No preview available
HomeMy WebLinkAboutC15-247 Colorado Department of Public Health and Environment AmendmentDEPARTMENT OR AGENCY NAME COLORADO DEPARTMENT OF PUBLIC HEALTH AND ENVIRONMENT OERP -FHJA DEPARTMENT OR AGENCY NUMBER FAAA CONTRACT ROUTING NUMBER 16 -79602 AMENDMENT FOR TASK ORDERS #3 This Amendment is made this 1st day of Mav, 2015, by and between the State of Colorado, acting by and through the DEPARTMENT OF PUBLIC HEALTH AND ENVIRONMENT, whose address or principal place of business is 4300 Cherry Creek Drive South, Denver, Colorado 80246, hereinafter referred to as the "State "; and, BOARD OF COUNTY COMMISSIONERS OF EAGLE COUNTY, (a political subdivision of the state of Colorado), 500 Broadway, Eagle, Colorado, 81631, for the use and benefit of Eagle County Public Health Agency, whose address or principal place of business is 551 Broadway, Eagle, Colorado, 81631, hereinafter referred to as the "Contractor ". FACTUAL RECITALS The parties entered into a Master Contract, dated January 17, 2012, with contract routing number 13 FAA 00016. Pursuant to the terms and conditions of the Master Contract, the parties entered into a Task Order Contract, dated April 01, 2012, with encumbrance number PO FJA EPR1341889' and contract routing number 13 FJA 41889, as amended by Task Order #1, contract routing number 14 FJA 53969, as amended by Task Order #2, with contract routing number 15 FHJA 65588, as amended by Task Order #3, collectively referred to herein as the "Original Task Order Contract, whereby the Contractor was to provide to the State the following: Contractor shall work with and through state, regional, and local partnerships to achieve emergency preparedness activities. Contractor shall ensure collaboration with the Colorado Department of Public Health and Environment, the Office of Emergency Preparedness and Response, local public health agencies, and regional epidemiologist and generalist staff members within the designated All Hazards Region. The State promises to increase the amount of funds to be paid to the Contractor by Thirty Four Thousand Four Hundred Forty Five Dollars, ($34,445.00) for the renewal term of One year ending on June 30, 2016, in exchange for the promise of the Contractor to perform the increased work described herein. NOW THEREFORE, in consideration of their mutual promises to each other, stated below, the parties hereto agree as follows: Consideration for this Amendment to the Original Task Order Contract consists of the payments and services that shall be made pursuant to this Amendment, and promises and agreements herein set forth. It is expressly agreed to by the parties that this Amendment is supplemental to the Original Task Order Contract, contract routing number contract routing number 13 FJA 41889, as amended by Amendment for original Task Orders, with contract routing number 14 FJA 53969, as amended by Amendment for Task Orders #1, with contract routing number 15 FHJA 65588, as amended by Amendment for Task Order #2 collectively referred to herein as the Original Contract, which is by this reference incorporated herein. All terms, conditions, and provisions thereof, unless specifically modified herein, are to apply to this Amendment as though they were expressly rewritten, incorporated, and included herein. It is expressly agreed to by the parties that the Original Task Order Contract is and shall be modified, Page 1 of 5 Contract Amendment TaskOrder 01 -2015 � f 14z DEPARTMENT OR AGENCY NAME COLORADO DEPARTMENT OF PUBLIC HEALTH AND ENVIRONMENT OERP -FHJA DEPARTMENT OR AGENCY NUMBER FAAA CONTRACT ROUTING NUMBER 16 -79602 AMENDMENT FOR TASK ORDERS #3 This Amendment is made this 1st day of Mav, 2015, by and between the State of Colorado, acting by and through the DEPARTMENT OF PUBLIC HEALTH AND ENVIRONMENT, whose address or principal place of business is 4300 Cherry Creek Drive South, Denver, Colorado 80246, hereinafter referred to as the "State ", and, BOARD OF COUNTY COMMISSIONERS OF EAGLE COUNTY, (a political subdivision of the state of Colorado), 500 Broadway, Eagle, Colorado, 81631, for the use and benefit of Eagle County Public Health A enc , whose address or principal place of business is 551 Broadway, Eagle, Colorado, 81631, hereinafter referred to as the "Contractor ". FACTUAL RECITALS The parties entered into a Master Contract, dated January 17, 2012, with contract routing number 13 FAA 00016. Pursuant to the terms and conditions of the Master Contract, the parties entered into a Task Order Contract, dated April 01, 2012, with encumbrance number