Loading...
HomeMy WebLinkAboutPR 19047: RENEWAL OF THE DEPT. OF STATE HEALTH SERVICES PUBLIC HEALTH EMERGENCY PREPAREDNESS PROGRAM FOR FY 2016 Arts City ofv. s, \ f u r•t r t h tt r - Texns DATE: June 26, 2015 To: Brian McDougal, City Manager From: Judith A. Smith, RN, BSN (� RE: P.R. No. 19047 Renewal of the Department of State Health Services Public Health Emergency Preparedness Program for FY 2016 Nature of the Request: This contact renewal for FY 2016 between the City of Port Arthur and the Department of State Health services Public Health Emergency Preparedness Program will continue to allow the City of Port Arthur Health Department to perform and support activities and develop interventions to prevent human illness related to chemical, biological, radiological agents, naturally occurring health threats and other public health emergencies. The contract term is from July 1, 2015 through June 30, 2016. This award is for $100,296 and includes a 10%cash or in-kind match. Staff Analysis, Considerations: This funding supports salaries and fringe for one full time employee. Recommendations: It is recommended that the City Council approve P.R.No.19047 authorizing the City Manager and the City Health Director to execute the contract between the City of Port Arthur and the Department of State Health Services Public Health Emergency Preparedness Program in the amount of$100,296. Budget Considerations: This will be no effect to the city budget and the 10%match will be in- kind. "REMEMBER WE ARE HERE TO SERVE THE CITIZENS OF PORT ARTHUR" P.O. BOX 1089•PORT ARTIIUR,TX 77641-1089.409/983-8101•FAX 409/982-6743 P. R. NO. 19047 06/26/15-js RESOLUTION NO. A RESOLUTION APPROVING THE FY 2015-2016 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 $100,296.00 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 2015-2016 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 contract award is $100,296 for the period July 1, 2015 through June 30, 2016 and requires a 10%cash or in-kind match of$10,029. 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. 19047 06/26/2015-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, Texas, 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 July, 2015. 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. 19047 Page 3 APPROVE 1 AS TO FORM: � I V: Tizeno, City A4 ey APPROVED FOR ADMINISTRATION: 9,cuitik .jn mai') Brian McDougal, City Manager *With A. Smith, RN, BSN Director of Health Services iJfj ITT “A wit DEPARTMENT OF STATE HEALTH SERVICES CONTRACT 2016-001230-00 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 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 $100,296.00. 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 07/01/2015 and ends on 06/30/2016. 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 17 7. Statement of Work: A. Contractor shall perform activities in support of the Public Health Emergency Preparedness Cooperative Agreement(Funding Opportunity Number CDC-RFA-TP12-12010402CONT15) from the Centers for Disease Control and Prevention (CDC). CDC's five-year Public Health Emergency Preparedness (PHEP) — Hospital Preparedness Program (HPP) Cooperative Agreement seeks to align PHEP and HPP programs and advance public health and healthcare preparedness. 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. B. 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. C. Provide DSHS with situational awareness data generated through interoperable networks of electronic data systems, D. Contractor shall address public health preparedness capabilities including, but not limited to the contractor's work plan submitted to DSHS as provided for in Section 7. "Statement of Work" (0) of this contract. 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 the 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 to 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 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 me met 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 Page 2 of 17 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 are 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. E. Contractor will not exceed the total amount of this Contract without DSHS prior approval, which will be evidenced by the Parties executing a written amendment. F. 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. G. Contractor will comply with all applicable regulations, standards and guidelines in effect on the beginning date of the Term of this Contract. H. The Parties have the authority under Texas Government Code Chapter 791 to enter into this Interlocal Cooperation Contract. I. 