Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutC20-414 Colorado Department of Human ServicesAmendment Contract Number: 20 IHJA 164400 Page 1 of 3 Rev. 1/14/19
CONTRACT AMENDMENT #1
SIGNATURE AND COVER PAGE
State Agency
Colorado Department of Human Services, Office of Behavioral
Health
Original Contract Number
20 IHJA 149081
Contractor
Eagle County Colorado for the use and benefit of Eagle County
Sheriff’s Office
Amendment Contract Number
20 IHJA 164400
Current Contract Maximum Amount
Initial Term
Contract Performance Beginning Date
September 28, 2020
09/28/2020 – 09/29/2020 $60,000.00
Extension Terms Current Contract Expiration Date
March 29, 2021 09/30/2020 – 03/29/2021 The remaining unspent
balance of the prior term
Total for All Fiscal Years $60,000.00
THE PARTIES HERETO HAVE EXECUTED THIS AMENDMENT
Each person signing this Amendment represents and warrants that he or she is duly authorized to execute this Amendment
and to bind the Party authorizing his or her signature.
CONTRACTOR
Eagle County Colorado for the use and benefit of Eagle
County Sheriff’s Office
______________________________________________
By: Jeff Shroll, County Manager
Date: _________________________
STATE OF COLORADO
Jared Polis, Governor
Department of Human Services
Michelle Barnes, Executive Director
______________________________________________
By: Carie Gaytan, Director of Finance, Office of Behavioral
Health
Date: _________________________
In accordance with §24-30-202 C.R.S., this Amendment is not valid until signed and dated below by the State Controller or an
authorized delegate.
STATE CONTROLLER
Robert Jaros, CPA, MBA, JD
By:___________________________________________
Andrea Eurich / Janet Miks / Toni Williamson
Amendment Effective Date:_____________________
DocuSign Envelope ID: A12DEAE3-1AB4-429E-AEED-057C1D6A712F
11/8/2020
11/11/2020
11/12/2020
C20-414
Amendment Contract Number: 20 IHJA 164400 Page 2 of 3 Rev. 1/14/19
1. PARTIES
This Amendment (the “Amendment”) to the Original Contract shown on the Signature and Cover
Page for this Amendment (the “Contract”) is entered into by and between the Contractor, and the
State.
2. TERMINOLOGY
Except as specifically modified by this Amendment, all terms used in this Amendment that are
defined in the Contract shall be construed and interpreted in accordance with the Contract.
3. AMENDMENT EFFECTIVE DATE AND TERM
A. Amendment Effective Date
This Amendment shall not be valid or enforceable until the Amendment Effective Date
shown on the Signature and Cover Page for this Amendment. The State shall not be bound
by any provision of this Amendment before that Amendment Effective Date, and shall have
no obligation to pay Contractor for any Work performed or expense incurred under this
Amendment either before or after of the Amendment term shown in §3.B of this
Amendment.
B. Amendment Term
The Parties’ respective performances under this Amendment and the changes to the
Contract contained herein shall commence on the Amendment Effective Date shown on the
Signature and Cover Page for this Amendment and shall terminate on the termination of the
Contract.
4. PURPOSE
The purpose of this contract is to provide Jail Medication Assisted Treatment Induction/Continuation
(JMAT) Program to address the opioid crisis by increasing access to medication-assisted treatment using
the three FDA approved medications used to treat opiate use disorders, which include methadone,
buprenorphine, and naltrexone during incarceration or upon day-of-release. The program intends to
reduce unmet treatment need, opioid overdose related deaths through the provision of prevention, and
treatment and recovery activities for opioid use disorder (OUD) (including prescription opioids, heroin
and illicit fentanyl and fentanyl analogs) for individuals in jails.
The purpose of this Amendment is to extend the ability to spend the existing funding by 6
months.
5. MODIFICATIONS
The Contract and all prior amendments thereto, if any, are modified as follows:
A. The Contract Initial Contract Expiration Date on the Contract’s Signature and Cover Page
is hereby deleted and replaced with the Current Contract Expiration Date shown on the
Signature and Cover Page for this Amendment.
B. The Contract Maximum Amount table on the Contract’s Signature and Cover Page is
hereby deleted and replaced with the Current Contract Maximum Amount table shown on
the Signature and Cover Page for this Amendment.
