State"; and, BOARD OF
COUNTY COMMISSIONERS OF WELD COUNTY (a political subdivision of the state of Colorado), whose
address or principal place of business is 1555 North 17th Avenue, Greeley, CO 80631, hereinafter referred to as the
"Contractor".
FACTUAL RECITALS
The parties entered into a contract dated April 17°, 2013, with contract encumbrance number PO FHA EPI1455247,
and contract routing number 14 FHHA 55247, hereafter referred to as the "Original Contract", whereby the
Contractor was to provide to the State the following:
Provide or coordinate the Tuberculosis (TB) prevention and control activities for individuals within its service
area.
Changes were required to update the Statement of Work and Budget for FY18.
The State promises to increase the amount of funds to be paid to the Contractor by One Hundred Twenty Eight
Thousand Eight Hundred Five Dollars, ($128,805.00) during the current term of the Original Contract
NOW THEREFORE, in consideration of their mutual promises to each other, stated below, the parties hereto agree as
follows:
1. Consideration for this Contract Amendment to the Original Contract consists of the payments and services that
shall be made pursuant to this Contract Amendment, and promises and agreements herein set forth.
2. It is expressly agreed to by the parties that this Contract Amendment is supplemental to the Original Contract,
contract routing number 14 FHHA 55247; as amended by Task Order Amendment #1, routing 15 FHA
67224; Grant Funding Letter #1, routing number 15 FHHA 79361; Grant Funding Letter #2, routing
number 16 FHHA 78831; Grant Funding Letter #3, routing number 17 FHHA 90139, collectively
referred to herein as the Original Contract, which is by this reference incorporated herein. All terms,
conditions, and provisions thereof, unless specifically modified herein, are to apply to this Contract
Amendment as though they were expressly rewritten, incorporated, and included herein.
3. It is expressly agreed to by the parties that the Original Contract is and shall be modified, altered, and changed
in the following respects only:
A. This Contract Amendment is issued pursuant to paragraph 5 of the Original Contract. This Amendment is
for the current term of July 1st, 2013, through and including June 30th, 2018. This Amendment modifies
Page I of 4
Amd#2 18 98977.doc
aO/ 7,/6, 57<)
the Original Contract by adding descriptive elements. The following provision modifications are
incorporated herein by this reference.
1. The following information shall be added as a supplement to page I of the Contract:
a) Contractor DUNS: 075757955
b) Classification: Sub recipient
B. This Contract Amendment is issued pursuant to paragraph 5 of the Original Contract. This Contract
Amendment is for the current term of July 1". 2013, through and including June 30'11.2018. The
maximum amount payable by the State for the work to be performed by the Contractor duringthis
current term is increased by One Hundred Twenty Eight Thousand Eight Hundred Five
Dollars, ($128,805.00) for an amended financial obligation of the State for the current term of
One Hundred Twenty Eight Thousand Eight Hundred Five Dollars, ($128,805.00) and for an
amended total contract financial obligation of the State of Three Hundred Thirty Seven
Thousand Sixty Five Dollars, ($337,065.00).
Of the increased amount of One Hundred Twenty Eight Thousand Eight Hundred
Five Dollars, ($128,805.00) for the current term Two Hundred Ninety Nine Thousand
Five Flundred Sixty Five Dollars, ($299,565.00) is attributable to a State ofColorado
funding source. The amended total contract financial obligation attributable to a State of
Colorado funding source is Two Hundred Ninety Nine Thousand Five Hundred Sixty
Five Dollars, ($299,565.00).
ii. Of the increased amount of One Hundred Twenty Eight Thousand Eight Hundred Five
Dollars, ($128,805.00) for the current term Thirty Seven Thousand Five Hundred
Dollars, ($37,500.00 is attributable to United States Government funding source (see
Catalog of Federal Domestic Assistance (CFDA) number 93.116). The amended total
contract financial obligation attributable to United States Government funding source (see
Catalog of Federal Domestic Assistance (CFDA) number 93.116) is Thirty Seven
Thousand Five Hundred Dollars, ($37,500.001.
The modified specifications to the original Statement of Work and Budget are incorporated herein by this reference
and identified as "Exhibit H" and "Exhibit I".
i. The Contract and all prior amendments thereto, if any, are modified as follows:
1. The following line is hereby modified:
a. Sub-Activities#3 in Section Section IV. of Work Plan, Page 2, of Exhibit H.
b. Sub -Activities #4 in Section Section IV. of Work Plan , Page 2, of Exhibit H.
c. Measurement of Expected Results of the Activity in Sections IV. of Work Plan, Page 5,
of Exhibit H.
