Loading...
HomeMy WebLinkAboutPR 18525: FY 2014-2015 PUBLIC HEALTH EMERGENCY PREPAREDNESS PROGBRAM IN THE AMOUNT OF $99,079.00 WITH A NON-CASH MATCH OF $9,908.00 Memorandum City of Port Arthur, Texas Health Department TO: John Comeaux, P.E., Interim City Manager FROM: Judith A. Smith, RN, BSN, Director of Health 21 DATE: August 27, 2014 SUBJECT: Proposed Resolution No. 18525 Approval of a Contract Renewal between the City of Port Arthur and the Department of State Health Services Public Health Emergency Preparedness program RECOMMENDATION It is recommended that the City Council approve Proposed Resolution No.18525 authorizing the City Manager to approve the FY 2014-2015 Contract between the City of Port Arthur and the Department of State Health Services Public Health Emergency Preparedness Program in the amount of$99,079 with a non-cash match of$ 9,908. BACKGROUND This contact renewal will allow the City of Port Arthur Health Department to perform and support activities and develop interventions to prevent human illness from chemical, biological, radiological agents, naturally occurring health threats and other public health emergencies. The contract term is from September 1, 2014 through August 31, 2015. BUDGETARY/FISCAL EFFECT: This award is for $99, 079.00 which includes a 10% non-cash match of$9,908 which can be in the form of in-kind services. The Health Department will keep records and documentation to support the in-kind contribution. Since this match is non-cash, it will not affect the city's budget. STAFFING/EMPLOYEE EFFECT: The funding supports salaries/fringe for one full time employee. SUMMARY: It is recommended that the City Council approve Proposed Resolution No.18525 authorizing the City Manager to approve the FY 2014-2015 Contract between the City of Port Arthur and the Department of State Health Services Public Health Emergency Preparedness Program in the amount of$99,079.00 with a non-cash match of$9,908. P. R. NO. 18525 8/27/2014-js RESOLUTION NO. A RESOLUTION APPROVING THE FY 2014-2015 CONTRACT BETWEEN THE CITY OF PORT ARTHUR AND THE DEPARTMENT OF STATE HEALTH SERVICES FOR THE PUBLIC HEALTH' EMERGENCY PREPAREDNESS PROGRAM IN THE AMOUNT OF $99,079.00 WITH A NON-CASH MATCH OF $9,908.00 WHEREAS, the contract between the City of Port Arthur and the Department of State Health Services provides financial assistance to the Port Arthur City Health Department to supplement the delivery of public health services; and, WHEREAS, the FY 2014-2015 contract will allow the City of Port Arthur to prepare and respond to bioterrorism, outbreaks of infectious disease, and other public health threats and emergencies in accordance with an established set of public health preparedness capabilities; and, WHEREAS, the total contract award is $99,079 for the period September 1, 2014 through August 31, 2015 which includes a 10%non-cash match of$9,908. NOW THEREFORE BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF PORT ARTHUR: Section 1. That, the facts and opinions are true and correct. Section 2. That, the City Council of the City of Port Arthur hereby approves the contract between the City of Port Arthur and the Department of State Health Services for the Public Health Preparedness Program. P.R.NO.18525 8/27/2014-js Section 3. That, the City Council deems it is in the best interest of the City to approve and authorize the City Manager and the Director of the City's Health Department to execute the contract between the Department of State Health Services and the City of Port Arthur, TX in substantially the same form as attached hereto as Exhibit «A» Section 4. That, a copy of the caption of this Resolution be spread upon the Minutes of the City Council. READ, ADOPTED, AND APPROVED, this day of September, 2014. A.D., at a Regular Meeting of the City Council of the City of Port Arthur, Texas by the following Vote: AYES: Mayor: Council members: NOES: Mayor ATTEST: Sherri Bellard, City Secretary P. R. NO. 18525 Page 3 APPROVED AS TO FORM: 14J -) Val Tizeno, City A T ey APPROVED FOR ADMINISTRATION: UG b 8s ) John Comeaux, P.E., Interim City Manager Judith A. Smith, RN, BSN Director of Health Services EXHIBIT "A" DEPARTMENT OF STATE HEALTH SERVICES CONTRACT 2015-001230-00 F ,7,";\\\ fr 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 Port Arthur Health Department (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 $99,079.00. 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 09/01/2014 and ends on 08/31/2015. 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/HAZARDS Public Health Emergency Preparedness (PHEP) Page 1 of 14 7. Statement of Work: STATEMENT OF WORK: A. Contractor will perform activities in support of the PHEP Cooperative Agreement (Funding Opportunity Number CDC-RFA-TP12-120102CONT14) from the Centers for Disease Control and Prevention (CDC). CDC's five-year PHEP— Hospital Preparedness Program (HPP) Cooperative Agreement seeks to align PHEP and HPP programs and advance public health and healthcare preparedness and: 1. Identify the appropriate jurisdictional partners to address the emergency preparedness, response and recovery needs of older adults regarding public health, medical and mental health behavioral needs and address processes and accomplishments to meet the needs of older adults; 2. Describe processes for solicitation of public comment on emergency