C. REPLACE Exhibit B with Exhibit B-1, attached hereto and incorporated by reference.
D. REPLACE Exhibit E with Exhibit E-1, attached hereto and incorporated by reference.
6. LIMITS OF EFFECT AND ORDER OF PRECEDENCE
DocuSign Envelope ID: A12DEAE3-1AB4-429E-AEED-057C1D6A712F
Amendment Contract Number: 20 IHJA 164400 Page 3 of 3 Rev. 1/14/19
This Amendment is incorporated by reference into the Contract, and the Contract and all prior
amendments or other modifications to the Contract, if any, remain in full force and effect except
as specifically modified in this Amendment. Except for the Special Provisions contained in the
Contract, in the event of any conflict, inconsistency, variance, or contradiction between the
provisions of this Amendment and any of the provisions of the Contract or any prior modification
to the Contract, the provisions of this Amendment shall in all respects supersede, govern, and
control. The provisions of this Amendment shall only supersede, govern, and control over the
Special Provisions contained in the Contract to the extent that this Amendment specifically
modifies those Special Provisions.
DocuSign Envelope ID: A12DEAE3-1AB4-429E-AEED-057C1D6A712F
EXHIBIT B-1
OBH Program Medication Assisted Therapy in Jails
Project Name Eagle County Detention- Medication Assisted
Therapy
Annual Budget
Position Title Gross or Annual
Salary Fringe
Percent of
Time on
Project
Total Amount Requested
from OBH
Grant overseer &
Coordinator
52,000.00$ -$ 40%20,800$
-$
-$
Annual Budget
Position Title Hourly Wage Hourly
Fringe
Total # of
Hours on
Project
Total Amount Requested
from OBH
-$
-$
20,800.00$
Annual Budget
Contractor Name Rate Quantity Total Amount Requested
from OBH
-$
-$
-$
Annual Budget
Item Rate Quantity Total Amount Requested
from OBH
-$
-$
-$
Annual Budget
Item Rate Quantity Total Amount Requested
from OBH
Medication & Supplies $ 100.00 92 9,200.00$
Medical Provider $ 30,000.00 1 30,000.00$
-$
-$
39,200.00$
Agency Name
Email
Eagle County Sheriff's Office
Budget Period Phone
Personnel Services
Salaried Employees
Phone
Greg Van Wyk- Jail Adminsitrator
970-328-8518
February 3, 2020
Email
9/30/2019 - 3/29/2021
gregory.vanwyk@eaglecounty.us
970-328-8518
Personnel Services
Hourly Employees
Description of Work
FY20 ANNUAL BUDGET EXHIBIT B-1
Program Contact Name, Title Greg Van Wyk- Jail Adminsitrator
All budget numbers are estimates. Contract billing will be on a cost reimbursement basis for actual expenses incurred.
gregory.vanwyk@eaglecounty.us
Date Completed
Fiscal Contract Name, Title
Coordinate grant requirements, bill for grant related expenses,
maintain and compile data on MAT recepients
EXPENDITURE CATEGORIES
Description of Work
Total Personnel Services
Contractors/Consultants (payments to third parties or entities)
Description of Item
Travel
Total Contractors/Consultants
Description of Item
Total Supplies
Total Travel
Supplies & Operating Expenses
Description of Item
Medications supplied to MAT participants- unknown specific amounts of medicatication
As the Eagle County Sheriff's Office funds the medical contract for incarcerated inmates-
Page 1 of 2 Lasted update: 10_01_19
DocuSign Envelope ID: A12DEAE3-1AB4-429E-AEED-057C1D6A712F
EXHIBIT B-1
60,000.00$
-$
-$
-$
-$
-$
60,000.00$
Annual Budget
Item Percentage Total Amount Requested
from OBH
Negotiated Federal Indirect
cost rate
-$
Negotiated State Indirect
cost rate
-$
or 10% Indirect rate: -$
0%
-$
60,000.00$
The Parties may mutually agree, in writing, to modify the Budget administratively using an OBH Budget Reallocation form
Total Indirect
TOTAL
Total Expenses per OMB 2CFR § 200
MODIFIED TOTAL DIRECT COSTS (MTDC)
Indirect Costs
[not to exceed 10% unless Negotiated Federal Indirect Cost rate or Negotiated State Indirect Cost rate is attached]
TOTAL DIRECT COSTS (TDC)
Subcontracts in excess of $25,000
Rent
Equipment
Other Unallowable Expenses
Description of Item
Less: Expenses per OMB 2CFR § 200
Page 2 of 2 Lasted update: 10_01_19
DocuSign Envelope ID: A12DEAE3-1AB4-429E-AEED-057C1D6A712F
Exhibit E-1, Supplemental Provisions for Federal Awards Page 1 of 5 Issued 3/16/2016
Revised 11/18/2016
EXHIBIT E-1, SUPPLEMENTAL PROVISIONS FOR FEDERAL AWARDS
This Contract has been funded, in whole or in part, with an award of Federal funds. In the event of a conflict
between the provisions of these Supplemental Provisions for Federal Awards, the Special Provisions, the Contract
or any attachments or exhibits incorporated into and made a part of the Contract, the Supplemental Provisions for
Federal Awards shall control. In the event of a conflict between the Supplemental Provisions for Federal Awards
and the FFATA Supplemental Provisions (if any), the FFATA Supplemental Provisions shall control.
