Loading...
HomeMy WebLinkAbout20150639.tiff RESOLUTION RE: APPROVE TASK ORDER CONTRACT FOR WISEWOMAN PROGRAM UNDER THE WOMEN'S WELLNESS CONNECTION PROGRAM AND AUTHORIZE CHAIR TO SIGN WHEREAS, the Board of County Commissioners of Weld County, Colorado, pursuant to Colorado statute and the Weld County Home Rule Charter, is vested with the authority of administering the affairs of Weld County, Colorado, and WHEREAS, the Board has been presented with a Task Order Contract for the WISEWOMAN (Well-Integrated Screening and Evaluation for WOMan Across the Nation) Program under the Women's Wellness Connection Program between the County of Weld, State of Colorado, by and through the Board of County Commissioners of Weld County, on behalf of the Weld County Department of Public Health and Environment, and the Colorado Department of Public Health and Environment, commencing upon execution of signature, and ending August 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 WISEWOMAN (Well-Integrated Screening and Evaluation for WOMan Across the Nation) Program under the Women's Wellness Connection Program between the County of Weld, State of Colorado, by and through the Board of County Commissioners of Weld County, on behalf of the Weld County Department of Public Health and Environment, and the Colorado Department of Public Health and Environment, be, and hereby is, approved. BE IT FURTHER RESOLVED by the Board that the Chair be, and hereby is, authorized to sign said task order contract. The above and foregoing Resolution was, on motion duly made and seconded, adopted by the following vote on the 9th day of March, A.D., 2015. BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COL RADO ATTEST: Ly(y/ !.C ;okárkmeebt Weld County Clerk to the Board re,E17_, — 1 Mike Freeman, Pro-Tem BY: i. — _. Deputy CI;'rk to the -.•t% i t. /j� C> - r �'- , Sean P. Conway /, } .. y •--4--, - / APPROVEDR 6i v0 r�� , A Julie A. Cozad County Attorney • • �/ . • Steve Moreno Date of signature: ‘,/d-105- at;1 16t) 'Ws 2015-0639 HL0047 Memorandum TO: Barbara Kirkmeyer, Chair l N T Board of County Commissioners G_O u z FROM: Mark E. Wallace, MD, MPH, Executive Director Department of Public Health & Environment DATE: March 5, 2015 SUBJECT: New WISEWOMAN Task Order Contract with CDPHE Enclosed for Board review and approval is a contract between the Colorado Department of Public Health and Environment and the Board of County Commissioners of Weld County on behalf of the Weld County Department of Public Health and Environment. The WISEWOMAN program is a new program falling under our Women's Wellness Connection (WWC) program. The purpose and mission of the Well-Integrated Screening and Evaluation for WOMen Across the Nation (WISEWOMAN) program is to provide WWC participants with access to additional preventive health services including cardiovascular health screenings, health risk assessments, risk reduction counseling, diabetes prevention case management services, referrals for women with abnormal screening values to health care providers for medical evaluation and management of condition(s), follow-up for uncontrolled hypertension, linking participants to free or low-cost medication resources, and referrals to health coaching, approved lifestyle programs and other healthy behavior support options to improve control of hypertension and other cardiovascular disease risk factors. Direct beneficiaries of the WISEWOMAN program are women residing in Colorado who are uninsured or underinsured and are enrolled in the WWC program and who meet the age, income and lawful presence requirements of both programs. Target populations include women of diverse ethnic backgrounds, women living in geographically isolated and medically underserved areas and women who have a high burden of cardiovascular disease. The entire term of this Task Order Contract is from March 1, 2015, through August 31, 2017. The initial period for clinical service delivery is March 1, 2015, through June 30, 2015. This contract may be renewed upon mutual agreement of the parties for two more consecutive one- year terms beginning July 1, 2015. The amount of the task order contract for the first fiscal period is $9,145, all of which is federal funds. Assistant Weld County Attorney, Frank Haug, has reviewed this contract and determined that its terms are acceptable. This contract was approved for placement on the agenda by the Board via pass-around dated February 26, 2015. 