HomeMy WebLinkAboutC15-281 Colorado Department of Public Health (15FHJA83060)TASK ORDER MADE DATE: 4/1/2015
CORE ENCUMBRANCE NUMBER:
FHJA2015 * * * * * * * * * * **
TERM:
This Task Order shall be effective upon approval by
the State Controller, or designee, or on 04/01/2015,
whichever is later. The contract shall end on 09/30/2016.
PROCUREMENT METHOD:
Exempt
BID/RFP/LIST PRICE AGREEMENT NUMBER:
N/A
LAW SPECIFIED VENDOR STATUTE:
N/A
STATE REPRESENTATIVE:
Joslynn Hilliard
Department of Public Health and Environment
Office of Emergency Preparedness and Response
4300 Cherry Creek Drive South
MC A2 -4350
Denver, CO 80246
Political Subdivision Colorado
BILLING STATEMENTS RECEIVED:
Monthly
STATUTORY AUTHORITY: Not Applicable
CLASSIFICATION: Sub - Recipient
CONTRACT PRICE NOT TO EXCEED: $40,000.00
FEDERAL FUNDING DOLLARS: $40,000.00
STATE FUNDING DOLLARS:
MAXIMUM AMOUNT AVAILABLE PER FISCAL YEAR
FY 15: $40,000.00
FY * *:
FY * *:
FY * *:
FY * *:
PRICE STRUCTURE: Cost Reimbursement
CONTRACTOR REPRESENTATIVE:
Jennifer Ludwig
Eagle County Public Health Agency
551 Broadway
Eagle, CO 81631
PROJECT DESCRIPTION:
The purpose of this funding is to enhance Colorado's ability to Prevent, Prepare for, Respond and Recover from Ebola Virus Disease (EVD), by
enhancing laboratory capacity and capability; disease surveillance, public and risk communication; state and local Ebola Concept of Operations
Plans (CONOPS), the availability of personal protective equipment; training and education of the public health workfo
Contract Template_Task Order 012215.doc Page 1 of 6
DEPARTMENT OF PUBLIC HEALTH AND
ENVIRONMENT
CMS ROUTING NO. 15 FHJA 80360
APPROVED TASK ORDER CONTRACT — WAIVER #154
This task order contract is issued pursuant to master contract made on 04/01/2015, with routing number 15 FHJA 80360.
STATE:
CONTRACTOR:
State of Colorado for the use & benefit of the
Board of County Commissioners of Eagle County
Department of Public Health and Environment
(a political subdivison of the state of Colorado)
Office of Emergency Preparedness and Response
551 Broadway
4300 Cherry Creek Drive South
Eagle, Colorado 81631
MC A2 -4350
CONTRACTOR DUNS
Denver, CO 80246
CONTRACTOR ENTITY TYPE:
TASK ORDER MADE DATE: 4/1/2015
CORE ENCUMBRANCE NUMBER:
FHJA2015 * * * * * * * * * * **
TERM:
This Task Order shall be effective upon approval by
the State Controller, or designee, or on 04/01/2015,
whichever is later. The contract shall end on 09/30/2016.
PROCUREMENT METHOD:
Exempt
BID/RFP/LIST PRICE AGREEMENT NUMBER:
N/A
LAW SPECIFIED VENDOR STATUTE:
N/A
STATE REPRESENTATIVE:
Joslynn Hilliard
Department of Public Health and Environment
Office of Emergency Preparedness and Response
4300 Cherry Creek Drive South
MC A2 -4350
Denver, CO 80246
Political Subdivision Colorado
BILLING STATEMENTS RECEIVED:
Monthly
STATUTORY AUTHORITY: Not Applicable
CLASSIFICATION: Sub - Recipient
CONTRACT PRICE NOT TO EXCEED: $40,000.00
FEDERAL FUNDING DOLLARS: $40,000.00
STATE FUNDING DOLLARS:
MAXIMUM AMOUNT AVAILABLE PER FISCAL YEAR
FY 15: $40,000.00
FY * *:
FY * *:
FY * *:
FY * *:
PRICE STRUCTURE: Cost Reimbursement
CONTRACTOR REPRESENTATIVE:
Jennifer Ludwig
Eagle County Public Health Agency
551 Broadway
Eagle, CO 81631
PROJECT DESCRIPTION:
The purpose of this funding is to enhance Colorado's ability to Prevent, Prepare for, Respond and Recover from Ebola Virus Disease (EVD), by
enhancing laboratory capacity and capability; disease surveillance, public and risk communication; state and local Ebola Concept of Operations
Plans (CONOPS), the availability of personal protective equipment; training and education of the public health workfo
Contract Template_Task Order 012215.doc Page 1 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.