1) Federal Award Identification
i. Subrecipient: Eagle County Colorado;
ii. Subrecipient DUNS number: 084024447;
iii. The Federal Award Identification Number (FAIN) is H79TI081702;
iv. The Federal award date is September 30, 2018;
v. The subaward period of performance start date is September 30, 2019 and end date is March 29,
2021;
vi. Federal Funds:
Contract or Fiscal Year Amount of Federal funds
obligated by this Contract
Total amount of Federal funds
obligated to the Subrecipient
Total amount of the
Federal award
Contract Effective Date –
03/29/2021 $60,000 $60,000 $15,093,156.00
vii. Federal award project description: to provide recovery support services to target populations;
viii. The name of the Federal awarding agency is Substance Abuse and Mental Health Services
Administration (SAMHSA); the name of the pass-through entity is the State of Colorado, Department
of Human Services (CDHS); and the contact information for the awarding official is Virginia
Simmons, Division of Grants Management, SAMHSA, 7-1109, 1 Choke Cherry Road, Rockville,
MD 20857, 240-276-1422, virginia.simmons@samhsa.hhs.gov;
ix. The Catalog of Federal Domestic Assistance (CFDA) number is 93.788, name Colorado State Opioid
Response Grant, and dollar amount for Year 1 is $22,971,783.00 and Year 2 is $15,093,156.00.
x. This award is not for research & development;
xi. The indirect cost rate for the Federal award (including if the de minimis rate is charged per 2 CFR
§200.414 Indirect (F&A) costs) is pre-determined based upon the State of Colorado and CDHS cost
allocation plan.
2) All requirements imposed by CDHS on Subrecipient so that the Federal award is used in accordance with
Federal statutes, regulations, and the terms and conditions of the Federal award, are stated in Exhibit A.
3) Any additional requirements that CDHS imposes on Subrecipient in order for CDHS to meet its own
responsibility to the Federal awarding agency, including identification of any required financial and
performance reports, are stated in Exhibit B, Exhibit C, and Exhibit D.
4) Subrecipient’s approved indirect cost rate is the negotiated rate of 10%.
5) Subrecipient must permit CDHS and auditors to have access to Subrecipient’s records and financial
statements as necessary for CDHS to meet the requirements of 2 CFR §200.331 Requirements for pass-
through entities, §§ 200.300 Statutory and National Policy Requirements through §200.309 Period of
performance, and Subpart F—Audit Requirements of this Part.
6) The appropriate terms and conditions concerning closeout of the subaward are listed in Section 16 of this
Exhibit and N/A.
DocuSign Envelope ID: A12DEAE3-1AB4-429E-AEED-057C1D6A712F
Exhibit E-1, Supplemental Provisions for Federal Awards Page 2 of 5 Issued 3/16/2016
Revised 11/18/2016
7) Performance and Final Status. Subrecipient shall submit all financial, performance, and other reports to
CDHS no later than 30 calendar days after the period of performance end date or sooner termination of this
Contract containing an evaluation and review of Subrecipient’s performance and the final status of
Subrecipient’s obligations hereunder.
8) Matching Funds
If a box below is checked, the accompanying provision applies.
i. Subrecipient is not required to provide matching funds.
ii. ☐ Subrecipient shall provide matching funds as stated in N/A. Subrecipient shall have raised the
full amount of matching funds prior to the Effective Date and shall report to CDHS regarding the
status of such funds upon request. Subrecipient’s obligation to pay all or any part of any matching
funds, whether direct or contingent, only extends to funds duly and lawfully appropriated for the
purposes of this Contract by the authorized representatives of the Subrecipient and paid into the
Subrecipient’s treasury or bank account. Subrecipient represents to CDHS that the amount designated
as matching funds has been legally appropriated for the purposes of this Contract by its authorized
representatives and paid into its treasury or bank account. Subrecipient does not by this Contract
irrevocably pledge present cash reserves for payments in future fiscal years, and this Contract is not
intended to create a multiple-fiscal year debt of the Subrecipient. Subrecipient shall not pay or be
liable for any claimed interest, late charges, fees, taxes or penalties of any nature, except as required
by Subrecipient’s laws or policies.