2015-0639 0) I recommend approval of this New WISEWOMAN Task Order Contract with CDPHE. DEPARTMENT OF PUBLIC HEALTH AND ENVIRONMENT CMS ROUTING NO. 15 Fl ILA 77061 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: CONTRACTOR: State of Colorado for the use&benefit of the Board of County Commissioners of Weld County for the use Department of Public Health and Environment and benefit of the Weld County Department of Public Health Women's Wellness Connection and Environment 4300 Cherry Creek Drive South 1555 North 17th Avenue Denver,CO 80246 Greeley,CO 80631 CONTRACTOR DUNS. 075757955 CONTRACTOR ENTITY TYPE: Political Subdivision Colorado TASK ORDER MADE DATE:2/12/2015 BILLING STATEMENTS RECEIVED. CORE ENCUMBRANCE NUMBER. Monthly eCaST CT FHLA2015000000000757 TERM: STATUTORY AUTHORITY:Not Applicable This Task Order shall be effective upon approval by the State Controller,or designee,or on 03/01/2015, CLASSIFICATION-Contractor whichever is later.The contract shall end on 08/31/2017. N CONTRACT PRICE NOT TO EXCEED$9,145.00 PROCUREMENT METHOD. Sole Source FEDERAL FUNDING DOLLARS. $9,145.00 RID/RFPJUIST PRICE AGREEMENT NUMBER. STATE FUNDING DOLLARS. $0.00 N/A MAXIMUM AMOUNT AVAILABLE PER FISCAL YEAR. LAW SPECIFIED VENDOR STATUTE FY15: $9,145.00 N/A ST:A I'E RLPRESFNTA❑VR. Emily Kinsella, MSPH Section Manager Colorado Department of Public Health and Environment, WWC, WiWo PRICESTRLCn:RL Cost Reimbursement 4300 Cherry Creek Drive South CONTRACTOR REPRESENTATIVE: Denver, CO 80246 Tanya Geiser-Administrative Services Director Weld County Department of Public Health 1555 North 17th Avenue Greeley, CO 80631 PROJECT DESCRIPTION: Provide cardiovascular screenings,risk reduction counseling,referrals,lifestyle programs and other healthy behavior support options to improve control of hypertension and other cardiovascular disease risk factors to women residing in Colorado who are uninsured or underinsured and are enrolled in the Women's Wellness Connection program who meet the share age,income and lawful presence requirements Contract lemplate_task Order 012215.doc Page 1 of 6 020/5- 0639 (�) EXHIBITS. The following exhibits are hereby incorporated: Exhibit A - Additional Provisions(and any of its Attachments; e.g., A-1, A-2, etc.) Exhibit B - Statement of Work (and any of its Attachments; e.g., B-l. B-2, etc.) GENERAL PROVISIONS The following clauses apply to this Task Order Contract.These general clauses may have been expanded upon or made more specific in some instances in exhibits to this Task Order Contract. To the extent that other provisions of this Task Order Contract provide more specificity than these general clauses,the more specific provision shall control. This Task Order Contract is being entered into pursuant to the terms and conditions of the Master Contract including,but not limited to, Exhibit One thereto. The total term of this Task Order Contract, including any renewals or extensions, may not exceed five(51 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(I),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-[ask 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 Contract reinplate Task Order 012215 doe 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: 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 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/•ffectire Date is on or afier Judy 1. 2009 and the maximum amount payable to Contractor hereunder is S100,000 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 Contract_Template_Task Order 012215 doe 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-I05-102(6)),or(ii) under CRS §24-I05-102(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. Contract_Template_Task_Order_012215.doe 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: STATE OF COLORADO: JOHN W.HICKENLOOPER,GOVERNOR 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 of Colorado) I egal Name of Contracting Entity Barbara Kirkmeyer For I.xecutive Director Print Name of Apthorized Officer Department of Public Health and Environment Signature of ofAuthori zed( leer MAR 0 9 2015 Date Department Program Approval: Chair By: ( _� Print Tide of Authori/ed Officer ALL CONTRACTS MUST BE APPROVED BY THE STATE CONTROLLER CRS§24-30-202 requires the State Controller to approve all State Contracts.This Contract is not valid until signed and dated below by the State Controller or delegate.Contractor is not authorized to begin performance until such time.If Contractor begins performing prior thereto,the State of Colorado is not obligated to pay Contractor for such performance or for any goods and/or services provided hereunder. STATE CONTROLLER: Robert Jaros 'PA,MBA,JD By: A Date 3/2(0l I 6 Contract_Template_task Order 012215.doc Page 5 of 6 ozo�5 ,o6—39s(?)1(a) WISEWOMAN Program ATTEST: O4 v 0(A BOARD OF COUNTY COMMISSIONERS Weld u t Clerk to th Boar WELD COUNTY, COLORADO BY: Deputy CI k to the B - .6 Barbara Kirkmeyer, Chair MAR o 9 2015 t861 APPROVED AS TO FU • APPROVED AS TO SUBSTANCE: y� Contro er Elected Official or Department Head APPROV ! AS TO FORM: Director of General Services Coup a2.o/5- 06,3c!C�/ This page left intentionally blank. Contract l emplate_I ask_Order U 122 I5 doe Page 6 of 6 EXHIBIT A ADDITIONAL PROVISIONS To Task Order Contract Dated 02/12/2015 CMS Task Order Routing Number 15 FHLA 77061 These provisions arc to be read and interpreted in conjunction with the provisions of the'task Order Contract specified above. This Task Order Contract contains federal funds(see Catalog of Federal Domestic Assistance(CFDA) number 93.094). 