Loading...
HomeMy WebLinkAbout20143841.tiff RESOLUTION RE: APPROVE TASK ORDER CONTRACT FOR IMMUNIZATION CORE SERVICE 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 Immunization Core Service 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 January 1, 2015, and ending December 31, 2015, 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 Immunization Core Service 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 15th day of December, A.D., 2014. BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO ATTEST: C� C.[ ;� �� p C[// G Do las rademacher, hair Weld County Clerk to the Board EL<4 rbara Kirkmeyer, ro-Tem B \ L I•� ._ , . : #y . �� � �. ty Clerk to th- B.� +r ; an P. Conway APPROVED AS TO FORM: ,®:�°Q 'Mi ek Freeman County Attorney EXCUSED William F. Garcia 2� Date of signature: ` 19 2014-3841 ee NL isKie.Tiauhado> �/iel HL0044 1861 .`, Memorandum (� • TO: Douglas Rademacher, Chair GOU T �- Board of County Commissioners N FROM: Mark E. Wallace, MD, MPH, Executive Director Department of Public Health & Environment DATE: December 12, 2014 SUBJECT: Immunization Core Services Continuation Task Order Contract for 2015 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. With the approval of this contract, Weld County will be reimbursed an amount not to exceed $98,836 in 2015. Funds include $84,636 in Federal funding and $14,200 in State funding. The term of this contract is one year, from January 1, 2015, through December 31, 2015. These funds will be used to create higher immunization rates in Weld County children to reduce morbidity and mortality of infectious disease. We will follow CDC guidelines for immunization and follow-up of children and adolescents to guard against vaccine-preventable diseases. We will provide immunizations and educational materials in collaboration with schools, daycares, and community agencies, such as WIC. In addition to provision of immunizations, WCDPHE will provide technical support to community physician offices on the complex immunization schedules, conduct reminder/ recall activities, and maintain accurate reporting of immunizations to the Colorado Immunization Information System. Assistant Weld County Attorney, Frank Haug, has reviewed this continuation contract and determined that its terms are acceptable. This mmunization Core Services Continuation Task Order Contract for 2015 was approved for placement on the agenda by the Board via pass-around dated December 2, 2014. I recommend approval of this mmunization Core Services Continuation Task Order Contract for 2015. BOARD OF COUNTY COMMISSIONERS PASS-AROUND REVIEW/WORK SESSION REQUEST RE: Immunization Core Services Continuation Task Order Contract for 2015 DEPARTMENT: PUBLIC HEALTH& ENVIRONMENT DATE: December 2, 2014 PERSON REQUESTING: Mark E. Wallace, MD,MPH,Executive Director Brief description of the problem/issue: Enclosed for Board review and approval is the 2015 Immunization Core Services Continuation Task Order Contract between the Colorado Department of Public Health and Environment(CDPHE)and the Weld County Board of Commissioners for the benefit and use of the Weld County Department of Public I Icalth and Environment(WCDPHE) Immunization Program. With the approval of this contract, Weld County will be reimbursed an amount not to exceed$98,836 in 2015. Funds JI include$84,636 in Federal funding and $14,200 in State funding. The term of this contract is one year, from January 1, 2015, through December 31,2015. These funds will be used to create higher immunization rates in Weld County children to reduce morbidity and mortality of infectious disease. We will follow CDC guidelines for immunization and follow-up of children and adolescents to guard against vaccine-preventable diseases. We will provide immunizations and educational materials in collaboration with schools, daycares, and community agencies, such as WIC. In addition to provision of immunizations, WCDPHE will provide technical support to community physician offices on the complex immunization schedules,conduct reminder/ recall activities, and maintain accurate reporting of immunizations to the Colorado Immunization Information System. Assistant Weld County Attorney, Frank Haug, has reviewed this continuation contract and determined that its terms are acceptable. What options exist for the Board? (Include consequences, impacts, costs,etc. of options) Declining this grant will result in the loss of State and Federal funding for pandemic response to influenza&pertussis including provision of free(State supplied) influenza vaccine,and funding for provision of adult immunizations for under- insured and income challenged adults. We would also lose the funding that currently aids in the maintenance of the WCDPHE immunization program. Approval of this contract with CDPHE will provide State and Federal funding to allow WCDPHE to provide the singularly most proven prevention and/or control method for vaccine-preventable diseases,the provision of accurate and scheduled immunizations. Recommendation: I recommend approval of this 2015 Immunization Core Services Continuation Task Order Contract for 2015. Approve Schedule Recommendation Work Session Other/Comments: Douglas Rademacher,Chair Barb Kirkmeyer J� William F.Garcia t Sean P. Conway r✓!"'' , Mike Freeman ? 