preparedness plans and their implementation such as the establishment of an advisory committee or similar mechanism to ensure ongoing public comment on emergency preparedness and response plans; 3. Provide DSHS with situational awareness data generated through interoperable networks of electronic data systems, B. Contractor will address the following CDC PHEP Capabilities by prioritizing the order of the fifteen (15) public health preparedness capabilities in which the Contractor intends to invest based upon the Texas Public Health Jurisdictional Risk Assessment Tool (TxPHRAT) and the Capabilities Planning Guide (CPG) to assess the current capabilities and gaps. 1. Capability 1 —Community Preparedness is the ability of communities to prepare for, withstand, and recover— in both the short and long terms—from public health incidents. 2. Capability 2 —Community Recovery is the ability to collaborate with community partners, e.g., healthcare organizations, business, education, and emergency management)to plan and advocate for the rebuilding of public health, medical, and mental/behavioral health systems to at least a level of functioning comparable to pre-incident levels and improved levels where possible. 3. Capability 3— Emergency Operations Center Coordination is ability to direct and support an event or incident with public health or medical implications by establishing a standardized, scalable system of oversight, organization, and supervision consistent with jurisdictional standards and practices with the National Incident Management System. 4. Capability 4— Emergency Public Information and Warning is the ability to develop, coordinate, and disseminate information, alerts, warnings, and notifications to the public and incident management responders. 5. Capability 5— Fatality Management is the ability coordinate with other organizations (e.g., law enforcement, healthcare, emergency management, and medical examiner/coroner)to ensure the proper recovery, handling, identification, transportation, tracking, storage, and disposal of human remains and personal effects; certify cause of death, and facilitate access to mental/behavioral health services to the family members, responders, and survivors of an incident. 6. Capability 6— Information Sharing is the ability to conduct multijurisdictional, multidisciplinary exchange of health-related information and situational awareness data among federal, state, local, territorial, and tribal levels of government, and the private sector. This capability includes the routine sharing of information as well as issuing of public health alerts to federal, state, local, territorial, and tribal levels of government Page 2 of 14 and the private sector in preparation for and in response to events or incidents of public health significance. 7. Capability 7—Mass Care is the ability to coordinate with partner agencies to address the public health, medical, and mental/behavioral health needs of those impacted by an incident at a congregate location. This capability includes the coordination of ongoing surveillance and assessment to ensure that local health needs to continue to meet as the incident evolves. 8. Capability 8— Medical Countermeasure Dispensing is the ability to provide medical countermeasures (including vaccines, antiviral drugs, antibiotics, antitoxin, etc.) in support of treatment or prophylaxis (oral or vaccination)to the identified population in accordance with public health guidelines and/or recommendations. 9. Capability 9— Medical Materiel Management and Distribution is the ability to acquire, maintain (e.g., cold chain storage or other storage protocol), transport distribute, and track medical materiel (e.g., pharmaceuticals, gloves, masks, and ventilators) during an incident and to recover and account for unused medical materiel, as necessary, after an incident. 10. Capability 10— Medical Surge is the ability to provide adequate medical evaluation and care during events that exceed the limits of the normal medical infrastructure of an affected community. It encompasses the ability of the healthcare system to survive a hazard impact and maintain or rapidly recover operations that were compromised. 11. Capability 11 — Non-Pharmaceutical Interventions is the ability to recommend to the applicable lead agency (if not public health) and implement, if applicable, strategies for disease, injury, and exposure control. Strategies include the following: isolation and quarantine; restrictions on movement and travel advisory/warnings; social distancing; external decontamination; hygiene; and precautionary behaviors. 12. Capability 12— Public Health Laboratory Testing is the ability to conduct rapid and conventional detection, characterization, confirmatory testing, data reporting, investigative support, and laboratory networking to address actual or potential exposure to all-hazards. Hazards include chemical, radiological, and biological, and biological agents in multiple matrices that may include clinical samples, food, and environmental samples (e.g., water, air, and soil). This capability supports routine surveillance, including pre-event incident and post-exposure activities. 13. Capability 13— Public Health Surveillance and Epidemiological Investigations is the ability to create, maintain, support and strengthen routine surveillance and detection systems and epidemiological investigation processes, as well as to expand these systems and processes in response to incidents of public health significance. 