Loading...
HomeMy WebLinkAboutC2013-493 - 10/15/2013 - Approved alls--201q67-66067 DEPARTMENT OF STATE HEALTH SERVICES CONTRACT 2014-001139-00 "14? C. This Contract is entered into by and between the Department of State Health Services(DSHS or the Department),an agency of the State of Texas, and Corpus Christi Public Health District (Contractor),a Governmental, (collectively,the Parties) entity. 1.Purpose of the Contract: DSHS agrees to purchase,and Contractor agrees to provide, services or goods to the eligible populations. 2.Total Amount: The total amount of this Contract is$166,825.00. 3.Funding Obligation: This Contract is contingent upon the continued availability of funding. If funds become unavailable through lack of appropriations, budget cuts,transfer of funds between programs or health and human services agencies,amendment to the Appropriations Act, health and human services agency consolidation, or any other disruptions of current appropriated funding for this Contract, DSHS may restrict, reduce, or terminate funding under this Contract. 4.Term of the Contract: This Contract begins on 09/01/2013 and ends on 08/31/2014. DSHS has the option, in its sole discretion,to renew the Contract. DSHS is not responsible for payment under this Contract before both parties have signed the Contract or before the start date of the Contract,whichever is later. 5.Authority: DSHS enters into this Contract under the authority of Health and Safety Code, Chapter 1001. 6. Program Name: CPS/LRN-PHEP CPS-LABORATORY RESPONSE NETWORK-PNEP • 2013-493 10/15/13 Ord. 029975 Texas Dept of State Health INDEXED 7. Statement of Work: Contractor shall perform activities in support of the Centers for Disease Control and Prevention(CDC) Cooperative Agreement Work Plan for Public Health Emergency Preparedness(Funding Opportunity CDC-RFA-TP12-120102CONT13).CDC's Public Health Emergency Preparedness Cooperative Agreement is designed to upgrade and integrate state and local public health jurisdictions' preparedness for and response to bioterrorism, outbreaks of infectious disease, and other public health threats and emergencies. The existence of any one of these conditions constitutes an "incident". Contractor shall perform the activities required under this Program Attachment in the Service Area designated in the most recent version of Section 8."Service Area"of this contract. •Contractor shall conduct activities at the local level as stated in the Fiscal Year(FY)2014 Public Health Emergency Preparedness Workplan for Laboratory Response Network(LRN) Laboratories. Contractor shall: A)Maintain a confirmatory bioterrorism testing laboratory with a staff trained and proficient in CDCs LRN biothreat protocols; B)Test samples from identified service area for biothreat agents and toxins. Once biological agent is identified, Contractor shall be prepared to test for other infectious agents and for other public health threats and emergencies; C)Test food samples for select biological agents using conventional and advanced bacteriological techniques and CDC-LRN protocols; D) Maintain extensive collaboration with local law enforcement, hazardous material and other emergency responders. In addition, Contractor shall prepare Standard Operating Procedures and Standard Operating Guidelines(SOPs/SOGs)covering interaction with these agencies in the event of an emergency or incident; E) Upon request provide copies of all new or revised SOPs/SOGs related to preparedness to DSHS with quarterly report; F)Utilize DSHS's provided Public Health Laboratory Information Management System(PHLIMS)for reporting biothreat testing and results. This reporting shall include sample and laboratory data as well as the final report; G) Prepare current information during an incident;and H)Provide LRN surge capability plan. Contractor's laboratory microbiologist shall be responsible for training other Contractor laboratory staff in setting up and performing all diagnostic and reference testing for select biological agents;monitoring and evaluating biothreat incidents,outbreaks of infectious disease and other public health threats and emergencies;communicating with all other laboratories within the service area as defined by DSHS; and interacting with DSHS and CDC. Contractor shall comply with all applicable federal and state laws, rules,and regulations including, but not limited to,the following: • Public Law 107-188, Public Health Security and Bioterrorism Preparedness and Response Act of 2002; • Public Law 109-417, Pandemic and All-Hazards Preparedness Act of 2006; and •Chapter 81,Texas Health and Safety Code. Contractor shall comply with all applicable regulations,standards and guidelines in effect on the beginning date of this Program Attachment. The following documents are incorporated by reference and made a part of