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 0I2215.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.
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.
CONTRACTOR:
Eagle County Public Health Agency
Legal Name of Contracting Entity
Date
By:
t r�
l� By:
Print Title of Authorized Officer
STATE OF COLORADO:
JOHN W. HICKENLOOPER, GOVERNOR
For Executive Director
Department of Public Health and Environment
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.doc 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 05/01/2015 - CMS Contract Routing Number 15 FHJA 83060
These provisions are to be read and interpreted in conjunction with the provisions of the Contract specified above.
This Contract contains federal funds (see Catalog of Federal Domestic Assistance (CFDA) number 93.069).
2. The United States Department of Health and Human SERVICES ( "USDHHS "), through the Center of
Disease Control and Prevention ( "CDC ") has awarded as of 04/01/2015 anticipated federal funds of
$2,197.741.00) under Notice of Cooperative Agreement Award, hereinafter "NCAA ", number
3U90TP000510 -0352, to perform the following:
THE PURPOSE OF THIS PROJECT IS TO SUPPORT ALL - HAZARDS MEDICAL
COUNTERMEASURE DISPENSING AND MEDICAL MATERIEL MANAGEMENT DISTRIBUTION
AND DISPENSING (MCDMMDD) PLANNING AND PREPAREDNESS. TO ALIGN WITH THE PHEP
COOPERATIVE AGREEMENT'S CAPABILITIES -BASED APPROACH CRI REQUIREMENTS
SUPPORT THE MCDMMDD
If the underlying Notice of Cooperative Agreement Award "NCAA" authorizes the State to pay all
allowable and allocable expenses of a Contractor as of the Effective Date of that NCAA, 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 Contract. If the underlying NCAA does
not authorize the State to pay all allowable and allocable expenses of a Contractor as of the Effective Date
of that NCAA, 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
Contract, with such Effective Date being the later of the date specified in this Contract or the date the
Contract is signed by the State Controller or delegee.
3. To receive compensation under the 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 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. The Contractor shall submit the invoice using one of the
following three methods.
Mail to:
OEPR Fiscal Staff
Office of Emergency Preparedness and Response
Colorado Department of Public Health and Environment
A2 -4350
4300 Cherry Creek Drive South
Denver, Colorado 80246
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: OEPR Fiscal Staff,
cdphe eprfiscal A state.co.us.
Fax the completed and signed CDPHE Reimbursement Invoice Form and Expenditure Details page to: Attention:
OEPR Fiscal Staff, 303 - 691 -7811.
Page 1 of 4
Contract Exhibit -A AdditionalProvisions 040715
EXHIBIT A
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.
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 I) the
date the deliverable is delivered to the State by the Contractor if the State is aware of the failure or
deficiency at the time of delivery; or 2) the date the State becomes aware of the failure or
deficiency. The above time frame shall apply to all deliverables except for those deliverables that
have a different time negotiated by the State and the Contractor in writing pursuant to the State's
fiscal rules.
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.
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.
This award does not include funds for Research and Development.
Contracting Provisions
The Contractor shall ensure that all service related expenses are completed and all goods related expenses
are received on or before September 30, 2016.
The Contractor shall maintain a complete file of all records, documents, communications, and other
materials that pertain to the operation of the activities under this contractual agreement for six years. Such
files shall be sufficient to properly reflect all direct and indirect costs of labor, materials, equipment,
supplies and services, and other costs of whatever nature for which a reimbursement was made. These
records shall be maintained according to generally accepted accounting principles and shall be easily
separable from other Contractor records. Contactor's auditor shall perform audits in accordance with the
requirements of the OMB Circulars A -87 (Cost Principles for State, Local, and Tribal Governments), A-
122 (Cost Principles for Non -Profit Organizations) and A -133 (Audits of States, Local Governments, and
Non - Profit Organizations), as applicable.
8. Fiscal Provisions
Page 2 of 4
Contract Exhibit -A AdditionalProvisions 040715
EXHIBIT A
Supplantation:
Cooperative agreement funds cannot supplant any current state or local expenditures. Supplantation refers
to the replacement of non - federal funds with federal funds intended to support the same activities. The
Public Health Service Act, Title I, Section 319 (c) specifically States: "SUPPLEMENT NOT SUPPLANT.