2. The United States Department of Health and Human Services("US HHS"),through the Centers for Disease Control and Prevention("CDC") has awarded as of 12/15/2014 anticipated federal funds of 5955,158.00 under Notice of Cooperative Agreement Award, hereinafter"NCAA", number 5L58DP004850-02 Revised,to perform the following Well Integrated Screening and Evaluation for Women across the Nation(WISEWOMAN). 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 this Purchase Order,the Contractor shall provide Well Integrated Screening and Evaluation for Women Across the Nation(WISEWOMAN)cardiovascular screening services to women enrolled in Women's Wellness Connection (WWC)at its agency during the term of this Purchase Order.The Contractor shall also provide WISEWOMAN approved follow-up and referral services to women who meet the criteria in accordance with the Statement of Work.The Contractor shall be paid in accordance with rates as outlined in this Purchase Order. In order to be considered for payment, all WISEWOMAN services must be entered into the eCaST data system within thirty(30)days of service being performed. Contractors shall only be paid for cases that meet eligibility, performance and data requirements. Reimbursement is determined by specific outcomes of each case. Reimbursement will occur according to the WISEWOMAN Bundled Payment System. This document is incorporated and made part of this Purchase Order by reference and is available on the following WWC website under"Screening and Diagnostic Services" http://www.colorado.gov/cs/Satellite/CDPHE-PSD/CBON/1251617581963. Rates may be revised or updated during the period this statement of work is in effect. Cases are not reimbursable if the data is not entered completely or accurately into the eCaST data system. Cases closed in eCaST as"Lost to Follow- Up"or"Refused"will be paid at the highest level achieved as long as evidence of contact attempts is documented in the case management module of eCaST. The WISEWOMAN program will only pay one Contractor for services provided for each woman,each fiscal year. If two Contractors provide WISEWOMAN services to a client, the Contractor with which the client initiates her services will receive reimbursement. The WISEWOMAN program will provide reimbursement for a client's completed cardiovascular screening, laboratory test and risk reduction counseling as specified by the WISEWOMAN program.Additional reimbursement will be provided as each client completes additional healthy behavior support options classes,as outlined in the Bundled Payment System. The completion of health coaching. Diabetes Prevention Program(DPP)and other approved Lifestyle Program(LSP)classes determines Page 1 of4 Contraa_b:xhibit-.A Additlonall'rnv,sions I ask( rdcr_01?Oli EXHIBIT A additional payments to be made,once the data entered in eCaST meets the benchmark requirements for each subsequent level. Within the Bundled Payment System,Contractors are reimbursed for patient navigation/case management services depending on the outcome or complexity of the case. In order to receive reimbursement for case management services,Contractors must do the following: a. Assess and refer eligible women who indicate a readiness to change,to health coaching,the Diabetes Prevention Program(DPP)or another approved Lifestyle Program; b. Use WISEWOMAN approved algorithms to determine next steps; c. Assess clients for barriers to completing recommended health coaching sessions or Diabetes Prevention Program classes; d. Ensure intensive follow-up and reinforcement of goals for women that participate in DPP or other LSPs:and e. Follow-up with women within four weeks after program completion(this may be completed directly by the Contractor or by the subcontractor). The Contractor shall comply with the"Lost to Follow Up/Refused Service Policy"for clients who discontinue services.This policy is included in the WISEWOMAN Manual.This document is incorporated and made part of this Purchase Order by reference and is available on the following WISEWOMAN website https://www.colorado.gov/pacific/cdphe/wisewoman-provider-resources It is expected that reimbursement will cover: a. Costs associated with enrollment of women into the WISEWOMAN Program and cardiovascular screening services,as outlined in the WISEWOMAN Manual.This document is incorporated and made part of this Purchase Order by reference and is available on the WISEWOMAN website at https://www.colorado.gov/pacific/cdphe/wisewoman-provider-resources f. Patient navigation and case management services; g. Entry of all information into eCaST:and h. Administrative procedures to ensure access to affordable medication for women who require it. Data entered into eCaST are the basis for calculating reimbursement for each client screened.One reimbursement check for all completed screenings