Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
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