No preview available
HomeMy WebLinkAboutC21-226 Colorado Department of Public Health and EnvironmentPage 1 of 4 Amendment Contract Number: 2022*0096 Amendment #3 Ver 06.05.20 CONTRACT AMENDMENT #3 SIGNATURE AND COVER PAGE(S) State Agency: Colorado Department Of Public Health and Environment 4300 Cherry Creek Drive South Denver, Colorado 80246 Original Contract Number: 2020*0243 Contractor: Board of County Commissioners of Eagle County (a political subdivision of the state of Colorado) 500 Broadway Eagle, Colorado 81631-0850 for the use and benefit of the Eagle County Public Health Agency 551 Broadway Eagle, Colorado 81631 Amendment Contract Number: 2022* 0096 Amendment #3 Contract Performance Beginning Date: July 1, 2019 Current Contract Expiration Date: June 30, 2022 CONTRACT MAXIMUM AMOUNT TABLE Document Type Contract Number Federal Funding Amount State Funding Amount Other Funding Amount Term (dates) Total Original Contract 2020*0243 $39,407.00 $0.00 $0.00 07/01/2019- 06/30/2020 $39,407.00 Contract Amendment #1 2020*0243 Amendment #1 $0.00 $0.00 $0.00 07/01/2019- 06/30/2020 $0.00 Contract Amendment #2 2020*0243 Amendment #2 $37,615.00 $0.00 $0.00 07/01/2020- 06/30/2021 $37,615.00 Contract Amendment #3 2022*0096 Amendment #3 $128,216.00 $0.00 $0.00 07/01/2021- 06/30/2022 $128,217.00 Current Contract Maximum Cumulative Amount $205,239.00 DocuSign Envelope ID: 325A1C71-9312-4FD7-8F31-76893E55FEB2 C21-226 Page 2 of 4 Amendment Contract Number: 2022*0096 Amendment #3 Ver 06.05.20 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 Public Health Agency ______________________________________________ By: Signature ______________________________________________ Name of Person Signing for Contractor ______________________________________________ Title of Person Signing for Contractor Date: _________________________ STATE OF COLORADO Jared S. Polis, Governor Colorado Department of Public Health and Environment Jill Hunsaker Ryan, MPH, Executive Director ______________________________________________ By: Signature ______________________________________________ Name of Executive Director Delegate ______________________________________________ Title of Executive Director Delegate Date: _________________________ In accordance with §24-30-202 C.R.S., this Contract is not valid until signed and dated below by the State Controller or an authorized delegate. STATE CONTROLLER Robert Jaros, CPA, MBA, JD __________________________________________ By: Signature __________________________________________ Name of State Controller Delegate __________________________________________ Title of State Controller Delegate Amendment Effective Date:_____________________ -- Signature and Cover Pages End -- DocuSign Envelope ID: 325A1C71-9312-4FD7-8F31-76893E55FEB2 Chair, board of county commissioners 2021-06-29 Matt Scherr Lisa McGovern Procurement & Contracts Section Director ft 2021-06-29 2021-06-29 Controller Travis Yoder Page 3 of 4 Amendment Contract Number: 2022*0096 Amendment #3 Ver 06.05.20 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 under the State Controller Signature. 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 under the State Controller Signature or July 1, 2021, whichever is later, and shall terminate on the termination of the Contract or June 30, 2022, whichever is earlier. 4. PURPOSE The Parties entered into the agreement to upgrade the public health department’s ability to effectively respond to a range of public health threats, including infectious diseases, natural disasters, and biological, chemical, nuclear, and radiological events. The Parties now desire to increase funding and change Statement of Work for the following reason: To renew the contract for another year and update the Budget, SOW and Federal Provisions. 5. MODIFICATIONS The Contract and all prior amendments thereto, if any, are modified as follows: A. The Contract Maximum Amount table is deleted and replaced with the Current Contract Maximum Amount table shown on the Signature and Cover Page for this Amendment. B. 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. DocuSign Envelope ID: 325A1C71-9312-4FD7-8F31-76893E55FEB2 Page 4 of 4 Amendment Contract Number: 2022*0096 Amendment #3 Ver 06.05.20 C. The Parties now agree to modify Exhibit F, Federal Provisions. Exhibit F, Federal Provisions, is deleted and replaced in its entirety with Exhibit F, Federal Provisions, attached to this Amendment, for the following reason: To reflect changes to the federal award identification information. D. The Parties now agree to modify Exhibit E, Statements of Work, of the agreement. Exhibit, E, Statement of Work, is deleted and replaced in its entirety with Exhibit E, Statement of Work, attached to this Amendment for the following reason: to issue the fiscal year 2022 statement of work. E. The Parties now agree to add Exhibit H, Statements of Work, Exhibit H, Statement of Work, is attached to this Amendment for the following reason: to issue the additional fiscal year 2022 statement of work F. The Parties now agree to modify Exhibit, C Budget, of the agreement. Exhibit C, Budget, is deleted and replaced in its entirety with Exhibit C, Budget, attached to this Amendment for the following reason: to issue the fiscal year 2022 budget. 