HomeMy WebLinkAboutC15-214 Colorado Department Public Health (16 FHLA 76436)DEPARTMENT OF PUBLIC HEALTH AND ENVIRONMENT CMS ROUTING NO. 16 FHLA 76436 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 00016. STATE: CONTRACTOR: State of Colorado for the use & benefit of the Board of County Commissioners of Eagle County for the use Department of Public Health and Environment and benefit of the Eagle County Public Health Agency Prevention Services Division - Tobacco 551 Broadway 4300 Cherry Creek Drive South Eagle, Colorado 81631 A-5 CONTRACTOR DUNS: 084024447 Denver, Colorado 80246 CONTRACTOR ENTITY TYPE: Political Subdivision Colorado TASK ORDER MADE DATE: 4/13/2015 CORE ENCUMBRANCE NUMBER: CT FHLA TERM: This Task Order shall be effective upon approval by the State Controller, or designee, or on 07/01/2015, whichever is later. The contract shall end on 06/30/2018. PROCUREMENT METHOD: RFA 1278 BID/RFP/LIST PRICE AGREEMENT NUMBER: Not Applicable LAW SPECIFIED VENDOR STATUTE: Not Applicable STATE REPRESENTATIVE: Natalya Verscheure, MA Tobacco Program Manager Prevention Services Division 4300 Cherry Creek Drive South A-5 Denver, Colorado 80246 BILLING STATEMENTS RECEIVED: Monthly STATUTORY AUTHORITY: C.R.S. 25-3.5-804, et-seq., as amended CLASSIFICATION: Sub -Recipient CONTRACT PRICE NOT TO EXCEED: $117,347.00 FEDERAL FUNDING DOLLARS: $0.00 STATE FUNDING DOLLARS: $117,347.00 MAXIMUM AMOUNT AVAILABLE PER FISCAL YEAR: FY16: $117,347.00 PRICE STRUCTURE: Cost Reimbursement CONTRACTOR REPRESENTATIVE: Jennifer Ludwig Public Health Director Box 660 Eagle, Colorado 81631 PROJECT DESCRIPTION: This project serves to increase tobacco cessation, reduce initiation of tobacco use, decrease tobacco prevalence among youth, and decrease exposure to secondhand smoke. Contract_Template_Task _Order _012215.doc Pagel of 6 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-1, B-2, etc.) Exhibit C - Budget (and any of its Attachments; e.g., C-1, C-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 (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. In accordance with section 24-30-202(1), C.R.S., as amended, this Task Order Contract is not valid until it has been approved by the State Controller, or an authorized delegee thereof The Contractor is not authorized to, and shall not; commence performance under this Task Order Contract until this Task Order Contract has been approved by the State Controller or delegee. The State shall have no financial obligation to the Contractor whatsoever for any work or services or, any costs or expenses, incurred by the Contractor prior to the effective date of this Task Order Contract. If the State Controller approves this Task Order Contract on or before its proposed effective date, then the Contractor shall commence performance under this Task Order Contract on the proposed effective date. If the State Controller approves this Task Order Contract after its proposed effective date, then the Contractor shall only commence performance under this Task Order Contract on that later date. The initial term of this Task Order Contract shall continue through and including the date specified on page one of this Task Order Contract, unless sooner terminated by the parties pursuant to the terms and conditions of this Task Order Contract and/or the Master Contract. Contractor's commencement of performance under this Task Order Contract shall be deemed acceptance of the terms and conditions of this Task Order Contract. 3. The Master Contract and its exhibits and/or attachments are incorporated herein by this reference and made a part hereof as if fully set forth herein. Unless otherwise stated, all exhibits and/or attachments to this Task Order Contract are incorporated herein and made a part of this Task Order Contract. Unless otherwise stated, the terms of this Task Order Contract shall control over any conflicting terms in any of its exhibits. In the event of conflicts or inconsistencies between the Master Contract and this Task Order Contract (including its exhibits Contract—Template _Task _Order_012215.doc 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 U. 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. 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. 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_012215.doc Page 3 of 6 prohibit Contractor from bidding on future contracts. Contractor may contest the final evaluation and result by: (i) filing rebuttal statements, which may result in either removal or correction of the evaluation (CRS §24-105-102(6)), or (ii) under CRS §24-105-102(6), exercising the debarment protest and appeal rights provided in CRS §§24-109-106, 107, 201 or 202, which may result in the reversal of the debarment and reinstatement of Contractor, by the Executive Director, upon showing of good cause. 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.doc 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. 