PO FJA EPR1341889, and contract routing number 13 FJA 41889, as amended by Task Order #1, contract routing number 14 FJA 53969, as amended by Task Order #2, with contract routing number 15 FHJA 65588, as amended by Task Order #3, collectively referred to herein as the "Original Task Order Contract, whereby the Contractor was to provide to the State the following: Contractor shall work with and through state, regional, and local partnerships to achieve emergency preparedness activities. Contractor shall ensure collaboration with the Colorado Department of Public Health and Environment, the Office of Emergency Preparedness and Response, local public health agencies, and regional epidemiologist and generalist staff members within the designated All Hazards Region. The State promises to increase the amount of funds to be paid to the Contractor by Thirty Four Thousand Four Hundred Forty Five Dollars, ($34,445.00) for the renewal term of One year ending on June 30, 2016, in exchange for the promise of the Contractor to perform the increased work described herein. NOW THEREFORE, in consideration of their mutual promises to each other, stated below, the parties hereto agree as follows: Consideration for this Amendment to the Original Task Order Contract consists of the payments and services that shall be made pursuant to this Amendment, and promises and agreements herein set forth. It is expressly agreed to by the parties that this Amendment is supplemental to the Original Task Order Contract, contract routing number contract routing number 13 FJA 41889, as amended by Amendment for original Task Orders, with contract routing number 14 FJA 53969, as amended by Amendment for Task Orders #1, with contract routing number 15 FHJA 65588, as amended by Amendment for Task Order #2 collectively referred to herein as the Original Contract, which is by this reference incorporated herein. All terms, conditions, and provisions thereof, unless specifically modified herein, are to apply to this Amendment as though they were expressly rewritten, incorporated, and included herein. It is expressly agreed to by the parties that the Original Task Order Contract is and shall be modified, Page 1 of 5 Contract Amendment TaskOrder 01 -2015 olq- W altered, and changed in the following respects only: A� This Contract Amendment is issued pursuant to paragraph 05 of the Original Task Order Contract identified by contract routing number 13 FJA 41889. This Amendment is for the renewal term of July 01, 2015, through and including June 30, 2016. This Amendment modifies the Original Task Order Contract by adding descriptive elements. The following provision modifications are incorporated herein by this reference. i. The following information shall be added as a supplement to page 1 of the Task Order Contract a Contractor DUNS: 078478285 b Classification: Subrecipient ii. The following information shall be added as a supplement to Exhibit A, Additional Provisions, of the Task Order Contract: a This award does not include funds for Research and Development. B. This Amendment is issued pursuant to paragraph 5 of the Original Task Order Contract identified by contract routing number 13 FJA 41889. This Amendment is for the renewal term of July 01, 2015, through and including June 30, 2016. The maximum amount payable by the State for the work to be performed by the Contractor during this renewal term is Thirty Four Thousand Four Hundred Forty Five Dollars, ($34,445.00) for an amended total financial obligation of the State of One Hundred Thirty Thousand Five Hundred Eiehty Dollars, ($130,580.00). This is an increase of Thirty Four Thousand Four Hundred Forty Five Dollars, ($34,445.00) of the amount payable from the previous term. Of the maximum amount for this renewal term Thirty Four Thousand Four Hundred Forty Five Dollars, ($34,445.00) are attributable to a funding source of the State of Colorado and Thirty Four Thousand Four Hundred Forty Five Dollars, ($34,445.00) are attributable to a funding source of the United States Government (see Catalog of Federal Domestic Assistance (CFDA) number *93.069). The revised Statement of Work is incorporated herein by this reference and identified as "Exhibit H ". The revised Budget is incorporated herein by this reference and identified as "Exhibit I ". The Original Task Order Contract is modified accordingly. All other terms and conditions of the Original Task Order Contract are reaffirmed. 