HomeMy WebLinkAboutDivision of Public Health #14975
... ~
L
if,"?
DIVISION OF PUBLIC HEALTH
1 WEST WILSON STREET
POBOX 2659
MADISON WI 53701-2659
Jim Doyle
Governor
State of Wisconsin
608-266-1251
FAX: 608-267-2832
TTY: 888-701-1253
dhfs.wisconsin.gov
Kevin R. Hayden
Secretary
Department of Health and Family Services
Jan~ary 10,2007
RE:
Paul Spiegel, Oshkosh Health Department
,-
Janice Lipsey, Office of operati~
Preparedness - Pandemic Inf1Ue~on~as;t Agreement #14975
TO:
FROM:
Enclosed is your agency's fully executed 2007 Division of Public Health Contract Agreement for
Preparedness - Pandemic Influenza Contract #14975.
Exhibits I and II for this contract are included.
Wisconsin.gov
,'t
. ,
'C:'l-
J- ,
DIVISION OF PUBLIC HEALTH
LPHD Performance Single Program
DPH CONTRACT # 14975
Contract Preamble
This Contract Agreement is entered into for the period September 01, 2006 through August 31,2007, by and
between the State of Wisconsin represented by its Division of Public Health of the Department of Health and
Family Services, whose principal business address is One West Wilson Street, PO Box 2659, Madison W153701-
2659, hereinafter referred to as Contractor, and Oshkosh Health Department, whose principal business address is
215 Church Street, Oshkosh WI 54902-1130, hereinafterreferred to as Contractee.
The Contractee address above is the address to which payments shall be mailed. If any legal notices required to be
sent to the Contractee in the execution of this Contract Agreement should be sent to an address different from the
Contractee address noted above, that address should be provided below:
Whereas, the Contractor wishes to purchase services from the Contractee as it is authorized to do by Wisconsin law;
and Whereas, the Contractee is engaged in furnishing the desired services; Now, therefore, the Contractor and the
Contractee agree as follows:
I. SERVICES TO BE PROVIDED
The Contractee agrees to provide services consistent with the purposes and conditions of the objectives that it
has agreed to attain within the contract period. A detailed description of the objectives to be attained and the
documentation associated with that attainment is part of this Contract Agrecrnent as listed in Exhibits I and II,
which are attached to "this Agreement. The Contractee also agrees to provide to the Contractor documentation
(as agreed to in negotiatio'ns with the Contractor) of the attainment of those objectives no later than 30 days
after the end of the contract period or as specified in Exhibit II.
II. CONTRACT ADMINISTRATION
The Contractor's Contract Administrator is Susan Nelson ofthe Division of Public Health, whose principal
business address is 200 N Jefferson St Suite 511, Green Bay, WI 54301-5123. The telephone number of the
Contractor's Contract Administrator is (920)448-5222. In the event its Contract Administrator is unable to
administer this Contract Agreement, the Contractor will contact the Contractee and designate a newContract
Administrator.
The Contractee's Contract Administrator is Paul Spiegel, whose principal business address is 215 Church
Street, Oshkosh WI 54902-1130. The telephone number of the Contractee's Contract Administrator is
(920)236-6503. In the event its Contract Administrator is unable to administer this Contract Agreement, the
Contractee will contact the Contractor and designate a new Contract Administrator.
III. PAYMENT LIMIT
The Contractor agrees to pay the Contractee in accordance with the terms md conditions of this Contract
Agreement, an amount not to exceed$24,666.00. This amount is contingent upon receipt of sufficient funds
by the Contractor.
The Contractor will not make payments in excess of the Contract Agreement amounts, with the excepton of
performance-based incentive funds pursuant to Section XXI.
l '"l
"
1. Payments will be made on a monthly basis. The Contractee will receive one-twelfth (1/12) of the
total contract amount each month unless Contractee has failed to maintain quality criteria or
proposed progress towards achievement of Contract Agreement objectives as determmed by the
Contractor. In these situations, the Contractor can make reductions in the monthly payment pursuant
to Section XVI.
2. All payments shall be released by the Department on the last business day before the fifth day of the
month for municipalities, or the last business day of each month for non-municipalities, with the
exception that the payment that would normally be released on the last working day of June shall be
released instead on the first working day of July. Checks will be mailed to the Contractee's principal
business address unless the Contractee requests, in writing, subject to approval, that the Department
mail the checks to a different address.
V. PROGRAM REPORTING
1. The Contractee shall comply with the program reporting requirements of the Contractor as specified
during the negotiation process and as stated in Exhibits land II of this. Contract Agreement. The
required reports shall be forwarded to the Contractor's Contract Administrator according to the
schedule as specified in Exhibits I and II.
2. Failure to submit the reports specified in the reporting instructions may result in the Contractor
rendering sanctions pursuant to Section XVI of this co.ntract.
VI. STATE AND FEDERAL RULES AND REGULATIONS
1. The Contractee agrees to meet State and Federal laws, rules and regulations, and program policies
applicable to this Contract Agreement.