6. LIMITS OF EFFECT AND ORDER OF PRECEDENCE 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: 325A1C71-9312-4FD7-8F31-76893E55FEB2 Exhibit C Name Eagle County Public Health Budget Period FY Year 22 Project Name Public Health Emergency Preparedness Program (PHEP) Contract Budget Position Title Gross or Annual Salary Fringe Percent of Actual Time (% FTE) on Contract Total Amount Requested  from CDPHE Public Health Nurse Supervisor,  EPR Coordinator $81,020.54 $18,600.00 25.10%$25,005.70 Manager/Epidemiologist $118,976.00 $36,068.00 3.31%$5,131.96 Regional EPR Staff $61,526.40 $29,164.95 100.00%$90,691.35 Program Support & Vital  Records Registrar $56,243.00 $22,547.00 5.00%$0.00 Public Health Nurse Supervisor/  EPI 2 $76,898.00 $30,380.00 5.00%$0.00 Position Title Hourly Wage Hourly Fringe Percent of Actual Time (% FTE) on Contract Clinical Assistant/EPI $27.31 $13.26 5.00%$0.00 Clinical Assistant/EPI 2 $25.62 $10.67 5.00%$0.00 $0.00 $0.00 $0.00 $120,829.00 Item Rate Quantity Total Amount Requested  from CDPHE Cell Phones $2,304.00 Radio $540.00  Secure Fax $60.00  Operating Supplies $2,000.00  $0.00 $4,904.00 Item Rate Quantity Total Amount Requested  from CDPHE Local EPR Coordinator Travel 0.58 1000 $580.00 Regional Staff Travel 0.58 2800 $1,624.00 Per Diem for Regional Staff 70 4 $280.00 $0.00 $0.00 Travel to EOC, Meetings or Trainings Travel for Meetings or Trainings  Meal Reimbursment for Trainings  Total Supplies & Operating Expenses Travel Description of Item Monthly Cell for Public Health Nurse Supervisor/EPR Coordinator,  Epidemiologist, and Regional EPR Staff  800 MhZ Radio Annual User Fee Secure Fax service for EPR/EPI team New Computer, Cell phone, and Office supplies for Regional Staff  Total Personal Services (including fringe benefits) Supplies & Operating Expenses Description of Item EPI Team (IN KIND) Description of Work ‐for hourly employees HAN Coordinator, and Back‐up CVM Administrator (IN KIND)  EPI Team (IN KIND) Description of Work ‐ for salaried employees Coordinates EPR activities for agency, also EPI nurse Oversees EPR Program Regional CDPHE Staff for Pitkin, Garfield, & Eagle  Coordinates fiscal activities in agency (IN KIND)  Expenditure Categories Personal Services Office of Emergency Preparedness and Response BUDGET JUSTIFICATION FORM Contract Routing #2022*0096 Amendment #3 Amendment Contract Number: 2022*0096 Amendment #3 Page 1 of 2 DocuSign Envelope ID: 325A1C71-9312-4FD7-8F31-76893E55FEB2 Exhibit C $2,484.00 Item Rate Quantity Total Amount Requested  from CDPHE $0.00 $0.00 Item Rate (if  applicable) Quantity (if  applicable) $0.00 $0.00 $128,217.00 Item Indirect cost rate $0.00 Indirect cost rate $0.00 $0.00 $128,217.00TOTAL BUDGET Total Other Costs TOTAL INDIRECT COSTS Contractual (payments to third parties or entities) Subcontractor Entity Name and/or Description of Item Total Contractual TOTAL DIRECT COSTS Indirect Costs Indirect Cost Percentage Description of Item Total Travel Other Costs Amendment Contract Number 2022*0096 Amendment #3 Page 2 of 2 DocuSign Envelope ID: 325A1C71-9312-4FD7-8F31-76893E55FEB2 EXHIBIT E Page 1 of 6 Amendment Contract Number: 2022*0096 Amendment #3 Ver. 01.11.19 LPHA STATEMENT OF WORK To Original Contract Number 2020*0243 These provisions are to be read and interpreted in conjunction with the provisions of the contract specified above. I.Project Description: This project serves to improve medical and public health care preparedness, response, and recovery capabilities at the federal, state, and local levels. The Public Health Emergency Preparedness (PHEP) cooperative agreement provides technical assistance and resources to support state, local, tribal, and territorial public health departments, along with Healthcare Coalitions (HCCs) and health care organizations, throughout Colorado to show measurable and sustainable progress toward achieving the preparedness and response capabilities that promote prepared and resilient communities through planning, training, and exercises. Public health systems are essential in preparing communities to respond to and recover from emergencies and threats. The Centers for Disease Control and Prevention (CDC) established the PHEP program to build public health emergency response capabilities both nationally and locally. II.Definitions: 1.AAR-After Action Report 2.AFN-Access and Functional Needs 3.CDC- Centers for Disease Control and Prevention 4.CDPHE-Colorado Department of Public Health and Environment 5.COOP-Continuity of Operations Plan 6.Cooperative Agreement-A legal instrument that includes sponsor involvement and facilitate the transfer of something of value from federal agencies to states, local governments, and private recipients for a public purpose or benefit. 