HomeMy WebLinkAboutC23-240 CDPHE_division quality assuranceDivision Quality Assurance Checklist
Original Contracts
Template
Correct contract template used for entity type X
Current version of contract template used.
Check PCS site for current version.Version number appears in footer.
X
Formatting
Correct font used X
Sections and provisions identified with correct letters and numbers X
Paragraphs are aligned X
Has accurate page numbers X
Cover Page
Contractor
Contractor name and address matches SOS,Master LPHA list,or other reputable
source if an intergovernmental entity
X
If dba,trade name matches SOS X
Original Contract Number
Follows PCS guidance X
Contractor Performance Beginning Date
Allows a minimum of four weeks for signatures.More for LPHAs.X
Matches beginning date in Initial Term in the Contract Maximum Amount box X
Contract Expiration Date
Matches end date in Initial Term in the Contract Maximum Amount box X
Contract Maximum Amount TableX
Initial term matches Contract Performance Beginning Date and Contract
Expiration Date
X
If extension terms are not used,date and amount fields are deleted X
Contract maximum amount matches amounts listed under funding sources and
amount listed in budget exhibit
X
Pricing /Funding
Invoicing frequency on cover page matches invoicing frequency in Additional
Provisions
X
Miscellaneous
Procurement method and solicitation number completed X
State Representative
Division and Unit are completed X
Exhibits and attachments
All exhibits are listed and match names on the actual exhibits X
Signature Page
Signature Block:Contractor name matches cover page of contract X
Exhibit A,Additional Provisions
Contract number completed in footer X
Has accurate page numbers X
Page 1 of 2
Ver.20.01.20
DocuSign Envelope ID: C8EF97D1-FDD7-4B25-85A0-1C4D59D40986
Exhibit B,Statement of Work
Has been delegate approved X
If applicable,contractor name matches contractor name on the cover page of
the contract
X
If applicable,project name/title matches all other occurrence of the project
name/title throughout the contract
X
Contract number completed in footer X
Has accurate page numbers X
Exhibit C,Budget
Has been delegate approved X
Verify dollar amounts match the dollar amounts of the cover page X
If applicable,contractor name matches contractor name on the cover page of
the contract
X
If applicable,project name/title matches all other occurrence of the project
name/title throughout the contract
X
Contract number completed in footer X
Has accurate page numbers X
Exhibit D,Federal Provisions
Completed for subrecipients.Not required for contractors.X
All fields are completed or contain not applicable X
A link to the notice of award is included or the actual notice of award is included
as part of Exhibit D
X
Subrecipient name matches cover page of contract X
Contract number completed in footer X
Has accurate page numbers X
All Other Exhibits
All fields completed
Contract number completed in footer
Has accurate page numbers
Page 2 of 2
Ver.20.01.20
DocuSign Envelope ID: C8EF97D1-FDD7-4B25-85A0-1C4D59D40986
ORIGINAL CONTRACT SUBMITTAL CHECKLIST
☑Checklist signed (an original signature is required! - see page 2)
Contractor/Subrecipient Name Eagle County Public Health Agency
☐All Contractor name occurrences and Secretary of State Status Summary Page match exactly
CORE Encumbrance #
7 or ☐NO ENCUMBRANCE
Project Start Date 7/1/2023 Project End Date
SOW Pre-approval - OnBase Approval #N/A (if applicable)
Division Acronym ADM-ADM Unit Acronym OPHP
Submitter Name Holland Shultz Email holland.shultz@cdphe.state.co.us
SOW Delegate Name Virgile Samba-Moussinga Email virgile.samba-moussinga@state.co.us
CONTRACT DOCUMENT TYPE
Select Only One
A B C D
A.Contract ☐
B.Interagency Agreement ☐
C.Intergovernmental Contract ☐
D.Task Order Contract ☒
Original Contract – DocuSign Backup Documents
Include requested backup documents (as required) and contract in DocuSign envelope in order from 1-14.