this Program Attachment: •Contractors Financial Procedures Manual dated September 1, 2012 or latest version located at: http//www.dshs.state.tx.us/contracts/cfpm.shtm; • Centers for Disease Control and Prevention (CDC)Guidance for Public Health Emergency Preparedness(http://www.cdc.gov/phpr/capabilities/index.htm); •FY 2014 Public Health Emergency Preparedness Workplan for Laboratory Response Network(LRN) Laboratories; • Contractor's FY 2014 Applicant Information and Budget Detail; and •CDCs Local Emergency Preparedness and Response Inventory. The CDC LRN-PHEP Budget Period 2(July 1, 2013 through June 30, 2014)funds awarded herewith must be matched by costs or third party contributions that are not paid by the Federal Government under another award, except where authorized by Federal statute to be used for cost sharing or matching. The non-federal contributions(match)may be provided directly or through donations from public or private entities and may be in cash or in-kind donations, fairly evaluated, including plant,equipment, or services. The costs that the contractor incurs in fulfilling its matching or cost-sharing requirement are subject to the same requirements, including the cost principles,that are applicable to the use of Federal funds, including prior approval requirements and other rules for allowable costs as described in 45 CFR 74.23 and 45 CFR 92.24. Contractor is required to provide matching funds for the CDC LRN-PHEP Budget Period 2(July 1,2013 through June 30, 2014)of the Funding Opportunity Number CDC-RFA-TP12-120102CONT13 not less than 10%of total costs. Refer to the DSHS Contractor's Financial Procedures Manual, Chapter 9 (http://www.dshs.state.tx.us/contracts/cfpm.shtm)for additional guidance on match requirements, including descriptions of acceptable match resources. Documentation of match, including methods and sources, must be included in the Contractor's contract budget and PHEP Contractor must follow procedures for generally accepted accounting practices and meet audit requirements. Contractor shall notify DSHS in advance of Contractor's plans to participate in or conduct local exercises, in a format specified by DSHS. Contractor shall participate in statewide exercises planned by DSHS as needed to assess the capacity of Contractor to respond to bioterrorism, other outbreaks of infectious disease,and other public health threats and emergencies. Contractor shall prepare after-action reports, documenting and correcting any identified gaps or weaknesses in preparedness plans identified during • exercises, in a format specified by DSHS. Contractor shall cooperate with DSHS to coordinate all planning,training and exercises performed under this Program Attachment with the Texas Division of Emergency Management, or other points of contact at the discretion of the division, to ensure consistency and coordination of requirements at the local level and eliminate duplication of effort between the various domestic preparedness funding sources in the state. In the event of a public health emergency involving a portion of the state, Contractor shall mobilize and dispatch staff or equipment that were purchased with funds from this Program Attachment and that are not performing critical duties in the jurisdiction served to the affected area of the state upon receipt of a written request from DSHS. Contractor shall inform DSHS in writing if it shall not continue performance under this Program Attachment within thirty(30)days of receipt of an amended standard(s)or guideline(s). DSHS may terminate the Program Attachment immediately or within a reasonable period of time as determined by DSHS. • Contractor shall develop, implement,and maintain a timekeeping system for accurately documenting staff time and salary expenditures for all staff funded through this Program Attachment, including partial FTEs and temporary staff. DSHS reserves the right,where allowed by legal authority, to redirect funds in the event of financial shortfalls. DSHS will monitor Contractor's expenditures on a quarterly basis. If expenditures are below that projected in Contractor's total Contract amount, Contractor's budget may be subject to a decrease for the remainder of the Contract term. Vacant positions existing after ninety(90)days may result in a decrease in funds. Performance Measures: Contractor shall complete the PERFORMANCE MEASURES as stated in the attached Exhibit A. Contractor shall provide reports as requested by DSHS to satisfy information-sharing requirements set forth in Texas Government Code,Sections 421 .071 and 421.072 (b)and(c). BILLING INSTRUCTIONS: Contractor shall request payment electronically through the Contract Management and Procurement System(CMPS)with acceptable supporting documentation for reimbursement of the required services/deliverables. Billing will be performed according to CMPS instructions found at the following link http://www.dshs.state.tx.us/cmps/. For assistance with CMPS, please email CMPS@dshs.state.tx.us or call 1-855-312-8474. 