and health coaching,Diabetes Prevention Program or other Lifestyle Program sessions that have met data and quality standards will be sent to the Contractor each month. WISEWOMAN will generate Contractor grant activity statements based on data entered into eCaST each month on the I5' or next business day thereafter,except the first month of the fiscal year. WISEWOMAN will only provide reimbursement for cases that are complete and correctly entered into eCaST between June 30 and June 29 each year. Contractors are given a data entry grace period from June 30 through July 30,annually, in order to enter data for the previous service year.. WWC will generate a final grant activity statement for the previous fiscal year the first business day in August and will implement grant funding change letters in August to ensure all WWC funding is spent by August 31, annually. Unless otherwise provided for in the Purchase Order,"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. Page 2 of 4 Contracr_I izhibir-.A_.lddinun.ilPnn i:ions_I ask()rder_01 2015 EXHIBIT A b. Notice of Defect. lithe 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 Task Order Contract does not constitute a Business Associate relationship under HIPAA. 6. Notwithstanding the terms contained in General Provisions,Section 8,Insurance-Contractor,of this Task Order Contract,the parties agree to add the following language to the end of Paragraph 8: j. The Contractor agrees to maintain in full force and effect a Professional Liability Insurance Policy in the minimum amount of$1,000,000 per occurrence and$1,000,000 in the aggregate, written on an occurrence form that provides coverage for its work undertaken pursuant to this Task Order Contract. If a policy written on an occurrence form is not commercially available,the claims-made policy shall remain in effect for the duration of this Task Order Contract and for at least two(2)years beyond the completion and acceptance of the work under this Task Order Contract,or,alternatively,a two(2)year extended reporting period must be purchased. 7. Contractor agrees to provide services to all Program participants and employees in a smoke-free environment in accordance with Public Law 103-227,also known as"the Pro-Children Act of 1994",(Act). Public Law 103-227 requires that smoking not be permitted in any portion of any indoor facility owned or leased or contracted for by an entity and used routinely or regularly for the provision of health,day care. early childhood development services,education or library services to children under the age of 18, if the services are funded by Federal programs either directly or through State or local governments, by Federal grant,contract, loan, or loan guarantee. The law also applies to children's services that are provided in indoor facilities that are constructed,operated,or maintained with such Federal funds. The law does not apply to children's services provided in private residences: portions of facilities used for inpatient drug or alcohol treatment; service providers whose sole source of applicable Federal funds is Medicare or Medicaid: or facilities where Women, Infants and Children(WIC)coupons are redeemed. Failure to comply with the provision of Public Law 103-227 may result in the imposition of a civil monetary penalty of up to$1.000 for each violation and/or the imposition of an administrative compliance order on the responsible entity. By signing this Task Order Contract,Contractor certifies that Contractor shall comply with the requirements of the Act and shall not allow smoking within any portion of any indoor facility used for the provision of services for children as defined by the Act. 8. The State may increase or decrease funds available under this Task Order Contract using a Grant Funding Letter substantially equivalent to Attachment.-1. 'Ike Grant Funding Change Letter is not valid until it has been approved by the State Controller or designee. 9. Option to Extend Term Page 3 of 4 Contract lixhibir-.A_Additiomil Provisions I ask()rdcr_01 2013 EXHIBIT A The State may require continued performance for a period of up to four(4)years at the same rates and same terms specified in the Task Order Contract.If the State exercises the option, it will provide written notice to Contractor at least thirty(30)days prior to the end or the current Task Order Contract term in a form substantially equivalent to Attachment A-2. If exercised,the provisions of the Option Letter shall become part of and be incorporated into the original Task Order Contract.The total duration of this Task Order Contract, including the exercise of any options under this clause, shall not exceed 5 years. (Note: 5 years is maximum allowable). Page 4 of 4 (inttract_Iixl,ibit-.A_Addinona]Provisions_I,iskOrdrr_01 2015 Attachment A-I GRANT FUNDING CHANGE LETTER Date: State Fiscal Year: Grant Funding Change Letter# CMS Routing # TO: >Insert Grantee's name< [including