Mark all that apply for the
selected Document Type
A B C D
1. Original Contract Quality Assurance Checklist ☐☐☐☒
2. Original Contract Submittal Checklist (this form)☐☐☐☒
3. Contractor or Subrecipient Determination Tool Choose Category ☐☐☐☒
4.If Subrecipient,Pre-Award Financial Risk Assessment #(See Internal Audit Site)Enter #☐☐
5. Personal Services Certification Form or Internal HR Waiver (See CDPHE Human Resources Site)☐If Internal,HR Waiver Choose Category or If Waived Service Choose Category
6.Insurance Certificate(s)***Insurance Policy Dates must be current on effective date of contract ***
☐If approved Insurance Waiver Enter PCS Request Site Approval ID #
(NOT required for Interagency Agreement or Intergovernmental Contract)
7.Procurement MethodPCS Request #Enter #
☐Discretionary ☐Exempt ☐DQ ☐IFB ☐RFA ☐RFP
☐Sole Source (Include signed Sole Source Justification Form)☐
8.Secretary of State Status Summary Page (Must state the entity is in ‘good standing’)
(NOT required for Interagency Agreement, Intergovernmental Contract)
☐
9. If ‘Doing Business As’ (dba), Secretary of State Status Summary Page for dba ☐
10. Signature Authority Letter or Corporate Documentation (See OSC Policy Signature Authority Delegation)☐☐☐☐
11.Contract Risk Summary Form (Completed and Signed)(See PCS Site for Guidance)☐☐
12.SAM Exclusion Summary Page (Record verified and no exclusions/restrictions)(See Sam Verification
Guidance)
(UEI is REQUIRED for FFATA Reporting for ALL federal funds)
☐☐
13. Original Contract Document (cover page, signature page, main body)☐☐☐☒
14. Original Contract Exhibits (as shown on cover page of contract being submitted)☐☐☐☒
15.CMS Record Created #Enter #
(Required for contracts >$100,000. Grant, Interagency, and Revenue Contracts are excluded)(See PCS Site for Guidance)
☐☐☐
Contract Submittal Checklist-Ver 03.16.2023 1
2024*0695
11/30/2027
DocuSign Envelope ID: C8EF97D1-FDD7-4B25-85A0-1C4D59D40986
ORIGINAL CONTRACT DOCUMENT
CMS RECORD (X)=
Completed
1.Record Type –Record type chosen is one of the following:
Personal Services,Interagency,Intergovernmental,Construction,Real Property or Revenue.☐
2.Record Title -Title follows the naming convention for a Master Record.☐
3.Data Field:Vendor Name –Has been selected in the ‘Contractor/Vendor ’field.☐
4.Data Fields:Maximum Amount and Cumulative Maximum Contract Dollar Amount are the same.☐
5.Data Field:Solicitation Method –Matches method stated on first page of the contract.
(Note:Interagency record type does not contain this field.)☐
6.Data Fields:Sole Source –If Solicitation Method is Sole Source,all related Sole Source fields are completed.☐
7.Data Field:Program Manager –Selection has been made from dropdown list.Person listed is responsible for
evaluating contractor performance.☐
8.Data Field:Certification –‘Has this contract been certified as including:Performance measures and
standards,methods for resolution and types of monitoring processes?’This field should be set to ‘Yes’.
(Attestation statement below must be signed)
☐
9.Data Field:Certification –‘If this contract has been renewed or extended,has the contractor ’s previous
work been certified as complying with the terms of the contract?’–Choose ‘N/A’.
FYI –Should the contract be renewed or extended in the future,update this field by changing the answer to
‘Yes’.This field is also found in the modification record.
☐
10.Data Field:Certification –‘If applicable,enter the date of the MOST RECENT annual certification of
contractor work’–Leave this field blank.