4. The Effective Date of this Contract Amendment is July 1", 2017, or upon approval of the State Controller, or
an authorized delegate thereof, whichever is later.
5. Except for the General Provisions and Special Provisions of the Original Contract, in the event of any conflict,
inconsistency, variance, or contradiction between the terms and provisions of this Contract Amendmentand
any of the terms and provisions of the Original Contract, the terms and provisions of this Contract Amendment
shall in all respects supersede, govern, and control. The Special Provisions shall always control overother
provisions of the Original Contract or any subsequent amendments thereto. The representations in the Special
Provisions to the Original Contract concerning the absence of personal interest of state of Colorado employees
are presently reaffirmed.
6. FINANCIAL OBLIGATIONS OF THE STATE PAYABLE AFTER THE CURRENT FISCAL YEAR ARE
CONTINGENT UPON FUNDS FOR THAT PURPOSE BEING APPROPRIATED, BUDGETED, AND
OTHERWISE MADE AVAILABLE.
Page 2 of 4
Amd#2 18 98977.doc
IN WITNESS WHEREOF, the parties hereto have executed this Contract Amendment on the day first above
written.
* 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
By:
Signature of Authoriz
MAY 312017
Date
Julie A. Cozad
Print Name of Authorized Officer
Chair
Print Title of Authorized Officer
STATE:
STATE OF COLORADO
John W. Hickenlooper, Governor
For the Executive Director
DEPARTMENT OF PUBLIC HEALTH
AND ENVIRONMENT
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:
Amd#2 18 98977.doc
STATE CONTROLLER
Robert Jaros, CPA, MBA, JD
1).1)/1 7 -
Page 3 of 4
7(,)
This page left intentionally blank.
Page 4 of 4
Amd#2 18 98977.doc
EXHIBIT H
STATEMENT OF WORK
To Original Contract Routing Number 14 FHA 55247
Contract Amendment # 2 Routing Number 18 FHHA 98977
These provisions are to be read and interpreted in conjunction with the provisions of the contract specified above.
I. Entity Name: Weld County Public Health Agency
Term: July 1, 2017 -June 30, 2018
II. Project Description:
This project serves to provide diagnostic, patient education and treatment services for individuals with
suspected/known TB infection 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 Latent Tuberculosis Infection (LTBI).
III. Definitions:
1. AFB smear — Acid -Fast Bacilli; a rapid test used to detect infectious mycobacteria
2. CDPHE — Colorado Department of Public Health and Environment
3. 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
4. Class B1 — Immigrant with an abnormal CXR with evidence of TB, and/or the individual has a
history of treatment for active TB disease.
5. Class B2 — The individual was diagnosed with latent TB infection (LTBI). These are typically
children whose TST result was positive and CXR was normal.
6. DOT — Directly Observed Therapy
7. HIV— Human Immunodeficiency Virus
8. IGRA — interferon gamma (y) release assay (whole blood TB test)
9. LEP — limited English proficiency (Over -the -Phone Interpretation (OPI) provider only)
10. LTBI — Latent Tuberculosis Infection
I1. OPl — over -the -phone interpretation
12. RVCT — Report of Verified Case of Tuberculosis
13. TB — Tuberculosis
14. TB -17— CDPHE's TB surveillance form
15. TBdb — Tuberculosis Data Base (CDPHE)
16. 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
persons suspected of having TB.
4. The Contractor shall arrange for the transportation of the specimens to the
CDPHE laboratory for testing.
5. The Contractor shall arrange for the placement of patients who require isolation.
.:r•n l t ontract Statement of Rork L\htbR !J
Ueccmbcr :1115
Page 1 of 6
Contract SOW TB appmved.doe
EXHIBIT H
a. The Contractor shall contact CDPHE TB Program for assistance, if
needed, and 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 offer an HIV antibody test to 100% of persons diagnosed
with active TB disease and provide, or arrange for, the HIV antibody test with a
test result rate >95%, regardless of their age or the apparent absence of risk
factors for HIV infection.
9. The Contractor shall inform those individuals whom refuse testing of the risks
associated with HIV/TB co -infection.
10. 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.