1411WYM MTOK I; Board of County Commissioners of Eagle County for the use and benefit of the Eagle County Public Health Agency Legal Name of Contracting Entity Date Print Title of Authorized Officer STATE OF COLORADO: JOHN W. HICKENLOOPER, GOVERNOR By: For Executive Director Department of Public Health and Environment By: Department Program Approval: ALL CONTRACTS MUST BE APPROVED BY THE STATE CONTROLLER CRS §24-30-202 requires the State Controller to approve all State Contracts. This Contract is not valid until signed and dated below by the State Controller or delegate. Contractor is not authorized to begin performance until such time. If Contractor begins performing prior thereto, the State of Colorado is not obligated to pay Contractor for such performance or for any goods and/or services provided hereunder. STATE CONTROLLER: Robert Jaros, CPA, MBA, JD By: Date Contract—Template Task_Order 012215.doe Page 5 of 6 This page left intentionally blank. Contract_ Template_ Task_ Order_012215.doc Page 6 of 6 EXHIBIT A ADDITIONAL PROVISIONS To Contract Dated 04/13/2015 - CMS Contract Routing Number 16 FAAA 76436 These provisions are to be read and interpreted in conjunction with the provisions of the Contract specified above. This Task Order Contract contains state funds. 2. To receive compensation under the Task Order Contract, the Contractor shall submit a signed Monthly CDPHE Reimbursement Invoice Form. This form is accessible from the CDPHE internet website http://www.colorado.gov/cs/Satellite/CDPHE-Main/CBON/1251622941228 and is incorporated and made part of this Task Order Contract by reference. CDPHE will provide technical assistance in accessing and completing the form. The CDPHE Reimbursement Invoice Form and Expenditure Details page must be submitted no later than forty-five (45) calendar days after the end of the billing period for which services were rendered. Expenditures shall be in accordance with this Statement of Work and Budget. Scan the completed and signed CDPHE Reimbursement Invoice Form into an electronic document. Email the scanned invoice with the Excel workbook containing the Expenditure Details page to: Tobacco Program at ccddphe steep pg(t4state.co.us Final billings under the Task Order Contract must be received by the State within a reasonable time after the expiration or termination of the Task Order Contract; but in any event no later than forty-five (45) calendar days from the effective expiration or termination date of the Task Order Contract. Unless otherwise provided for in the Task Order Contract, "Local Match", if any, shall be included on all invoices as required by funding source. The Contractor shall not use state funds to satisfy federal cost sharing and matching requirements unless approved in writing by the appropriate federal agency. 3. Time Limit For Acceptance Of Deliverables. a. Evaluation Period. The State shall have thirty (30) calendar days from the date a deliverable is delivered to the State by the Contractor to evaluate that deliverable, except for those deliverables that have a different time negotiated by the State and the Contractor. b. Notice of Defect. If the State believes in good faith that a deliverable fails to meet the design specifications for that particular deliverable, or is otherwise deficient, then the State shall notify the Contractor of the failure or deficiencies, in writing, within thirty (30) calendar days of 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. 4. 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. Page 1 of 2 Contract Exhibit -A AdditionalProvisions 040715 EXHIBIT A This award does not include funds for Research and Development. If Contractor indicates full expenditure of funds under this Task Order Contract by February 28 of each grant year and the full expenditure does not occur, CDPHE has the option to reduce current or upcoming Task Order Contract by said amount or a percent deemed reasonable by CDPHE. CDPHE will notify the Contractor of the potential need to decrease the current or upcoming budget. If the Contractor indicates at a later date than February 28 of each grant year an expectation of surplus of funds or inability to fully expend said funds for unforeseen circumstances that Contractor had not anticipated by February 28, CDPHE will reallocate unspent funds without any penalties to the Contractor. Contractor shall request prior approval in writing from CDPHE for all modifications to the Statement of Work or for a cumulative modification to the direct costs in excess of twenty-five percent (25%) of the total budget for direct costs, between budget categories. Budget revisions are also required to incur expenses against a budget category with zero funds budgeted. To open a new budget category line, the Contractor must seek approval from CDPHE prior to incurring expenditures against the new