FYI –Should the contract be renewed/extended at the end of 12 months,enter the expiration date of the
contract.We are using the expiration date of the contract to represent the last contractor performance
evaluation of the contract period [quarterly or 3x per year].This field must be updated annually for
multi-year contracts.The field is also found in the modification record.
☐
11.Data Fields –All other relevant data fields are completed per CDPHE protocol.☐
The following attestation acknowledgement MUST be completed AND signed for ALL new contracts.
By signing below,I certify that the performance measures and standards,data sources and data collection methods included in the
contract provide a valid basis for assessing the contractor’s performance during the term of the contract.
Holland Shultz,Local Public Health Administrative and Contract Liaison
5/8/2023
Print Name and Title Date
Hold L.Shuz holland.shultz@state.co.usl
Signature Email
NOTES:
Click here to enter text
Contract Submittal Checklist-Ver 03.16.2023 2
DocuSign Envelope ID: C8EF97D1-FDD7-4B25-85A0-1C4D59D40986
Page 1 of 1
Start End
SUBRECIPIENT OR CONTRACTOR
DETERMINATION
Date:
Date:
SUBRECIPIENT VERSUS CONTRACTOR DETERMINATION TOOL
FILL IN ALL BLUE SECTIONS (Click here for definitions)
Project Name:
Start/End Dates of Project:
Division, Program and/or Unit Name:
Entity's (contractor or subrecipient) Legal Name:
Federal Grant Number / Appropriation:
Source of Funding (General Fund, State, Private, Federal):
2. Does the funded entity have its performance measured against whether the objectives of the program (funding
objectives) are met?
7. Does the funded entity provide similar goods or services to many different purchasers?
6. Does the funded entity provide the goods or services within normal business operations?
3. Does the funded entity have responsibility for programmatic decision-making?
4. Is the funded entity responsible for adherence to applicable program requirements specified in the award?
Catalog of Federal Domestic Assistance (CFDA) Number (for federal funding),
State Statute or other Funding Authority:
QUESTION
(Select yes or no from
the drop down list)
1. Does the funded entity have responsibility for determining participant eligibility?
9. Does the funded entity provide goods or services that are ancillary to the operation of the program?
8. Does the funded entity operate in a competitive environment where many organizations are performing the
same or similar work?
5. Is the relationship with the funded entity for this particular project in that they are working with us to achieve
an outcome and not simply to provide a good or service?
FINAL DETERMINATION
The determination must be analyzed as a whole. Additional questions for consideration are included in the
guidance to assist with the final determination. Be sure to document the reasoning for the determination in
your files.
FINAL DETERMINATION
(Select subrecipient or
contractor from drop
down list.)
A PRINTED COPY OF THE DETERMINATION TOOL MUST BE COMPLETED, SIGNED AND INCLUDED IN THE PACKET FOR ALL CONTRACTS, INCLUDED WITH STRAIGHT
PAYS FOR SERVICES WHEN A COMMITMENT DOCUMENT DOES NOT EXIST, AND INCLUDED WITH PURCHASE ORDER SUBMISSIONS IN CORE.