14. Capability 14— Responder Safety and Health describes the ability to protect public health agency staff responding to an incident and the ability to support the health and safety needs of hospital and medical facility personnel, if requested. 15. Capability 15—Volunteer Management is the ability to coordinate the identification, recruitment, registration, credential verification, training and engagement of volunteers to support the jurisdictional public health agency's response to incidents of public health significance. C. A written amendment increasing the amount of this Contract will be required to be executed by the Parties before the total amount of this Contract can be increased. Page 3 of 14 D. Contractor will comply with all applicable federal and state laws, rules, and regulations including, but not limited to, the following: 1. Public Law 107-188, Public Health Security and Bioterrorism Preparedness and Response Act of 2002; 2. Public Law 113-05, Pandemic and All-Hazards Preparedness Reauthorization Act; and 3. Texas Health and Safety Code Chapter 81. E. The Parties have the authority under Texas Government Code Chapter 791 to enter into this Interlocal Cooperation Contract. F. Texas Government Code §421.062 provides that since this Contract is for a homeland security service that neither party is responsible for any civil liability that may arise from this Contract. G. The following documents and resources are incorporated by reference and made a part of this Contract: 1. DSHS and CDC Public Health Emergency Preparedness Cooperative Agreement, Funding Opportunity Number: CDC-RFA-TP12-120102CONT14; 2. Public Health Preparedness Capabilities: National Standards for State and Local Planning, March 2011: http://www.cdc.gov/phpr/capabilities/DSLR_capabilities_July.pdf; 3. Presidential Policy Directive 8/PPD-8, March 30, 2011: http://www.hlswatch.com/wp-content/uploads/2011/04/PPD-8-Preparedness.pdf; 4. Homeland Security Exercise and Evaluation Program (HSEEP) Documents: https://hseep.dhs.gov/pages/1001_HSEEP7.aspx; 5. Ready or Not? Have a Plan; Surviving Disaster: How Texans Prepare (videos): http://www.texasprepares.org/survivingdisaster.htm; 6. DSHS Exercise Guide: http://www.dshs.state.tx.us/commprep/exercises.aspx; and 7. Preparedness Program Guidance(s) as provided by DSHS and CDC. H. Funds awarded for this Contract 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 the 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. I. The Contractor is required to provide matching funds for this Program Attachment not less than ten-percent 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 Contractor must follow procedures for generally accepted accounting practices as well as meet audit requirements. J. In the event of a public health emergency involving a portion of the state, Contractor will mobilize and dispatch staff or equipment purchased with funds from the previous PHEP cooperative agreements 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. Page 4 of 14 K. Contractor will inform DSHS in writing if Contractor will not continue performance under this Program Attachment within thirty days of receipt of an amended standard(s) or guideline(s). And after receipt of this notice, DSHS may terminate this Contract immediately or within a reasonable period of time as determined by DSHS. L. Contractor will develop, implement and maintain a timekeeping system for accurately documenting staff time and salary expenditures for all staff funded through this Contract, including partial full-time employees and temporary staff. M. 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 Term of the Contract. Vacant positions existing after ninety days may result in a decrease in funds. N. The Contractor will: 1. Submit programmatic reports as directed by DSHS in a format specified by DSHS. Contractor will 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; 2. Submit the Capabilities Planning Guide assessment due to DSHS within an established timeframe designated by DSHS; 3. Submit Strategic Map due to DSHS within an established timeframe designated by DSHS; 4. Submit Performance Measures to DSHS within an established timeframe designated by DSHS; 5. Update the Texas Public Health Jurisdictional Risk Assessment Tool (TxPHRAT) by September 30, 2014; 6. Submit the Emergency Support Function 8 plans developed in accordance with the Texas Department of Emergency Management(TDEM) and DSHS Planning Standards within 30 days of request from DSHS; 7. Submit a monthly list of all reported clusters and information on investigation findings on the tracking sheet provided by the DSHS Emerging and Acute Infectious Disease Branch by the 15th of the following month; 8. Submit documentation of all required NIMS training to DSHS within an established timeframe designated by DSHS; 9. Submit a current Multi-Year Training & Exercise Plan that covers FY15 through FY20 to DSHS by September 2, 2014, using the template provided by DSHS. In accordance with HSEEP guidelines, contractors must conduct or participate in a Multi-year Training and Exercise Workshop with all applicable agencies and submit an agenda and a participant roster as documentation