Loading...
HomeMy WebLinkAboutC2013-495 - 10/15/2013 - Approved RL/f5 20/V C "ood 7 DEPARTMENT OF STATE HEALTH SERVICES CONTRACT 2014-001141-00 !It 1471 ke. 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$34,298.00. 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-HPP Preparedness and Prevention Community Preparedness Sec • 2013-495 10/15/13 Ord. 029975 Texas Dept of State Health INDEXED 7. Statement of Work: • The Contractor shall assist The Department of State Health Service(DSHS)in the implementation of Office of the Assistant Secretary for Preparedness and Response(OASPR), Hospital Preparedness Program (HPP)-to enhance the ability of hospitals and health care systems to prepare for and respond to bioterrorism and other public health emergencies. 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 Hospital Preparedness Program Workplan for the Texas Laboratory Response Network(LRN), Exhibit A (Workplan). Contractor shall: •Maintain extensive collaboration with all hospitals located in the identified service area to plan for response activities for biothreats; • Present laboratory-oriented training to hospitals and reference laboratories in the identified service area on the LRN sentinel protocols to include packaging and shipping of both biological and chemical samples according to published Centers for Disease Control and Prevention (CDC) protocols; • Maintain a system for safe specimen transport from local laboratories; •Explore the capabilities and needs of sentinel laboratories;and •Provide individual LRN surge capability plan. 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 107-188, Regulation of Certain Biological Agents and Toxins; • 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; • FY 2014 Office of the Assistant Secretary for Preparedness and Response(OASPR) Hospital Preparedness Program-CFDA Number 93.074- http://www.phe.gov/preparedness/planning/hpp/pages/default.aspx • FY 2014 Hospital Preparedness Program Workplan for Laboratory Response Network(LRN) Laboratories; • Contractor's FY 2014 Applicant Information and Budget Detail; and •CDCs Local Emergency Preparedness and Response Inventory. 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 Governor's Division of Emergency Management of the State of Texas, 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 Full Time Employees(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 (Workplan). 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 County, Goliad County, Jackson County,Victoria County, Aransas County, Bee County, Jim Wells County, Kleberg County, Live Oak County,Nueces County, Refugio County, San Patricio County This section intentionally left blank. 10. Procurement method: Non-Competitive Interagency/Interlocal GST-2012-Solicitation-00028 DCPS GOLIVE LRN HPP PROPSAL 11. Renewals: Number of Renewals Remaining: 3 Date Renewals Expire: 08/31/2017 12. Payment Method: Cost Reimbursement 13. Source of Funds: 93.889, 93.889 14. DUNS Number: 069457786 This section intentionally left blank. 16. Special Provisions General Provisions,Article I Compliance and Reporting, Reporting Section 1.03 is revised to include: Contractor shall submit programmatic reports as directed by DSHS in a format specified by DSHS. Contractor shall provide DSHS other reports, including financial reports,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. 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,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 Article, 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, construction, major renovations, reimbursement of pre-award costs, clinical care; purchase vehicles 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 12.20is 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,Amendment Section 13.15, is amended to include the following: Contractor shall submit all amendment and contract revision requests in writing to the Contract Manager 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) 2014-001141-00 b. General Provisions Subrecipient General Provisions c. Attachments Budgets d. Declarations Fiscal Federal Funding Accountability and Transparency Act(FFATA) Certification e. Exhibits Exhibit A(Work Plan; 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 Corp C• 1st! Public . =. it'DistrI) 13y. 8.�4 I r.l L Signature of Authorized Official ••. srr-•: DEPARTMENT OF STATE HEALTH SERVICES CONTRACT 2014-001141-00 i.49:4;',ot 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$34,298.00. 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-HPP Preparedness and Prevention Community Preparedness Sec 7. Statement of Work: The Contractor shall assist The Department of State Health Service(DSHS)in the implementation of Office of the Assistant Secretary for Preparedness and Response(OASPR), Hospital Preparedness Program (HPP)-to enhance the ability of hospitals and health care systems to prepare for and respond to bioterrorism and other public health emergencies. 