entity type: not-for-profit, political subdivision, etc. The name and entity type should exactly duplicate the original contract or modification that changed the name.] In accordance with Section of Exhibit A, Additional Provisions >Choose an item<, 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 word here if previous amendment(s), renewal(s) have been processed] between the State of Colorado, Department of Public Health and Environment and <Contractor's Name> beginning <Insert start date of original contract> and ending on <Insert ending date>, the undersigned commits the following funds to the Grant: The amount of [state/federalifoundation/tax rebate] grant funds available and specified in >Choose an item< of <insert contract amendment number and routing number> is by $<amount of change for this source>[insert semi-colon and repeat the previous text{starting from "the"}for each type of funds being modified; ensure that the correct fund type(federal, state,etc.)is inserted each time.] to new total funds for the period through of$<total new amount for the period> for the following reason: The change results in a new cumulative grant total of funds available under this agreement of$ [include contract life-time total amount]. The revised budget is incorporated herein by reference and identified as [for example, insert as 'Revised Exhibit C"]. >Choose an item< is hereby modified accordingly. 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 , whichever is later. STATE OF COLORADO John W. Hickenlooper, GOVERNOR Department of Public Health and Environment PROGRAM APPROVAL: By: Lisa McGovern, Purchasing & Contracts Unit By: Director Date: ALL GRANTS REQUIRE APPROVAL BY THE STATE CONTROLLER CRS§2J-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 prosided hereunder. STATE CONTROLLER Robert Jaros, CPA, MBA, JD By: Date: 0 Grant_Funding_Change_Letter_OSC_082509 Page 1 )f 1 Attachment A-2 OPTION LETTER Date: State Fiscal Year: Option Letter No. CMS Routing# 1) OPTIONS: Choose all applicable options listed in §1 and in §2 and delete the rest. a. Option to renew only (for an additional term) b.Change in the amount of goods within current term c. Change in amount of goods in conjunction with renewal for additional term d.Level of service change within current term e. Level of service change in conjunction with renewal for additional term f. Option to initiate next phase of a contract 2) REQUIRED PROVISIONS. All Option Letters shall contain the appropriate provisions set forth below: a. For use with Options 1(a-e): In accordance with Section(s) of the Original Contract routing number between the State of Colorado, Insert Name of Department or Higher Ed Institution , and Contractor's Name, the State hereby exercises its option for an additional term beginning Insert start date and ending on Insert ending date at a cost/price specified in Section , AND/OR an increase/decrease in the amount of goods/services at the same rate(s) as specified in Identify the Section, Schedule, Attachment, Exhibit etc. b. For use with Option 1(f), please use the following: In accordance with Section(s) of the Original Contract routing number between the State of Colorado, Insert Name of Department or Higher Ed Institution , and Contractor's Name, the State hereby exercises its option to initiate Phase indicate which Phase: 2, 3, 4, etc for the term beginning Insert start date and ending on Insert ending date at the cost/price specified in Section c. For use with all Options 1(a-f): The amount of the current Fiscal Year contract value is increased/decreased by$ amount of change to a new contract value of Insert New$Amt to as consideration for services/goods ordered under the contract for the current fiscal year indicate Fiscal Year. The first sentence in Section is hereby modified accordingly. The total contract value including all previous amendments, option letters, etc. is Insert New$ Amt. 3) Effective Date. The effective date of this Option Letter is upon approval of the State Controller or whichever is later. STATE OF COLORADO John W. Hickenlooper, GOVERNOR PROGRAM APPROVAL: Department of Public Health and Environment By: By: Lisa McGovern, Purchasing & Contracts Unit Director Date: ALL CONTRACTS REQUIRE APPROVAL BY THE STATE CONTROLLER CRS§24-30-202 requires the State Controller to approve all State Contracts.This Contract is not valid until signed and dated below by the State Controller or delegate.Contractor is not authorized to begin performance until such time. If Contractor begins performing prior thereto,the State of Colorado is not obligated to pay Contractor for such performance or for any goods and/or sen ices provided hereunder. STATE CONTROLLER Robert Jaros, CPA, MBA, JD By: Date: [option_Letter_O5O_082509 Page 1 f 1 EXHIBIT B STATEMENT OF WORK To Task Order Contract Dated 02/12/2015 CMS Task Order Routing Number 15 FHLA 77061 These provisions are to be read and interpreted in conjunction