8. Service Area Calhoun-Goliad-Jackson-Victoria-Aransas-Bee-Jim Wells-Kleberg-Live Oak-Nueces-Refugio-San Patricio County This section intentionally left blank. 10. Procurement method: Non-Competitive Interagency/Interlocal GST-2012-Solicitation-00030 DCPS GOLIVE LRN PHEP 11. Renewals: Number of Renewals Remaining: 3 Date Renewals Expire: 08/31/2017 12. Payment Method: Cost Reimbursement 13. Source of Funds: 93.069, 93.069 14. DUNS Number: 069457786 This section intentionally left blank. 16. Special Provisions General Provisions,Article I, Compliance and Reporting , Section 1.03 is amended to include: Reporting. Contractor shall submit programmatic reports in accordance with the reporting requirements established by the Department and shall provide any other information requested by the Department in the format required by DSHS.Contractor shall provide DSHS other reports, including financial report, and any other reports that DSHS determines necessary to accomplish the objectives of this contract and to monitor compliance. If Contractor is legally prohibited from providing such reports, Contractor shall immediately notify DSHS in writing. Failure to submit any required report or additional requested information by the due date specified in the Program Attachment(s)or upon request constitutes a breach of contract, may result in delayed payment and/or the imposition of sanctions and remedies, and,if appropriate, emergency action;and may adversely affect evaluation of Contractor's future contracting opportunities with the Department. Contractor shall provide reports as requested by DSHS to satisfy information-sharing requirements set forth in Texas Government Code,Sections 421.071 and 421.072(b)and(c). General Provisions, Services Article, Section 2.02 Disaster Services, is revised to include the following: in the event of a local,state,or federal emergency the Contractor has the authority to utilize approximately 5%of staff's time supporting this Program Attachment for response efforts. DSHS shall reimburse Contractor up to 5%of this Program Attachment funded by Center for Disease Control and Prevention (CDC) for personnel costs responding to an emergency event. Contractor shall maintain records to document the time spent on response efforts for auditing purposes. Allowable activities also include participation of drills and exercises in the pre-event time period. Contractor shall notify the Assigned Contract Manager in writing when this provision is implemented. General Provisions, Article IV, Payment Methods and Restrictions, Billing Submission Section 4.02, is amended to include the following: Contractor shall submit requests for reimbursement or payment,or revisions to previous reimbursement request(s), no later than August 14,2014 for costs incurred between the services dates of September 1, 2013 and June 30, 2014. General Provisions,Article V,Terms and Conditions of Payment, Section 5.01, is revised to include: DSHS will monitor Contractor's billing activity and expenditure reporting on a quarterly basis. Based on these reviews, DSHS may reallocate funding between contracts to maximize use of available funding. General Provisions,Article VI,Allowable Costs and Audit Requirements, Section 6.01, is amended to include the following: For the purposes of this Program Attachment, funds may not be used for fundraising activities, lobbying, research, major renovations, reimbursement of pre-award costs,clinical care, purchase vehicles, new construction, funding an award to another party or provider who is ineligible, backfilling costs for staff, or to purchase incentive items. General Provisions,Article XII General Business Operations of Contractor, Equipment Purchases, Section 12.20 is revised as follows: Contractor is required to initiate the purchase of approved equipment and controlled assets no later than August 31, 2014 as documented by issue of a purchase order or written order confirmation from the vendor on or before August 31,2014. In addition, all equipment and controlled assets must be received no later than 60 calendar days following the end of the Program Attachment term. General Provisions,Article XIII, General Terms, Section 13.15, is amended to include the following: Contractor must submit all amendment and revision requests in writing to the Division Contract Management Unit at least 90 days prior to the end of the term of this Program Attachment. 