10. Is the funded entity subject to the compliance requirements of the federal program?
Printed name and title of
Program/Division staff completing
form Signature
Printed name of Fiscal Services
Manager or delegate Signature
'UNS NXPEHU
OPHP LPHA CDC Infrastructure Grant
12/12/2022 11/30/2027
OPHP
LPHA
Federal
FFAAA0PHW
93.967
No
Yes
No
Yes
Yes
Yes
No
No
No
Yes
Subrecipient
Holland Shultz 5/15/2023
Michele Rothlisberger
Contractor
Subrecipient
Contractor
Subrecipient
Subrecipient
Contractor
Subrecipient
Subrecipient
Subrecipient
Subrecipient
DocuSign Envelope ID: C8EF97D1-FDD7-4B25-85A0-1C4D59D40986
TASK ORDER
State Agency
State of Colorado for the use &benefit of the
Department of Public Health and Environment
4300 Cherry Creek Drive South
Denver CO 80246
Contractor
Board of County Commissioners of Eagle County
(a political subdivision of the state of Colorado)
500 Broadway
Eagle CO 81631-0850
for the use and benefit of the
Eagle County Public Health Agency
551 Broadway
Eagle CO 81631
Master Task Order Contract Number
23 FAA 00016
Task Order Number
2024*0695
Task Order Performance Beginning Date
The later of the Task Order Effective Date or July 1,
2023
Task Order Maximum Amount
Initial Term
State Fiscal Year 2024 $251,548.00
Total for All State Fiscal Years $251,548.00
Task Order Expiration Date
November 30,2027
Except as stated in §2.D.,the total duration of this
Contract,including the exercise of any options to
extend,shall not exceed 5 years from its Performance
Beginning Date.
Pricing/Funding
Price Structure:Fixed Price
Contractor Shall Invoice:Once
Funding Source:
Federal $251,548.00
Miscellaneous:
Authority to enter into this Contract exists in:
C.R.S.25-1.5-101 –C.R.S.25-1.5-113
Law Specified Vendor Statute (if any):Not Applicable
Procurement Method:Exempt
Solicitation Number (if any):Not Applicable
State Representative
Michele Shimomura
Director
Administration Division,Office of Public Health Practice,
Planning,and Local Partnerships
Colorado Department of Public Health and Environment
4300 Cherry Creek Drive South
Denver,CO 80246
Michele.Shimomura@state.co.us
Contractor Representative
Heath Harmon
Public Health Director
Eagle County Public Health Agency
551 Broadway
Eagle CO 81631
heath.harmon@eaglecounty.us
Exhibits and Order of Precedence
The following Exhibits and attachments are included with this Contract:
Exhibit A Additional Provisions
Exhibit B Statement of Work
Exhibit C Budget
Exhibit D Federal Provisions
Contract Purpose
To advance Colorado’s public health workforce capacity through public health transformation by strengthening
partnerships and building resilience among Colorado’s public health workforce.
Task Order Number:2024*0695 Page 1 of 3Version 02.24.2022
DocuSign Envelope ID: C8EF97D1-FDD7-4B25-85A0-1C4D59D40986
In accordance with §4.B of the Master Task Order Contract referenced above,Contractor shall complete the
following Project:
1.PROJECT DESCRIPTION
Contractor shall complete the Project described in Exhibit B Statement of Work (SOW)that is attached hereto
and incorporated herein (“the SOW”).All terminology used in this Task Order and the Statement of Work shall
be interpreted in accordance with the Master Task Order Contract unless specifically defined differently in this
Task Order.The Statement of Work and Budget are incorporated herein,made a part hereof and attached hereto
as Exhibit B -Statement of Work and Exhibit C -Budget.
2.PAYMENT
The State shall pay Contractor the amounts shown in Exhibit C -Budget that is attached hereto and incorporated
herein,in accordance with the requirements of the Statement of Work and the Master Task Order Contract.The
State shall not make any payment for a State Fiscal Year that exceeds the Task Order Maximum Amount shown
above for that State Fiscal Year.
3.PERFORMANCE PERIOD
Contractor shall complete all Work on the Project described in this Task Order by the Task Order Expiration Date
stated above.Contractor shall not perform any Work described in the Statement of Work prior to the Task Order
Performance Beginning Date or after the Task Order Expiration Date stated above.
4.TASK ORDER EFFECTIVE DATE:
The Effective Date of this Task Order is upon approval of the State Controller or July 1,2023,whichever is later.
Task Order Number:2024*0695 Page 2 of 3Version 02.24.2022
DocuSign Envelope ID: C8EF97D1-FDD7-4B25-85A0-1C4D59D40986
THE PARTIES HERETO HAVE EXECUTED THIS CONTRACT
Each person signing this Contract represents and warrants that he or she is duly authorized
to execute this Contract and to bind the Party authorizing his or her signature.