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 Page 3 of 17 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. J. The Contractor is required to provide matching funds for this Contract not less than ten-percent of the allocation amount. Cash match is defined as an expenditure of cash by the contractor on allowable costs of this Contract that are borne by the contractor. In-kind match is defined as the dollar value of non-cash contributions by a third party given in goods, commodities, or services that are used in activities that benefit this Contract's project and that are contributed by non-federal third parties without charge to the contractor. The criteria for match must: 1. Be an allowable cost under the applicable federal cost principle; 2. Be necessary and reasonable for the efficient accomplishment of project or program objectives; 3. Be verifiable within the contractor's (or subcontractor's) records; 4. Be documented, including methods and sources, in the approved budget (applies only to cost reimbursement Contracts); 5. Not be included as contributions toward any other federally-assisted project or program (match can count only once); 6. Not be paid by the Federal Government under another award, except where authorized by Federal statute to be used for cost sharing or match; 7. Conform to other provisions of governing circulars/statutes/regulations as applicable for the Contract; 8. Be adequately documented; 9. Must follow procedures for generally accepted accounting practices as well as meet audit requirements; and 10. Value the in-kind contributions reported and must be supported by documentation reflecting the use of goods and/or services during the Contract term. K. 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 previous PHEP cooperative agreements and not performing critical duties in the jurisdiction served, to the affected area of the state upon receipt of a written request from DSHS. L. Contractor will inform DSHS in writing if Contractor will not continue performance under this Contract within 30 days of receipt of an amended standard(s) or guideline(s). DSHS may terminate this Contract immediately or within a reasonable period of time as determined by DSHS. M. 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. N. 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. 0. 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 Page 4 of 17 necessary to accomplish the objectives of this contract and to monitor compliance; 2. Submit Performance Measures to DSHS within an established timeframe designated by DSHS as required by the CDC. 3. Submit the Mitigation Plan due to DSHS within an established timeframe designated by DSHS; 4. 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. 5. Submit by the last day of every month a list of all reported clusters and information on investigation findings on the tracking sheet provided by the DSHS 6. Submit a current Multi-Year Training & Exercise Plan that covers FY16 through FY21 to DSHS by July 6, 2015, 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. 7. Complete and submit the Operational Readiness Review (ORR) provided by DSHS to DSHS SNS SharePoint 20 business days prior to review; a. Provide updated Point of Dispensing (POD) standards data for submission to DSHS SNS SharePoint by April 1, 2016; b. Perform and submit metrics on three SNS operation drills (at pre-identified POD locations and existing call down rosters) and submit After Action Reviews/Improvements sixty days after completion of the drill or by April 1, 2016. Acceptable drills include: I. Staff Call Down; ii. Facility Set-up; iii. POD Activation; iv. Dispensing Throughput; and v. RealOpt usage; c. Submit above items listed in 7 (b)to PreparednessExercise@dshs.state.tx.us by April 1, 2016. 8. Submit the Mid-Year Report due to DSHS within an established timeframe designated by DSHS. 9. Complete an End-Of-Year performance report in a format specified by DSHS no later than August 15, 2016. 10. Conduct or participate in, at least, one Preparedness Exercise which includes evaluation of capabilities and objectives in accordance to the Contractor's 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 the DSHS Exercise Team mailbox (preparednessexercise@dshs.state.tx.us). 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 Strategic National Stockpile (SNS). 11. Designate a member of the PHEP program to attend, in person, the PHEP all four quarterly meetings of the contract term. 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. 12. Complete all additional reporting requirements. Due dates will be listed in the most current DSHS reporting schedule, to be released no later than August 3, 2015. 13. If Contractor is legally prohibited from providing any report under this Contract, Contractor will immediately notify DSHS in writing. P. In the event of another local, state, or federal emergency the Contractor has the authority to utilize approximately five percent of the Contractor's staff's time supporting this Program Attachment for response efforts. DSHS shall reimburse Contractor up to five percent of this Program Attachments funded by CDC for personnel costs responding to an emergency event. Contractor shall maintain records to document the Page 5 of 17 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. Q. For the purposes of this Contract, the Contractor may not use funds for research, clinical care, fund-raising activities or lobbying, construction or major renovations, for reimbursement of pre-award costs, to supplant existing state or federal funds for activities, payment or reimbursement of backfilling costs for staff, purchase of vehicles of any kind, funding an award to another party or provider who is ineligible. R. Contractor shall only expend funds for reasonable program purposes, including personnel, travel, supplies, and services, such as contractual. S. Contractor shall 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. T. Contractor shall 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. U. 