Funds appropriated under this section shall be used to supplement other federal, state, and local public
funds provided for activities under this section."
Contractor shall ensure that reimbursement requests are not duplicated under any other Public Health
Emergency Preparedness funding or utilized to supplant non - related activities or programs. Contractor shall
ensure appropriate distribution of costs in direct relation to the activities performed.
Unallowable Costs:
• Reimbursement of pre -award costs is not allowed.
• Funds shall not be used for research.
• Funds shall not be used for clinical care.
• Funds under this program shall not be used to purchase vehicles of any kind.
• Funds shall not be used for construction.
• Funds shall not be used to purchase antivirals.
• Funds shall not be used to purchase promotional and /or incentive items and memorabilia,
including but not limited to models, gift cards, gifts, and souvenirs.
• Funds shall not be used for entertainment, including amusement, diversion, and social activities
and any costs directly associated with such costs.
• Recipients shall not use funds for fund raising activities and lobbying.
• Payment or reimbursement of backfilling costs for staff is not allowed.
Budget Line Definitions
The Contractor has the ability to move 10 % of funds from budget category to budget category not to
exceed the total dollar amount of the contract.
The Contractor shall request approval from their CDPHE -OEPR RPOC and Fiscal Monitor for
expenditures of $5,000.00 or more before purchasing. This requirement does not include personnel
expenses.
Personnel: The Contractor shall dedicate the necessary funds to support salary and fringe for any staff
member devoting time and effort towards the accomplishment of any activities identified under this Scope
of Work.
Equipment: The Contractor shall purchase equipment, as well as maintain the working order of any existing
equipment, required to meet any activity identified under this Scope of Work such as personal and portable
computers, communication radios, cellular telephones, facsimile machines, laboratory equipment, training
equipment, public information kits, etc.
Travel: The Contractor shall support travel related costs to ensure accomplishment of activities identified
under this Scope of Work such as regional planning meetings, local partner planning meetings, attendance
at training sessions, conferences, and agency representation at the Emergency Preparedness and Response
conference calls.
Operating and nd Supplies: The Contractor shall support operating and supply costs directly associated with
any activities identified under this Scope of Work such as high -speed Internet connections, notification
systems, telephone and communication systems, office supplies, copying, printing, postage, room rental,
software purchase and upgrades, etc.
Indirect: A Contractor's allowable indirect rate is the current Negotiated Indirect Rate Agreement on file
with Colorado Department of Public Health and Environment Internal Auditor's office. In the event
Page 3 of 4
Contract Exhibit -A AdditionalProvisions 040715
EXHIBIT A
there is no such agreement on file, the allowable indirect rate shall default to 10% of Direct Salaries &
Wages, Including Fringe Benefits. If a new or revised Negotiated Indirect Rate Agreement is filed with
the CDPHE Internal Auditor's office during the current term of this Agreement, the new indirect rate may
be used for the remainder of the current performance period and will not be retroactive to the effective date
of the Agreement.
Page 4 of 4
Contract Exhibit -A AdditionalProvisions 040715
EXHIBIT B
STATEMENT OF WORK
To Original Contract Routing Number 15 FHJA 80360
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 Agency
Term: April 1, 2015 — September 30, 2016
IL Project Description:
The purpose of this funding is to enhance Colorado's ability to Prevent, Prepare for, Respond and Recover from
Ebola Virus Disease (EVD), by enhancing laboratory capacity and capability; disease surveillance; public and risk
communication; state and local Ebola Concept of Operations Plans (CONOPS); the availability of personal
protective equipment; training and education of the public health workforce; community and personal
preparedness activities; and addressing gaps and other public health preparedness challenges related to public
health preparedness and response to Ebola Virus Disease (EVD). This funding will also be used to support Active
and Direct Active monitoring programs throughout the State. These public health actions will better protect
potentially exposed individuals and the American public as a whole.
III.. Work Plan:
Goal #1: Enhance Colorado's ability to Prevent, Prepare for, Respond and Recover from Ebola Virus Disease (EVD).
Objective #1: Conduct monitoring for persons in the local public health jurisdiction who return from a country experiencing
widespread Ebola transmission or countries with Ebola cases in urban settings with uncertain control measures.
w.