2014-3841 DEPARTMENT OF PUBLIC HEACI'H AND ENVIRONMENT CMS ROUTING NO.15 FHHA 74632 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 S'T'ATE: CONTRACTOR: State of Colorado for the use&benefit of the Board of County Commissioners of Weld Department of Public Health and County Environment (a political subdivision of the state of Colorado) Disease Control and Environmental 915 10th Street Epidemiology Greeley,Colorado 80632-0758 Immunization for the use and benefit of the 4300 Cherry Creek Drive South Weld County Department of Public Health and Denver,Colorado 80246 Environment 1555 North 17th Avenue Greeley,Colorado 80631 TASK ORDER MADE DATE: CONTRACTOR ENTITY TYPE: 11/05/2014 Colorado Political Subdivision CORE RNCUMBRANCI::Nl'MBLIt: F HHA20150000000000154 TERM: BILLING S'i AILMENT$RECEIVED: This Task Order shall be effective upon Quarterly approval by the State Controller,or designee, or on 01/01/2015,whichever is later. The S't'A tUTORY AUTHORITY, Task Order shall end on 12/31/2015. N/A PRICE.STRUCTURE CONTRACT PRICE NOt''tO EXCEED: Fixed Price $98,836 PROCUREMENT METFIOD: FEDERAL FUNDING DOLLARS: $84,636 Exempt STATE FUNDING DOLLARS: $14,200 BID/REP/11ST PRuf:Ii AGREEMENT NUMBER: MAXIMUM AMOUNT AVAILABLE PER FISCAL.YEAR: Not Applicable FY 15: $98,836 STA'1'L:ItLPRESENTAIIVF.: CONTRACTOR REPRESENTATIVE: Teri Lindsey Mark Wallace,Executive Director Department of Public Health and Environment Weld County Department of Public Health and DCEED Environment Immunization 1555 North 17t11 Avenue 4300 Cherry Creek Drive South Greeley,Colorado 80631 Denver,CO 80246 SCOPE OF WORK: The goal of the Immunization Core Services Project is to reduce and eliminate vaccine preventable diseases in Colorado by increasing and maintaining immunization coverage. Local public health agencies shall provide core immunization services, according to established best practices, to improve the health of individuals and. communities. Contract_Template_Task_0rder 070714 Page 1 of 7 Contract_Template_Task_Order_070714 Page 2 of 7 t.XI If1SrrS. "I'he following exhibits are hereby incorporated: Exhibit A - Additional Provisions (and its attachments if any—e.g.,A-1,A-2,etc.) Exhibit B - Statement of Work (and its attachments if any—e.g.,B-1,B-2,etc.) Exhibit C - Budget (and its attachments if any—e.g.,C-1,C-2,etc.) Exhibit D - Grant Funding Letter Exhibit E- Option 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 t.o this Task Order Contract. "1'o 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(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 arc incorporated herein by this reference and made a part hereof as if fully set forth herein. Unless otherwise stated,all exhibits and/or attachments to this Task Order Contract are incorporated herein and made a part of this Task Order Contract. Unless otherwise stated, the terms of this Task Order Contract shall control over any conflicting terms in any of its exhibits. In the event of conflicts or inconsistencies between the Master Contract and this Task Order Contract(including its exhibits and/or attachments),or between this Task Order Contract and its exhibits and/or attachments,such conflicts or inconsistencies shall be resolved by reference to the documents in the following order of priority: 1)the Contract_Tcmplatc_Task_Order_070714 Page 3 of 7 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 Contract_Template_Task_Order_070714 Page 4 of 7 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. Contract_Template_Task_Ordcr.070714 Page 5 of 7 • 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: Board of County Commissioners of Weld John W.Hickenlooper, GOVERNOR County (a political subdivision of the state of Colorado) for the use and benefit of the Weld County Department of Public Health and / 1 Environment ^ Legal Name of Contracting Entity ,",l/ \4 % DEC 1 5 2614 For Executive Director Date \1l• fj� Vl� Y'tg�' Department of Public Health and Environment Signatur ofAuthorized O tcer 111 Douglas Rademacher, Chair Print Name of Authorized Officer Dep Pmgnuq\ ppl ✓al: B Chair B ,�IJIIIII(`///II�0711I 6'`,`p� m Print Title of Authorized 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,CPA,MBA,JD By Date I9ja?`l4- Contract Template_Task_Order 070714 Page 6 of 7 APPROVED AS TO FUNDING: Con,ar Controller APPROV AS TO FORM: County Attorney APPROVED ' AS TO SUBSTAN Elected Official or Department / Director of General Services This page left intentionally blank. Contract_I emplate_Task_Order_0707 1 4 Page 7 of 7 EXHIBIT A ADDITIONAL PROVISIONS To Task Order Contract Dated 11/05/2014-CMS Contract Routing Number 15 FHHA 74652 These provisions are to be read and interpreted in conjunction with the provisions of the Task Order Contract specified above. I. This Task Order Contract contains federal funds(see Catalog of Federal Domestic Assistance(CFDA) number 93.268). 