17. Documents Forming Contract. The Contract consists of the following: a. Contract(this document) 2014-001139-00 b. General Provisions Subrecipient General Provisions c. Attachments Budgets d. Declarations Certification Regarding Lobbying, Fiscal Federal Funding Accountability and Transparency Act(FFATA)Certification e. Exhibits Exhibit A(WORK PL, Any changes made to the Contract,whether by edit or attachment, do not form part of the Contract unless expressly agreed to in writing by DSHS and Contractor and incorporated herein. • 18. Conflicting Terms. In the event of conflicting terms among the documents forming this Contract,the order of control is first the Contract, then the General Provisions,then the Solicitation Document, if any, and then Contractor's response to the Solicitation Document, if any. 19. Payee. The Parties agree that the following payee is entitled to receive payment for services rendered by Contractor or goods received under this Contract: Name: City of Corpus Christi Vendor identification Number: 17460005741 027 20. Entire Agreement. The Parties acknowledge that this Contract is the entire agreement of the Parties and that there are no agreements or understandings,written or oral, between them with respect to the subject matter of this Contract,other than as set forth in this Contract. I certify that I am authorized to sign this document and I have read and agree to all parts of the contract, including any attachments and addendums. Department of State Health Services Cot u. hristi Publ' rict By: : 11 • / i' , AS Signature of Authorized Official 6W ilii'= : 'to 4 riz-. of ial I Date Date Name and Title Name and Title 1100 West 49th Street Address Address Austin, TX 787-4204 City, State, Zip City, State,Zip Telephone Number Telephone Number E-mail Address E-mail Address OISLIC C AUIHKILT• 0COU/4011 -...14.6 �` ATtEST. ettS/ �..1 -u-�.......�............ CRY SECRETIVE" SECRETAR Fiscal Year 2014 Department of State Health Services Contract General Provisions (Core/Subrecipient) ARTICLE I COMPLIANCE AND REPORTING 5 Section 1.01 Compliance with Statutes and Rules. 5 Section 1.02 Compliance with Requirements of Solicitation Document. 5 Section 1.03 Reporting. 5 Section 1.04 Client Financial Eligibility. 5 Section 1.05 Applicable Contracts Law and Venue for Disputes. 5 Section 1.06 Applicable Laws and Regulations Regarding Funding Sources. 5 Section 1.07 Statutes and Standards of General Applicability. 6 Section 1.08 Applicability of General Provisions to Interagency and Interlocal Contracts. 7 Section 1.09 Civil Rights Policies and Complaints. 8 Section 1.10 Licenses,Certifications,Permits,Registrations and Approvals. 8 Section 1.11 Funding Obligation. 9 ARTICLE II SERVICES 9 Section 2.01 Education to Persons in Residential Facilities. 9 Section 2.02 Disaster Services. 9 Section 2.03 Consent to Medical Care of a Minor. 9 • Section 2.04 Telemedicine Medical Services. 9 Section 2.05 Fees for Personal Health Services 10 Section 2.06 Cost Effective Purchasing of Medications. 10 Section 2.07 Services and Infornmation for Persons with Limited English Proficiency. 10 ARTICLE III FUNDING 10 Section 3.01 Debt to State and Corporate Status. 10 Section 3.02 Application of Payment Due. 10 Section 3.03 Use of Funds. 10 Section 3.04 Use for Match Prohibited. 11 Section 3.05 Program Income. 11 Section 3.06 Nonsupplanting. 11 ARTICLE IV PAYMENT METHODS AND RESTRICTIONS 11 Section 4.01 Payment Methods. 11 Section 4.02 Billing Submission. 11 Section 4.03 Final Billing Submission. 11 Section 4.04 Working Capital Advance. 12 Section 4.05 Third Party Payors. 12 ARTICLE V TERMS AND CONDITIONS OF PAYMENT 12 Section 5.01 Prompt Payment. 12 Section 5.02 Withholding Payments. 12 Section 5.03 Condition Precedent to Requesting Payment. 12 Section 5.04 Acceptance as Payment in Full. 13 ARTICLE VI ALLOWABLE COSTS AND AUDIT REQUIREMENTS 13 Section 6.01 Allowable Costs. 13 Section 6.02 Independent Single or Program-Specific Audit. 14 Section 6.03 Submission of Audit. 14 ARTICLE VII CONFIDENTIALITY 14 Section 7.01 Maintenance of Confidentiality. 14 Section 7.02 Department Access to PHI and Other Confidential Information 15 General Provisions(Core Subrecipient)2014(July 15,2013) 1 DEPARTMENT OF STATE HEALTH SERVICES CONTRACT 2014-001139-00 ..� . This Contract is entered into by and between the Department of State Health Services(DSHS or the Department),an agency of the State of Texas, and Corpus Christi Public Health District (Contractor), a Governmental, (collectively,the Parties) entity. 1.Purpose of the Contract: DSHS agrees to purchase,and Contractor agrees to provide, services or goods to the eligible populations. 2.Total Amount: The total amount of this Contract is$166,825.00. 3. Funding Obligation: This Contract is contingent upon the continued availability of funding. If funds become unavailable through lack of appropriations, budget cuts,transfer of funds between programs or health and human services agencies, amendment to the Appropriations Act, health and human services agency consolidation, or any other disruptions of current appropriated funding for this Contract, DSHS may restrict, reduce,or terminate funding under this Contract. 