with the provisions of the Task Order Contract specified above. Entity Name: Weld County Department of Public Health and Environment Term: March I,2015-August 31,2017 Period for Clinical Service Delivery: March 1,2015 through June 30,2015 the first year,then July I, 2015 through June 30,annually through June 30,2017. II. Project Description: This project serves to provide Women's Wellness Connection(WWC)participants with access to additional preventive health services through the Well-Integrated Screening and Evaluation for WOMen Across the Nation(WISEWOMAN) program.These medical services include cardiovascular health screening; health risk assessments; risk reduction counseling; referrals for women with abnormal screening values to health care providers for medical evaluation and management of condition(s): follow-up for uncontrolled hypertension; linking participants to free or low-cost medication resources; and referrals to health coaching,approved lifestyle programs and other healthy behavior support options. Program Purpose and Mission: The purpose and mission of the WISEWOMAN program is to provide cardiovascular screenings, risk reduction counseling,referrals, health coaching, lifestyle programs and other healthy behavior support options to improve control of hypertension and other cardiovascular disease risk factors. Beneficiaries: Direct beneficiaries are women residing in Colorado who are uninsured or underinsured;and are enrolled in the WWC program and who meet the age, income and lawful presence requirements of both programs. Target populations include women of diverse ethnic backgrounds, women living in geographically isolated and medically underserved areas and women who have a high burden of cardiovascular disease. III. Definitions: I. Case Management-Case management services are provided to WISEWOMAN clients who have initial abnormal or"alert"screening values for blood pressure or glucose or who have uncontrolled hypertension. All women with alert values must receive these services to ensure access to the indicated medical care. 2. CDC: Centers for Disease Control and Prevention 3. DPP: Diabetes Prevention Program 4. eCaST: Colorado Department of Public Health and Environment's (CDPI IF) Electronic Cancer Surveillance"[racking data system 5. WISEWOMAN: Well-Integrated Screening and Evaluation for WOMen Across the Nation 6. WISEWOMAN Program: Ran by the Colorado Department of Public Ilealth and Environment. Prevention Services Division, WWC. 7. WWC: Women's Wellness Connection. The local name in Colorado for the National Breast and Cervical Cancer Early Detection Program Page I of 6 Cuntrnet_I:ehibir 15_111-2015 EXHIBIT B IV. Performance(Work Plan and Requirements): Goal#1: Reduce the rate of cardiovascular disease risk in program eligible women in Colorado Objective#1: No later than the expiration date of the Contract.women that meet WISE WOMAN eligibility criteria are provided with cardiovascular screening services. Primary Activity#1 The Contractor shall perform cardiovascular screening services onsite at the Contractor's place of business. 1. The Contractor shall provide medical evaluation and treatment to WISEWOMAN clients with alert lab values. Sub-Activities#1 2. The Contractor shall provide case management to WISEWOMAN clients with abnormal screening values. 3. The Contractor shall provide referrals to medical care for WISEWOMAN clients with abnormal screening values. The Contractor shall provide face-to face risk reduction counseling onsite, at the Primary Activity#2 Contractor's place of business,at the time of their screening visit. Objective#2: No later than the expiration date of the Contract, women that meet WISE WOMAN eligibility criteria are offered healthy behavior support options. The Contractor shall offer WISEWOMAN clients paid-for referrals to the Diabetes Primary Activity#1 Prevention Program(DPP)or to another comparable CDPHE approved lifestyle program,either onsite or at another DPP site. The Contractor shall offer WISEWOMAN clients paid-for referrals to health Primary Activity#2 coaching services either onsite or to a CDPHE approved subcontracted entity that provides health coaching. The Contractor shall offer WISEWOMAN clients not-paid-for other referrals to other Primary Activity#3 healthy behavior support options such as other community based resources that support the woman's health goals Objective#3: No later than July 30,annually, WISEWOMAN data is entered into the eCaST data system. Primary Activity#1 The Contractor shall record WISEWOMAN qualifying procedures into the eCaST data system on a monthly basis. Objective#4: No later than the expiration date of the Contract, participate in the Baseline Screening Assessment and Clinic Quality Improvement project. The Contractor shall participate in the Baseline Screening Assessment and Clinic Primary Activity#1 Quality Improvement project by CDPHE related to breast, cervical. colorectal cancer and cardiovascular screening rates. The Contractor shall participate in collection of baseline cardiovascular and cancer Sub-Activities#1 screening data from Contractor's electronic health record. Standards and I. The content of electronic documents located on CDPIIE and non-CDPHE Requirements websites and information contained on CDPHE and non-CDPI IF websites may be updated periodically during the Contract term. The Contractor shall monitor documents and website content for updates and comply with all updates. 