11. As needed, the Contractor will 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,
https://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 when resources are available, and facilitate and monitor the completion of
therapy for infected patients.
3. The Contractor shall provide, or arrange for, an HIV antibody test for 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 submit a preliminary Tuberculosis Contact Investigation
Record. The instructions are incorporated and made part of this contract by
reference and is available on the following website,
htpts://www.colorado.gov/pacific/cdphe/tb-forms-lpha to the CDPHE TB
Primary Activity #3
The Contractor shall provide or arrange for newly arrived refugees, asylees and other
eligible individuals with Class B TB designation TB screening.
Sub -Activities #3
I . 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 medical
evaluation, tuberculin skin test or IGRA, chest radiograph, and 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
cr.inn: Contract Statement of Mork L\h LMl li
Ike nbcr 2(115
Page 2 of 6
Contract SOW TB approved.doc
EXHIBIT H
Tuberculosis Program
Attn: Class B Coordinator
4300 Cherry Creek Drive South
Denver, CO 80246
Primary Activity #4
The Contractor shall identify, investigate, and appropriately evaluate persons with
a high risk of LTBI. appropriate evaluation.
Sub -Activities #4
1. The Contractor shall offer an HIV antibody test to100% of persons with LTBI
and provide, or arrange for, HIV antibody test with a test result rate >80%.
2. A minimum of once a month, the Contractor shall monitor and evaluate persons
with LTBI during treatment for all such patients.
Primary Activity #5
CDPHE contractors shall 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.
Sub -Activities #5
1. A note will be included in TBdb specific to provision of health insurance
enrollment materials. These resources are incorporated and made part of this
contract by reference and is available on the following website:
https://www.Colorado.gov/pacific/hcpf/how-to-apply
Standards and
Requirements
I. The Contractor shall facilitate and monitor the completion of 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 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.
4. The Contractor shall increase the percentage of persons that complete LTBI
treatment with the goal of meeting the state objective of 80% by 2018 and
maintain or improve on that rate thereafter.
5. All reports of suspected or confirmed active TB disease shall include:
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
h. provider information
i. TB risk factors
j. results of diagnostic testing
k. results of mycobacteriology including susceptibility results
1. dates of infectious period
m. treatment information
n. changes in patients' status
, erstom Contract Statement of Work Lahlbtl U
Vcccmber 20 I5
Contract SOW TB appmved.doc
Page 3 of 6
EXHIBIT H
p. any other information as appropriate.
6. 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.
7. The Contractor shall ensure appropriate testing is performed:
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.
8. 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 is available on the following website:
https://www.colorado.gov/pacific/cdphe/tb-btb-arrivals.
9. The Contractor shall provide culturally appropriate patient education and
information pertaining to TB treatment and/or follow-up plan. The Contractor
shall provide services in patient's preferred language using medical interpretation
resource. The Contractor shall report to CDPHE via (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.
10. The Contractor shall provide, or arrange for, treatment and facilitate and
monitor the completion of therapy.
11. The Contractor shall submit a final report via email or TBdb to the TB Program's
Data Coordinator when a contact investigation is completed.
12. The Contractor shall provide all other necessary laboratory testing and medical
evaluation services to identify TB.
13. The Contractor shall report all known HIV antibody test results to CDPHE.
14. The Contractor shall report information via web -based TB case/contact
management system (TBdb) or via "Tuberculosis Surveillance and Case
Management Report" (TB 17), which is incorporated herein by this reference,
made a part of this contract and is available on the following website:
https://www.colorado.gov/pacific/cdphe/tb-forms-Ipha and is incorporated and
made part of this Contract by reference.
15. 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
to ion: Contract Statement of Work L\htbll l!
December _'t,I
Contract SOW TB approved.doc
Page4of6
EXHIBIT H
on the following website: https://www.colorado.gov/pacific/cdphe/tb-forms-lpha
and is incorporated and made part of this Contract by reference.
16. The Contractor shall use the CDPHE Laboratory for testing.
17. The CDPHE Laboratory will, at no charge to the Contractor, supply specimen
containers and perform the above testing for the Contractor.
18. The Contractor will order TB medications through the CDPHE TB Program.
19. The Contractor will provide CDPHE with the medical insurance information for
those patients who have medical insurance.
20. The Contractor will provide consultation services, as needed, to providers in its
service area regarding TB reporting, screening, treatment, and follow-up.