4.Term of the Contract: This Contract begins on 09/01/2013 and ends on 08/31/2014. DSHS has the option, in its sole discretion,to renew the Contract. DSHS is not responsible for payment under this Contract before both parties have signed the Contract or before the start date of the Contract,whichever is later. 5.Authority: DSHS enters into this Contract under the authority of Health and Safety Code, Chapter 1001. 6. Program Name: CPS/LRN-PHEP CPS-LABORATORY RESPONSE NETWORK-PHEP 7. Statement of Work: Contractor shall perform activities in support of the Centers for Disease Control and Prevention (CDC) Cooperative Agreement Work Plan for Public Health Emergency Preparedness(Funding Opportunity CDC-RFA-TP12-120102CONT13). CDC's Public Health Emergency Preparedness Cooperative Agreement is designed to upgrade and integrate state and local public health jurisdictions' preparedness for and response to bioterrorism, outbreaks of infectious disease, and other public health threats and emergencies. The existence of any one of these conditions constitutes an "incident". Contractor shall perform the activities required under this Program Attachment in the Service Area designated in the most recent version of Section 8. "Service Area"of this contract. Contractor shall conduct activities at the local level as stated in the Fiscal Year(FY)2014 Public Health Emergency Preparedness Workplan for Laboratory Response Network(LRN)Laboratories. Contractor shall: A)Maintain a confirmatory bioterrorism testing laboratory with a staff trained and proficient in CDCs LRN biothreat protocols; B)Test samples from identified service area for biothreat agents and toxins. Once biological agent is identified, Contractor shall be prepared to test for other infectious agents and for other public health threats and emergencies; C)Test food samples for select biological agents using conventional and advanced bacteriological techniques and CDC-LRN protocols; D)Maintain extensive collaboration with local law enforcement, hazardous material and other emergency responders. in addition, Contractor shall prepare Standard Operating Procedures and Standard Operating Guidelines(SOPs/SOGs) covering interaction with these agencies in the event of an emergency or incident; E)Upon request provide copies of all new or revised SOPs/SOGs related to preparedness to DSHS with quarterly report; F)Utilize DSHS's provided Public Health Laboratory Information Management System(PHLIMS)for reporting biothreat testing and results. This reporting shall include sample and laboratory data'as well as the final report; G) Prepare current information during an incident;and H)Provide LRN surge capability plan. Contractor's laboratory microbiologist shall be responsible for training other Contractor laboratory staff in setting up and performing all diagnostic and reference testing for select biological agents; monitoring and evaluating biothreat incidents, outbreaks of infectious disease and other public health threats and emergencies;communicating with all other laboratories within the service area as defined by DSHS;and interacting with DSHS and CDC. Contractor shall comply with all applicable federal and state laws, rules, and regulations including, but not limited to,the following: • Public Law 107-188, Public Health Security and Bioterrorism Preparedness and Response Act of 2002; • Public Law 109-417, Pandemic and All-Hazards Preparedness Act of 2006; and •Chapter 81,Texas Health and Safety Code. Contractor shall comply with all applicable regulations,standards and guidelines in effect on the beginning date of this Program Attachment. The following documents are incorporated by reference and made a part of this Program Attachment: •Contractors Financial Procedures Manual dated September 1, 2012 or latest version located at: http//www.dshs.state.tx.us/contracts/cfpm.shtm; •Centers for Disease Control and Prevention (CDC)Guidance for Public Health Emergency Preparedness(http://www.cdc.gov/phpr/capabilities/index.htm); • FY 2014 Public Health Emergency Preparedness Workplan for Laboratory Response Network(LRN) Laboratories; •Contractor's FY 2014 Applicant information and Budget Detail; and •CDCs Local Emergency Preparedness and Response inventory. The CDC LRN-PHEP Budget Period 2 (July 1, 2013 through June 30, 2014)funds awarded herewith must be matched by costs or third party contributions that are not paid by the Federal Government under another award, except where authorized by Federal statute to be used for cost sharing or matching. The non-federal contributions(match) may be provided directly or through donations from public or private