2. The Contractee agrees to comply with Public Law 103-227, also known as the Pro-Children Act of
1994, which prohibits tobacco smoke in any portion of a facility owned or leased or contracted for
by an entity which receives Federal funds, either directly or through the State, for the purpose of
providing services to children under the age of 18.
3. Affirmative Action Plan/Civil Rights Compliance
Affirmative Action Plans
A. An Affirmative Action Plan is awritten document that details an affirmative action
program. Key parts of an affirmative action plan are: (1) a policy statement pledging
nondiscrimination and affirmative action employment, (2) internal and external
dissemination of the policy, (3) assignment of a key employee as the equal opportunity
officer, (4) a workforce analysis that identifies job classifications where there is an under
representation of women, minorities, and persons with disabilities, (5) goals must be
directed to achieving a balanced workforce, specific and measurable, having an
implementation target date between six months and two years, and having a plan of action
or description of procedures to implement the goals, (6) revision of employment practices
to ensure that they do not have discriminatory effects,. and (7) establishment of internal
monitoring and reporting systems to regularly measure progress.
B. An Affirmative Action Plan is required from a Contractee who receives a contract from the
Contractor in the amount of $25,000 or more and who has aworkforce of twenty-five (25)
or more employees as of the award date, unless the Contractee is exempt by criteria listed in
the Wisconsin Office of Contract Compliance, Department of Administration's Instruction
for Vendors Affirmative Action Requirements (DOA-3021P (R06/96) s. 16765, Wis.
Stats.), page 2. Universities, other states, and local governments, except those of the State
of Wisconsin who receive state or federal contracts over $25,000, must submit AffIrmative
Action Plans in the same manner as other Contractees.
Performance LHD w/o CARS Report 12/05
2
. ,
C. In addition, for agreements of twenty-five thousand ($25,000) or more, regardless of
workforce size, the Contractee shall conduct, keep on file, and update annually, a separate
and additional accessibility self-evaluation of all programs and facilities, including
employment practices for compliance with ADA regulations, unless an updated self-
~valuation under Section 504 of the Rehabilitation Act of 1973 exists which meets the ADA
requirements. Contractees are to contact the Affirmative Action/Civil Rights Compliance
Office, Department of Health and Family Services, One West Wilson Street, Room 561, PO
Box 7850, Madison WI 53707-7850, for technical assistance on Equal Opportunity.
Civil Rights Compliance
A. For agreements for the provision of services to clients, the Contractee must comply with
Civil Rights requirements. Contractees with an annual workforce ofIess than twenty-five
(25) employec;ls, regardless of contract amount, and Contractees with contracts ofIess than
$25,000 are not required to submit a Civil Rights Compliance Action Plan, however, they
must submit a Civil Rights Compliance Letter of Assurance. Contractees with an annual
workforce of twenty-five (25) employees or more and contract agreements of$25,000 or
more shall submit a written Civil Rights Compliance Plan which covers a three-year period
within fifteen (15) working days of the award date of the agreement or contract.
B. The Contractee assures that it has submitted to the Contractor's Affirmative Action ICivil
Rights Compliance Office a current copy of its three-year Civil Rights Compliance Action
Plan for meeting Equal Opportunity Requirements under Title VI and VII of the Civil
Rights Act of 1964, Section 503 and 504 of the Rehabilitation Act of 1973, Title VI and
XVI of the Public Health Service Act, the Age Discrimination in Employment Act of 1967,
the Age Discrimination Act of 1975, the Omnibus Reconciliation Act of 1981, the
American with Disabilities Act (ADA) of 1990, and the Wisconsin Fair Employment Act. If
the Plan was reviewed and approved during the previous year, a plan update must be
submitted for this Contract Agreement period.
1) No otherwise qualified person shall be excluded from participation in, be denied
the benefits of, or otherwise be subjected to discrimination in any manner on the
basis of race, color, national origin, sexual orientation, religion, sex, disability or
age. This policy covers eligibility for and access to service delivery, and treatment
in all programs and activities. All employees of the Contractee are expected to
support goals and programmatic activities relating to nondiscrimination in service
delivery.
2) No otherwise qualified person shall be excluded from employment, be denied the
benefits of employment or otherwise be subjected to discrimination in employment
in any manner or team of employment on the basis of age, race, religion, sexual
orientation, color, sex, national origin or ancestry, disability (as defined in Section
504 and the American with Disability Act of 1990), or association with a person
with a disability, arrest or conviction record, marital status, politica:1 affiliation, or
military participation, unfair honesty testing and genetic testing, and use or non-
use of lawful products outside of working hours. All employees of the Contractee
are expected to support goals and rogrammatic activities relating to non-
discrimination in employment.
3) The Contractee shall post the Equal Opportunity Policy, the name of the Equal
Opportunity Coordinator and the Limited English Proficiency Coordinator, and the
discrimination complaint process in conspicuous places available to applicants and
clients of services, and applicants for employment and employees. The complaint
process will be according to the Contractor's standards and the Contracteeshall
post the complaint process notice translated into the major primary languages of
the limited English Proficient (LEP) participants in their service area. The notice
will announce the availability offree oral interpretation of services if needed. The
Performance LHD w/o CARS Report 12/05 3
"
I' I
Contractee shall not request interpretation services from family members, friends
and minors.