7.CO-PHRCA-Colorado Public Health System Response Capacity Assessment 8.CO-SHARE-Colorado State Health and Readiness Exchange 9.COVID19- A highly contagious respiratory disease caused by the SARS-CoV-2 virus 10.CPG-Capability Planning Guide 11.CVM-Colorado Volunteer Mobilizer 12.DOC-Department Operations Center 13.EMS-Emergency Medical Services 14.EPR-Emergency Preparedness & Response 15.HAN-Health Alert Network 16.HCC-Healthcare Coalition 17.IP-Improvement Plan 18.IPPW-Regional Integrated Preparedness Planning Workshop 19.LPHA-Local Public Health Agency 20.LTP- Site-Local Transfer Point 21.Mission Drills-Emergency response drills for medical and public health professionals 22.OEPR-Office of Emergency Preparedness and Response 23.PHEP-Public Health Emergency Preparedness 24.POD-Point of Dispensing 25.RSS Site- Regional Stage and Storage Site 26.RTP-Regional Transfer Point DocuSign Envelope ID: 325A1C71-9312-4FD7-8F31-76893E55FEB2 EXHIBIT E Page 2 of 6 Amendment Contract Number: 2022*0096 Amendment #3 Ver. 01.11.19 III.Work Plan: Goal #1: To protect the health of Coloradoans by increasing capacity for preparedness, response, and recovery during public health emergencies. Objective #1: No later than the expiration date of the Contract, improve public health preparedness, response, and recovery activities through planning. Primary Activity #1 The Contractor shall collaborate with the regional epidemiologist to create or update a plan to maintain access to trained personnel. Sub-Activity #1 The Contractors shall maintain access to the following trained personnel: a.Staff that monitor routine jurisdictional surveillance b.Staff that monitor epidemiological investigation systems, and c.Staff that support surge requirements in response to threats Primary Activity #2 The Contractor shall complete the 2021-22 CPG Survey with input from all relevant partners in the jurisdiction. Primary Activity #3 The Contractor shall participate in the Regional Integrated Preparedness Planning Workshop (IPPW). Primary Activity #4 The Contractor shall update their agency COOP plans with a special emphasis on pandemic components. Primary Activity #5 The Contractor shall complete a modified "Stories from the Field" Google form to document a minimum of two (2) examples of AFN community engagement during the COVID-19 response. Primary Activity #6 The Contractor shall complete a survey regarding the impact of the COVID- 19 Pandemic Impact Survey within their jurisdiction. Primary Activity #7 The Contractor shall initiate recovery planning efforts with communities impacted by COVID-19 within their jurisdiction. Primary Activity #8 The Contractor shall participate in public health preparedness, response, or recovery related conferences at the discretion of the Contractor. Objective #2: No later than the expiration date of the Contract, improve public health preparedness, response, and recovery activities through training. Primary Activity #1 The Contractor shall participate in COOP trainings offered by CDPHE. Primary Activity #2 The Contractor shall identify staff who have been trained as: a.Primary CVM administrator b.Alternate CVM administrator Objective #3: No later than the expiration date of the Contract, improve public health preparedness, response, and recovery activities through exercises. DocuSign Envelope ID: 325A1C71-9312-4FD7-8F31-76893E55FEB2 EXHIBIT E Page 3 of 6 Amendment Contract Number: 2022*0096 Amendment #3 Ver. 01.11.19 Primary Activity #1 The Contractor shall complete a COVID-19 AAR/IP Survey/assessment process document. Primary Activity #2 The Contractor shall participate in quarterly redundant 800 MgHz radio communication drills conducted by CDPHE. Primary Activity #3 The Contractor shall conduct a minimum of two (2) redundant communications drills with local operational sites. Primary Activity #4 The Contractor shall conduct a minimum of two (2) HAN Communication Drills. Primary Activity #5 The Contractor shall create mission drills or real events using the CVM. Sub-Activity #1 The Contractor shall test a minimum of two (2) mission drills to include all volunteers for whom the Contractor is the CVM Administrator. Objective #4: No later than the expiration date of the Contract, improve public health preparedness, and improve response and recovery activities by updating databases. Primary Activity #1 The Contractor shall update agency contact info twice yearly in CO-SHARE. Standards and Requirements 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.The Contractor shall comply with the ‘Public Health Emergency Preparedness and Response Capability-National Standards for State, Local, Tribal and Territorial Public Health, October 2018.’ This document is incorporated and made part of this contract by reference and is available on the following website https://www.cdc.gov/cpr/readiness/capabilities.htm 3.The Contractor shall complete the 2021-22 CO-PHRCA according to guidance provided by CDPHE. 4.CDPHE will provide access to the CO-PHRCA (Colorado Public Health System Response Capacity Assessment) within Quarter 1 of FY22. 5.CDPHE will provide guidance and other tools for completing the 2021-22 CO-PHRCA on the following website: https://drive.google.com/drive/folders/1DrN1uax6hf3LdQg3pMUNtxqSD uwcTNyi?usp=sharing 6.The IPPW will be attended by at a minimum, hospitals, EMS, emergency management organizations, and public health agencies. DocuSign Envelope ID: 325A1C71-9312-4FD7-8F31-76893E55FEB2 EXHIBIT E Page 4 of 6 Amendment Contract Number: 2022*0096 Amendment #3 Ver. 01.11.19 7.CDPHE will provide the Google reporting form for “Stories from the Field” located here: https://drive.google.com/drive/folders/1DrN1uax6hf3LdQg3pMUNtxqSD uwcTNyi?usp=sharing 8.CDPHE will provide access to the COVID-19 impact survey in the “PHEP Resources” folder, located here: https://drive.google.com/drive/folders/1DrN1uax6hf3LdQg3pMUNtxqSD uwcTNyi?usp=sharing 9.CDPHE will provide COVID-19 recovery resources and support for initiating recovery efforts with local jurisdictions. Resources are located here: https://drive.google.com/drive/folders/1DrN1uax6hf3LdQg3pMUNtxqSD uwcTNyi?usp=sharing 10.CDPHE will provide a location to access the Grant Reporting Spreadsheet. 11.CDPHE will incorporate local and regional feedback gathered in the AAR/IP surveys/assessments into the Colorado statewide AAR/IP in FY22-23. 12.CVM administrators, both primary and alternate shall: a.have completed CVM Administrator training within the past 24 months b.signed the yearly confidentiality agreement c.be recognized by CDPHE as a CVM Administrator 13.CPDHE will provide CVM Administrator training for LPHA’s quarterly. 14.A minimum of one (1) EPR Coordinator per agency must respond to the quarterly redundant communication drills conducted by CDPHE. a.Redundant Communication Drills (radios) will focus on the following: i.information sharing between the state and local department operations centers (DOC) ii.communication between the RSS site, RTP and LTP. 15.The Contractor shall utilize the CDPHE provided “Communications Drill Reporting Spreadsheet” to document drills conducted with local operational sites. 16.CDPHE will provide access to the Communication Drill Reporting Spreadsheet via COSHARE. 17.CDPHE will provide a link to the CO-PHRCA website. 18.Local operational sites include the following: a.Department Operations Center (DOC) b.Open Point of Dispensing (POD) DocuSign Envelope ID: 325A1C71-9312-4FD7-8F31-76893E55FEB2 EXHIBIT E Page 5 of 6 Amendment Contract Number: 2022*0096 Amendment #3 Ver. 01.11.19 c.Closed POD d.Regional Transfer Point (RTP) e.Local Transfer Point (LTP) f.Healthcare Coalition (HCC) member agencies. 19.CDPHE will provide the COVID-19 AAR/IP Survey. Expected Results of Activity(s) Colorado public health agencies will improve their ability to respond to public health emergencies and related events to which a public health response is necessitated. Measurement of Expected Results 1.CPG Survey 2.Communications Drill Reporting Spreadsheet 3.CVM reports 4.Updated COOP Plans 5.AAR/IP Survey 6.COVID-19 Impact Survey Completion Date Deliverables 1.The Contractor shall submit a plan for access to epidemiological support via CO-SHARE. No later than 9/30/2021 2.The Contractor shall submit the 2021-22 CPG Survey via CO-PHRCA. No later than 12/31/2021 3.The Contractor shall submit the names of the individuals assisting with the development of the Regional Integrated Preparedness Plan in the Grant Reporting Spreadsheet. No later than 12/31/2021 4.The Contractor shall submit all agency- initiated drill report information in the Communications Drill Reporting Spreadsheet via CO-SHARE. No later than 12/31/2021 5.The Contractor shall submit updated agency contact information two (2) times per year via CO-SHARE. No later than 12/31/2021 for the first submission and 6/15/22 for the second submission 6.The Contractor shall submit CVM reports for two (2) completed mission drills or real events via CO-SHARE. No later than 3/31/2022 7.The Contractor shall submit copies of CVM administrator training certificates for primary and alternate administrators via CO-SHARE. No later than 3/31/2022 DocuSign Envelope ID: 325A1C71-9312-4FD7-8F31-76893E55FEB2 EXHIBIT E Page 6 of 6 Amendment Contract Number: 2022*0096 Amendment #3 Ver. 01.11.19 8.The Contractor shall submit updated agency COOP plan via CO-SHARE.No later than 6/15/2022 9.The Contractor shall submit the names of the individuals participating in the CDPHE offered COOP training in the Grant Reporting Spreadsheet. No later than 6/15/2022 10.The Contractor shall submit the COVID-19 Pandemic Impact Survey via CO-SHARE. No later than 