entities and may be in cash or in-kind donations, fairly evaluated, including plant, equipment, or services. The costs that the contractor incurs in fulfilling its matching or cost-sharing requirement are subject to the same requirements, including the cost principles,that are applicable to the use of Federal funds, including prior approval requirements and other rules for allowable costs as described in 45 CFR 74.23 and 45 CFR 92.24. Contractor is required to provide matching funds for the CDC LRN-PNEP Budget Period 2(July 1, 2013 through June 30, 2014)of the Funding Opportunity Number CDC-RFA-TP12-120102CONT13 not less than 10%of total costs. Refer to the DSHS Contractor's Financial Procedures Manual, Chapter 9 (http://www.dshs.state.tx.us/contracts/cfpm.shtm)for additional guidance on match requirements, including descriptions of acceptable match resources. Documentation of match, including methods and sources, must be included in the Contractor's contract budget and PNEP Contractor must follow procedures for generally accepted accounting practices and meet audit requirements. Contractor shall notify DSHS in advance of Contractor's plans to participate in or conduct local exercises, in a format specified by DSHS. Contractor shall participate in statewide exercises planned by DSHS as needed to assess the capacity of Contractor to respond to bioterrorism,other outbreaks of infectious disease,and other public health threats and emergencies. Contractor shall prepare after-action reports, documenting and correcting any identified gaps or weaknesses in preparedness plans identified during exercises, in a format specified by DSHS. Contractor shall cooperate with DSHS to coordinate all planning,training and exercises performed under this Program Attachment with the Texas Division of Emergency Management,or other points of contact at the discretion of the division,to ensure consistency and coordination of requirements at the local level and eliminate duplication of effort between the various domestic preparedness funding sources in the state. In the event of a public health emergency involving a portion of the state, Contractor shall mobilize and dispatch staff or equipment that were purchased with funds from this Program Attachment and that are not performing critical duties in the jurisdiction served to the affected area of the state upon receipt of a written request from DSHS. Contractor shall inform DSHS in writing if it shall not continue performance under this Program Attachment within thirty(30)days of receipt of an amended standard(s)or guideline(s). DSHS may terminate the Program Attachment immediately or within a reasonable period of time as determined by DSHS. • Contractor shall develop, implement, and maintain a timekeeping system for accurately documenting staff time and salary expenditures for all staff funded through this Program Attachment, including partial FTEs and temporary staff. DSHS reserves the right,where allowed by legal authority, to redirect funds in the event of financial shortfalls. DSHS will monitor Contractor's expenditures on a quarterly basis. If expenditures are below that projected in Contractor's total Contract amount, Contractor's budget may be subject to a decrease for the remainder of the Contract term. Vacant positions existing after ninety(90)days may result in a decrease in funds. Performance Measures: Contractor shall complete the PERFORMANCE MEASURES as stated in the attached Exhibit A. Contractor shall provide reports as requested by DSHS to satisfy information-sharing requirements set forth in Texas Government Code,Sections 421 .071 and 421.072 (b)and(c). BILLING INSTRUCTIONS: Contractor shall request payment electronically through the Contract Management and Procurement System(CMPS)with acceptable supporting documentation for reimbursement of the required services/deliverables. Billing will be performed according to CMPS instructions found at the following link http://www.dshs.sfate.tx.us/crops/. For assistance with CMPS, please email CMPS@dshs.state.tx.us or call 1-855-312-8474. 8. Service Area Calhoun-Goliad-Jackson-Victoria-Aransas-Bee-Jim Wells-Kleberg-Live Oak-Nueces-Refugio-San Patricio County This section intentionally left blank, 10. Procurement method: Non-Competitive Interagency/Interlocal GST-2012-Solicitation-00030 DCPS GOLIVE LRN PHEP 11. Renewals: Number of Renewals Remaining: 3 Date Renewals Expire: 08/31/2017 12. Payment Method: Cost Reimbursement 13. Source of Funds: 93.069,93.069 14. DUNS Number: 069457786 This section Intentionally left blank. • 16. Special Provisions General Provisions,Article I, Compliance and Reporting , Section 1.03 is amended to include: Reporting. Contractor shall submit programmatic reports in accordance with the reporting requirements established by the Department and