CONTRACTOR
Board of County Commissioners of Eagle County
(a political subdivision of the state of Colorado)
for the use and benefit of the
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 Option 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
Effective Date:_____________________________________
--Signature Page End--
Task Order Number:2024*0696 Page 3 of 3 Version 02.24.2022
DocuSign Envelope ID: C8EF97D1-FDD7-4B25-85A0-1C4D59D40986
County Commissioner
Kathy Chandler-Henry, Chair
2023-07-03
2023-07-04
Lisa McGovern
Procurement & Contracts Section Director ft
Jannette Scarpino
Chief Financial Officer
2023-07-05
EXHIBIT A
ADDITIONAL PROVISIONS
To Master Task Order Contract Dated 7/1/2022 Task Order Routing Number 2024*0696
These provisions are to be read and interpreted in conjunction with the provisions of the Master Task Order Contract
specified above.
1.Time Limit For Acceptance Of Deliverables.
a.Evaluation Period.The State shall have 14 calendar days from the date a deliverable is delivered
to the State by the Contractor to evaluate that deliverable,except for those deliverables that have a
different time negotiated by the State and the Contractor.
b.Notice of Defect.If the State believes in good faith that a deliverable fails to meet the design
specifications for that particular deliverable,or is otherwise deficient,then the State shall notify
the Contractor of the failure or deficiencies,in writing,within 14 calendar days of:1)the date the
deliverable is delivered to the State by the Contractor if the State is aware of the failure or
deficiency at the time of delivery;or 2)the date the State becomes aware of the failure or
deficiency.The above time frame shall apply to all deliverables except for those deliverables that
have a different time negotiated by the State and the Contractor in writing pursuant to the State’s
fiscal rules.
c.Time to Correct Defect.Upon receipt of timely written notice of an objection to a completed
deliverable,the Contractor shall have a reasonable period of time,not to exceed 14 calendar days,
to correct the noted deficiencies.If the Contractor fails to correct such deficiencies within 14
calendar days,the Contractor shall be in default of its obligations under this Task Order Contract
and the State,at its option,may elect to terminate this Task Order.
2.Contractor shall request prior approval in writing from the State for all modifications to the Statement of
Work/Work Plan,or for any modification to the direct costs in excess of twenty-five percent (25%)of the
total budget for direct costs,or for any modifications to the indirect cost rate.Any request for
modifications to the Budget in excess of twenty-five percent (25%)of the total budget for direct costs,or
any modifications to indirect cost rates,shall be submitted to the State at least ninety (90)days prior to the
end of the contract period and will require a modification in accordance with General Provisions,Section
16,Contract Modifications,or Option Letter Provisions of this Contract.
3.The Contractor shall comply with allowability of expenditures as listed in the CDPHE OPHP CDC
Infrastructure Allowability Roadmap;Allowable costs for funding source can be found on the following
website:https://cdphe-lpha.colorado.gov/cdc-infrastructure-lphas
CDPHE reserves the right to request funds be returned to CDPHE if the Contractor misuses the funds
according to the CDPHE CDC Infrastructure Allowability Roadmap.Misuse includes international travel
expenses.