budget line. Any request for modifications to the Budget in excess of twenty-five (25%) percent of the total budget for direct costs or $250,000.00, whichever is less, shall be submitted to CDPHE at least ninety (90) days prior to the end of the contract period and may require an amendment in accordance with General Provisions, Section 5 of this Task Order Contract. Funds provided under this Task Order Contract may not be used to: supplant funding for any existing programs/models; develop new cessation programs/models; develop curricula for youth or adults not reviewed and approved by the State; pay for individual cessation aids or nicotine replacement therapy; fund capital improvements; or fund costs of enforcement of state or local laws and ordinances. 9. Contractor affirms that it maintains no affiliations or contractual relationships, direct or indirect, with tobacco companies, owners, affiliate, subsidiaries, holding companies, or companies involved in any way in the production, processing, distribution, promotion, sales, or use of tobacco. 10. The State of Colorado, specifically the Colorado Department of Public Health and Environment, shall be the owner of all equipment as defined by the Federal Accounting Standards Advisory Board (FASAB) Generally Accepted Accounting Principles (GAAP) purchased under this Task Order Contract. At the end of the term of this Contract, the State shall approve the disposition of all equipment. 11. Contractor shall not use funds provided under this Task Order Contract for the purpose of lobbying as defined in Colorado Revised Statutes (C.R.S.) 24-6-301(3.5)(a). 12. CDPHE may increase or decrease funds available under this Task Order Contract using a Grant Funding Change Letter substantially equivalent to Attachment A-1. The Grant Funding Change Letter is not valid until it has been approved by the State Controller or designee. 13. CDPHE may require continued performance for a period of up to two (2) years at the same rates and same terms specified in the Task Order Contract. If CDPHE exercises this option, it will provide written notice to Contractor at least thirty (30) days prior to the end of 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 Contract. The total duration of this Task Order Contract, including the exercise of any options under this clause, shall not exceed three (3) years. Page 2 of 2 Contract Exibit-A AdditionalProvisions 040715 Attachment A-1 GRANT FUNDING CHANGE LETTER Date: State Fiscal Year: Grant Funding Change CMS Routing # Letter # CORE Encumbrance # TO: Insert Grantee's name In accordance with Section of the Original Contract routing number [insert the following language here if previous amendment(s), renewal(s) have been processed] as amended by [include all previous amendment(s), renewal(s) and their routing numbers], [insert the following 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 ❑ 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. Hickenlooper, GOVERNOR Department of Public Health and Environment PROGRAM APPROVAL: By: By: Lisa McGovern, Purchasing & Contracts Unit 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: Contract_ GrantFundingChangeLetter_01-2015 Page 1 f 1 Attachment A-2 OPTION LETTER Date: State Fiscal Year: Option Letter No. CMS Routing # CORE Encumbrance # 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 REOUIRE 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 services provided hereunder. By: STATE CONTROLLER Robert Jaros, CPA, MBA, JD Date: Contract_Option Letter_01-2015 Page 1 f 1 EXHIBIT B STATEMENT OF WORK To Original Contract Routing Number 16 FHLA 76436 These provisions are to be read and interpreted in conjunction with the provisions of the contract specified above. I. Entity Name: Eagle County Public Health and Environment Term: July 1, 2015 through June 30, 2018 11. Project Description: This project serves to increase tobacco cessation, reduce initiation of tobacco use, decrease tobacco prevalence among youth, and decrease exposure to secondhand smoke. III. Definitions: 1. 5As — Ask Advise Assess Assist Arrange 2. AAR — Ask Advise Refer 3. ECPHE — Eagle County Public Health and Environment 4. EHR — Electronic Health Record 5. Health Care Agency — health care agency, social services program, substance abuse practice, dental office 6. SES — socioeconomic status 7. STEPP — State Tobacco Education and Prevention Partnership 8. TTA — Training and Technical Assistance IV. Work Plan: Goal #1: The cessation success gap affecting low SES youth and adult smokers will decrease by fifty (50) percent and tobacco dependence will be treated as a chronic condition by health systems in Colorado. Objective #1: No later than the expiration date of this contract, ECPHE shall integrate tobacco cessation into routine health care practice. The Contractor shall educate health care decision makers about the health and economic burden Primary Activity imposed by tobacco use and the evidence base for clinical cessation interventions, including the #1 cost-effectiveness and return on investment of these interventions, and the importance of treating tobacco use as a chronic condition. 