shall provide any other information requested by the Department in the format required by DSHS. Contractor shall provide DSHS other reports, including financial report, and any other reports that DSHS determines necessary to accomplish the objectives of this contract and to monitor compliance. If Contractor is legally prohibited from providing such reports, Contractor shall immediately notify DSHS in writing. Failure to submit any required report or additional requested information by the due date specified in the Program Attachment(s)or upon request constitutes a breach of contract, may result in delayed payment and/or the imposition of sanctions and remedies, and, if appropriate, emergency action; and may adversely affect evaluation of Contractor's future contracting opportunities with the Department. Contractor shall provide reports as requested by DSHS to satisfy information-sharing requirements set forth in Texas Government Code, Sections 421.071 and 421.072 (b)and(c). General Provisions, Services Article, Section 2.02 Disaster Services, is revised to include the following: In the event of a local,state, or federal emergency the Contractor has the authority to utilize approximately 5%of staffs time supporting this Program Attachment for response efforts. DSHS shall reimburse Contractor up to 5%of this Program Attachment funded by Center for Disease Control and Prevention (CDC)for personnel costs responding to an emergency event. Contractor shall maintain records to document the time spent on response efforts for auditing purposes. Allowable activities also include participation of drills and exercises in the pre-event time period. Contractor shall notify the Assigned Contract Manager in writing when this provision is implemented. General Provisions,Article IV, Payment Methods and Restrictions, Billing Submission Section 4.02, is amended to include the following: Contractor shall submit requests for reimbursement or payment,or revisions to previous reimbursement request(s), no later than August 14, 2014 for costs incurred between the services dates of September 1, 2013 and June 30,2014. General Provisions,Article V,Terms and Conditions of Payment, Section 5.01, is revised to include: DSHS will monitor Contractor's billing activity and expenditure reporting on a quarterly basis. Based on these reviews, DSHS may reallocate funding between contracts to maximize use of available funding. General Provisions,Article VI,Allowable Costs and Audit Requirements, Section 6.01, is amended to include the following: For the purposes of this Program Attachment,funds may not be used for fundraising activities, lobbying, research, major renovations, reimbursement of pre-award costs, clinical care, purchase vehicles, new construction,funding an award to another party or provider who is ineligible, backfilling costs for staff,or to purchase incentive items. General Provisions,Article XII General Business Operations of Contractor, Equipment Purchases, Section 12.20 is revised as follows: Contractor is required to initiate the purchase of approved equipment and controlled assets no later than August 31, 2014 as documented by issue of a purchase order or written order confirmation from the vendor on or before August 31, 2014. In addition, ali equipment and controlled assets must be received no later than 60 calendar days following the end of the Program Attachment term. General Provisions,Article XIII, General Terms, Section 13.15, is amended to include the following: Contractor must submit all amendment and revision requests in writing to the Division Contract Management Unit at least 90 days prior to the end of the term of this Program Attachment. • 17. Documents Forming Contract. The Contract consists of the following: a. Contract(this document) 2014-001139-00 b. General Provisions Subrecipient General Provisions c. Attachments Budgets d. Declarations Certification Regarding Lobbying, Fiscal Federal Funding Accountability and Transparency Act(FFATA)Certification e. Exhibits Exhibit A(WORK PL, Any changes made to the Contract,whether by edit or attachment,do not form part of the Contract unless expressly agreed to in writing by DSHS and Contractor and incorporated herein. 