4) The Contractee agrees to comply with the Contractor's guidelines in the State of
Wisconsin Department of Workforce Development and Department of Health and
Family Services, Affirmative Action, Equal Opportunity, Limited English
Proficiency and Civil Rights Compliance Plan for Profit and Non-Profit Entities
DWSD-14045 (R. 11/2003)) or subsequent revisions.
5) Requirements herein stated apply to any subcontracts or grants. The Contractee
has primary responsibility to take constructive steps, as per the State of Wisconsin
Department of Workforce Development and Department of Health and Family
Services, Affirmative Action, Equal Opportunity, Limited English Proficiency and
Civil Rights Compliance Plan for Profit and Non-Profit Entities DWSD-14045 (R.
11/2003), to ensure the compliance of its subcontractors. However, where the
Contractor has a direct contract with another Contractee's subcontractor, the
Contractee need not obtain a Subcontractor or Sub grantee Civil Rights
Compliance Plan or monitor that subcontractor.
6) The Contractor will monitor the Civil Rights Compliance of the Contractee. The
ContraCtor will conduct reviews to ensure that the Contractee is ensuring
compliance by its subcontractors or grantees according to guidelines in the State of
Wisconsin Department of Workforce Development and Department of Health and
Family Services, Affirmative Action, Equal Opportunity and Limited English
Proficiency, Civil Rights Compliance Plan for Profit and Non-Profit Entities,
DWSD- 14045 (R. 11/2003). The Contractee agrees to comply with Civil Rights
monitoring reviews, including the examination of records and relevant files
maintained byContractee, as well as interviews with staff, clients, and applicants
for services, subcontractors, providers, and referral agencies. The reviews will be
conducted according to Department procedures. The Contractor will also conduct
reviews to address immediate concerns of complainants.
7) The Contractee agrees to cooperate with the Contractor in developing,
implementing and monitoring corrective action plans that result from complaint
investigations or monitoring efforts. "
C. The Contractee agrees that it will: (1) hire staff with special translation or sign language
skills and/or provide staff with. special translation or sign language skills training, or find
qualified persons who are available within a reasonable period of time and who can
communicate with limited or non-English speaking or speech or hearing-impaired clients at
no cost to the client; (2) provide aids, assistive devices and other reasonable
accommodations to the client during the application process, in the receipt of services, and
in the processing of complaints or appeals; (3) train staff in human relations techniques,
sensitivity to persons with disabilities and sensitivity to cultural characteristics; (4) .make
programs and facilities accessible, as appropriate, through outstations, authorized
representatives, adjusted work hours, ramps, doorways, elevators, or ground floor rooms,
and Braille~ large print or taped information for the visually or cognitively impaired; (5)
post and/or make available informational materials in languages and formats appropriate to
the needs of the client population.
VII. SUBCONTRACTS
1. The Contractee may subcontract all or part of this Contract Agreement as agreed to during contract
negotiation. The Contractorreservesthe right of approval for any subcontracts and the Contractee
shall report information relating to subcontracts to the Contractor. A change in a subcontractor or a
Perfonnance LHD wlo CARS Report 12/05
4
"
, ,
change from direct service provision to a subcontract may only be executed with the prior written
approval of the Contractor. In addition, Contractor approval may be required regarding the terms
and conditions of the subcontracts, and the subcontractors selected. Approval of the subcontractors
will be withheld if the Contractor reasonably believes that the intended subcontractor will not be a
responsible provider in terms of services provided, objectives to be attained, or required quality
criteria.
. 2. The Contractee retains responsibility for fulfillment of all terms and conditions of this Contract
Agreement when it enters into sub-contractual agreements and will be subject to enforcement of all
the terms and conditions of this Agreement.
3. Recoupment of Contractor payments to the Contractee for failure to comply with either the
attainment of contract objectives or the maintenance of quality criteria by either the Contractee or its
subcontractor(s) will be made from the Contractee.
VIII. GENERAL PROVISIONS
1. Any payments of monies to the Contractee by the Contractor for services provided under this
Contract Agreement shall be deposited in a bank with Federal Deposit Insurance Corporation
(hereinafter FDIC) insurance coverage. Any balance exceeding FDIC coverage must be collaterally
secured.
2. The Contractee shall conduct all procurement transactions in a manner that provides maximum open
and free competition.
3. The Contractee shall not engage the services of any person or persons concurrently employed by the
State of Wisconsin, including any Department, commission or board thereof, to provide services
relating to this Contract Agreement without the written consent of the employer of such person or
persons and of the Contractor.
4. This Contract Agreement is voidable if the Contractee is a state public official, a member of a state
public official's immediate family, or an organization in which the official or immediate family
member owns or controls at least 10% of the outstanding equity, voting rights, or outstanding
indebtedness and failed to make the written disclosure required under sec. 19.45 Wis.Stats. This
disclosure is required to be made to the State of Wisconsin Ethics Board, 44 East Washington
Avenue, Suite 601, Madison WI 53703-2800, (Telephone (608) 266-8123].