1. The Contractor shall identify and recruit three (3) health care agencies. 2. The Contractor shall assess the knowledge in each health care agency using a standardized survey tool. 3. The Contractor shall analyze results of standardized survey tool and identify educational needs and training recommendations. Sub -Activities #1 4. The Contractor shall disseminate training recommendation report to each health care agency. 5. The Contractor shall meet with each health care agency to review results of assessment and training recommendations. 6. The Contractor shall provide recommended training to each health care agency to increase staff knowledge. 7. The Contractor shall conduct follow up assessment with each health care agency using a standardized survey tool. Primary Activity The Contractor shall provide technical assistance to each health care agency to integrate either #2 the 5 A's or AAR Framework for Smoking Cessation and tobacco dependence treatment model into electronic health records and regular clinical practice. 1. The Contractor shall identify and recruit six (6) health care agencies. Sub -Activities #2 2. The Contractor shall administer the AAR survey tool to each health care agency to establish baseline 3. The Contractor shall based on survey findings provide recommended strategies for Page 1 of Contract Statement of Work — Exhibit B January 2015 EXHIBIT B Page 2 of 6 Contract Statement of Work - Exhibit B January 2015 integrating tobacco treatment into routine clinical practice in each health care agency using a tailored consultation and technical assistance plan 4. The Contractor shall implement suggested changes by linking each health care agency to cessation resources and implementing the consultation and technical assistance plan. 5. The Contractor shall reassess with each health care agency using standardized survey tool. Primary Activity The contractor shall complete and submit to CDPHE a project Evaluation Plan within 6 months #3 of the start of the contract. Primary Activity The contractor shall develop and implement a media plan prior to placement of any media buys. #4 Primary Activity The contractor shall attend the Colorado Tobacco Conference and one other STEPP approved #5 training each fiscal year. Primary Activity The contractor shall develop an individualized training and technical assistance plan in #6 collaboration with the Technical Assistance provider. 1. The contractor shall ensure that all work, including the work performed by subcontractors follows the RFA requirements for each strategy included in the Scope of Work. 2. 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. 3. Evaluation plan will include the participation of the contractor in evaluation -related TTA as recommended by CDPHE program staff. 4. Then contractor shall coordinate with the external evaluation contractor by providing access to program information and data as needed by CDPHE's evaluation contractor, attending bi- monthly meetings (or as needed) with CDPHE's evaluation contractor to provide program updates and to review evaluation progress, successes and barriers, and comply with data reporting requirements established by CDPHE's evaluation contractor. Standards and 5. The Contractor shall develop the media plan with guidance from the CDPHE Tobacco Requirements Communication Specialist. The media plan shall be approved by CDPHE before placement of media buys. 6. The Contractor shall use existing, customizable materials available at www.cohealthresources.com for media materials. Should these existing materials not meet grantee needs, a proposal for the development of additional resources must be submitted by the grantee, for approval from the CDPHE Tobacco Program Generalist and CDPHE Tobacco Communications Specialist. 7. The Contractor shall participate in at least one (1) consultation meeting with the School of Public Health Technical Assistance provider to develop an individualized training and technical assistance plan, for each strategy in the work plan. 8. The Contractor shall use all standardized survey tools available from CDPHE to conduct the knowledge assessment, AAR, and Workflow Assessment to be provided by CDPHE. 9. The Contractor shall ensure that all work follows best practices using the following as required resources: Centers for Disease Control and Prevention's Best Practices for Comprehensive Tobacco Control Programs -2014, United States Public Health Service Clinical Practice Guideline: Treating Tobacco Use and Dependence - 2008 Update, Patient Protection and Affordable Care Act, and The Health Information Technology for Page 2 of 6 Contract Statement of Work - Exhibit B January 2015 EXHIBIT B Page 3 of 6 Contract Statement of Work - Exhibit B January 2015 Economic and Clinical Health Act. 10. The Contractor shall prioritize their work to promote health systems change with health care systems, social service settings and other applicable interagency programs serving low -SES and other priority populations. 