Primary Activity
The Contractor shall develop active and direct active monitoring plans that are coordinated with the
#1
jurisdiction's broader operational and emergency response plans.
Sub - Activity #1
1. Develop plans for following up on individuals who are lost in the monitoring process and those who
are noncompliant.
Primary Activity _
The Contractor shall conduct Ebola traveler monitoring activities.
#2
1. Contact persons eligible for monitoring within 24 hours or arrival in the jurisdiction to asses Ebola
exposure risk and issue a monitoring letter or public health order.
Sub- Activities #2
2. Ensure daily contact with persons under active monitoring or direct active monitoring during the
monitoring period.
3. Report monitoring data weekly to CDPHE.
Objective #2: No later than the expiration date of the Purchase Order provide Ebola preparedness response and recovery
activities in Colorado local jurisdictions through planning and exercise.
Primary Activity
PLANNING: The Contractor shall participate in Ebola Emergency Preparedness and Response planning,
#1
training, and planning coordination.
1. The Contractor shall update their CONOPs plan for responding to Ebola, utilizing input from
healthcare coalition members, infection control groups, and other jurisdictional response agencies.
2. The Contractor shall develop plans and protocols for rapid and appropriate public health actions due
to suspected Ebola, including controlled movement and alternate travel plans, safe housing,
Sub - Activities #1
compensation and other support for individuals under public health order, environmental cleaning
and waste management in community settings, and coordination with healthcare facilities and
jurisdictional authorities during quarantine and isolation.
3. The Contractor shall develop risk communication plans for the healthcare sector and public regarding
Ebola
4. The Contractor shall assess, with healthcare system partners, jurisdictional public health and
Page 1 of 4
Contract Statement of Work— Exhibit B
January 2015
EXHIBIT B
Page 2 of 4
Contract Statement of Work — Exhibit B
January 2015
healthcare system training needs for Ebola response.
5. The Contractor shall provide training identified by jurisdictional assessment, including training in the
proper use of PPE and cleaninE and disinfecting procedures.
Primary Activity :
EXERCISING: The Contractor shall participate in Ebola Emergency Preparedness and Response
#2
exercises.
1. The Contractor shall develop Ebola specific exercise scenarios and update
2. The Contractor shall develop and conduct an Ebola table top or functional exercise based on their
updated CONOPs Plan that includes healthcare coalition members and other response agencies.
Sub- Activities #2
3. The Contractor shall ensure the Ebola table top or functional exercise date and location information
is posted to CO.TRAIN.
4. The Contractor shall ensure the Ebola table top or functional exercise date and location information
is posted on the Exercise calendar on CO- SHARE.
5. The Contractor shall complete an after action report and improvement plan based on completed table
top or functional exercise.
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. Complete this work plan according to the CDPHE Communicable Disease Branch guidance
document titled "Colorado Protocol for Monitoring Travelers from Ebola- Affected West African
Countries" and associated documents, which are all distributed via email to local public health
partners and posted as updates occur on the CO -SHARE web site at
https:// sites .google.com /a/state.co.us /co -share and incorporated and made part of this contract by
Standards and
reference.
Requirements
3. Updated CONOPS planning should consistently connect with surveillance, selection of hospitals for
Ebola treatment and assessment, monitoring, patient referral, and infection control activities.
4. 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.
5. The Contractor shall provide an After Action Report and Improvement Plan for the Ebola table top or
functional exercise based on lessons learned utilizing established Homeland Security Exercise
Evaluation Program (HSEEP) documentation guidance.
6. The Contractor shall upload required deliverables into CO -SHARE using the following link
http://sites.google.com/a/state.co.us/co-share/.
7. CDPHE Communicable Disease Branch will notify the Contractor of the contact information for the
assi ned a idemiolo ist for this contract.
1. All persons in the local public health jurisdiction who return from a country experiencing widespread
Ebola transmission or countries with Ebola cases in urban settings with uncertain control measures
Expected Results
will be monitored by public health to ensure rapid identification of illness.
of Activity(s)
2. Public Health and emergency response agencies will acquire the necessary skills and tools to
complete their responsibilities in the event of an outbreak of Ebola.
3. Effective communication and situational awareness will improve between CDPHE, local public
health agencies, and organizations representing community collaborators through planning and
exercises.
1. Weekly (for active monitoring) and daily (for direct active monitoring) monitoring data provided to
the CDPHE Communicable Disease Branch will be examined to assess compliance, and transmitted
to CDC.