6/15/2022 11.The Contractor shall submit initial recovery planning documents via CO-SHARE. No later than 6/15/2022 12.The Contractor shall submit the COVID-19 AAR/IP Survey via CO-SHARE. No later than 6/15/2022 13.The Contractor shall submit a "Stories from the Field" form via CO-SHARE. No later than 6/15/2022 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, invoices, site visit results, electronic data, 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 thirty (10) calendar days of discovery of a compliance issue. Within ten (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 timeline for completion will be documented in writing and agreed to by both parties. If extenuating circumstances arise that requires an extension to the timeline, the Contractor must email a request to the CDPHE Grants Manager and receive approval for a new due date. The State will oversee the completion/implementation of the action(s) to ensure timelines 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. DocuSign Envelope ID: 325A1C71-9312-4FD7-8F31-76893E55FEB2 Page 1 of 4 Amendment Contract Number: 2022*0096 Amendment # 3 Ver. 25.02.20 Exhibit F Federal Provisions - Public Health Emergency Preparedness Program For the purposes of this Exhibit only, Contractor is also identified as “Subrecipient.” 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. a.Subrecipient: Eagle County Public Health b.Subrecipient DUNS number : 084024447 c.The Federal Award Identification Number (FAIN) is N5 NU90TP922028-03-00. d.The Federal award date is 4/21/2021. e.The subaward period of performance start date is 7/1/2019 and end date is 6/30/2024. f.Federal Funds: Federal Budget Period Total Amount of Federal Funds Awarded Amount of Federal Funds Obligated to CDPHE 7/1/2021 - 6/30/2022 11,433,680.00, 10,393,965.00 g.Federal award title of project or program: Public Health Emergency Preparedness Program. h.The name of the Federal awarding agency is : The Department of Health and Human Servic es – Centers for Disease Control and Prevention and the contact information for the awarding official is Ruth Anderson vha@cdc.gov, Phone: 404 639-2737; the name of the pass -through entity is the State of Colorado, Department of Public Health and Environment (CDPHE), and the contact information for the CDPHE official is Miss Melanie Simons 4300 Cherry Creek Drive South OERP Denver, CO 80246-1530 Phone: 303-691- 2950. i.The Catalog of Federal Domestic Assistance (CFDA) number is CFDA# 93.069 and the grant name is Public Health Emergency Preparedness j.This award is not for research & development. k.Subrecipient is not required to provide matching funds. In the event the Subrecipient is required to provide matching funds, Section 8 of this Attachment applies. l.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 CDPHE cost allocation plan. 2)Subrecipient shall at all times during the term of this contract strictly adhere to the requirements under the Federal Award listed above, and all applicable federal laws, Executive Orders, and implementing regulations as they currently exist and may hereafter be amended. DocuSign Envelope ID: 325A1C71-9312-4FD7-8F31-76893E55FEB2 Page 2 of 4 Amendment Contract Number: 2022*0096 Amendment # 3 Ver. 25.02.20 3)Any additional requirements that CDPHE imposes on Subrecipient in order for CDPHE to meet its own responsibility to the Federal awarding agency, including identification of any required financial and performance reports, are stated in the Exhibits . 4)Subrecipient’s approved indirect cost rate is as stated in the Exhibits. 5)Subrecipient must permit CDPHE and auditors to have access to Subrecipient’s records and financial statements as necessary for CDPHE 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 su baward are listed in Section 16 of this Attachment. 7)Performance and Final Status. Subrecipient shall submit all financial, performance, and other reports to CDPHE no later than 45 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 . Subrecipient shall provide matching funds as stated in the Exhibits . Subrec ipient shall have raised the full amount of matching funds prior to the Effective Date and shall report to CDPHE regarding the status of such funds upon request. Subrecipient’s obligation to pay all or any part of any matching funds, whether direct or cont ingent, 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 CDPHE 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 Requir ements of the Uniform Guidance, issued pursuant to the Single Audit Act Amendments of 1996, (31 U.S.C. 7501 -7507). 2 CFR §200.501. 