4.Coronavirus Disease 2019 (COVID-19)Funds A recipient of a grant or cooperative agreement awarded by
the Department of Health and Human Services (HHS)with funds made available under the Coronavirus
Preparedness and Response Supplemental Appropriations Act,2020 (P.L.116-123);the Coronavirus Aid,
Relief,and Economic Security Act,2020 (the “CARES Act”)(P.L.116-136);the Paycheck Protection
Program and Health Care Enhancement Act (P.L.116-139);and/or the Consolidated Appropriations Act
Task Order Number:2024*0696 Page 1 of 2 Version 04.15.2022
DocuSign Envelope ID: C8EF97D1-FDD7-4B25-85A0-1C4D59D40986
and the Coronavirus Response and Relief Supplement Appropriations Act,2021 (P.L.116-260)and/or the
American Rescue Plan of 2021 [P.L.117-2]agrees as applicable to the award,to:1)comply with existing
and/or future directives and guidance from the Secretary regarding control of the spread of COVID-19;2)
in consultation and coordination with HHS,provide,commensurate with the condition of the individual,
COVID-19 patient care regardless of the individual’s home jurisdiction and/or appropriate public health
measures (e.g.,social distancing,or home isolation);and 3)assist the United States Government in the
implementation and enforcement of federal orders related to quarantine and isolation.In addition,to the
extent applicable,Recipient will comply with Section 18115 of the CARES Act,with respect to the
reporting to the HHS Secretary of results of tests intended to detect SARS–CoV–2 or to diagnose a possible
case of COVID–19.Such reporting shall be in accordance with guidance and direction from HHS and/or
CDC.HHS laboratory reporting guidance is posted at:
https://www.hhs.gov/sites/default/files/covid-19-laboratory-data-reporting-guidance.pdf.Further,consistent
with the full scope of applicable grant regulations (45 C.F.R.75.322),the purpose of this award,and the
underlying funding,the recipient is expected to provide to CDC copies of and/or access to COVID-19 data
collected with these funds,including but not limited to data related to COVID-19 testing.CDC will specify
in further guidance and directives what is encompassed by this requirement.This award is contingent upon
agreement by the recipient to comply with existing and future guidance from the HHS Secretary regarding
control of the spread of COVID-19.In addition,recipient is expected to flow down these terms to any
subaward,to the extent applicable to activities set out in such subaward.The recipient must exercise proper
stewardship over Federal funds by ensuring that all costs charged are allowable,allocable,and reasonable
Task Order Number:2024*0696 Page 2 of 2 Version 04.15.2022
DocuSign Envelope ID: C8EF97D1-FDD7-4B25-85A0-1C4D59D40986
EXHIBIT B
STATEMENT OF WORK
To Original Contract Number 2024*0696
These provisions are to be read and interpreted in conjunction with the provisions of the contract specified above.
1.Project Description:
This project serves to advance Colorado’s public health and environmental workforce capacity through public
health transformation.Public health transformation will grow,sustain,and diversify the public health workforce by
strengthening the public health workforce’s capacity for planning,development,management,forecasting,and
quality improvement efforts.The Colorado Department of Public Health &Environment (CDPHE)will use the
Centers for Disease Control and Prevention (CDC)grant funds to strengthen partnerships and build resilience
among Colorado’s public health workforce in 53 local public health agencies (LPHAs).The LPHAs shall use the
funds to grow and sustain the workforce capacity.With a thriving workforce,local public health agencies will be
enabled to support local communities in a larger way.The CDPHE’s Office of Public Health Practice,Planning,
and Local Partnerships (OPHP)will work with all LPHAs to support public health workers in the public health
system.CDPHE will support LPHAs with additional resources to address the increased labor market competition,
increased workload demands,and will monitor that public health and environmental staff have the proper
knowledge and training.Local Public Health Agencies shall hire staff,and implement a new employees retention
system through professional development training and cross-training.
2.Definitions:
1.Infrastructure:The CDC grant titled,“Strengthening U.S.Public Health Infrastructure,Workforce,and
Data Systems.”
3.Work Plan:
Goal #1:Advance Colorado’s public health workforce capacity through public health transformation by strengthening
partnerships and building resilience among Colorado’s public health workforce.
Objective #1:No later than the expiration of the contract,support the Colorado public health workforce.
Primary Activity #1 1.The Contractor shall create a final project budget.
Sub Activity #1
1.The Contractor shall track the spend down of the award.
2.The Contractor shall update Infrastructure award budgets to show the spend down
progress.