21. The Contractor shall comply with TB specimen shipping guidelines. See TB
Sputum Collection Kit and Shipping Instructions
https://drive.google.com/file/d/0B0tmPQ67k3NVRXRPLVI VY I ZScEE/view
which is incorporated and made part of this Contract by reference.
22. Printed resource and referral materials for Medicaid and
Colorado enrollment shall be available for clients with Limited
(LEP). Contractors that routinely offer enrollment services on
this requirement because the services provided go beyond
requirement.
23. Information on enrollment resources, referral locations, LEP
promotional materials is available
https://coloradopeak.secure.force.com/CPCLA which is incorporated
Connect for Health
English Proficiency
-site are exempt from
this minimum
and outreach and
at
and made a
part of this contract by reference.
Expected Results of the
Activity
1. New TB cases shall be diagnosed, documented and treated.
2. Patients with existing or newly diagnosed TB or LTBI shall
appropriate.
3. Newly arrived refugees, asylees and other eligible individuals
designation receive treatment.
4. In order to facilitate and improve client access and enrollment
CDPHE is asking all state contractors and sub -recipients who
department for direct patient care clinical service programs to
Medicaid and Connect for Health Colorado information to clients
services at their agencies. At a minimum, CDPHE contractors
printed resource and referral materials that will be supplied by
them to the nearest community Medicaid and Connect for Health
enrollment location(s), including online enrollment options.
be available for clients with limited English proficiency (LEP).
locate the nearest enrollment locations in your community,
incorporated and made part of this contract by reference
available on the following websites:
hops://www.colorado.gov/pacific/hcpf/how-to-apply
be treated, as
with Class B TB
in health insurance,
contract with the
provide Colorado
presenting for
must offer clients
CDPHE that direct
Colorado
These materials must
To help you
the following is
and is
htto,//connectforhealthco.com/resources/jerson-help/
1. Data contained in the CDPHE TB Data Base.
2. Data in semi-annual progress report.
3. Data in final progress report.
Measurement of
Expected Results
R H' III 11 11 ill Il f 11
Ii Ill 111 ill Jill I I is 111 III 111 li I Iii :1 I ji 1 ill
Completion Date
Deliverables 1. 95% HIV testing rates among suspect and confirmed
No later than the
�crzion' 1. ontmct Statcmrnt of Wodc L, lutnl Ii
t)cccmhcr 2015
Contract SOW TB approved.doc
Page 5 of 6
EXHIBIT H
cases of active TB disease are entered.
day before TB
treatment
begins.
2. 80% HIV antibody testing result rates for LTBI patients
are entered.
No later than the
end date of this
contract.
3. 100% of all TB -17 and RVCT fields are completed.
No later than the
last business day
of each month.
4. LEP Over -the -Phone Interpretation (OPI) provider use
will be documented and billed for monthly and
reimbursement DOT/Diagnostic invoice sent monthly
along with supporting documentation confirming use is
TB -related
No later than the
last business day
of each month.
5. All TB clients are asked about current health
insurance enrollment and offered materials to
become insured if not currently insured.
No later than the
end date of this
contract.
6. Semi -Annual Progress Report, which is incorporated
herein by this reference, made a part of this contract
and is available on the following website:
(https://drive.google.com/file/d/OBOtmPQ67k3NV
No later than the
last day of this
contract.
bk8xemFPN3FpWUO/view) covering January -June
and July -December sent to TB Program Manager.
V. Monitoring:
CDPHE's monitoring of the Contract for compliance with performance requirements will be conducted
throughout the Contract period by the TB Program Manager. Methods used will include a review of
documentation determined by CDPHE to be reflective of performance to include review of electronic
data, HIV testing compliance, and completeness of RVCTs and TB -17s.
VI. Resolution of Non -Compliance:
The Contractor will be notified in writing within fourteen (14) calendar days of discovery of a compliance
issue. Within thirty (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 TB Program Manager 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: Contract Statement ot'xork Exhibit Li
uacmtvr U I ;
Contract SOW TB approved.doc
Page 6of6
EXHIBIT I
FY 2017-2018 Budget
Weld County Health Department
Description
Funding Source
Amount
Tuberculosis Control and
Prevention
State
Federal
(for TB Outreach Activities)
$ 45,000
S 7,500
DOT & Diagnostic
Blanket Funds
As Administered
Total
$ 52,500
Hello