5. If the Contractee or any subcontractor is a corporation other than a Wisconsin corporation, it must
demonstrate prior to providing services under this Contract Agreement that it possesses a certificate
of authority from the Wisconsin Secretary of State, and must have, and continuouslymaintain;a
registered agent, and otherwise conform to all requirements of Chapters 180 and 181, Wisconsin
Statutes, relating to foreign corporations. .
6. The Contractee agrees that funds provided under this Contract Agreement shall be used to
supplement or expand the Contractee's current public health service efforts, not to replace or allow
for the release of available local (Contractee) funds for alternative uses. If the Contractor determines
that local funds supporting public health services or funds under this Agreement have been released
for alternative uses (supplanting), the Contractee may be subject to a proportionate reduction in
funding under this Agreement in the current or subsequent contract year.
IX. ACCOUNTING REQUIREMENTS
1. For Contract Agreements of twenty-five thousand dollars ($25,000) or more, the Contractee shall
maintain a uniform double entry, full accrual accounting system and a financial management
information system in accordance with Generally Accepted Accounting Principles. (See DHFS'
Accounting Principles and Allowable Cost Policy Manual, available upon request from the Contract
Performance LHD w/o CARS Report 12/05
~.
;;l
'.
, '
Administrator or from the Program Evaluation and Audit Section, Office of Strategic Finance,
Department of Healthand Family Services, One West Wilson Street, PO Box 7850, Madison WI
53707-7850.)
2. For Contract Agreements ofless than twenty-five thousand dollars ($25,000), the Contractee shall at
least maintain a simplified double entry bookkeeping system as defined in the Department's
Accounting Principles and Allowable Cost Policy Manual.
3. The Contractee'saccounting system shall allow for accounting of total funds included in this
Contract Agreement, and document that contract funds were not diverted outside of such set of
programs. Diversion outside ofthe set of programs included in this Agreement will be subject to
recoupment.
4. As an innovation involving Federal funds, the Department is in the process of securing Federal
agreement to the accounting reforms in this contract. Until such time as the Contractee receives final
written notice from the Contractor that the Federal government has waived program specific cost,.
based reporting requirements for all programs in this Contract Agreement, the Contractee shall
maintain sufficient information within their accounting records to provide cost-based information by
program. The Co.ntractee shall provide this information to the Contractor electronically, via the
Web-based Grants and Contracts (GAC) application, upon request for statewide reconciliation;
however, the Contractor will not request this information unless necessary to support the claiming of
Federal funds.
5. Ifprogram specific cost information is requested under paragraph 4 above the Contractee shall
provide the information within ninety (90) days after the end of the contract period. The Contractor
. will make the request in writing at least 30 days prior to the specified due date for such information;
wi1l1imitthe breakdown of the information to what is required by the Contractor's funding sources
. and; will'only request the information as of the end of the contract period for the full contract period.
6. The Contractee shall reconcile costs and match to expenses recorded in the Contractee's accounting
or simplified bookkeeping system on an ongoing and periodic basis. The Contractee agrees that
reconciliation will be completed at least quarterly, will be documented, and supplied to the
Contractor upon request. The Contractee shall retain the reconciliation documentation in accordance
with the record retention requirement specified in Section XIV.
7. Monthly submittals of expenditure reports on the use of funds within this Contract Agreement are
not required for contract payment purposes.
8. Nothing in this Section precludes the Contractee from keeping such information as needed for its
internal management purposes.
9. Expenditures of funds from this Contract Agreement must meet the Department's allowable cost
definitions as defined in the Department's Accounting Principles and Allowable Cost Policy
Manual.
x. CHANGES IN ACCOUNTING PERIOD
1. The Contractee's accounting records are maintained on a fiscal year basis, beginning on the date
indicated in the CARS Payment Information section of this contract. During the contract period, the
accounting period may only be changed with prior written approval from the Contractor. The
Contractor may approve a change in accounting period only if the Contractee has a substantial,
verifiable business reason for changing the accounting period and agrees to submit a closeout audit,
as defined in section (XII, 8), within 90 days after the first day of the new accounting period.
2. Proof ofInterna1 Revenue Service approval shall be considered verification that the Contractee has a
substantial business reason for changing its accounting period.
Perfonnance LHD w/oCARS Report 12/05
6
3. A change in accounting period shall not relieve the Contractee of reporting or audit requirements of
this Contract Agreement. An audit meeting the requirements of this Agreement shall be submitted
within 90 days after the first day of the start ofthe new accounting period for the short accounting
period and within 180 days of the close of the new accounting period for the new period. For
purposes of determining audit requirements, expenses and revenues incurred during the short
accounting period shall be annualized.
XI. PROPERTY MANAGEMENT REQUIREMENTS
1. Property insurance coverage will be provided by the Contractee for fire and extended coverage of
any equipment funded under this Contract Agreement which the Contractor retains ownership of,
and which is in the care, custody and control of the Contractee.