11. The contractor shall comply with the requirements in the A35 Tobacco Goals Required and Optional Strategies for Community and Cessation Initiatives. This document is incorporated and made part of this contract by reference and is available on the following website: https://www.colorado.go,,,/pacific/sites/default/files/PW A35 Tobacco-2016- 2018-strategies.pdf: 12. The contractor shall ensure that all work follows best practices using the following as required resources: CDC's Best Practices for Comprehensive Tobacco Control Programs - 2014, US Public Health Service Clinical Practice Guideline: Treating Tobacco Use and Dependence - 2008 Update. All work must align with the Patient Protection and Affordable Care Act (ACA), and The Health Information Technology for Economic and Clinical Health Act (HITECH). These documents are incorporated and made part of this contract by reference and are available on the following websites: http://www.cdc.gov/tobacco/stateandeol-nmunity/best 12ractices/pdfs/2014/comprehensive.pdf http://www.ahrq. gov/professionals/clinicians-providers/guidelines- recommendations/tobacco/clinicians/update/treating tobacco use08.pdf Expected Results All heath care agencies have integrated tobacco cessation into routine clinical practice. of Activity(s) 1. Increase the number of referrals and enrollment conversion rate to the Colorado QuitLine from each health care agency Measurement of 2. Demonstrated increase in knowledge of the burden of tobacco and importance of Expected Results treating tobacco as a chronic condition 3. Demonstrate the progress of sub -activities and primary activities. 4. AAR Framework for Smoking Cessation implementation into EHR and clinical practice is completed, strengthened or expanded for each health care agency Completion Date Deliverables The Contractor shall submit progress reports to the STEPP Tobacco No later than Program Generalist via email prior to the report deadline. Progress report November 15, must include key elements of project work (i.e. number and demographics January 15, of persons reached/served, work completed, accomplishments, barriers April 15 and and resolution) into the A35 Reach and Implementation Reporting Tool,. July 15 of each Grantees will be provided metrics, measures and a reporting tool through fiscal year. CDPHE's evaluation contractor. These data will be aggregated as part of the macro -evaluation of the grantsprogram.) Goal #2: Exposure to secondhand smoke, with an emphasis on low SES populations, decreases by fifty percent (50%). Objective #1: No later than expiration date of the contract, ECPHE shall engage in a tobacco policy change process that reduces prevalence and initiation of tobacco and exposure to secondhand smoke Primary Activity The Contractor shall complete a community assessment and identify opportunities for a tobacco #1 policy chane process. 1. The Contractor shall develop an assessment plan. Sub -Activities #1 2. The Contractor shall assess the tobacco problem and second hand smoke exposure (inclusive of marijuana) in workplaces and multi -unit housing facilities in Eagle, Garfield and Pitkin counties. Page 3 of 6 Contract Statement of Work - Exhibit B January 2015 EXHIBIT B Page 4 of 6 Contract Statement of Work — Exhibit B January 2015 3. The Contractor shall research, review and analyze existing tobacco policies to identify strengths and areas for improvement in Eagle, Garfield, and Pitkin counties. 4. The Contractor shall create decision maker profiles. 5. The Contractor shall meet with key decision -makers to discuss the local burden of tobacco, proven tobacco and environmental policy change strategies and best practices, and the policy change process. Primary Activity The Contractor shall implement a tobacco education and policy promotion campaign. #2 1. The Contractor shall conduct a stakeholder analysis. 2. The Contractor shall conduct research to gauge support for, determine barriers to, and inform the development of key talking points and future messaging for the implementation of the proposed tobacco policy change. 3. The Contractor shall collaborate with Technical Assistance partners to ensure clarity, impact, Sub -Activities #2 and focus of the proposed policy. 4. The Contractor shall create a tobacco education and policy change campaign. 5. The Contractor shall create burden report presentation for decision-makers/stakeholders. 6. The Contractor shall present burden report to community groups and leaders impacted by tobacco policy change. 