of attendance; 10. Complete and submit the Operational Readiness Review (ORR)to SharePoint two-weeks prior to review in a report in a format specified by DSHS; 11. Perform and submit metrics on three Strategic National Stockpile (SNS) operation drills and submit After Action Report/Improvement Plan 60 days after completion of the drill. Drills should be conducted to allow for After Action Reports with accompanying data collection metric sheets to be submitted no later than April 1, 2015; 12. Demonstrate compliance with current programmatic medical countermeasure guidance through submission of point of dispensing (POD) standards data by April 1, 2015; 13. Complete the Joint Training Report due to DSHS within an established timeframe designated by DSHS pending release of the report template from CDC; 14. Submit the Mid-Year Report to DSHS by December 2014; 15. Complete an end-of-year performance report in a format specified by DSHS no later than August 14, 2015; 16. Conduct or participate in, at least, one Preparedness Exercise in accordance to the Contractor's Page 5 of 14 exercise plan and developed in accordance with Homeland Security Exercise and Evaluation Program (HSEEP) standards. Contractor will submit to DSHS an exercise notification following the Concept and Objectives meeting in accordance with timeframes established in DSHS Exercise Guidance. A joint after action report/improvement plan must be submitted within 60 days of the exercise to DSHS. The After Action Report must also include a Corrective Action Plan. These exercises may include a tabletop exercise, a functional exercise, or a full-scale exercise to test preparedness and response capabilities, but not associated with SNS; 17. Designate a member of the PHEP program to attend, in person, the PHEP first quarterly meeting of the contract term and either in person or via webinar for the subsequent meetings. If the designee is unable to attend the first meeting in person, the Contractor must petition DSHS in writing requesting an exemption and proposal for attending a subsequent quarterly meeting; 18. Designate a member of the Contractor's financial team to participate in the fiscal portion of each of the four quarterly meetings in person or via webinar; 19. Participate in the Annual Intermedix Autumn Charge Exercise to evaluate the use of the Texas Disaster Volunteer Registry during a simulated disaster and to evaluate overall readiness; 20. Report as requested by DSHS to satisfy information-sharing requirements set forth in Texas Government Code, Sections 421.071 and 421.072 (b) and (c); and 21. Complete all additional reporting requirements. Due dates will be listed in the most current DSHS reporting schedule, to be released no later than September 30, 2014. If Contractor is legally prohibited from providing such reports, Contractor will immediately notify DSHS in writing. O. In the event of a local, state, or federal emergency the Contractor has the authority to utilize approximately five percent of the Contractor's staffs time supporting this Program Attachment for response efforts. DSHS will reimburse Contractor up to five percent of this Program Attachments funded by CDC for personnel costs responding to an emergency event. Contractor will 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 will notify the Assigned Contract Manager in writing when this provision is implemented. P. For the purposes of this Contract, the Contractor may not use funds for fundraising activities, lobbying, research, construction, major renovations and reimbursement of pre-award costs, clinical care, purchase of vehicles of any kind, funding an award to another party or provider who is ineligible, backfilling costs for staff or the purchase of incentive items. Q. Contractor will cooperate with DSHS to coordinate all planning, training and exercises performed under this Program Attachment with local emergency management and the Texas Division of Emergency Management (TDEM) District Coordinators assigned to the contractor's sub-state region, 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. R. Contractor will coordinate all risk communication activities with the DSHS Communications Unit by using DSHS's core messages posted on the DSHS website, and submitting copies of draft risk communication materials to DSHS for coordination prior to dissemination. S. For Volunteer Management (Capability 15), if Contractors are using volunteers, such as Medical Reserve Corps or Strategic National Stockpile (SNS) point of dispensing volunteers, and then Contractors must use the Texas Disaster Volunteer Registry (TDVR), Texas' version of the Emergency System for the Advanced Registration of Volunteer Health Professionals (ESAR-VHP) system as their main volunteer management tool. Page 6 of 14 T. If using volunteers as provided in Section S above during FY15, the Contractor will be required to take DSHS training on the TDVR system. Within 60 days of this training, Contractors must either: 1. Request access to the TDVR from DSHS Medical Reserve Corp (MRC) and Emergency System to State ESAR-VHP System Administrator; and enter all volunteer data into the Intermedix Data Input Form and submit the form to the State ESAR-VHP System Administrator; or 2. Petition DSHS in writing for an exemption from using the TDVR. Successful petitioners must be currently