2. The Contractor shall have all ownership rights in any hardware funded under this Contract
Agreement or supplied by the Contractor and in any softWare or modifications thereof and associated
documentation designed, developed or installed as a result of this Agreement. The Contractee is
responsible for keeping all of Contractor's property secure from theft, damage or other loss.
3. The Contractee agrees that if any materials are developed under this Contract Agreement, the
Contractor shall have a royalty-free, non-exclusive, and irrevocable right to reproduce, publish or
otherwise use, and to authorize others to use, such materials. Any discovery or invention arising out
of, or developed in the course of work aided by this Agreement, shall be promptly and fully reported
to the Contractor.
XII. AUDIT REQUIREMENTS
1. Requirement to Have an Audit: Unless waived by the Contractor, the Contractee shall submit an
annual audit to the Contractor if the total amount ofallllual funding provided by the Contractor (from
any and all of its Divisions taken collectively) through this andother contracts is $25,000 or more.
In determining the amount of annual funding provided by the Contractor, the Contractee shall
consider both: (a) funds provided through direct contracts with the Contractor; and (b) funds from
the Contractor passed through another agency which has one or more contracts with the Contractee.
2. Audit Requirements: The audit shall be performed in accordance with auditing standards generally
accepted in the United States of America, s.46.036, Wis.Stats., Government Auditing Standards,
and other provisions in this Contract Agreement. In addition, the Contractee is responsible for
ensuring that the audit complies with other standards that may be applicable depending on the type
. of Contractee and the nature and amount of financial assistance received from all sources:
· Federal OMB Circular A-I33 "Audits of States, Local Governments and Nonprofit
Organizations," which applies only to Contractees that expend $500,000 from all federal
funding sources (this grant and other grants, direct or indirect, from this Contractor or another)
during a Contractee's fiscal year.
· The State Single A udit Guidelines (SSA G), which are applicable to local governments having A.
133 audits; and/or
· the Provider Agency Audit Guide (P AA G). All Contractees that do not meet the requirements
of the SSAG shall have audits in conformance with the PAAG. .
3. Reporting Package: The Contractee shall submit to the Contractor a reporting package which
includes the following:
A. Financial statements and other audit schedules and reports required for the type of audit
applicable to the Contractee. .
Perfonnance LHD w/o CARS Report ] 2/05
7
',.
, '
B. The Management Letter (or similar document conveying auditor's comments issued as a
result of the audit) or written assurance that a Management Letter was not issued with the
audit report.
C. Management responses/corrective action plan for each audit issue identified in the audit
D. Ifprogram specific cost-based information is needed, the Contractor may require it as part
of the reporting package.
4. Submitting the Reporting Package: The Contractee shall submit the required reporting package to
the Contractor either: (a) within nine months of the end of the Contractee's fiscal year if the
Contractee is a local government, or (b) within 180 days of the end of the Contractee' s fiscal year for
non-governmental Contractee agencies. Two copies of the audit report must be sent to the
Contractor at the following address:
Program Evaluation and Audit Section
Office of Strategic Finance
Department of Health and Family Services
PO Box 7850
Madison WI 53707-7850
5. Access to Auditor's Work Papers: When contracting with an audit firm, the Contractee shall
authorize its auditor to provide access to work papers, reports, and other materials generated during
the audit to the appropriate representatives of the Department. Such access shall include the right to
obtain copies ofthe work papers and computer disks, or other electronic media, upon which
records/working papers are stored.
6. Access to Contra~tee Records: The Contractee shall permit appropriate representatives of the
Department and/or the Contractor to have access to the Contractee's records and financial statements
as necessary to review Contractee's compliance with the Federal and State requirements for the use
of the funding.
7. Failure to Comply with the Requirements of this Section: In the event that the Contractee fails to
have an appropriate audit performed or fails to provide a complete audit report to the Contractor
within the specified timen-ames, irt addition to applying one or more of the sanctions available in
Section XVI of this contract, the Contractor may:
A. Conduct an audit or arrange for an independent audit of the Contractee and charge the cost
of completing the audit to the Contractee;
B. Charge the Contractee for all loss of Federal or State aid or for penalties assessed to the
Contractor because the Contractee did not submit a complete audit report within the
required timeframe; and/or
C. Disallow the cost of audits that do not meet these standards.
8. Closeout Audits:
A. A specific audit of an accounting period ofless than twelve (12) months is required when
an agreement is terminated for cause, when the Contractee ceases operations or when the
Contractee changes its accounting period (fiscal year). The purpose ofthe audit is to
closeout the short accounting period; The reql,lired closeout audit may be waived by the
Contractor upon written request from the Contractee, except when the agreement is
terminated for cause. The required closeout audit may not be waived when an agreement is .
terminated for cause.
Performance LHD w/o CARS Report 12/05
8
, ,
B. The Contractee shall ensure that its auditor contacts the Contractor prior to beginning the
audit. The Contractor, or its representative, shall have the opportunity to review the planned
audit program, request additional compliance or internal control testing and attend any
conference between the Contractee and the auditor. Payment of increased audit costs, as a
result of the additional testing requested by the Contractor, is the responsibility of the
Contractee.