7. The Contractor shall attend community events to provide education about the community's tobacco burden and gather support/supporters for proposed tobacco policy change. Primary Activity The Contractor shall convene a taskforce to advocate for environmental tobacco policy #3 changes. 1. The Contractor shall conduct meetings with key decision makers and taskforce members to assess support for tobacco policy'change. 2. The Contractor shall adopt or modify model tobacco policy language. 3. The Contractor shall identify, schedule, and confirm dates of presentations to council/board. Sub -Activities #3 4. The Contractor shall develop a plan to monitor and assist with implementation. 5. The Contractor shall educate and inform key decision makers and taskforce leadership regarding the policy issue, enforcement and implementation. 6. The Contractor shall organize and facilitate a community event to increase awareness and gain support of the tobacco policy change campaign. 7. The Contractor shall present policy proposal to formal decision-making authority. Primary Activity The Contractor shall support the implementation and enforcement of the tobacco policy change #4 campaign. 1. The Contractor shall promote and support implementation and compliance of the policy. 2. The Contractor shall execute the implementation plan. Sub -Activities #4 3. The Contractor shall execute an evaluation of the compliance and enforcement of the selected policy. 4. The Contractor shall present results of compliance and enforcement evaluation to taskforce members, key stakeholders, decision -makers and the public and determine if adjustments need to be made. Primary Activity The contractor shall complete and submit to CDPHE a project Evaluation Plan within 6 months #5 of the start of the contract. 1. The content of electronic documents located on CDPHE and non-CDPHE websites and information contained on CDPHE and non-CDPHE websites may be updated periodically Standards and during the contract term. The Contractor shall monitor documents and website content for Requirements updates and comply with all updates. 2. Evaluation plan will include the participation of the contractor in evaluation -related TTA as recommended by CDPHE program staff and coordinate with the external evaluation contractor by providing access to program information and data as needed by CDPHE's evaluation Page 4 of 6 Contract Statement of Work — Exhibit B January 2015 EXHIBIT B Page 5 of 6 Contract Statement of Work — Exhibit B January 2015 contractor, attending bi- monthly meetings (or as needed) with CDPHE's evaluation contractor to provide program updates and to review evaluation progress, successes and barriers, and comply with data reporting requirements established by CDPHE's evaluation contractor. 3. The Contractor shall use the following sources and approaches to assess the tobacco problem: A. The Attitudes and Behaviors Survey (TABS) 2012 B. Healthy Kids Colorado Survey C. FDA Store Audits D. Focus Groups studies E. Observational studies F. Key Informant interviews 4. The Contractor shall participate in at least one (1) consultation meeting with the School of Public Health Technical Assistance provider to develop an individualized training and technical assistance plan for each strategy in the work plan. 5. The Contractor shall maintain a taskforce that is made up of: strategic community leaders, those impacted by proposed environmental tobacco change, youth leaders, and power brokers from community. 6. The Contractor shall ensure that the environmental tobacco change campaign will include community members, decision -maker and a media outreach and education component to support the proposed environmental tobacco change. 7. The Contractor shall ensure that promotion of implementation and enforcement at a minimum will include: letters of thanks to decision makers and advertisements for the passage of the policy and implementation plans to the community. 9. Throughout the contract period, the Contractor shall immediately inform STEPP of any tobacco control municipal ordinance issues arising in the contractor's service area not already covered under all other deliverables in this scope of work, and shall collaborate with STEPP in determining a local strategy approach. Expected Results A strengthen, expanded or newly develop local policy leading to the reduction in prevalence of Activity(s) and incident of secondhand smoke exposure among Low SES populations Measurement of 1. Fidelity to the policy implementation process outlined in the work plan. Expected Results Completion Date 01 Deliverables The Contractor shall submit progress reports to the STEPP Tobacco No later than Program Generalist via email prior to the report deadline. Progress November 15, report must include key elements of project work (i.e. number and January 15, demographics of persons reached/served, work completed, April 15 and