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 Hospital Preparedness Program Workplan for the Texas Laboratory Response Network(LRN), Exhibit A (Workplan). Contractor shall: •Maintain extensive collaboration with all hospitals located in the identified service area to plan for response activities for biothreats; • Present laboratory-oriented training to hospitals and reference laboratories in the identified service area on the LRN sentinel protocols to include packaging and shipping of both biological and chemical samples according to published Centers for Disease Control and Prevention (CDC)protocols; •Maintain a system for safe specimen transport from local laboratories; • Explore the capabilities and needs of sentinel laboratories;and • Provide individual LRN surge capability plan. 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 107-188, Regulation of Certain Biological Agents and Toxins; • 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; • FY 2014 Office of the Assistant Secretary for Preparedness and Response(OASPR) Hospital Preparedness Program-CFDA Number 93.074- http://www.phe.gov/preparedness/planning/hpp/pages/default.aspx • FY 20'14 Hospital Preparedness Program Workplan for Laboratory Response Network(LRN) Laboratories; •Contractor's FY 2014 Applicant Information and Budget Detail; and •CDCs Local Emergency Preparedness and Response Inventory. 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 Governor's Division of Emergency Management of the State of Texas,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 Full Time Employees(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 (Workplan). 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 County, Goliad County,Jackson County,Victoria County, Aransas County, Bee County,Jim Wells County, Kleberg County, Live Oak County, Nueces County, Refugio County, San Patricio County • This section Intentionally left blank. 10. Procurement method: Non-Competitive Interagency/Interlocal GST-2012-Solicitation-00028 DCPS GOLIVE LRN HPP PROPSAL 11. Renewals: Number of Renewals Remaining: 3 Date Renewals Expire: 08/31/2017 12. Payment Method: Cost Reimbursement 13. Source of Funds: 93.889, 93.889 14. DUNS Number: 069457786 This section Intentionally left blank. 16. Special Provisions General Provisions,Article I Compliance and Reporting, Reporting Section 1.03 is revised to include: Contractor shall submit programmatic reports as directed by DSHS in a format specified by DSHS. Contractor shall provide DSHS other reports, including financial reports,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. 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,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 Article, 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, construction, major renovations, reimbursement of pre-award costs,clinical care; purchase vehicles 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 12.20is 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,Amendment Section 13.15, is amended to include the following: Contractor shall submit all amendment and contract revision requests in writing to the Contract Manager 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) 2014-001141-00 b. General Provisions Subrecipient General Provisions c. Attachments Budgets d. Declarations Fiscal Federal Funding Accountability and Transparency Act(FFATA) Certification e. Exhibits Exhibit A(Work Plan: 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,a pa .. of the contract, including any attachments and addendums. Department of State Health Services Cori Ifristi Public east = rcct By: g 4rte : tr Signature of Authorized Official �" / �• - �•� �•ut o 'zi Icia 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 Qamci. l AU I I1Uttict.. 17 COUNCIL 10.1.1C- ..j. A - � ' ..�.�..... .................., A7'IT 'yr'''. ARMANDO 01 PA SECRrTARV r.rry sF.C8Et/W'' InteIliGrants TXDSHS -Document Page Page 1 of 1 **' TEXAS � i Department of State Health Services MPS ('aural hWiremrnl anJ PriK11fCn\Y�Sletrm My Home My Proposals My Procurements My Renewals My Training Materials I My Organization(s) I My Profile I Logout A00 NOTE, CHECK GLOBAL ERRORS`. Q Back Document Information:RUHS-2014-Corpus C-00007 Parent Information: RLHS-2013-Corpus C-00003 lj petals You are here: > Renewal Menu >Forms Menu > Contract Execution Forms SIGNATURE PAGE Contract Number 2014-001141-00 Program fD-Program Name CPS/LRN-HPP-Preparedness end Prevention Community Preparedness Section/Laboratory Response N Contract Amount $34,298 Contract Term 9/1/2013 -8/31/2014 Contractor Signature m 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: Ms.Margie Rose Date Signed: 10/3012013 DSHS Signature w I certify that t 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: 11/8/2013 Navigation Links Status Page Name Note Created By Last Modified By Certification Regarding Lobbying(2) Rodriguez,Annette 10/3012013 4:55:02 PM f , Fiscal Federal Fuming Accountability and Transparency Act(FFATA) Rodriguez,Annette IJ Certification 10)3012013 4:58:32 PM Signature Page Rose,Ms.Margie Gruber,David 10/302013 5:22:41 PM 11/8/201312:05:53 PM tGeneral Provisions In Contract Print exhibit A{Work Pian) Lundry,Lucia-Contractor Lundry,Lucia-RIMS 7/10/2013 418:00 PM 7/11/2013 9:12:44 AM 21096 Q Top of the Page Powered by tntelliGrante" (0 Copyright 2000-2013 Agate Software,Inc. https://cmps,dshs.texas.gov/ObjectPage2.aspx?omnID=20581&pgelD=10364 11/26/2013