C. The Contractor may require a closeout audit that meets the audit requirements specified in
XII, 2. above. In addition, the Contractor may require that the auditor annualize revenues
and expenditures for the purposes of applying OMB Circular A-133 and determining major
Federal financial assistance programs. This information shall be disclosed in a note to the
schedule of Federal awards.
D. All other provisions in the Audit Requirements section apply to Closeout Audits unless in
conflict with the specific Closeout Audits requirements.
XIII. OTHER ASSURANCES
1. The Contractee shall notify the Contractor in writing, within thirty (30) days of the date payment was
due of any past due liabilities to the Federal Government, State Goverriment or their agents for
income tax withholding, FICA, Workers' Compensation, Unemployment Compensation,
garnishments or other employee related liabilities, Sales Tax, Income Tax of the Contractee, or other
monies owed. The written notice shall include the amount(s) owed, the reason the monies are owed,
the due date, the amount of any penalties or interest, known or estimated, the unit of government to
which the monies are owed, the expected payment date and other related information.
2. The Contractee shall notify the Contractor, in writing, within thirty (30) days of the date payment
was due, of any past due payment in excess of five hundred dollars ($500), or when total past due
liabilities to anyone or more vendors exceed one thousand dollars ($1000), related to the operation
of this Contract Agreement for which the Contractor has reimbursed or will reimburse the
Contractee. The written notice shall include the amount(s) owed, the reason the monies are owed, the
due date, the amount of any penalties or interest, known or estimated, the vendor to which the
monies are owed, the expected payment date and other related inforniation. If the liability is in
dispute, the written notice shall contain a discussion of facts related to the dispute and the
information on steps being taken by the Contractee to resolve the dispute.
3. The Contractor may require written assurance at the time of entering into this Contract Agreement
that the Contractee has in force and will maintain for the course of this Agreement employee
dishonesty bonding in a reasonable amount to be determined by the Contractor.
4. The Contractee certifies that neither the Contractee organization nor any of its principals are
debarred, suspended, or proposed for debarment for Federal financial assistance (e.g., General
Services Administration's List of Parties Excluded from Federal Procurement and Non-Procurement
Programs). The Contractee further certifies that potential sub-recipients, contractors, or any of their
principals are not debarred, suspended or proposed for debarment.
XIV. RECORDS
1. The Contractee shall maintain such records (in either written or electronic form) as required by State
and Federal law and as required by program policies. Records shall be retained for no less than the
retention period specified in law or policy. Records for periods which are under audit or subjectto
dispute or litigation must be retained until the audit, dispute or litigation, and any associated appeal
periods, have ended. .
2. The Contractee will allow inspection of records and programs; insofar as is permitted by State and
Federal law, by representatives of the Contractor and its authorized agents, and Federal agencies, in
order to confirm the Contractee's compliance with the specifications of this Contract Agreement.
Performance LHD w/o CARS Report 12/05 .
9
, .
3. The Contractee agrees to retain and make available to the Contractor all program and fiscal records
in accordance with theretention period specified in paragraph 1 above. Upon the Contractor's
request, at the expiration of the Contract Agreement, the Contractee will transfer at no cost to the
Contractor, records regarding the individual recipients who received services from the Contractee
under this Agreement, The transfer of records includes transfer of any record, regardless of media, if
that is the only method under which records were maintained.
4. The Contractee and its subcontractors shall comply with all State and Federal confidentiality laws
concerning the information in both the records it maintains and in any of the Contractor's records
that the Contractee accesses to provide the services under this Contract Agreement.
XV. AGREEMENT REVISIONS ANDIOR TERMINATION
1. The Contractee agrees to re-negotiate with the Contractor this Contract Agreement or any part
thereof in such circumstances as:
· Increased or decreased volume of services as required by the Contractor;
· Changes required by State and Federal law or regulations, or court action; or,
· Increase or reduction in the monies available affecting the substance of this Agreement.
Failure to agree to a re-negotiated Contract Agreement under these circumstances is cause for the
Contractor to terminate this Agreement.
2. This q>ntract Agreement can be terminated for any reason by a 30-day written notice by either
party.
3. Revision of this Contract Agreement may be made by mutual agreement The revision will be
effective only when the Contractor and Contractee attach an addendum or amendment to this
Agreement; which is signed by the authorized representatives of both parties, except in
circumstances in which increased caseload or grant:lward amount, where such increase in funds is
for the same purpose as originally agreed upon, the Agreement may be amended by a unilateral
amendment made by the Contractor.
4. The Contractee shall notify the Contractor whenever it is unable to provide the required quality or
quantity of services required. Upon such notification, the Contractor shall determine whether such
inability will require revision or termination of this Contract Agreement.
5. If the Contractor finds it necessary to terminate this Contract Agreement prior to the stated
expiration date for reason other than non-performance by the Contractee, payment by the Contractor
shall cease upon termination. Termination of the contract does not nullify the recoupment of funds
by the Contractor, per the negotiated Agreement, associated with failure to attain program objectives
or the failure to maintain quality criteria.