18. Conflicting Terms. In the event of conflicting terms among the documents forming this Contract,the order of control is first the Contract, then the General Provisions, then the Solicitation Document, if any, and then Contractor's response to the Solicitation Document, if any. 19. Payee. The Parties agree that the following payee is entitled to receive payment for services rendered by Contractor or goods received under this Contract: Name: City of Corpus Christi Vendor Identification Number: 17460005741 027 20. Entire Agreement. The Parties acknowledge that this Contract is the entire agreement of the Parties and that there are no agreements or understandings,written or oral, between them with respect to the subject matter of this Contract, other than as set forth in this Contract. I certify that I am authorized to sign this document and I have read and agree to all parts of the contract, . including any attachments and addendums. Department of State Health Services Co (us Cliff-MI Public; .a hti Dis r' t By: B , 1, �, Signature of Authorized Official ;�r.0 %h of pia"i Date Date Name and Title Name and Title 1100 West 49th Street Address Address Austin,TX 787-4204 City, State,Zip City, State, Zip Telephone Number Telephone Number E-mail Address E-mail Address IT COUNCIL 1.5 KriEst Sf.CREFA `� �iR � i . Fiscal Year 2014 Department of State Health Services Contract General Provisions (Core/Subrecipient) ARTICLE I COMPLIANCE AND REPORTING • 5 Section 1.01 Compliance with Statutes and Rules. 5 Section 1.02 Compliance with Requirements of Solicitation Document. • 5 Section 1.03 Reporting. 5 Section 1.04 Client Financial Eligibility. 5 Section 1.05 Applicable Contracts Law and Venue for Disputes. 5 Section 1.06 Applicable Laws and Regulations Regarding Funding Sources. 5 Section 1.07 Statutes and Standards of General Applicability. 6 Section 1.08 Applicability of General Provisions to Interagency and Interlocal Contracts. 7 Section 1.09 Civil Rights Policies and Complaints. 8 Section 1.10 Licenses,Certifications,Permits,Registrations and Approvals. 8 Section 1.11 Funding Obligation. 9 ARTICLE U SERVICES 9 Section 2.01 Education to Persons in Residential Facilities. 9 Section 2.02 Disaster Services. 9 Section 2.03 Consent to Medical Care of a Minor. 9 Section 2.04 Telemedicine Medical Services. 9 Section 2.05 Fees for Personal Health Services 10 Section 2.06 Cost Effective Purchasing of Medications. 10 Section 2.07 Services and Information for Persons with Limited English Proficiency 10 ARTICLE III FUNDING 10 Section 3g01 Debt to State and Corporate Status. 10 Section 3.02 Application of Payment Due. 10 Section 3.03 Use of Funds. 10 Section 3.04 Use for Match Prohibited. 11 Section 3.05 Program Income. 11 Section 3.06 Nonsupplanting. 11 ARTICLE IV PAYMENT METHODS AND RESTRICTIONS 11 Section 4.01 Payment Methods. 11 Section 4.02 Billing Submission. 11 Section 4.03 Final Billing Submission. 11 Section 4.04 Working Capital Advance. 12 Section 4.05 Third Party Payors. . 12 ARTICLE V TER1SIS AND CONDITIONS OF PAYMENT 12 Section 5.01 Prompt Payment. 12 Section 5.02 Withholding Payments. 12 Section 5.03 Condition Precedent to Requesting Payment. 12 Section 5.04 Acceptance as Payment in Full. 13 ARTICLE VI ALLOWABLE COSTS AND AUDIT REQUIREMENTS 13 Section 6.01 Allowable Costs. 13 Section 6.02 Independent Single or Program-Specific Audit. 14 Section 6.03 Submission of Audit. 14 ARTICLE VII CONFIDENTIALITY 14 Section 7.01 Maintenance of Confidentiality. 14 Section 7.02 Department Access to PHI and Other Confidential Information 15 General Provisions(Core Subrecipient)2014(July 15,2013) 1 IntelliGrants TXDSHS -Document Page Page 1 of 1 **' TEXAS ma, Department of State Health Services MPS Cmtracr auric aal Ronurnxrd S)stcm My Home My Proposals My Procurements My Renewals My Training Materials I My Organization(s) I My Profile I Logout ADD NOTE CHECK GLOBAL ERRORS Back Document Information:RLHS-2014-Corous C-00007 Parent Information: 13LHS-2013-Corpus C-00003 1,1)Details You are here: > Renewal Meng>Forms Menu > Contract Execution Forms SIGNATURE PAGE Contract Number 2014-001139-00 Program ID-Program Name CPS/LRN-PREP-CPS-LABORATORY RESPONSE NETWORK-PNEP Contract Amount S166,825 Contract Term 9/1/2013 -8/31/2014 Contractor Signature certify that I am authorized to sign this document,and any attachments or addendums thereto,and I have read and agree to all parts of the contract. Signed 8y: Ms.Margie Rose Date Signed: 10/30/2013 DSHS Signature I certify that I am authorized to sign this document,and any attachments or addendums thereto,and I have read and agree to all parts of the contract. Signed By: David Gruber Date Signed: 11/14/2013 Navigation Links Status Page Name Note Created By Last Modified By Rodriguez,Annelle Rodriguez,Mnette Certification Regarding Lobbying 10130/20134:59:18 PM 11/8/2013 2:40:27 PM t Fiscal Federal Funding Accountability and Transparency Act(FFATA) Rodriguez,Annette Rodriguez,Annelle u Certification 10/30/2013 5:00:23 PM 10/30/2013 5:00:34 PM Signature Page Rose,Ms.Margie Gerber,David 10/30/2013 5:22:41 PM 11/14/2013 11:47:47 AM '- General Provisions tb Contract Print gy Exhibit A(WORK PLAN) Lundry,Lucia-Contractor Lundry,Lucia-RIMS 7/10/2013 4:53:42 PM 7/11/2013 7:38:45 AM 21097 Too of the Page Powered by IntelliGrante" )Copyright 2000-2013 Agate Software,Inc. https://cmps.dshs.texas.gov/ObjectPage2,aspx?onmID=20616&pgelD=10395 11/26/2013