2. The Contractor shall comply with the Id7SEH Oil..IS Program Eligibility Criteria in the WISEWOMAN Colorado Program Manual, found in the WISEWOMAN Provider Resources page on the WISEWOMAN website. This document is incorporated and made part of the Contract by reference and is available on the following website: https://www.colorado.gov/pacific/sites/defaultifiles/HPFW W_WISEWOMAN- Manual.pdf. Page 2 of 6 Contract':xhibir-B_UI 21115 EXHIBIT B 3. The Contractor shall comply with the lawful presence requirements for W'W'C. a. Comply with /.awful Presence Requirements according to Colorado Department of Revenue guidelines.This information is incorporated and made part of this Contract by reference as is available at the following Department of Revenue website: https://www.colorado.gov/pacific/dmv/identification-requirement-charts b. Annually obtain a signed Lawful Presence Affidavit.The Contractor shall keep a copy in the patient's medical record before services are rendered.This form is incorporated and made part of this Contract by reference and is available at the W WC website on the Women's Wellness Connection Provider Resources page: https://www.colorado.gov/pacific/cdphe/wwc-provider-resources; and c. Attest by checking the Verified Legal Presence box in the electronic record in eCaST. 4. The Contractor shall complete the WW(' W SEll'OSbI X Combined Consent. Patient Information and Risk Reduction Counseling and Referral forms.These forms are incorporated and made part of this Statement of Work by reference and are available in the WISEWOMAN Provider Resources page on the WISEWOMAN website. Standards and Requirements 5. The Contractor shall perform cardiovascular screening services in accordance with the W/SEII"O.N.IX Service Delivery flow Diagram and clinical and program guidelines in the WISEWOMAN Colorado Program Manual. 6. The Contractor shall use as a guideline the published alert values, disease values, flow chart, clinical guidelines and risk reduction counseling as described in the WISEWOMAN Colorado Program Manual. 7. The Contractor shall provide face-to-face risk reduction counseling in accordance with the Il'/SEIf'OM X Service Delivery Flow Diagram and the WISEWOMAN Colorado Program Manual. 8. The Contractor shall provide all women, with alert lab values, medical evaluation and treatment immediately or within seven(7)days of the alert measurement, in accordance with national standards of care and the judgment of the Contractor's Medical Director. 9. The Contractor shall provide all women, with alert level blood pressure or laboratory alert values, referrals for medical evaluation and management of condition(s) if not currently being treated. 10. The Contractor shall provide all women, with uncontrolled hypertension, case management and other appropriate follow-up. I I. The Contractor shall follow the guidelines and comply with the requirements for case management of WISEWOMAN clients stated in the WISEWOMAN Colorado Program Manual. a. Clinical aspects of case management shall be overseen by a Registered Nurse, Physician Assistant or Physician licensed and in good standing to provide healthcare in the state of Colorado. b. Case management shall begin from the first abnormal result through referral to additional medical follow-up or evaluation. Page 3 ot6 G nrract_I:xhibir tio I 2013 EXHIBIT B 12. The Contractor shall have a Medical Director to develop and implement medical protocols to cover situations not addressed by WISEWOMAN national guidelines. 13. The Contractor shall refer all women to free or low-cost medication resources, if needed. 14. The Contractor shall have an established referral process for abnormal findings. 15. The Contractor shall provide services referenced on the Current Procedural Technology(Cl'!) Code List directly or through a subcontractor agreement and is available in the WISEWOMAN Provider Resources page on the WISEWOMAN website. 16. If the Contractor is a CDC recognized Diabetes Prevention Program(DPP)site, or pending recognition.then DPP services may be provided by the Contractor. 