XVI. NON-COMPLIANCE. SANCTIONS AND REMEDIAL MEASURES
1. If the Contractor determines, after notice to the Contractee and opportunity to respond, that the
Contractee:
· Is out of compliance with the program quality criteria as listed in Exhibit I, the Contractor may
withhold part or all of the Contractee' s funding at a level deemed appropriate by the Contractor as
defined in paragraph 3 below. . .
· Has not attained the negotiated objective(s) as listed in Exhibit II, the Contractee shall refund the
amount designated in Exhibit II under Risk Profile. Recoupments will be collected during the
subsequent contract year via an adjustment (decrease) in the CARS monthly payment. In such case
Performance LHD w/o CARS Report ] 2/05
10
where a Contractee is subject to recoupment and no longer holds a Contract Agreement with the
Contractor, the Contractor will issue an invoice to be paid by the Contractee.
The Contractor may also, at its sole discretion, effectuate such refunds by withholding money from future
payments due the Contractee at any time during or after the contract period or may recover such funds by
any other legal means.
2. Failure to comply with any part ofthis Contract Agreement may be considered cause for revision,
suspension or termination of this Agreement. Suspension includes withholding part or all of the
payments that otherwise would be paid the Contractee under this Agreement, temporarily having others
perform, and receive reimbursement for, the services to be provided under this Agreement and any other
measure that suspends the Contractee's participation in the Agreement if the Contractor determines it is
. necessary to protect the interests of the State. .
3. The Contractee shall provide written notice to the Contractor of all instances of non-compliance with the
terms of program quality criteria associated with this Contract Agreement by itself or its subcontractors.
Notice shall be given as soon as practicable but in no case later than 15 days after the Contractee became
aware, or should have been aware, of the non-compliance. Non-compliance can also be determined by
the Division of Public Health Regional Office Contract Administrator through on-site inspection or desk
review of documentation. The written notice shall include information on reason(s) for and effect(s) of
the non-compliance. The Contractee shall provide the Contractor with a plan to correct the non-
compliance and a timetable for the implementation of that plan to correct. The plan to correct must be
approved by the Contractor. If at the end of the implementation period, the Contractee is found to still be
out of compliance, the Contractor may, at its sole discretion, take whatever action it deems necessary to
protect the interests of the State, including withholding part or all of the Contractee's funding, ifit
reasonably believes thatthe non-compliance will continue or will reoccur.
4. The Contractee shall provide within 30 days after the end of the contract period (or by the date specified
in Exhibit II) to the Contractor via the Contract Administrator, the documentation specified in Exhibit II .
relating to attainment or failure to attain the obj ectives agreed to in this Contract Agreement. If any
objective is not attained, the Contractor will determine, at its sole discretion, the proportion of non-
attainment and will recoup from the Contractee an amount as defined by the Risk Profile identified in
Exhibit II. Any degree of non-attainment, as judged by the sole discretion of the Contractor, shall be used
by the Contractor in determining the conditions of any continuation of this Agreement.
5. If the Contractor determines that non-compliance with other requirements (not stated in Exhibit I or
Exhibit II) in this Contract Agreement has occurred, or is occurring, it shall demand immediate
correction of continuing non-compliance and it may impose whatever sanctions or remedial measures it
deems necessary to protect the interests of the State. Such sanctions and measures may include
termination of the Agreement, suspension of the Agreement as defined in paragraph 2 above, imposing
additional reporting requirements and monitoring of subcontractors and any other measures it deems
appropriate and necessary.
6. If audits are not submitted when due, the Contractor may take action pursuant to Section XII of this
Contract Agreement. .
7. If required program deliverables or other required information or reports, other than audits, are not
submitted when due, the Contractor may withhold all payments that otherwise would be paid the
Contractee under this Contract Agreement until such time as the reports and information are submitted.
In addition, the Contractor can hold implementation of continuation of this Agreement pending submittal
of this documentation.
XVII. DISPUTE RESOLUTION
Perfonnance LHD wlo CARS Report 12/05
11
"
If any dispute arises between the Contractor and Contractee under this Contract Agreement, including the
Contractor's finding of non-compliance and imposition of sanctions or remedial measures, the following
process will be the exclusive administrative review.
1. The Contractor's and CQntractee's Contract Administrators will attempt to resolve the dispute, in
coordination with the Division of Public Health Regional Office Director and appropriate program
staff within the Division.
2. If the dispute cannot be resolved by the Contract Administrators, the Contractee may ask for review
by the Administrator of the Division of Public Health.
3. If the dispute is still not resolved, the Contractee may request a final review by the Secretary of the
Department of Health and Family Services.
XVIII. INDEMNITY
The Contractor and Contractee agree they shall be responsible for any losses or expenses (including costs,
damages, and attorney's fees) attributable to the acts or omissions. of their officers, employees or agents.
XIX. SURETY BOND
The Contractor may require the Contractee to have a surety bond. The surety bond shall be in force for the
period of the Contract Agreement and shall be a reasonable amount to be determined by the Contractor.