4. The Effective Date of this Amendment is July 01, 2015, or upon approval of the State Controller, or an authorized delegate thereof, whichever is later. Except for the Special Provisions and other terms and conditions of the Master Contract and the General Provisions of the Original Task Order Contract, in the event of any conflict, inconsistency, variance, or contradiction between the terms and provisions of this Amendment and any of the terms and provisions of t e Original Task Order Contract, the terms and provisions of this Amendment shall in all respects supersede, govern, and control. The Special Provisions and other terms and conditions of the Master Contract shall always control over other provisions of the Original Task Order Contract or any subsequent amendments thereto. The representations in the Special Provisions to the Master Contract concerning the absence of personal interest of state of Colorado employees and the certifications in the Special Provisions relating to illegal aliens are presently reaffirmed. 6. FINANCIAL OBLIGATIONS OF THE STATE PAYABLE AFTER THE CURRENT FISCAL YEAR ARE CONTINGENT UPON FUNDS FOR THAT PURPOSE BEING APPROPRIATED, BUDGETED, AND OTHERWISE MADE AVAILABLE. Page 2 of 5 Contract Amendment TaskOrder 01 -2015 This page left intentionally blank. Page 3 of 5 Contract Amendment TaskOrder 01 -2015 IN WITNESS WHEREOF, the parties hereto have executed this Amendment on the day first above written. * Persons signing for Contractor hereby swear and affirm that they are authorized to act on Contractor's behalf and acknowledge that the State is relying on their representations to that effect. CONTRACTOR: BOARD OF COUNTY COMMISSIONERS OF EAGLE COUNTY (A political subdivision of the state of Colorado) For the use and benefit of the Eagle Couo►ty/Public IfeAlffi Agency Signatur(o� Authorized Officer U Dote yn P ' t Name of Authorized Officer W 1 — P int Title of Authorized Officer STATE: STATE OF COLORADO John W. Hickenlooper, Governor By: For the Executive Director DEPARTMENT OF PUBLIC HEALTH AND ENVIRONMENT PROGRAM APPROVAL: By: ALL CONTRACTS MUST BE APPROVED BY THE STATE CONTROLLER CRS §24430 -202 requires the State Controller to approve all State Contracts. This Contract is not valid until sigin ed and dated below by the State Controller or delegate. Contractor is not authorized to begin perfori iance until such time. If Contractor begins performing prior thereto, the State of Colorado is not obligat d to pay Contractor for such performance or for any goods and /or services provided hereunder. STATE CONTROLLER Robert Jaros, CPA, MBA, JD By: Date: Page 4 of 5 Contract Amendment TaskOrder 01 -2015 This page left intentionally blank. Page 5 of 5 Contract Amendment TaskOrder 01 -2015 EXHIBIT H STATEMENT OF WORK To Original Contract Routing Number 13 FJA 41889 Contract Amendment #3 Routing Number 16 FHJA 79602 These provisions are to be read and interpreted in conjunction with the provisions of the contract specified above. I. Ent it Name: Eagle County Public Health Agency Ter July 1, 2015 — June 30, 2016, IL Proj�ct Description: Purpose: The purpose of the aligned 2012 -2017 Hospital Preparedness Program (HPP) - Public Health Emergency Preparedness (PHEP) cooperative agreement programs is to provide technical assistance and resources that support state, local, territorial, and tribal public health departments and healthcare systems /organizations in demopstrating measurable and sustainable progress toward achieving public health and healthcare preparedness capabilities that promote prepared and resilient communities. Cont ct Objectives — The HPP and PHEP cooperative agreements are authorized under Section 319C -1 and 31902 of the Public Health Service Act, as amended by the Pandemic and All- Hazards Preparedness Act (PAMPA) of 2006. Public Health Emergency Preparedness (PHEP): CDC has developed 15 capabilities to serve as national public health preparedness standards. CDC's Public Health Preparedness Capabilities: National Standards for State and Local Planning ensures that federal preparedness funds are directed to priority areas within jurisdictions. CDC strongly recommends that awardees prioritize the order of the capabilities in which they intend to invest based upon;, 1) their jurisdictional risk assessments, 2) an assessment of current capabilities and gaps, and 3) CDC's recommended tiered strategy for capabilities. III. Definitions: AARi,— After Action Report ASPt — Assistant Secretary for Preparedness and Response CDC I— Centers for Disease Control and Prevention CRI + Cities Readiness Initiative CDPI -IE — Colorado Department of Public Health and Environment CEDRS — Colorado