17. For services that may not be provided onsite, including the DPP services,the Contractor shall maintain a network of subcontractors. Contractor shall forward a copy of the fully executed Memorandum of Understanding or other binding contractual agreement to the WISEWOMAN Program within fifteen (15) calendar days of execution. a. Subcontracts shall be secured with local providers to the extent possible. b. Services performed by subcontractors shall be agreed upon in writing through Standards and the use of a binding contract which includes the period ofservice. c. This agreement shall cover referral of eligible clients for services in Requirements accordance with WISEWOMAN guidelines in the WISEWOMAN Colorado Program Manual; utilize approved reimbursement rates; obtain written monthly feedback on client participation: access and barriers to participation; and date and length of DPP classes/sessions. 18. The Contractor shall comply with requirements stated in the most current national clinical,diet and lifestyle guidelines as outlined in the WISEWOMAN Colorado Program Manual. 19. At least one(I) representative from the Contractor and/or its network provider sites shall attend all required meetings,conference calls or training hosted by the WISEWOMAN Program.This attendance can be achieved by participating at the time of the event or by reviewing meeting minutes or a recorded version at a later time. 20. It is expected that if a Contractor enrolls a client in WISEWOMAN and provides initial cardiovascular screening services,the same Contractor shall be responsible for entering all data in eCaST and assuring that clinically appropriate follow-up care is completed through case management services and healthy behavior support options. 21. When corresponding with the WISEWOMAN Program, Contractor shall use all privacy and security measures to protect the client's personal health information. Accepted forms of communication include: a. Unencrypted email conversations using the eCaST identification number; b. Mail or fax clearly marked"Confidential"and using the eCaST identification Page 4 of 6 (om-nu:r_I IxhibiPl3_(II-2015 EXHIBIT B number: c. HIPAA compliant files transmitted via secure File Transfer Protocol (FTP) sites;and d. Secure encrypted email. 22. Contractor shall enter the most recent WISEWOMAN client data into the eCaST system by the 15 of each month in preparation for the monthly billing run. 23. The Contractor's new data entry staff shall participate in WISEWOMAN eCaST training within thirty(30)calendar days of hire,unless otherwise approved by the WISEWOMAN Program. 24.The Contractor shall identify and support key personnel assigned these roles: a WISEWOMAN Coordinator,Clinical Liaison,eCaST Coordinator,eCaST data entry staff, Agency Director.Contract Administrator, Signature Authority. Fiscal Payment Coordinator,Fiscal Manager, Health Coach,and Case Manager(s). 25. The Contractor shall comply with the requirements stated in the Contacts Descriptions document,which is available in the WISEWOMAN Provider Resources page of the WISEWOMAN website. 26. The Contractor shall report all staff changes during the contract period to WISEWOMAN Program within fifteen (15)calendar days. The Contractor shall use the Agency and Site Contacts Form or another form provided by WISEWOMAN Program via email to WISE WOMAN Program Coordinator. 27. The Contractor shall report all subcontractor changes during the contract period to the WISEWOMAN Program within fifteen(15)calendar days of occurrence, via email to WISEWOMAN Program Coordinator. Expected Results of Clients'complete cardiovascular screenings.risk reduction counseling and referrals, Activity(s) and get the treatment they need. WISEWOMAN Program will analyze data from eCaST to include the number of Measurement of women receiving cardiovascular screenings, risk reduction counseling,and referrals Expected Results for DPP. Completion Date ((then is the deliverable due) Pagc 5of6 (i mtract_l ixhibii-R_01 2015 EXHIBIT B Deliverables I. The Contractor shall identify(an)eCaST user(s)responsible No later than for WISEWOMAN data entry in eCaST and submit a list of March 16,2015 eCaST user(s)via email to WISEWOMAN Program the first year of Coordinator. the Contract and July 15th each successive year 2. Contractor shall submit key personnel contact information to WISEWOMAN Program within fifteen(15)calendar No later than days of the start of the fully executed contract or start of fifteen(15) term date,whichever is later,via email to WISEWOMAN calendar days of Program Coordinator. change V. Monitoring: CDPHE's monitoring of this contract for compliance with performance requirements will be conducted throughout the contract period by the WISEWOMAN Program Coordinator. Methods used will include a review of documentation determined by CDPHE to be reflective of performance to include monthly check- in calls, All Agencies Calls,eCaST data, site visits,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 30 calendar days of discovery of a compliance issue. Within 45 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 Woman's Wellness Connection (W WC) and WISEWOMAN Section 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 provisions of this contract. Page 6 of6 Contracr_I:xhibi t-R_0 12203 Hello