accomplishments, barriers and resolution) into the A35 Reach and July 15 of Implementation Reporting Tool,. Grantees will be provided metrics, each fiscal measures and a reporting tool through CDPHE's evaluation contractor. year. These data will be aggregated as part of the macro -evaluation of the rants program.) Page 5 of 6 Contract Statement of Work — Exhibit B January 2015 EXHIBIT B V. Monitoring: The contractor shall submit progress reports no later than fifteen (15) days after each calendar quarter and fifteen (15) days after end of the life of the contract to the Tobacco Program via email at: cdphe stepp pRLwstate.co.us Methods used will include a review of documentation determined by CDPHE to be reflective of performance to include: key elements of project work (i.e., number and demographics of persons reached/served, work completed, accomplishments, barriers and resolution) into the A35 Reach and Implementation Reporting Tool, quarterly progress reports, invoices and other fiscal and programmatic documentation as applicable. Grantees will be provided metrics, measures and reporting tool through CDPHE's evaluation contractor. These data will be aggregated as part of the macro -evaluation of the Tobacco grants program. A Final Contractor Performance Evaluation will be conducted at the end of the life of the contract and results communicated to the contractor. Failure to submit progress reports in accordance with the above time frames may result in a delay or denial of the reimbursement request for those periods. 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 Tobacco Program Generalist 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 of 6 Contract Statement of Work— Exhibit B January 2015 A&V:COLORADO Department of Public Health & Environment PREVENTION SERVICES DIVISION- BUDGET WITH JUSTIFICATION FORM Contract Routing # 16 FHLA 76436 Contractor Name Eagle County Government Budget Period 7/1/15-6/30/16 Project Name West Mountain Tobacco Program Exhibit C Budget Program Contact Name, Title, Mandy Ivanov, Project Phone and Email Coordinator, 970-328-8808, Fiscal Contact Name, Title, Wendi Gill, Fiscal Lead Specialist, Phone and Email 970-328-88004, Expenditure Categories Personal Services Salaried Employees Budget Item Percent of Total Amount Position Title/Employee Supports SOW Gross or Time on Requested from Name Description of Work (Yes/No) Annual Salary Fringe Project CDPHE Ms. Koenemann provides oversight of staff, programming, and ensures fiscal responsibility of the Project Director, Karen budget including subcontracts. Fringe detail -FICA: Koenemann $4,342.48 Medicare: $1,015.58 County Retirement: Yes $70,040.00 $ 23,873.00 5% $4,695.65 4,202.40 Workser Comp: 210.12 County Wellness $450.00 County Insurance: $13,652 Ms. Ivanov will collaborate with health care and dental health providers evaluating current protocols and practices related to patient tobacco use information and referral systems. Train health care and dental health providers in evidence -based models of 5As and AAR, and support implementation of the 5As and AAR model and Colorado Quitline referral into healthcare systems. She will collaborate with Eagle County Housing Authority to Project Coordinator, Mandy strengthen multi -unit housing tobacco policies, and work Ivanov with County Human Resource and Health and Human Yes $51,000.00 $ 21,216.50 100% $72,216.50 Services to strengthen existing tobacco policies and promote tobacco cessation and education through worksite wellness initiatives. She will assess current policies in three county region. Ms. Ivanov will also design and implement media plans to support cessation and policy work. Fringe Detail - FICA: $3,162.00 Medicare: $739.50 County Retirement: 3,060.00 Workers Comp: 153.00 County Wellness: $450.00 County Insurance: $13,652 Page 1 of 4 V. 1 Jan 2013 PREVENTION SERVICES DIVISION- BUDGET WITH JUSTIFICATION FORM Contract Routing # 16 FHLA 76436 Contractor Name Eagle County Government Budget Period 7/1/15-6/30/16 Project Name West Mountain Tobacco Program Exhibit C Budget Program Contact Name, Title, Mandy Ivanov, Project Phone and Email Coordinator, 970-328-8808, Fiscal Contact Name, Title, Wendi Gill, Fiscal Lead Specialist, Phone and Email 970-328-88004, Page 2 of 4 V. 1 Jan 2013 Ms. Carey is a public health nurse who will provide techincal assistance to Eagle County Public Health programs to ensure that all staff are following consistent intake procedures and referals. Work with health care Theresa Carey providers to ensure they have the resources and Yes $56,135.00 $ 26,738.37 5% $4,143.67 knowledge to implement their models. Fringe Detail - FICA: $3,480.37 Medicare: $813.96 County Retirement: $3,368.10 Workers Comp: $419.95 County Wellness: $450.00 County insurance: $18,206.00 Personal Services Hourly Employees Budget Item Total # of Total Amount Position Title/Employee Supports SOW Hours