Electronic Disease Reporting Systems CIIS- Colorado Inventory Management System CO -HARE — Colorado State Health Alert and Readiness Exchange CO.'IfRAIN — Colorado Training Finder for Real -Time Affiliated Integrated Network Conttactor and /or Vendor — Any party to which a purchase order is issue DOQ— Department Operations Center EPR+ Emergency Preparedness and Response FY — (Fiscal Year HPP Hospital Preparedness Program HSEtP — Homeland Security Exercise and Evaluation Program ID — Identification Number JRA Joint Jurisdictional Risk Assessment LTP Local Transfer Point L — 'If AR — Legal Technical Assistance Review MHz( — Megahertz MC4 - Medical Case Management NORMS — National Outbreak Reporting System OEPR — Office of Emergency Preparedness and Response OMS — Outbreak Management System PAHPA — Pandemic and All- Hazards Preparedness Act POD(— Point of Dispensing Page 1 of 7 Contract Statemont of Work — Exhibit B January 2015 EXHIBIT H PHEOP - Public Health Emergency Operations Plan PHEP — Public Health Emergency Preparedness PIC — Public Information and Communication RSS — Receiving, Staging Storage Warehouse RTP — Regional Transfer Point SRPOC — State Regional Point of Contact STEC - Shiga toxin - producing E. coli SNS — Strategic National Stockpile IV. Work Plan: Goal #1: Increase capacity for preparedness response and recovery in the Eagle County. Objective #1: No later than the expiration date of the Contract, provide public health preparedness response and recovery activities in Eagle County through planning, training, exercises and real events. Primary Activity #1 PLANNING: Participate in Emergency Preparedness and Response planning and planning coordination. 1. The Contractor shall identify and update an annex of their Public Health Emergency Operations Plan ( PHEOP), based upon Public Health Emergency Preparedness (PHEP) Capabilities. 2. The Contractor shall complete an agency specific Hazard Vulnerability Analysis (HVA), on a template provided by CDPHE. 3. The Contractor shall assist their healthcare coalition partners to complete a Joint Risk Assessment (JRA), utilizing resources, JRA online application, and templates as provided by CDPHE. 4. The Contractor shall ensure their PHEOP / Communications Annex includes a process for creating, approving and disseminating an Incident Action Plan (IAP) during an incident response. 5. The Contractor shall update their Strategic National Stockpile (SNS) Mass Dispensing/Vaccination/Point of Dispensing (POD) Annexes. 6. The Contractor shall complete the POD Operational Data Sheet for their jurisdiction using Sub- Activities #1 the CDC POD Planning Standards Template. 7. The Contractor shall ensure that all LPHAs complete the Site Survey Tab on the Colorado Public Health Emergency IMS Tool in the in the CIIS -SNS Inventory Management System for their POD and hospitals sites. 8. The Contractor shall assist CDPHE OEPR Staff in reviewing LPHA Pandemic Annexes based on criteria developed by CDPHE (FOR REGIONAL HOSTING AGENCIES ONLY) 9. The Contractor shall update their Continuity of Operations Plan to include all planning elements, as outlined in CDPHE's Continuity of Operations Plan Development Guidance. 10. The Contractor shall establish / update protocol and procedures for processing emergency public health funds to include identification of the appropriate approving authority for emergency / supplemental public health funding. 11. The Contractor shall complete, at a minimum, one (1) Colorado Inclusion in Colorado (CICO) Map activity out of the list provided in the 2015 -2016 Grant Guidance. 12. The Contractor shall identify at least one (1) individual to be the Colorado Volunteer Mobilizer (CVM) administrator for county volunteers. Primary Activity #2 TRAINING: Participate in Emergency Preparedness Training and Training Activities 1. The Contractor shall attend Joint Risk Assessment (JRA) training as provided by CDPHE or EPR Regional Staff 2. The Contractor shall participate in a minimum of one (1) training to address a gap or necessary improvement identified in the 2014 -15 HCC tabletop exercise. Sub- Activities #2 3. The Contractor shall create or update a training and exercise plan, based on identified needs and lessons learned. 4. The Contractor shall share their training and exercise plan with healthcare coalition members. 5. The Contractor shall participate in or host a mass fatality training. Page 2 of 7 Contract Statement of Work — Exhibit B January 2015 EXHIBIT H Page 3 of 7 Contract Stateme�t of Work — Exhibit B January 2015 6. The Contractor shall participate in (1) CIIS -SNS Inventory Management face -to -face training as provided by regional staff. 