2. The United States Department of Health and Human Services("USHHS"),through the Centers for Disease Control and Prevention("CDC")has awarded federal funds under Award number 111231P000719, hereinafter"Award",to perform the following—'1'o reduce and eliminate vaccine preventable diseases in Colorado by increasing and maintaining immunization coverage.Local public health agencies shall provide core immunization services,according to established best practices,to improve the health of individuals and communities. 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'1'ask 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 quarterly CDPHE Reimbursement Invoice Form. This form is accessible from the CDPHE internet website httos://www.colorado.govinacific/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. Submit completed CDPHE Reimbursement Invoice Form to the Immunization Section email box: Cdphe.cisinvoice@state.co.us Final billings under the Contract must be received by the State within a reasonable time after the expiration or termination of the Contract;but in any event no later than forty-five(45)calendar days from the effective expiration or termination date of the Contract. Unless otherwise provided for in the Contract,"Local Match", if any,shall be included on all invoices as required by funding source. The Contractor shall not use federal funds to satisfy federal cost sharing and matching requirements unless approved in writing by the appropriate federal agency. 4. Time Limit For Acceptance Of Deliverables. 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 Exhibit_A Additional_Provisions Task Order_070714 Page 1 of 2 EXHIBIT A the Contractor of the failure or deficiencies, in writing,within thirty(30)calendar days of: 1)the date the deliverable is delivered to the State by the Contractor if the State is aware of the failure or deficiency at the time of delivery;or 2)the date the State becomes aware of the failure or deficiency. The above time frame shall apply to all deliverables except for those deliverables that have a different time negotiated by the State and the Contractor in writing pursuant to the State's fiscal rules. c. Time to Correct Defect. Upon receipt of timely written notice of an objection to a completed deliverable,the Contractor shall have a reasonable period of time,not to exceed thirty(30) calendar days,to correct the noted deficiencies. If the Contractor fails to correct such deficiencies within thirty(30)calendar days,the Contractor shall be in default of its obligations under this Task Order Contract and the State,at its option,may elect to terminate this Task Order Contract or the Master Contract and all Task Order Contracts entered into pursuant to the Master Contract. 5. Health Insurance Portability and Accountability Act(HIPAA)Business Associate Determination. The State has determined that this Contract does not constitute a Business Associate relationship under HIPAA. 6. To receive compensation under this'I'ask Order Contract,the Contractor shall submit a quarterly electronic progress report provided by the Colorado Immunization Branch(CIB),using the submission instructions provided to the Contractor by CIB. CDPHE will provide technical assistance in accessing and completing the form. The progress report is due within thirty(30)calendar days of the end of the reporting period. This progress report shall document the Contractor's progress towards completion of the activities in accordance with the Statement of Work. 7. For each billing quarter,the Contractor shall invoice for one(1/4)of the total approved budget amount. 8. The State may increase or decrease funds available under this Contract using a Grant Funding Letter substantially equivalent to Exhibit D.The Grant Funding Letter is not valid until it has been approved by the State Controller or designee. 9. The State may require continued performance for a period of four(4)years at the same rates and same terms specified in the Contract.If the State exercises the option,it will provide written notice to the Contractor at least 30 days prior to the end of the current contract term in a form substantially equivalent to Exhibit E. If exercised,the provisions of the Option Letter shall become part of and be incorporated into the original contract.The total duration of this Contract,including the exercise of any options under this clause,shall not exceed live(5)years. The State may increase or decrease the services described in Exhibit B based upon the rates established in the Contract.If the State exercises the option,it will provide written notice to the Contractor at least 30 days prior to the end of the current