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. PERFORMANCE MEASURES: A. DSHS will monitor the Contractor's compliance with the requirements in Section 7 and this Contract and failure to meet these requirements may result in withholding a portion of any subsequent PHEP base awards. B. The initial reporting requirements for the performance measures are subject to change as DSHS and CDC may modify performance measures and due dates. DSHS will provide notification to the Contractor of any changes under this Section. 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). Vouchers, supporting documentation and Financial Status Report 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 Page 6 of 17 B-13: invoices@dshs.state.tx.us Php.vouchersupport@dshs.state.tx.us Support Document: invoices@dshs.state.tx.us Php.vouchersupport@dshs.state.tx.us B-13A: invoices@dshs.state.tx.us Php.vouchersupport@dshs.state.tx.us FSR: invoices@dshs.state.tx.us Php.vouchersupport@dshs.state.tx.us FSRGrants@dshs.state.tx.us Page 7 of 17 r , 8. Service Area Jefferson County Page 8 of 17 This section intentionally left blank. Page 9 of 17 10. Procurement method: Non-Competitive Interagency/Interlocal GST-2012-Solicitation-00043 RLHS GOLIVE HAZARDS PROPOSAL 11. Renewals: Number of Renewals Remaining: 1 Date Renewals Expire: 06/30/2017 12. Payment Method: Cost Reimbursement 13. Source of Funds: 93.069, 93.069 14. DUNS Number: 137134909 Page 10 of 17 This section intentionally left blank. Page 11 of 17 16. Special Provisions A. Contractor will submit final close-out bill or revisions to previous reimbursement request(s) no later than August 15, 2016. No expenditures with service dates from July 1, 2015 to June 30, 2016 will be paid after August 15, 2016 from the Budget Period 4(BP4) allocation. This Subsection supersedes Section 4.03 of the Fiscal Year 2016 Department of State of Health Services General Provisions (Core/Sub Recipient). B. 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. C. 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 shall allow DSHS to conduct on-site quality assurance reviews of Contractor. Contractor shall comply with all DSHS documentation requests and on-site visits. Contractor shall make available for review all documents related to the Program Attachment, upon request by the DSHS Program staff. D. 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 June 30, 2016 as documented by issue of a purchase order or written order confirmation from the vendor on or before June 30, 2016. In addition, all equipment must be received no later than 45 calendar days following the end of the Program Attachment term. E. 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 17 17. Documents Forming Contract. The Contract consists of the following: a. Contract (this document) 2016-001230-00 b. General Provisions Subrecipient General Provisions c. Attachments Budget 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 78756-4204 City, State, Zip City, State, Zip Telephone Number Telephone Number E-mail Address E-mail Address Page 13 of 17 Budget Summary Organization Name: Port Arthur Health Department Program ID: CPS/HAZARDS Contract Number: 2016-001230-00 Budget Categories Budget Categories DSHS Funds Cash Match In Kind Match Category Total Requested Contributions Personnel $62,796.00 $0.00 $0.00 $62,796.00 Fringe Benefits $28,899.00 $0.00 $0.00 $28,899.00 Travel $5,713.00 $4,179.00 $0.00 $9,892.00 Equipment $0.00 $0.00 $0.00 $0.00 Supplies $250.00 $5,098.00 $0.00 $5,348.00 Contractual $0.00 $0.00 $0.00 $0.00 Other $2,638.00 $753.00 $0.00 $3,391.00 Total Direct Costs $100,296.00 $10,030.00 $0.00 $110,326.00 Indirect Costs $0.00 $0.00 $0.00 $0.00 Totals $100,296.00 $10,030.00 $0.00 $110,326.00 Page 14 of 17 CERTIFICATION REGARDING LOBBYING Organization Name: Port Arthur Health Department Contract Number: 2016-001230-00 CERTIFICATION FOR CONTRACTS, GRANTS, LOANS AND COOPERATIVE AGREEMENTS The undersigned certifies, to the best of his or her knowledge and belief that: (1) No federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or an employee of any agency, a member of congress, an officer or employee of congress, or an employee of a member of congress in connection with the awarding of any federal contract, the making of any federal grant, the making of any federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any federal contract, grant, loan, or cooperative agreement. (2) If any funds other than federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a member of congress federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit, an officer or employee of congress, or an employee of a member of congress in connection with this Standard Form-11, "Disclosure Form to Report Lobbying," in accordance with its instructions. (3) The undersigned shall require that the language of this certification be included in the award documents for all subawards at all tiers (including subcontracts, subgrants, and contracts under grants, loans and cooperative agreements) and that all subrecipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by Section 1352, Title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less that$10,000 and not more than $100,000 for each such failure. x Applicable Non-Applicable Signature of Authorized Individual Date: Mrs. Judith Smith 06/19/2015 Page 15 of 17 Fiscal Federal Funding Accountability and Transparency Act (FFATA) Certification The certifications enumerated below represent material facts upon which DSHS relies when reporting information to the federal government required under federal law. If the Department later determines that the Contractor knowingly rendered an erroneous certification, DSHS may pursue all available remedies in accordance with Texas and U.S. law. Signor further agrees that it will provide immediate written notice to DSHS if at any time Signor learns that any of the certifications provided for below were erroneous when submitted or have since become erroneous by reason of changed circumstances. If the Signor cannot certify all of the statements contained in this section, Signor must provide written notice to DSHS detailing which of the below statements it cannot certify and why. Organization Name Port Arthur Health Department Address 449 Austin Avenue State Texas City Port Arthur Zip Code (9 digit) 77640 Payee Name Port Arthur City Health Dept Address 449 Austin Ave State TX City Port Arthur Zip Code (9 digit) 77640-0000 Vendor Identification No. 17460018850 MailCode 011 Payee DUNS No. 137134909 1. Did your organization have a gross income, from all sources, of more than $300,000 in your previous tax year? X Yes No 2. Certification Regarding % of Annual Gross from Federal Awards. Did your organization receive 80% or more of its annual gross revenue from federal awards during the preceding fiscal year? X Yes No 3. Certification Regarding Amount of Annual Gross from Federal Awards. Did your organization receive $25 million or more in annual gross revenues from federal awards in the preceding fiscal year? Yes X No Page 16 of 17 4. Certification Regarding Public Access to Compensation Information. Does the public have access to information about the compensation of the senior executives in your business or organization (including parent organization, all branches, and all affiliates worldwide)through periodic reports filed under section 13(a) or 15(d) of the Securities Exchange Act of 1934 (15 U.S.C. 78m(a), 78o(d)) or section 6104 of the Internal Revenue Code of 1986? Yes No If Yes, where can this information be found? If No, you must provide the names and total compensation of the top five highly compensated officers. Example: John BIum:500000;Mary Redd:50000;Eric Gant:400000;Todd Platt:300000;Sally Tom:300000 Identify contact persons for FFATA Correspondence FFATA Contact Person #1 Name Deborah Echols Email deborah.echols@portarthurtx.gov Telephone (409) 983-8174 FFATA Contact Person #2 Name Judith Smith, RN Email judith.smith@portarthurtx.gov Telephone (409) 983-8832 X As the authorized representative of the Organization, I hereby certify that the statements made by me in this certification form are true, complete and correct to the best of my knowledge. E-Signature Date Mrs. Judith Smith 06/19/2015 Page 17 of 17 IntelliGrants TXDSHS - Document Page Page 2 of 3 BUDGET SUMMARY Organization Name:Port Arthur Health Department Program ID: CPS/HAZARDS Contract Number: 2016-001230-00 Procurement ID: GST-2012-Solicitation-00043 Proposal ID: RLHS-2016-CPS/HAZARD-00036 Procurement Name:RLHS GOLIVE HAZARDS PROPOSAL Budget Categories Budget Categories DSHS Funds Cash Match In Kind Category Total Requested Match rcr Personnel $62,796 SO $0 $62,796 Fringe Benefits $28,899 SO $0 $28,899 Travel $5,713 $4,179 $0 $9,892 Equipment $0 $0 $0 $0 Supplies $250^ $5,098 $0 $5,348 Contractual $0 $0 $0 $0 Other $2,638 $753 $0 $3,391 Total Direct Costs $100,296 $10,030 $01 $110,326 Indirect Costs $0 $0 $0 $0 Totals: $100,296 $10,030 $0 $110,326 Subcontracting Subcontracting Percentage: 0.00% Match Contributions Required Match Percentage: 10.00% Calculated Match Percentage:10.00% Required Match Amount: $10,030 Calculated Match Amount: $10,030 Source of Cash Match Funds Travel,Supplies,and Other costs 33 of 500 Source of In Kind Match Funds i f _j 0 of 500 Program Income Projected Earnings: — $OIL Source of Earnings i 1 n V 0 of 500 Non DSHS Funding Direct Federal Funds: $0 Other State Agency Funds: $0 Local Funding Sources: $0 Other Funds: $0 Total Projected Non DSHS Funding:$0 https://egrants.dshs.texas.gov/ObjectPage2.aspx?ornnlD=101256&pgeID=19570 6/26/2015