2. Measures of Public Health Emergency Operations Plans effectiveness and validity will be evaluated
Measurement of
per the performance measures for PHEP and HPP capabilities — resources to reference include:
Expected Results
a. An updated and tested (exercised) Ebola/infectious disease CONOPS that includes PUI
protocols.
b. Evidence (meeting minutes, regional plans identifying partners involved) of collaborative
Ebola/infectious disease planning at the Healthcare Coalition level
c. Ebola/infectious disease contact and notification protocols
3. Exercises will be evaluated through After Action Reports and Improvement Plans to determine plan
Page 2 of 4
Contract Statement of Work — Exhibit B
January 2015
EXHIBIT B
IV. Monitoring:
CDPHE'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
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.
V. 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
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 Grants
Branch Manager and receive approval for a new due date. The State will oversee the completion/implementation
Page 3 of 4
Contract Statement of Work — Exhibit B
January 2015
or system response readiness.
4. After Action Reports of real incident (PUI evaluation or treatment of a confirmed case) with
Improvement Plans to and evidence of ste s taken to fill ga s or resolve issues.
Completion Date
1. The Contractor shall submit via email or fax a signed copy of the monitoring
Within 24 hours (or
letter or public health order to the CDPHE Communicable Disease Branch
on the next business
assigned epidemiologist for each monitored person.
day if contact with
the monitored
person occurs on a
weekend /holiday)
of the Contractor
receiving a signed
copy from the
monitored person
2. The Contractor shall submit monitoring data weekly via email or fax to the
By the close of
CDPHE Communicable Disease Branch assigned epidemiologist for persons
business on Monday
undergoing monitoring.
for data collected
since the last report
to CDPHE (or the
Deliverables
next business day if
Monday is a
holiday)
3. The Contractor shall upload their agency's updated CONOPs Plan to the
No later than
appropriate CO -SHARE Grant Reporting Folder.
September 30, 2016
4. The Contractor shall upload their agency's plans and protocols for rapid
No later than
public health actions and risk communication in response to Ebola to the
September 30, 2016
appropriate CO -SHARE Grant Reporting Folder
5. The Contractor shall upload the sign -in sheet from each exercise provided
Within 10 business
under this grant to the appropriate CO -SHARE Grant Reporting Folder.
days of the training
date.
6. The Contractor shall upload the Table Top or Functional Exercise After-
Within 45 calendar
Action Report and Improvement Plan to the appropriate CO -SHARE Grant
days after
Reporting Folder.
completion of the
exercise
7. The Contractor shall upload the sign in sheet from Table Top Exercise to the
Within 10 business
appropriate CO -SHARE Grant Reporting Folder.
days of the exercise
date.
IV. Monitoring:
CDPHE'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
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.
V. 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
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 Grants
Branch Manager and receive approval for a new due date. The State will oversee the completion/implementation
Page 3 of 4
Contract Statement of Work — Exhibit B
January 2015
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
Contract Statement of Work — Exhibit B
January 2015
Exhibit C
Budget
To Task Order Dated 04/01/2015 - Contract Routing Number 15 FHJA 80360
Eagle County Public Health Agency
Fiscal Year 2015 — 2016 Budget
Title:
Annual/Hourly
# of
Mont
% of
Cost
/Salary Rate &
Time
Frin a
Its
FTE
Epidemiologist/ ERP
Coordinator
$105,000.00
16
0.10
$14,000.00
Emergency Response
Specialist
$70,000.00
16
0.20
$18,667.00
Communicable Disease Public
Health Nurse
$80,000.00
16
0.05
$4,283.00
I Personnel Budget Total: 1 $36,950.00 1
Cost
Tablet and accessories for Epidemiologist/EPR Coordinator $1,200.00
Fit testing kits $200.00
Supplies /Operating/Direct Costs Budget Total: I $1,400.00 I
Mileage, hotel for 2 separate planning workshops for 2 attendees $1,100.00
(total of 2 nights, and per diem for 4 days)
Mileage and travel for 2 people to Glenwood for regional training $150.00
Travel, food and beverage for 2 local planning workshops: 1 exercise, $400.00
1 training
Travel Budget Total: 1 $
Contra ctuaUConsultant Bud et Total: 1 $0.00
Direct Costs Budget Total: $40,000.00
Indirect: 1 $0.00 1
Page 1 of 1