9) Record Retention Period. The record retention period previously stated in this Contract is replaced with the
record retention period prescribed in 2 CFR §200.333.
10) Single Audit Requirements. If Subrecipient expends $750,000 or more in Federal Awards during
Subrecipient’s fiscal year, Subrecipient shall procure or arrange for a single or program-specific audit
conducted for that year in accordance with the provisions of Subpart F-Audit Requirements of the Uniform
Guidance, issued pursuant to the Single Audit Act Amendments of 1996, (31 U.S.C. 7501-7507). 2 CFR
§200.501.
i. Election. Subrecipient shall have a single audit conducted in accordance with Uniform Guidance
§200.514 (Scope of audit), except when it elects to have a program-specific audit conducted in
accordance with §200.507 (Program-specific audits). Subrecipient may elect to have a program-
specific audit if Subrecipient expends Federal Awards under only one Federal program (excluding
research and development) and the Federal program's statutes, regulations, or the terms and
conditions of the Federal award do not require a financial statement audit of CDHS. A program-
specific audit may not be elected for research and development unless all of the Federal Awards
expended were received from CDHS and CDHS approves in advance a program-specific audit.
ii. Exemption. If Subrecipient expends less than $750,000 in Federal Awards during its fiscal year,
Subrecipient shall be exempt from Federal audit requirements for that year, except as noted in 2 CFR
§200.503 (Relation to other audit requirements), but records shall be available for review or audit by
appropriate officials of the Federal agency, the State, and the Government Accountability Office.
iii. Subrecipient Compliance Responsibility. Subrecipient shall procure or otherwise arrange for the audit
required by Part F of the Uniform Guidance and ensure it is properly performed and submitted when
due in accordance with the Uniform Guidance. Subrecipient shall prepare appropriate financial
statements, including the schedule of expenditures of Federal awards in accordance with Uniform
Guidance §200.510 (Financial statements) and provide the auditor with access to personnel, accounts,
books, records, supporting documentation, and other information as needed for the auditor to perform
the audit required by 2 CFR Part F-Audit Requirements.
DocuSign Envelope ID: A12DEAE3-1AB4-429E-AEED-057C1D6A712F
Exhibit E-1, Supplemental Provisions for Federal Awards Page 3 of 5 Issued 3/16/2016
Revised 11/18/2016
11) Contract Provisions. Subrecipient shall comply with and shall include all of the following applicable
provisions in all subcontracts entered into by it pursuant to this Contract:
i. Equal Employment Opportunity. Except as otherwise provided under 41 CFR Part 60, all contracts
that meet the definition of “federally assisted construction contract” in 41 CFR Part 60-1.3 shall
include the equal opportunity clause provided under 41 CFR 60-1.4(b), in accordance with Executive
Order 11246, “Equal Employment Opportunity” (30 FR 12319, 12935, 3 CFR Part, 1964-1965
Comp., p. 339), as amended by Executive Order 11375, “Amending Executive Order 11246 Relating
to Equal Employment Opportunity,” and implementing regulations at 41 CFR part 60, “Office of
Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor.”
“During the performance of this contract, the contractor agrees as follows:
a) The contractor will not discriminate against any employee or applicant for employment
because of race, color, religion, sex, or national origin. The contractor will take
affirmative action to ensure that applicants are employed, and that employees are treated
during employment, without regard to their race, color, religion, sex, or national origin.