7. The Contractor shall participate in (1) CIIS -SNS Inventory Management train - the - trainer as provided by CDPHE (FOR REGIONAL HOSTING AGENCIES ONLY) 8. The Contractor shall deliver (1) face -to -face CIIS -SNS Inventory Management training to local public health staff (FOR REGIONAL HOSTING AGENCIES ONLY) 9. The Contractor shall participate in a CVM administrator webinar. 10. The Contractor shall post all hosted trainings into the appropriate CO -SHARE Training Calendar. EXERCISING / DRILLS: Participate in Emergency Preparedness and Response exercises Primary Activity #3 and drills. 1. The Contractor shall participate in a healthcare coalition based functional exercise planning meeting to assist in the modification of exercise documentation, provided by CDPHE. 2. The Contractor shall modify all necessary functional exercise documentation templates to reflect HCC and agency needs. 1 The Contractor shall assist CDPHE in marketing the functional exercise to community response partners, as well as internally within the HCC. 4. The Contractor shall recruit volunteers to serve in specific roles for the Functional Exercise, as defined by CDPHE, by their exercise date. 5. The Contractor shall participate in the planning and implementation of one (1) Regional Transfer Point Drill, to include the CIIS -SNS IMS, as coordinated by CDPHE (FOR REGIONAL HOSTING AGENCIES ONLY) 6. The Contractor shall participate in one- (1) functional exercise sponsored by CDPHE, including healthcare coalition partners. Sub -Act vities #3 7. The Contractor shall initiate quarterly Regional / local communication drills. . 8. The Contractor shall complete an after action report survey, including improvement plan elements, based on completed functional exercise. 9. The Contractor shall participate in the planning and implementation of one (1) Regional Transfer Point Functional exercise, the CIIS -SNS Inventory Management System (IMS), as coordinated by CDPHE. 10. The Contractor shall complete the following two (2) operational drills for one (1) Open POD site in each county that includes -- Staff Notification, Site Activation or Facility Set- Up -- OR complete one (1) Open POD functional or full -scale exercise. 11. The Contractor shall participate in two (2) tactical communications drills initiated by CDPHE focusing on CDPHE DOC to Local POD and RSS to RTP/LTP communication via 800MHz radio and cell phone equipment. 12. The Contractor shall participate in a minimum of two (2) DOC/RTP/LTP to POD communications drills initiated by the agency. 13. The Contractor shall post all hosted exercise / drills into the appropriate CO -SHARE Exercise Calendar. 7 Primary M . ,.....n ctivity #4 ..„ .... ry ...., . a. .. ADDITIONAL ACTIVITIES. Coordinate collaborative activities with local, regional and state emergency re aredness and response staff. 1. The Contractor shall act as a liaison between CDPHE and EPR Regional Staff to local community preparedness associates. 2. The Contractor shall use CDPHE - provided evaluation tools to collect CDPHE and federally specified data, including surveys, upon request. Sub -Act vities #4 3. The Contractor shall coordinate and participate in site visits as requested by CDPHE. 4. The Contractor shall participate in workshops, conferences, mandatory meetings, and communication drills as requested by CDPHE. 5. The Contractor shall participate in work groups as requested by CDPHE. 6. The Contractor shall seek planning, training, exercise and other emergency preparedness and response technical assistance from EPR Regional Staff and CDPHE OEPR as needed. Page 3 of 7 Contract Stateme�t of Work — Exhibit B January 2015 EXHIBIT H Page 4 of 7 Contract Statement of Work — Exhibit B January 2015 1. The content of electronic documents located on CDPHE and non -CDPHE websites and information contained on CDPHE and non -CDPHE websites may be updated periodically during the contract term. The contractor shall monitor documents and website content for updates and comply with all updates. 2. Mass DispensingNaccination/Point of Dispensing (POD) Annex update shall be based upon the 2015 POD Plan Review with new Medical Countermeasure Operational Readiness Review (MCM ORR) criteria. 3. The Contractor shall include all planning elements, outlined in CDPHE's Continuity of Operations Plan Development Guidance, in their updated Continuity of Operations Plan. 4. The Contractor is required to modify all Functional exercise documentation, provided by CDPHE, as a Healthcare Coalition. 