contract term in a form substantially equivalent to Exhibit E. Performance of the services shall continue at the same rates and terms. If exercised,the provisions of the Option Letter shall become part of and be incorporated into the original contract. Exhibit_A_AdditionalProvisions_Task_Order_070714 Page 2 of 2 Exhibit B Statement of Work To Task Order Contract Dated 11/05/2014—CMS Contract Routing Number 15 FHHA 74652 1. Entity Name: Weld County Department of Public Health and Environment II. Project Description: The goal of the Immunization Core Services Project is to reduce and eliminate vaccine preventable diseases in Colorado by increasing and maintaining immunization coverage. Local public health agencies shall provide core immunization services,according to established best practices,to improve the health of individuals and communities. III. Definitions: 1. ACIP: Advisory Committee on Immunization Practices 2. CCR: Code of Colorado Regulations 3. CDC: Center for Disease Control and Prevention 4. CDPHE: Colorado Department of Public Health and Environment 5. CIIS: Colorado Immunization Information System 6. CIB: Colorado Immunization Branch(previously the Colorado Immunization Section) 7. Deputization: The formal extension of authority to provide VFC vaccines to eligible underinsured children from a participating FQHC or RI-IC to another VFC-enrolled provider; typically a local public health agency. Previously called Delegation of Authority. 8. FQHC: Federally qualified health center 9. HAN: Health Alert Network 10. LPHA: Local public health agency 1. MOU: Memorandum of understanding 12. PI IN: Public health nurse 13. RHC: Rural health center 14. Section 317 Vaccine: Vaccine funding used to support infrastructure critical to vaccine program success including vaccine for:uninsured and underinsured adults,outbreak response and preparedness support. 15. SOW: Scope of work 16. VFC: Vaccines for Children IV. Performance(Work Plan and Requirements): Goal#1: Reduce vaccine preventable diseases in Colorado by increasing or maintaining immunization coverage. Objective#1: No later than the expiration of the contract,local public health agencies shall provide core immunization services intended to improve the health of individuals and communities. Primary Activity 1. The Contractor shall implement immunization services within its jurisdiction. #1 Page 1 of 4 Exhibit 13-Statement of Work March 2014 v.1 Exhibit B 1. The Contractor shall review the Immunization Rates(County/Zip Code Level) Report provided by the CIB for children 19-35 months of age and adolescents 13-17 years of age no later than June 30 and December 31 and compare to the CDC National Immunization Surveys;Child and Teen in order to increase awareness of county versus national immunization rates. 2. The Contractor shall enter/submit immunization data into CIIS within thirty(30) days of vaccine administration. 3. The Contractor shall vaccinate children eligible for VFC vaccine per ACIP recommendations. 4. The Contractor shall vaccinate persons eligible for Section 317 vaccine per ACIP Sub-Activities#1 recommendations. 5. The Contractor shall implement an evidence based strategy(s),such as reminder/recall,to reduce or eliminate coverage disparities by race,ethnicity and socio-economic status. 6. The Contractor shall promote informed vaccine decision making for consumers, healthcare providers,and policy makers through education. 7. The Contractor shall maintain an immunization contact list and work with their local/regional emergency preparedness staff to forward CDC and state HAN notifications,as appropriate. 8. The Contractor shall maintain a deputization MOU with an FQHC/RHC or serve as an FQHC/RHC. Expected Results I. Increase or maintain immunization coverage based on most recent county of the Activity(s) immunization rates. I. The Contractor shall utilize the final results of the CDC National Immunization Surveys;Child and Teen provided by the CIB via email communication,to review and compare immunization rates in order to increase awareness of county versus national immunization rates. 2. The Contractor shall comply with the requirements for entering/submitting immunization data into CIIS as agreed to in the CIIS Letter of Agreement found at the following page https://www.colorado.gov/pacific/cdphelciis-health-care-provider- users by clicking on CIIS Implementation documents under the section titled Enroll your clinic in CIIS.The content of this website is incorporated and made part of the Standards and SOW by reference. Requirements 3. The Contractor shall comply with the ACIP recommendations for vaccine administration located at http://www.cdc.gov/vaccines/acip/index.html. The content of this website is incorporated and made part of the SOW by reference. 4. The Contractor shall comply with Colorado State Board of Health Rule 6 CCR 1014- 7 located at http://www.sos.state.co.us/CCR/Welcome.do This document establishes immunization standards and is incorporated and made part of the SOW by reference. 