Such action shall include, but not be limited to the following: Employment, upgrading,
demotion, or transfer, recruitment or recruitment advertising; layoff or termination; rates
of pay or other forms of compensation; and selection for training, including
apprenticeship. The contractor agrees to post in conspicuous places, available to
employees and applicants for employment, notices to be provided by the contracting
officer setting forth the provisions of this nondiscrimination clause.
b) The contractor will, in all solicitations or advertisements for employees placed by or on
behalf of the contractor, state that all qualified applicants will receive consideration for
employment without regard to race, color, religion, sex, or national origin.
c) The contractor will send to each labor union or representative of workers with which he
has a collective bargaining agreement or other contract or understanding, a notice to be
provided by the agency contracting officer, advising the labor union or workers'
representative of the contractor's commitments under section 202 of Executive Order
11246 of September 24, 1965, and shall post copies of the notice in conspicuous places
available to employees and applicants for employment.
d) The contractor will comply with all provisions of Executive Order 11246 of September
24, 1965, and of the rules, regulations, and relevant orders of the Secretary of Labor.
e) The contractor will furnish all information and reports required by Executive Order
11246 of September 24, 1965, and by the rules, regulations, and orders of the Secretary
of Labor, or pursuant thereto, and will permit access to his books, records, and accounts
by the contracting agency and the Secretary of Labor for purposes of investigation to
ascertain compliance with such rules, regulations, and orders.
f) In the event of the contractor's non-compliance with the nondiscrimination clauses of this
contract or with any of such rules, regulations, or orders, this contract may be canceled,
terminated or suspended in whole or in part and the contractor may be declared ineligible
for further Government contracts in accordance with procedures authorized in Executive
Order 11246 of September 24, 1965, and such other sanctions may be imposed and
remedies invoked as provided in Executive Order 11246 of September 24, 1965, or by
rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law.
g) The contractor will include the provisions of paragraphs (1) through (7) in every
subcontract or purchase order unless exempted by rules, regulations, or orders of the
Secretary of Labor issued pursuant to section 204 of Executive Order 11246 of
September 24, 1965, so that such provisions will be binding upon each subcontractor or
vendor. The contractor will take such action with respect to any subcontract or purchase
order as may be directed by the Secretary of Labor as a means of enforcing such
DocuSign Envelope ID: A12DEAE3-1AB4-429E-AEED-057C1D6A712F
Exhibit E-1, Supplemental Provisions for Federal Awards Page 4 of 5 Issued 3/16/2016
Revised 11/18/2016
provisions including sanctions for noncompliance: Provided, however, that in the event
the contractor becomes involved in, or is threatened with, litigation with a subcontractor
or vendor as a result of such direction, the contractor may request the United States to
enter into such litigation to protect the interests of the United States.”
ii. 4.2 Davis-Bacon Act. Davis-Bacon Act, as amended (40 U.S.C. 3141-3148). When required by
Federal program legislation, all prime construction contracts in excess of $2,000 awarded by non-
Federal entities must include a provision for compliance with the Davis-Bacon Act (40 U.S.C. 3141-
3144, and 3146-3148) as supplemented by Department of Labor regulations (29 CFR Part 5, “Labor
Standards Provisions Applicable to Contracts Covering Federally Financed and Assisted
Construction”). In accordance with the statute, contractors must be required to pay wages to laborers
and mechanics at a rate not less than the prevailing wages specified in a wage determination made by
the Secretary of Labor. In addition, contractors must be required to pay wages not less than once a
week. The non-Federal entity must place a copy of the current prevailing wage determination issued
by the Department of Labor in each solicitation. The decision to award a contract or subcontract must
be conditioned upon the acceptance of the wage determination. The non-Federal entity must report all
suspected or reported violations to the Federal awarding agency. The contracts must also include a
provision for compliance with the Copeland “Anti-Kickback” Act (40 U.S.C. 3145), as supplemented
by Department of Labor regulations (29 CFR Part 3, “Contractors and Subcontractors on Public
Building or Public Work Financed in Whole or in Part by Loans or Grants from the United States”).
The Act provides that each contractor or Subrecipient must be prohibited from inducing, by any
means, any person employed in the construction, completion, or repair of public work, to give up any
part of the compensation to which he or she is otherwise entitled. The non-Federal entity must report
all suspected or reported violations to the Federal awarding agency.
iii. Rights to Inventions Made Under a Contract or Agreement. If the Federal Award meets the definition
of “funding agreement” under 37 CFR §401.2 (a) and Subrecipient wishes to enter into a contract
with a small business firm or nonprofit organization regarding the substitution of parties, assignment
or performance of experimental, developmental, or research work under that “funding agreement,”
Subrecipient must comply with the requirements of 37 CFR Part 401, “Rights to Inventions Made by
Nonprofit Organizations and Small Business Firms Under Government Grants, Contracts and
Cooperative Agreements,” and any implementing regulations issued by the awarding agency.
iv. Clean Air Act (42 U.S.C. 7401-7671q.) and the Federal Water Pollution Control Act (33 U.S.C.