5. Regions must come to an agreement on what date of play shall be chosen, as all regional partners are expected to "play" on the same day. If the date selection has not been made by September 1, 2015 then remaining regions who have not chosen a date, will be assigned a date of play. 6. The list of available "dates of play" will be listed within CDPHE Grant guidance. These dates will remain available on a first come, first served basis. It is recommended that regions begin discussions early to make date selections, and have regional staff inform their SRPOC as soon as the date is selected, in order to guarantee availability. 7. The EPR Regional Staff will coordinate and report Functional Exercise date selection information to the State Regional Point of Contact (SRPOC) for the entire region. 8. Functional Exercise marketing must include, but is not limited to, distribution of marketing materials, encouraging partners to participate, collaborating with other HCCs on marketing. 9. The Contractor shall utilize the Functional Exercise scenario and associated templates Standards and as provided by CDPHE. These templates should be modified to better reflect local Requirements exercise needs. 10. Functional exercise play will take place regionally. Regions are not expected to respond as a region, but all HCC partners within the region will participate in exercise play on the same date, as chosen by HCC partners within the region. 11. It is expected that all Healthcare Coalition partners shall take part in Functional Exercise play, whether by activating internal emergency operations, or participating with another partner agency. 12. The Contractor is required to utilize Homeland Security Exercise Evaluation Program (HSEEP) guidance for any exercise development and implementation or for real event documentation. 13. Necessary Functional Exercise documentation includes, at a minimum, the following documents: Exercise Plan (ExPlan), Exercise Evaluation Guides (EEGs), Master Scenario Events List, Exercise Power Point presentations (PPT), Exercise marketing fliers. 14. As part of the functional exercise, volunteers may be needed to serve in the following roles: evaluators, controllers, exercise role players, SimCell volunteers (if agency chooses to have a SimCell). Contractors shall work with HCC partners to identify community members who can serve in these roles. 15. The Contractor shall ensure that appropriate Regional Emergency Preparedness and Response Staff time and resources are allocated to support all identified activities for all local agencies within the region. 16. The Contractor shall utilize CIIS SNS Inventory Management training materials to deliver instruction to local public health staff as developed by CDPHE. 17. The Contractor shall utilize the POD Operational Drill templates as developed by CDC for the POD drills. 18. If Contractor elects to complete a Functional or Full Scale POD exercise, an After Action Report and Improvement Plan must be submitted. 19. Any communication drills should be reported utilizing the Drill Reporting Template, as provided by CDPHE. Page 4 of 7 Contract Statement of Work — Exhibit B January 2015 EXHIBIT If Page 5 of 7 Contract Statement of Work — Exhibit B January 2015 20. The Contractor is responsible for working with EPR Regional Staff to ensure local staffing and other support (partner, logistics) for the Regional/Local Transfer Point that would support their county in the event of a medical countermeasure emergency. 21. The Contractor shall post all hosted trainings into CO.TRAIN. Expected lesults of Increase capacity for preparedness response and recovery in the XYZ County. Acti s L Measures of Public Health Emergency Operations Plans effectiveness and validity will be evaluated per the performance measures for PHEP and HPP capabilities — resources to reference include: Measurement of Expected a. PHEP Performance Measures Specifications and Implementation Guidance Results b. Hospital Preparedness Program (HPP) Performance Measure Manual. 2. Exercises and drills will be evaluated through After Action Reports and Improvement Plans to determine plan or system response readiness Completion Date 1. The Contractor shall upload their updated PHEOP annex(es) into June 1, 2016 the appropriate CO -SHARE folder. 2. The Contractor shall upload their updated PHEOP / Communications annex which includes an updated process for June 1, 2016 creating, approving and disseminating an Incident Action Plan to the appropriate CO -SHARE Folder. 