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: a.Office of Management and Budget Circulars and The Common Rule for Uniform Administrative Requirements for Grants and Cooperative Agreements to State and Local Governments, as applicable; b.when required by Federal program legislation, the “Davis -Bacon Act”, as amended (40 U.S.C. 3141-3148) as supplemented by Department of Labor Regulations (29 CFR Part 5, “Labor Standards Provisions Applicable to Contracts Covering Federally Financed and Assisted Construction”); c.when required by Federal program legislation, 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 of Public Work Financed in Whole or in Part by Loans or Grants from the United States”). DocuSign Envelope ID: 325A1C71-9312-4FD7-8F31-76893E55FEB2 Page 3 of 4 Amendment Contract Number: 2022*0096 Amendment # 3 Ver. 25.02.20 d.42 U.S.C. 6101 et seq., 42 U.S.C. 2000d, 29 U.S.C. 794 (regarding discrimination); e.the “Americans with Disabilities Act” (Public Law 101 -336; 42 U.S.C. 12101, 12102, 12111 -12117, 12131 - 12134, 12141 - 12150, 12161 - 12165, 12181 - 12189, 12201 - 12213 and 47 U.S.C. 225 and 47 U.S.C. 611); f.when applicable, the Contractor shall comply with the provisions of the “Uniform Administrative Requirements for Grants and Cooperative Agreements to St ate and Local Governments” (Common Rule); g.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. Th is Act is also referred to as FFATA. h.Contractor shall comply with the provisions of Section 601 of Title VI of the Civil Rights Act of 1964, as amended. i.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 comply with 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. j.where applicable, Contract Work Hours and Safety Standards Act (40 U.S.C. 3701 -3708). k.if the Federal award meets the definition of “funding agreement” under 37 CFR § 401.2 (a) and the recipient or subrecipient wishes to enter into an agreement wit h a small business firm or nonprofit organization, 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. l.the Clean Air Act (42 U.S.C. 7401-7671q.) and the Federal Water Pollution Control Act (33 U.S.C. 1251-1387), as amended. m.if applicable, comply with the mandatory standards and policies on energy efficiency contained within the State of Colorado’s energy conservation plan issued in compliance with the Energy Policy and Conservation Act, 42 U.S.C. 6201. n.the Contractor and all principals are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by any federal department or agency; the Contractor and all principals shall comply with all applicable regulations pursuant to Executive Order 12549 (3 CFR Part 1986 Comp., p. 189) and Executive Order 12689 (3 CFR Part 1989 Comp., p. 235), Debarment and Suspension; and, o.the Contractor shall comply where applicable, the Byrd Anti-Lobbying Amendment (31 U.S.C. 1352). 12)Compliance. Subrecipient shall comply with all applicable provisions of Th e 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. CDPHE may provide DocuSign Envelope ID: 325A1C71-9312-4FD7-8F31-76893E55FEB2 Page 4 of 4 Amendment Contract Number: 2022*0096 Amendment # 3 Ver. 25.02.20 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 con form 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, CDPHE 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 c ertify in writing to CDPHE 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 CDPHE may terminate the Contract in acc ordance with the provisions in the Contract. 16) Close - Out. Subrecipient shall close out this Contract within 45 days after the End Date. Contract close out entails submission to CDPHE by Subrecipient of all documentation defined as a deliverable in this Contract, and Subrecipient’s final reimbursement request. I f the project has not been closed by the Federal awarding agency within 1 year and 45 days after the End Date due to Subrecipient’s failure to submit required documentation that CDPHE 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 CDPHE 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: 325A1C71-9312-4FD7-8F31-76893E55FEB2 EXHIBIT H Page 1 of 5 Amendment Contract Number: 2022*0096 Amendment #3 Ver. 01.11.19 REGIONAL STATEMENT OF WORK To Original Contract Number 2020*0243 These provisions are to be read and interpreted in conjunction with the provisions of the contract specified above. I.Entity Name: II.Project Description: This project serves to improve medical and public health care preparedness, response, and recovery capabilities at the federal, state and local levels. The Public Health Emergency Preparedness (PHEP) cooperative agreement provides technical assistance and resources to support state, local, tribal and territorial public health departments, along with Healthcare Coalitions (HCCs) and health care organizations throughout Colorado. These agencies will show measurable and sustainable progress toward achieving the preparedness and response capabilities that promote prepared and resilient communities through planning, training, and exercises. Public health systems are essential in preparing communities to respond to and recover from emergencies and threats. The Centers for Disease Control and Prevention (CDC) established the PHEP program to build public health emergency response capabilities both nationally and locally. III.Definitions: 1.AAR-After Action Report 2.CDC- Centers for Disease Control and Prevention 3.CDPHE-Colorado Department of Public Health and Environment 4.CO-PHRCA-Colorado Public Health System Response Capacity Assessment 5.CO-SHARE-Colorado State Health and Readiness Exchange 6.Cooperative Agreement-A legal instrument that includes sponsor involvement and facilitate the transfer of something of value from federal agencies to states, local governments, and private recipients for a public purpose or benefit. 