Primary Activity #2 1.The Contractor shall complete a standard progress report every 3 months.
Primary Activity #3
1.The Contractor shall create a five year workplan utilizing workforce activities in the
CDC sample activities document:
https://www.cdc.gov/infrastructure/pdfs/appendix-1-sample-activities-component-a.pdf
Primary Activity #4
1.The Contractor shall attend the following meetings with CDPHE:
a)a Post-award meeting and
b)annual program check in meetings.
Primary Activity #5 1.The Contractor shall create a final report.
Task Order Number:2024*0696 Page 1 of 3Version 02.24.2022
DocuSign Envelope ID: C8EF97D1-FDD7-4B25-85A0-1C4D59D40986
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.
2.CDPHE will schedule the annual check in meetings with the Contractor within 45 days
of contract execution.
3.The Contractor shall comply with all funding requirements.
4.The Contractor shall communicate any projected budget changes that result in a new
budget line item or are over 25%of the total budget to the CDPHE contract monitor that
may result in unobligated funds within 30 days of acknowledgment of changes.
5.The Contractor shall use the CDPHE budget template for the final project budget.
6.The Contractor shall use the CDPHE 3 month Progress Report and Final Progress
Report Templates.
7.CDPHE will electronically provide the Contractor,within thirty (30)days from contract
execution,the following templates:
a)a CDPHE Budget Template,
b)a 3 month Progress Report Template,and
c)a Final Report Template.
8.CDPHE will compile data that has been provided by the Contractor to other CDPHE
programs to verify services provided.
9.Contractor shall submit technical assistance questions to CDPHE to receive technical
assistance from the Component B national grantees.
10.CDPHE will create a technical assistance intake form.
11.CDPHE will provide the required workplan template to the Contactor within thirty (30)
days from contract execution.
12.The Contractor shall upload the required workplan and budget via the link supplied by
CDPHE.
13.The Contractor shall complete a final report within sixty (60)days of all funds being
spent,and no later than November 30,2027.
Expected Results of
Activity(s)
1.Increase of the public health workforce.
2.Retention of the public health workforce.
Measurement of
Expected Results
1.Number of:
a.Full Time Equivalents (FTE)hired,and/or
b.Full Time Equivalents (FTE)trained,and/or
c.Full Time Equivalents (FTE)receiving retention efforts,and/or
d.Interns hired.
Completion Date
Deliverables
1.The Contractor shall submit the final project budget
electronically to OPHP
No later than 30 days
after Contract execution.
2.The Contractor shall submit the workplan electronically to
OPHP.
No later than 30 days
after Contract execution.
3.The Contractor shall submit Progress Reports every 3
months electronically to OPHP until all funds are spent
down.
Due every February 1st,
May 1st,
August 1st,and
November 1st until final
progress report.
4.The Contractor shall submit a Final Progress Report
electronically to OPHP.
No later than 60 days
after all funds were
spent,and no later than
Nov.30,2027
Task Order Number:2024*0696 Page 2 of 3Version 02.24.2022
DocuSign Envelope ID: C8EF97D1-FDD7-4B25-85A0-1C4D59D40986
4.Monitoring:
CDPHE’s monitoring of this contract for compliance with performance requirements will be conducted
throughout the contract period by the Office of Public Health Practice,Planning,and Local Partnerships’
Contract Monitor.Methods used will include a review of documentation determined by CDPHE to be
reflective of performance to include progress reports,site visits,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.
5.Resolution of Non-Compliance:
The Contractor will be notified in writing within (7)calendar days of discovery of a compliance issue.
Within (30)calendar days of discovery,the Contractor and the State will collaborate,when appropriate,to
determine the action(s)necessary to rectify the compliance issue and determine when the action(s)must be
completed.The action(s)and timeline 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 Contract Monitor 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.