using a fully operational, ESAR-VHP compliant, web-based volunteer management system. PERFORMANCE MEASURES: A. Contractor will meet and report performance measures based on milestones that are developed in coordination with DSHS for the Contractor's project as provided in the Section I and demonstrated adherence to PHEP reporting deadlines; and demonstrated capability to receive, stage, store, distribute, and dispense materiel during a public health emergency. Failure to meet these deliverables may result in withholding a portion of any subsequent PHEP base awards. B. DSHS will send a schedule for the reporting these Performance Measures within 30 days of the contract start date, which is subject to change as DSHS and CDC modify performance measures and due dates. C. Contractor will provide services in the following counties: BILLING INSTRUCTIONS: Contractor will request payment using the State of Texas Purchase Voucher(Form B-13) on a monthly basis and acceptable supporting documentation for reimbursement of the required services/deliverables. Additionally, the Contractor will submit the Financial Status Report (FSR-269A) and the Match Reimbursement Certification (B-13A) on a quarterly basis. Vouchers, supporting documentation, Financial Status Report, and B-13A should be mailed or emailed to the addresses below. Claims Processing Unit, MC1940 Texas Department of State Health Services 1100 West 49th Street PO Box 149347 Austin, TX 78714-9347 Email: invoices @dshs.state.tx.us Page 7 of 14 8. Service Area Jefferson County Page 8 of 14 This section intentionally left blank. Page 9 of 14 10. Procurement method: Non-Competitive Interagency/Interlocal GST-2012-Solicitation-00043 RLHS GOLIVE HAZARDS PROPOSAL 11. Renewals: Number of Renewals Remaining: 2 Date Renewals Expire: 08/31/2017 12. Payment Method: Cost Reimbursement 13. Source of Funds: 93.069, 93.069 14. DUNS Number: 137134909 Page 10 of 14 This section intentionally left blank. Page 11 of 14 16. Special Provisions A. Contractor will submit final close-out bill or revisions to previous reimbursement request(s) no later than August 14, 2015, for costs incurred between the services dates of September 1, 2014 to June 30, 2015. No expenditures with service dates from September 1, 2014 to June 30, 2015 will be paid after August 14, 2015 from the Budget Period 3 (BP3) allocation. This Subsection supersedes Section 4.03 of the Fiscal Year 2015 Department of State of Health Services General Provisions (Core/Sub Recipient). B. General Provisions, Funding Article IV, Use of Funds Section 4.03, is amended to include the following: Contractor is allocated ($ 84,254.00) from September 1, 2014 to June 30, 2015. Contractor is allocated ($ 14,825.00)from July 1, 2015 to August 31, 2015. Expenditures may not exceed the above allocated amounts within the specified timeframes. C. General Provisions, Terms and Conditions of Payment Article VI, 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. D. General Provisions, Access and Inspection Article XI, Access Section 11.01 is hereby revised to include the following: In addition to the site visits authorized by this Article of the General Provisions, Contractor will allow DSHS to conduct on-site quality assurance reviews of Contractor. Contractor will comply with all DSHS documentation requests and on-site visits. Contractor will make available for review all documents related to the Statement of Work and Exhibit A, upon request by the DSHS Program staff. E. General Provisions, General Business Operations of Contractor Article XIV, Equipment Purchases (Including Controlled Assets), Section 14.20, is revised as follows: Contractor is required to initiate the purchase of approved equipment no later than August 31, 2015 as documented by issue of a purchase order or written order confirmation from the vendor on or before August 31, 2015. In addition, all equipment must be received no later than 60 calendar days following the end of the Program Attachment term. F. General Provisions, General Terms Article XV, Amendment Section 15.15, 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. Page 12 of 14 17. Documents Forming Contract. The Contract consists of the following: a. Contract (this document) 2015-001230-00 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 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: Port Arthur City Health Dept Vendor Identification Number: 17460018850 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, Department of State Health Services Port Arthur Health Department By: By: Signature of Authorized Official Signature of Authorized Official 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 Page 13 of 14 Budget Summary Organization Name: Port Arthur Health Department Program ID: CPS/HAZARDS Contract Number: 2015-001230-00 Budget Categories Budget Categories DSHS Funds Cash Match In Kind Match Category Total Requested Contributions Personnel $64,800.00 $0.00 $0.00 $64,800.00 Fringe Benefits $29,821.00 $0.00 $0.00 $29,821.00 Travel $1,240.00 $3,260.00 $0.00 $4,500.00 Equipment $0.00 $0.00 $0.00 $0.00 Supplies $788.00 $6,648.00 $0.00 $7,436.00 Contractual $0.00 $0.00 $0.00 $0.00 Other $2,430.00 $0.00 $0.00 $2,430.00 Total Direct Costs $99,079.00 $9,908.00 $0.00 $108,987.00 Indirect Costs $0.00 $0.00 $0.00 Totals $99,079.00 $9,908.00 $0.00 $108,987.00 Page 14 of 14