7.COVID19- A highly contagious respiratory disease caused by the SARS-CoV-2 virus 8.COVID19 Impact Survey-CDPHE survey to assess the impact of COVID19 within jurisdictions 9.CPG-Capability Planning Guide 10.EMS-Emergency Medical Services 11.EPR-Emergency Preparedness & Response 12.HCC-Healthcare Coalition 13.IMATS- Inventory Management and Tracking System 14.IP-Improvement Plan 15.IPPW-Integrated Preparedness Planning Workshop 16.LPHA-Local Public Health Agency 17.MCM-Medical Countermeasure 18.PHEP-Public Health Emergency Preparedness 19.SNS-Strategic National Stockpile IV.Work Plan: Goal #1: To protect the health of Coloradoans by increasing capacity for preparedness, response, and recovery during public health emergencies. Objective #1: No later than the expiration date of the Contract, improve coordinated Regional public health preparedness, response and recovery activities through planning. DocuSign Envelope ID: 325A1C71-9312-4FD7-8F31-76893E55FEB2 EXHIBIT H Page 2 of 5 Amendment Contract Number: 2022*0096 Amendment #3 Ver. 01.11.19 Primary Activity #1 The Contractor shall facilitate the 2021-22 CPG Survey with LPHAs their region utilizing CO-PHRCA no later than December 31, 2021. Primary Activity #2 The Contractor shall coordinate the Regional Integrated Preparedness Planning Workshop (IPPW). Sub-Activity #1 The Contractor shall at a minimum, include the following entities in the IPPW: a.Hospitals b.EMS c.Emergency Management Organizations, and d.Regional Staff e.LPHAs Sub-Activity #2 The Contractor shall develop a meeting sign in sheet that includes the following: a.Participant name b.Agency name c.Participant email address d.Participant telephone number Primary Activity #3 The contractor shall participate in the development or update of the Regional Integrated Preparedness Plan to include four years of progressive exercise planning. Sub-Activity #1 The Contractor shall at a minimum include the following entities in the Regional Integrated Preparedness Plan: a.Hospitals b.EMS c.Emergency Management Organizations, and d.LPHAs Primary Activity #4 The Contractor shall participate in quarterly COVID-19 AAR/IP meetings with CDPHE. Primary Activity #5 The Contractor shall coordinate the completion of COVID-19 AAR /IP surveys with LPHAs in their region Primary Activity #6 The Contractor shall coordinate quarterly COVID-19 AAR/IP meetings in collaboration with the regional HCC Coordinator. Sub-Activity #1 The Contractor shall develop a COVID-19 AAR/IP meeting sign in sheet that includes the following: e.Participant name f.Agency name g.Participant email address h.Participant telephone number Objective #2: No later than the expiration date of the Contract, improve regional public health preparedness, response and recovery activities through exercises. Primary Activity #1 1.The Contractor shall facilitate the completion of COVID-19 AAR/IP survey/assessment process to capture local and regional feedback to include: a.LPHA Directors b.Local EPR Coordinators c.Healthcare Coalition Coordinators DocuSign Envelope ID: 325A1C71-9312-4FD7-8F31-76893E55FEB2 EXHIBIT H Page 3 of 5 Amendment Contract Number: 2022*0096 Amendment #3 Ver. 01.11.19 d.Regional Staff Primary Activity #2 The Contractor shall participate in quarterly redundant communication drills conducted by CDPHE. Primary Activity #3 The Contractor shall update the LPHA Contact List in CO -SHARE a minimum of two (2) times per year or when: a.Contact information changes b.New EPR Staff are added Primary Activity #4 The Contractor shall participate in a state/local assessment of the IMATS based on lessons learned through the COVID-19 response. Sub-Activity #1 The Contractor shall develop a sign in sheet for the IMATS assessment that includes the following: a.Participant name b.Agency name c.Participant email address d.Participant telephone number Sub-Activity #2 The Contractor shall report the names of staff who participated in the IMAT S assessment on the Grant Reporting Spreadsheet. Primary Activity #5 The Contractor shall participate in an assessment of the SNS/MCM Regional Distribution Model (Regional Transfer Points) based on lessons learned through the COVID-19 response. Sub-Activity #1 The Contractor shall develop a sign in sheet for the SNS/MCM assessment that includes the following: a.Participant name b.Agency name c.Participant email address d.Participant telephone number Primary Activity #6 The Contractor shall complete a CDPHE provided COVID-19 Pandemic Response Impact Survey. Standards and Requirements 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.The Contractor shall comply with the ‘Public Health Emergency Preparedness and Response Capability-National Standards for State, Local, Tribal and Territorial Public Health, October 2018’. This document is incorporated and made part of this contract by reference and is available on the following website https://www.cdc.gov/cpr/readiness/capabilities.htm 3.The Contractor shall facilitate the 2021-22 CPG Survey by using the CO- PHRCA (Colorado Public Health System Response Capacity Assessment). 