3. The Contractor shall upload the updated Mass Dispensing/ Vaccination/ POD Annex to CO -SHARE under their County June 1, 2016 PHEOP POD Annex folder. 4. The Contractor shall upload the completed POD Planning June 1, 2016 Standards Template in CO- SHARE. 5. The Contractor shall upload the completed Site Survey tab on the Colorado Public Health Emergency Inventory Management System October 31, 2015 (IMS) Tool (in CIIS) into the appropriate CO -SHARE folder. 6. The Contractor shall upload CO.TRAIN course number and training roster of local public health staff completing the CIIS -SNS June 1, 2016 IMS training to the appropriate CO -SHARE folder (FOR REGIONAL HOSTING AGENCIES ONLY 7. The contractor shall upload their updated Continuity of Operations February 5, 2016 ry Deliverables Plan to the appropriate CO -SHARE Grant Reporting folder. 8. The Contractor shall upload their established or updated protocol and procedures for processing emergency public health fund to June 1, 2016 CO- SHARE. 9. The Contractor shall post to CO -SHARE which Colorado Inclusion Mapping activity (CICO) was completed. February 15, 2016 10. The Contractor shall submit the name and contact information of the individual within the county that is the Colorado Volunteer Mobilizer (CVM) administrator to the appropriate CO -SHARE December 15, 2015 folder. 11. The Contractor shall upload a certificate of completion of CVM April 1, 2016 Webinar to the appropriate CO -SHARE folder. 12. The Contractor shall upload a completed agency specific Hazard Within two weeks Vulnerability Analysis (HVA) into the Joint Risk Assessment following JRA system, and indicate completion of the activity on the Grant training, no later Reporting Spreadsheet. than December 31, 2015. 13. The Contractor shall upload one complete CDPHE JRA Template I June 1, 2016 Page 5 of 7 Contract Statement of Work — Exhibit B January 2015 EXHIBIT H Page 6 of 7 Contract Statement of Work — Exhibit B January 2015 per coalition to CO- SHARE. 14. The Contractor shall upload verification of participation in a training related to a gap identified in the 2014 -15 HCC tabletop June 15, 2016 exercise to the appropriate CO -SHARE folder. 15. The Contractor shall upload their updated training and exercise plan to the appropriate CO -SHARE Folder. February 1, 2016 16. The Contractor shall upload an HCC Agenda indicating training and exercise plans were discussed to the appropriate COSHARE June 1, 2016 folder. 17. The Contractor shall upload verification of participation in or hosting of a mass fatality training to the appropriate CO -SHARE June 1, 2016 folder. 18. The Contractor shall upload verification of participation in one (1) train- the - trainer for the CIIS -SNS Inventory Management System. June 1, 2016 (FOR REGIONAL HOSTING AGENCIES ONLY) 19. The Contractor shall upload verification of participation in one (1) CIIS -SNS Inventory Management face -to -face training as provided June 1, 2016 by regional staff to the appropriate CO -SHARE folder. 20. The Contractor shall participate in a healthcare coalition based functional exercise planning meeting to assist in the selection of one or more optional functional exercise objective, from a list October 1, 2015 provided by CDPHE. 21. The Contractor shall modify all necessary functional exercise documentation templates, as provided by CDPHE, to reflect HCC June 12016 and agency needs as well as selected optional exercise objective /s. 22. The Contractor shall recruit volunteers to serve in specific roles, as defined by CDPHE, during their exercise date of play. September 1, 2015. 23. The Contractor shall assist CDPHE in marketing the functional No later than one exercise to community response partners, as well as internally month prior to the within the HCC. selected regional date of play Or June 1, 2016 24. The Contractor shall participate in one functional exercise No later than one sponsored by CDPHE, including healthcare coalition partners. month prior to the selected regional date of play Or June 1, 2016 25. The Contractor shall complete an after action report survey No later than one including improvement plan elements based on completed month after exercise functional exercise. completion Or June 1, 2016 26. The Contractor shall upload agency attendance sheets following the RTP /LTP Functional Exercises conducted by CDPHE, to the June 1, 2016 appropriate CO -SHARE folder. 