Task Order Number:2024*0696 Page 3 of 3Version 02.24.2022
DocuSign Envelope ID: C8EF97D1-FDD7-4B25-85A0-1C4D59D40986
EXHIBIT C
BUDGET
I.ENTITY NAME:EAGLE COUNTY PUBLIC HEALTH AGENCY
II.BUDGET:
ONE TIME PAYMENT TOTAL PAYMENT
12/1/2022 -11/30/2027 $251,548.00
TOTAL $251,548.00
Task Order Number:2024*0696 Page 1 of 1 Version 05.02.2022
DocuSign Envelope ID: C8EF97D1-FDD7-4B25-85A0-1C4D59D40986
Exhibit D
Federal Provisions -Advancing Colorado’s Public Health Workforce Capacity,Data,and
Equity Through Public Health Transformation
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 Agency .
b.Subrecipient Unique Entity Identification Number:
●SAM Unique Entity ID (UEI):GDB1EPFH8JR9
c.The Federal Award Identification Number (FAIN)is NE11OE000089.
d.The Federal award date is November 29,2022.
e.The subaward period of performance start date is July 1,2023 and end date is November 30,
2027.
f.Federal Funds:
Federal Budget Period Total Amount of Federal
Funds Awarded
Amount of Federal Funds
Obligated to CDPHE
12/01/2022 -11/30/2023 $34,783,995.00 $34,783,995.00
g.Federal award title of project or program:Advancing Colorado’s Public Health Workforce
Capacity,Data,and Equity Through Public Health Transformation.
h.The name of the Federal awarding agency is:Centers for Disease Control and Prevention and
the contact information for the awarding official is Ms.Tia Yancey,Program Officer,Center
for Surveillance,Epidemiology and Laboratory Services (CSELS),tby4@cdc.gov;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 Enter Grantee
(CDPHE)Project Director.
i.The Catalog of Federal Domestic Assistance (CFDA)number is 93.967 and the grant name is
CDC Collaboration with Academia to Strengthen Public Health.
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.
Task Order Number:2024*0696 Page 1 of 4 Version 05.02.2022
DocuSign Envelope ID: C8EF97D1-FDD7-4B25-85A0-1C4D59D40986
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.
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 subaward 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.Subrecipient 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 contingent,only extends to funds duly and lawfully appropriated for the
purposes of this Contract by the authorized representatives of the Subrecipient and paid into the
Subrecipient’s treasury or bank account.Subrecipient represents to 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 Requirements of the Uniform
Guidance,issued pursuant to the Single Audit Act Amendments of 1996,(31 U.S.C.7501-7507).2 CFR
§200.501.
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”).
d.42 U.S.C.6101 et seq.,42 U.S.C.2000d,29 U.S.C.794 (regarding discrimination);
Task Order Number:2024*0696 Page 2 of 4 Version 05.02.2022
DocuSign Envelope ID: C8EF97D1-FDD7-4B25-85A0-1C4D59D40986
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 State 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.This 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 with 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 The Office of Management and
Budget Uniform Administrative Requirements,Cost Principles,and Audit Requirements for Federal
Awards (Uniform Guidance),including but not limited to these Supplemental Provisions for Federal
Awards.Any revisions to such provisions automatically shall become a part of these Supplemental
Provisions,without the necessity of either party executing any further instrument.CDPHE may provide
written notification to Subrecipient of such revisions,but such notice shall not be a condition precedent to
the effectiveness of such revisions.
13)Procurement Procedures.Subrecipient shall use its own documented procurement procedures which
reflect applicable State,local,and Tribal laws and regulations,provided that the procurements conform to
Task Order Number:2024*0696 Page 3 of 4 Version 05.02.2022
DocuSign Envelope ID: C8EF97D1-FDD7-4B25-85A0-1C4D59D40986
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 certify 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 accordance 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.If 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.
Task Order Number:2024*0696 Page 4 of 4 Version 05.02.2022
DocuSign Envelope ID: C8EF97D1-FDD7-4B25-85A0-1C4D59D40986