1251-1387), as amended. Contracts and subgrants of amounts in excess of $150,000 must contain a
provision that requires the non-Federal award to agree to comply with all applicable standards, orders
or regulations issued pursuant to the Clean Air Act (42 U.S.C. 7401-7671q) and the Federal Water
Pollution Control Act as amended (33 U.S.C. 1251-1387). Violations must be reported to the Federal
awarding agency and the Regional Office of the Environmental Protection Agency (EPA).
v. Debarment and Suspension (Executive Orders 12549 and 12689). A contract award (see 2 CFR
180.220) must not be made to parties listed on the government wide exclusions in the System for
Award Management (SAM), in accordance with the OMB guidelines at 2 CFR 180 that implement
Executive Orders 12549 (3 CFR part 1986 Comp., p. 189) and 12689 (3 CFR part 1989 Comp., p.
235), “Debarment and Suspension.” SAM Exclusions contains the names of parties debarred,
suspended, or otherwise excluded by agencies, as well as parties declared ineligible under statutory or
regulatory authority other than Executive Order 12549.
vi. Byrd Anti-Lobbying Amendment (31 U.S.C. 1352). Contractors that apply or bid for an award
exceeding $100,000 must file the required certification. Each tier certifies to the tier above that it will
not and has not used Federal appropriated funds to pay any person or organization for influencing or
attempting to influence an officer or employee of any agency, a member of Congress, officer or
employee of Congress, or an employee of a member of Congress in connection with obtaining any
Federal contract, grant or any other award covered by 31 U.S.C.1352. Each tier must also disclose
any lobbying with non-Federal funds that takes place in connection with obtaining any Federal award.
Such disclosures are forwarded from tier to tier up to the non-Federal award.
DocuSign Envelope ID: A12DEAE3-1AB4-429E-AEED-057C1D6A712F
Exhibit E-1, Supplemental Provisions for Federal Awards Page 5 of 5 Issued 3/16/2016
Revised 11/18/2016
12) Compliance. Subrecipient shall comply with all applicable provisions of The Office of Management and
Budget Uniform Administrative Requirements, Cost Principles, and Audit Requirements for Federal Awards
(Uniform Guidance), including but not limited to these Supplemental Provisions for Federal Awards. Any
revisions to such provisions automatically shall become a part of these Supplemental Provisions, without the
necessity of either party executing any further instrument. CDHS may provide written notification to
Subrecipient of such revisions, but such notice shall not be a condition precedent to the effectiveness of such
revisions.
13) Procurement Procedures. Subrecipient shall use its own documented procurement procedures which reflect
applicable State, local, and Tribal laws and regulations, provided that the procurements conform to applicable
Federal law and the standards identified in the Uniform Guidance, including without limitation, §§200.318
through 200.326 thereof.
14) Certifications. Unless prohibited by Federal statutes or regulations, CDHS may require Subrecipient to
submit certifications and representations required by Federal statutes or regulations on an annual basis (2 CFR
§200.208). Submission may be required more frequently if Subrecipient fails to meet a requirement of the
Federal award. Subrecipient shall certify in writing to CDHS at the end of the Contract that the project or
activity was completed or the level of effort was expended. 2 CFR §200.201(b)(3). If the required level of
activity or effort was not carried out, the amount of the Contract must be adjusted.
15) Event of Default. Failure to comply with the Uniform Guidance or these Supplemental Provisions for Federal
Awards shall constitute an event of default under the Contract pursuant to 2 CFR §200.339 and CDHS may
terminate the Contract in accordance with the termination provisions in the Contract.
16) Close Out. Subrecipient shall close out this Contract within 90 days after the End Date. Contract close out
entails submission to CDHS by Subrecipient of all documentation defined as a deliverable in this Contract,
and Subrecipient’s final reimbursement request. CDHS shall withhold 5% of the allowable costs until all final
project documentation has been submitted and accepted by State as substantially complete. If the project has
not been closed by the Federal awarding agency within 1 year and 90 days after the End Date due to
Subrecipient’s failure to submit required documentation that CDHS has requested from Subrecipient, then
Subrecipient may be prohibited from applying for new Federal awards through the State until such
documentation has been submitted and accepted.
17) Erroneous Payments. The closeout of a Federal award does not affect the right of the Federal awarding
agency or CDHS to disallow costs and recover funds on the basis of a later audit or other review. Any cost
disallowance recovery is to be made within the record retention period.
EXHIBIT END
DocuSign Envelope ID: A12DEAE3-1AB4-429E-AEED-057C1D6A712F