27. The Contractor shall upload drill report template for two (2) tactical communications focusing on CDPHE DOC to Local POD and RSS to RTP /LTP communication via 800MHz radio and cell phone equipment. June 1, 2016 28. The Contractor shall upload drill report template for a minimum of two (2) DOC/RTP /LTP to POD communications drills initiated by the agency. June 1, 2016 Page 6 of 7 Contract Statement of Work — Exhibit B January 2015 EXHIBIT H ' V. Monittoring: CDP E's monitoring of this contract for compliance with performance requirements will be conducted throughout the contract period by the Contract Monitor. Methods used will include a review of documentation determined by CDP E to be reflective of performance to include progress reports and other fiscal and programmatic docurentation 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 (30) calendar days of discovery, the Contractor and the State will collaborate, when appropriate, to determine the actior(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 circu�istances arise that requires an extension to the time line, the Contractor must email a request to the Grants Bran$h Manager and receive approval for a new due date. The State will oversee the completion/implementation of tho action(s) to ensure time lines are met and the issue(s) is resolved. If the Contractor demonstrates inaction or di$regard for the agreed upon compliance resolution plan, the State may exercise its rights under the provisions of this contract. Page 7 of 7 Contract Statement of Work — Exhibit B January 2015 29. The Contractor shall upload the completed: a. POD Drill Report Templates into the appropriate CO- SHARE Folder if POD drill activity was completed No later than OR June 1, 2016. b. After Action Report and Improvement Plan if a POD Functional Exercise was completed. 30. The Contractor shall complete the Drill Report Template in CO- Within 30 days of SHARE. the drill No Later than June 1, 2016. 31. The Contractor shall post all hosted trainings and exercises on the At least two weeks appropriate CO -SHARE Training and Exercise calendars. prior to training or June 1, 2016. V. Monittoring: CDP E's monitoring of this contract for compliance with performance requirements will be conducted throughout the contract period by the Contract Monitor. Methods used will include a review of documentation determined by CDP E to be reflective of performance to include progress reports and other fiscal and programmatic docurentation as applicable. The Contractor's performance will be evaluated at set intervals and communicated to the contractor. A Final Contractor Performance Evaluation will be conducted at the end of the life of the contract. VI. Resolution of Non - Compliance: The Contractor will be notified in writing within (30) calendar days of discovery of a compliance issue. Within (30) calendar days of discovery, the Contractor and the State will collaborate, when appropriate, to determine the actior(s) necessary to rectify the compliance issue and determine when the action(s) must be completed. The action s) and time line for completion will be documented in writing and agreed to by both parties. If extenuating circu�istances arise that requires an extension to the time line, the Contractor must email a request to the Grants Bran$h Manager and receive approval for a new due date. The State will oversee the completion/implementation of tho action(s) to ensure time lines are met and the issue(s) is resolved. If the Contractor demonstrates inaction or di$regard for the agreed upon compliance resolution plan, the State may exercise its rights under the provisions of this contract. Page 7 of 7 Contract Statement of Work — Exhibit B January 2015 Exhibit I Budget To Task Order Dated 04/01/2012 - Contract Routing Number 13 FJA 41889 Contract Amendment #3 Routing Number 16 FHJA 79206 Eaele Countv Public Health Fiscal Year 2015 — 2016 Budget Title: Annual/Hourly # of Mont % of Cost /Salary Rate & Time FrinLpe hs FTE Epidemiologist/disease prevention manager $111,215.00 12 0.10 $8,462.00 Public health nurse/EPR Coordinator $89,000.00 12 0.20 $17,800.00 Personnel Budget Total: Monthly cell phone services for 2 phones (Epidemiologist and EPR coordinator) $1,320.00 2 cell phones and accessories forepidemiologist and EPR coordinator $500.00 800MHZ radio annual user fee $540.00 Secure fax services and toner for disease prevention/EPR team printers /fax $120.00 Training for EPR coordinator/EPI disease prev. staff $750.00 Hot spot for disease prevention/EPR team $120.00 Vaccine freezer $3,500.00 ct Costs Budget Total: Indirect: 10% of Direct Salaries and Wages including Fringe 1 0.00 Benefits Page 1 of 3