on Requested from Name Description of Work (Yes/No) Hourly Wage Hourly Fringe Project CDPHE $0.00 Total Personal Services (inducling fringe benefits) $81,056 Supplies & Operating Expenses Budget Item Total Amount Supports SOW Requested from Item Description of Item (Yes/No) Rate Quantity CDPHE Refreshments for Lake Creek resident groups ($5 person x 20 participants x 6 Food/Refreshments meetings) = $600; Light lunch for TA and AAR/SAs trainings at healthcare Yes $ 880.00 1 $880.00 providers (4 trainings x $10/person x 7 participants) = $280 Advertising for Colorado Quitline (4 campaigns -Great American SmokeOut, New Years, Kick Butts Day, World No Tobacco Day. Newspapers (3 papers x 4 ads x Media/Marketing $225/ad= $2700), bus shelter ads (3 placements x 4 cycles x $160/cycle = Yes $ 12,520.00 1 $12,520.00 $1920); exterior bus ads (2 placement x $2600 = $5200)and radio stations ($15.00/spot x 180 times=$2700). Educational materials for Multi -unit housing - County Facilities -approved Printing/Copying Signage for each building ($30 x 34 buildings = $1020); paper for community Yes $ 1,220.00 1 $1,220.00 assessments and trainings ($200) Page 2 of 4 V. 1 Jan 2013 PREVENTION SERVICES DIVISION- BUDGET WITH JUSTIFICATION FORM Contract Routing # 16 FHLA 76436 Contractor Name Eagle County Government Budget Period 7/1/15-6/30/16 Project Name West Mountain Tobacco Program Exhibit C Budget Program Contact Name, Title, Mandy Ivanov, Project Phone and Email Coordinator, 970-328-8808, Fiscal Contact Name, Title, Wendi Gill, Fiscal Lead Specialist, Phone and Email 970-328-88004, Office Supplies Standing desk ($544); general office supplies (pens, notebooks, folders, printer Yes $ 724.00 1 $724.00 cartridges; estimated at $15/mo x 12mo. _ $180) Promotional Materials Quitline Promotional materials not available through cohealthresources.org Yes $ 0.62 300 $186.00 (stress balls 300 x .62 = $186) Incentives for Lake Creek Village residents to complete assessments (850 residents x $5 City Market gift card). Gift cards will be stored in a locked file cabinet. Gift cards will be marked with a number and a spreadsheet will be Incentives maintained for tracking each card number. Upon completing an assessment, Yes $ 5.00 850 $4,250.00 the resident will receive a gift card, print their name and sign the spreadsheet for the corresponding number on the card. $0.00 Total Supplies $19,780.00 Travel Budget Item Total Amount Supports SOW Requested from Item Description of Item (Yes/No) Rate Quantity COPHE Coordinator will attend two mandatory trainings in Denver. Round trip is Mileage approximately 300 miles x 2 trips = 600 miles. Reimbursement at $.575/mile. Yes $ 0.575 5400 $3,105.00 Coordinator will be driving 400 miles p pport activities with per month to support Health Care Providers, housing authority and county public health agencies. Coordinator will attend two mandatory trainings in Denver. Meal estimate is Meals based on current government per diem rate for Denver: Travel day per diem reimbursement at $49.50 (2 days) and full day reimbursement at $66.00 (2 Yes $ 231.00 2 $462.00 days). $231/trip x 2= $462 Overnight stay for Coordinator to attend two mandatory meetings in Denver. Lodging Estimate is based on current government per diem rate for Denver. $163/night Yes $ 163.00 6 $978.00 x 3 nights x 2 trainings Page 3 of 4 V. 1 Jan 2013 PREVENTION SERVICES DIVISION- BUDGET WITH JUSTIFICATION FORM Contract Routing # 16 FHLA 76436 Contractor Name Eagle County Government Budget Period 7/1/15-6/30/16 Project Name West Mountain Tobacco Program Exhibit C Budget Program Contact Name, Title, Mandy Ivanov, Project Phone and Email Coordinator, 970-328-8808, Fiscal Contact Name, Title, Wendi Gill, Fiscal Lead Specialist, Phone and Email 970-328-88004, Parking Parking downtown Denver for two mandatory meetings - $10/day x 6 days. Yes $ 10.00 6 $60.00 Total Travel $4,605.00 Contractual Budget Item Total Amount Supports SOW Requested from Subcontractor Name Description of Item (Yes/No) Rate Quanti CDPHE Aspen to Parachute Dental Alliance will reach out to dental offices and provide technical assistance to support tobacco cessation and Quitline Aspen to Parachute Dental Resources and referral. (110 hrs x $32.00 =$3520 staff hours; Travel - Health Alliance 500 miles x.575/mile = $288 Total = $3808) Yes $ 3,800.00 1 $3,800.00 Total COIi#raCtllBl $3,800.00' SUB -TOTAL BEFORE INDIRECT $109,240.82 Indirect Total Amount Requested from Item Description of Item CDPHE Negotiated Indirect cost rate (Federal, State, or CDPHE) Indirect rate (other): Eagle County does not currently have a negotiated Federal or CDPHE indirect rate agreement. Eagle County is electing to use 10% Indirect (modified or of personnel costs for this budget instead of the 10% DeMinimis rate for MTDC. Approved by Patti Theriot, CDPHE Internal additional base) Auditor. $8,106.00 Page 4 of 4 V. 1 Jan 2013