4.The Contractor shall facilitate the 2021-22 GPC Survey by using the CO- PHRCA in accordance with guidance and tools provided by CDPHE accessible on the following website: DocuSign Envelope ID: 325A1C71-9312-4FD7-8F31-76893E55FEB2 EXHIBIT H Page 4 of 5 Amendment Contract Number: 2022*0096 Amendment #3 Ver. 01.11.19 https://drive.google.com/drive/folders/1DrN1uax6hf3LdQg3pMUNtxqSDuwc TNyi?usp=sharing 5.CDPHE will provide COVID-19 AAR/IP Surveys on the following website: https://drive.google.com/drive/folders/1DrN1uax6hf3LdQg3pMUNtxqSDuwc TNyi?usp=sharing 6.CDPHE will provide access to the Grant Reporting Spreadsheet within Quarter 1 of FY22. 7.DPHE will provide access to the CO-PHRCA (Colorado Public Health System Response Capacity Assessment) within Quarter 1 of FY22. 8.CDPHE will post communication drill reports to CO-SHARE. 9.CDPHE will organize the assessment of the SNS/MCM Regional Distribution Model. 10.CDPHE will provide access to the COVID-19 Pandemic Response Impact Survey in the “PHEP Resources” folder, located here: https://drive.google.com/drive/folders/1DrN1uax6hf3LdQg3pMUNtxqSDuwc TNyi?usp=sharing 11.CDPHE will incorporate local and regional feedback gathered in the AAR/IP surveys/assessments into the Colorado statewide AAR/IP in FY22-23. Expected Results of Activity(s) Colorado public health agencies will improve their ability to respond to public health emergencies and related events to which a public health response is necessitated. Measurement of Expected Results 1.Updated Regional IPPW 2.Data collected from surveys 3.Evaluation data from participants of local and regional workshops 4.Increase in skills from the completion of drills and exercises Completion Date Deliverables 1.The Contractor shall submit the sign in sheet for the Regional IPPW via CO-SHARE. No later than 10/31/2021 2.The Contractor shall submit their Regional IPPW via CO- SHARE. No later than 10/31/2021 3.The Contractor shall submit the 2021-22 CPG Survey via the CO-PHRCA. No later than 12/31/2021 4.The Contractor shall submit a Regional COVID-19 AAR/IP survey via CO-SHARE. No later than 3/31/2022 5.The Contractor shall submit the names of staff who participated in the quarterly COVID-19 AAR/IP meetings via the Grant Reporting Spreadsheet. No later than 6/15/2022 DocuSign Envelope ID: 325A1C71-9312-4FD7-8F31-76893E55FEB2 EXHIBIT H Page 5 of 5 Amendment Contract Number: 2022*0096 Amendment #3 Ver. 01.11.19 6.The Contractor shall submit the sign in sheet for the quarterly COVID-19 AAR/IP meetings with Regional HCCs via CO- SHARE. No later than 6/15/2022 7.The Contractor shall submit the Grant Reporting Spreadsheet containing the names of staff who participated in the IMATs assessment via CO-SHARE. No later than 6/15/2022 8.The Contractor shall submit the sign in sheet for the SNS/MCM Regional Distribution Model assessment via CO- SHARE. No later than 6/15/2022 9.The Contractor shall submit the COVID-19 Pandemic Impact Survey via CO-SHARE. No later than 6/15/2022 V.Monitoring: CDPHE’s monitoring of this contract for compliance with performance requirements will be conducted throughout the contract period by the OEPR Grants Manager. Methods used will include a review of documentation determined by CDPHE to be reflective of performance to include progress reports and other fiscal and programmatic documentation as applicable. The Contractor’s performance will be evaluated at set intervals and communicated to the contractor. A Final Contractor Performance Evaluation will be conducted at the end of the life of the contract. VI.Resolution of Non-Compliance: The Contractor will be notified in writing within ten (10) calendar days of discovery of a compliance issue. Within thirty (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 OEPR Grants Manager and receive approval for a new due date. The State will oversee the completion/implementation of the action(s) to ensure time lines are met and the issue(s) is resolved. If the Contractor demonstrates inaction or disregard for the agreed upon compliance resolution plan, the State may exercise its rights under the provisions of this contract. DocuSign Envelope ID: 325A1C71-9312-4FD7-8F31-76893E55FEB2