5. The Contractor shall comply with the requirements for utilizing VFC vaccine agreed to in the VFC Provider Enrollment Agreement packet as provided by CIB via Page 2 of Exhibit A-Statement of Work March 2014 v.1 Exhibit B certified mail. 6. The Contractor shall comply with the eligibility requirements for utilizing Section 317 vaccine as provided by CIB via email communication. 7. The Contractor shall utilize a minimum of one(1)evidence based strategy located on The Guide to Community Preventive Services website to eliminate coverage disparities by race,ethnicity and socio-economic status.The content of this website is incorporated and made part of this SOW by reference and is accessible at www.thecommunityguide.org. 8. The contractor shall utilize MOU deputization guidance as provided by CIB via email communication, 9. The content of electronic documents located on CDPIIE 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. 10. CIB will provide technical assistance upon request. Measurement of I. Data contained in CIIS Expected Results / Completion Date Deliverables I. The Contractor shall submit,annually,a signed VFC No later than 30 Provider Enrollment Agreement to the CIB via email business days communication to cdphe vfe@state.co.us. following the receipt of the enrollment packet. 2. The Contractor shall submit an electronic quarterly No later than 30 progress report provided by CIB. Submission requirements calendar days will be provided by CIB via email communication. following the last day Progress reports must be reviewed and approved by CIB of: March,June, staff before payment is made. Payment of invoices may be September and delayed due to late submission of progress reports. December,annually. V. Monitoring: CDPHE's monitoring of this contract for compliance with performance requirements will be conducted throughout the contract period by CIB staff. Methods used will include a review of documentation determined by CDPHE to be reflective of performance to include progress reports,and other fiscal and programmatic documentation as applicable. The Contractor's performance will be evaluated at set intervals and communicated to the contractor.A Final Contractor Performance Evaluation will be conducted at the end of the life of the contract. VI. Resolution of Non-Compliance: The Contractor will be notified in writing within 15 calendar days of discovery of a compliance issue. Within 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 CIB Director and receive approval for a new due date.The State will oversee the completion/implementation Page 3 of 4 Exhibit II-Statement of Work March 2014 v.1 • • Exhibit B 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 4 of 4 Exhibit B-Statement of Work March 2014 v.1 EXHIBIT C BUDGET To Task Order Contract Dated 11/05/2014-Contract Routing Number 15 FHHA 74652 Immunization Core Service Activities-Weld e Federal Funds(Jams: 1,2015-December 31,2015) $84,636 d1 �. a'_4.Y�v','., va N'K i :, S'H`Y T` . .'. ° State fundsJanu. 1,2015-June 30,2015 $7,100 State funds(Estimated for July 1,2015-December 31,2015) $7,100 Total State Funds(Estimated) $14,200 spez.cm ��„�q„�q..�.... 1 iMfl.;.; Total Bud_et Amount: $98,836 Page 1 of 1 EXHIBIT D • GRANT FUNDING CHANGE LETTER [Date: State Fiscal Year: Grant Funding Change Letter# ] CMS Routing # ) t 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 rocessed] as amended by [include all revious 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 <insert start date of original contract> and ending on Insert ending date <insert ending date of current contract amendment>, the undersigned commits the following funds to the Grant: The amount of grant funds available and specified in Section of<insert contract amendment number and routing number> is fl increased or ❑ decreased by $amount of change to a new total funds available of$ <insert new cumulative total> for the following reason: . Section 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. Hlckenlooper, 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§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: • Pane 1 ill _ .-. .... ' EXHIBIT E 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 11a-el: 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 McGovem, Purchasing &Contracts Unit Director Date: ALL CONTRACTS REOUIRE APPROVAL BY THE STATE CONTROLLER CRS§2430-202 requires the State Controller to approve all State Contracts.This Contract is not valid until signed and dated below by the State Controller or delegate.Contractor is not authorized to begin performance until such time.If Contractor begins performing prior thereto,the State of Colorado is not obligated to pay Contractor for such performance or for any goods and/or services provided hereunder. STATE CONTROLLER Robert Jaros, CPA, MBA,JD By: Date: I opum Letter OSGJ082S09 Page 1 Of Hello