) XX.
CONDITIONS OF THE PARTIES' OBLIGATIONS
1. This Contract Agreement is contingent upon authorization of Wisconsin and United States law, and
any material amendment or repeal of the same affecting relevant funding or authority of the
Contractor shall serve to revise or terminate this Agreement, except as further agreed to by the
parties hereto.
2. The Contractor and Contractee understand and agree that no clause, term or condition of this
Contract Agreement shall be construed to supersede the lawful powers or duties of either party.
3. It is understood and agreed that the entire Contract Agreement between the parties is contained
herein, except for those matters incorporated herein by reference, and that this Agreement
supersedes all oral agreements and negotiations between the parties relating to the subject matter
thereof.
. XXI. SPECIAL PROVISIONS
1. If the Contractor determines that the Contractee has exceeded the agreed upon program objective(s)
to the level specified in Exhibit II, Conditions for an Incentive Payment, the Contractee may be
eligible to receiveperformance~based incentive funds if such funds are available as determined by
the Contractor. .
2. The Contractor may make these incentive awards at its discretion based on the amount of available
incentive funding and the terms of agreement with the Federal agency(s) as to the distribution of
such incentive funding. The awards will be made during the subsequent contract year via an
adjustment (increase) in the monthly CARS payment. In such case where a Contractee is eligible for
an incentive payment and no longer holds a contract agreement with the Contractor, the Contractor
will make a separate payment to the Contractee. The incentive funds must be expended by the
Contractee within the subsequent contract or calendar year and can not be diverted outside of the set
of programs defined by this Contract Agreement or used for supplanting purposes. The Contractee
shall report, in a manner specified by the Contractor, on how the Contractee expended these
incentive funds.
3. To the extent allowed by law:
Performance LHD wlo CARS Report 12/05
]2
.. ....,.:'-j;:.'C(~,
..'. '. .....
. .
~~.
· All funding recouped by the Contractor from the Contractee shall be held by the Contractor
in a fund designated for use within the program area associated with the recoupment action.
· These funds may be used to award other Contractees who have exceeded their objectives in
that program, general funding of the program area to all Contractees via formula in the next
contract period, general funding of the program for all Contractees during the current
contract period, or returned to the Federal funding agency of that program.
These funds cannot be used by the Contractor for their own operational costs.
4. If at the end of the contract year, the Contractee has attained its contract objectives and is in
compliance with the quality criteria, it may retain any unspent funds from this Contract Agreement
not expended during the contract year, except for uneanied prepayments (advances). However, those
funds must be expended in the current contract year or the contract year immediately following and
their use must fall within the program boundaries established under this Agreement. These retained
funds cannot be diverted outside of the scope of this Agreement, the Local.Public Health
Departm.ent's budget, or used to supplant local public health tax levy levels. These funds shall be
retained in a non-lapsing account for the sole use of the Local Public Health Department; these funds
may not lapse to the general fund. The Contractee shall report how these funds were utilized, as
specified.in Section IX.
XXII. CONTRACT RENEWAL OPTIONS
This contract can be renewed on an annual basis for up to two (2) one-year extensions with the mutual
agreement of both the Contractor and Contractee. The objectives to be attained by program will be re-
negotiated each year by the Contractor and Contractee, as well as documentation deliverab1es and risk
conditions.
Performance LHD w/o CARS Report 12/05
13
", ",
.
'.
:\
XXIII. TIMELY CONTRACT SIGNING
/
,-
This Contract Agreement becomes null and void if the time between the earlier dated signature and the later
dated signature of the Contractee's and Contractor's Authorized Representative on this Agreement (or
addendum) exceeds sixty (60) days inclusive of the two signature dates.
,~~
Contractee's Authorized Rej2resentative
llichard A. Wollangk, City M3nager
~
cob~~
Sheri Johnson, Ph.D., Administrator and State Health Officer
Division of Public Health, Department of Health and Family SeNices
/2 -~?9- ..;;('~~
Date
'.."
Angela J. Jaeckel, DePuty City~ Clerk
0~?
Dae
CARS PAYMENT INFORMA nON
The information below is used by the Department's Bureau of Fiscal Services, CARS Unit to facilitate the processing and
recording of payments made under this Contract Agreement. .
Agency Name
Agency Number
Agency Type
Contract Period
Contract Amount
Agency Fiscal Year
Oshkosh Health Department
472894
41
September 0 I, 2006 through August 31, 2007
$24,666.00
January I to December 31
Profile ID#
155193 Preparedness - Pandemic Influenza
Amount
$24,666.00
DPH Contract # 14975
CFDA #s:
Bioterrorism
93.283
b{
'.
Contract Agreement Addendum: Exhibit I
Program Quality Criteria
Generally high program quality criteria for the delivery of quality and cost-effective administration of
health care programs have been, and will continue to be, required in each public health program to be
operated under the terms of this contract.
This Exhibit contains only applicable quality criteria for this contract.
01/09/2007 09:26 AM
DPH Grants and Contracts
Contract #: 14975
Contract Agreement Addendum: Exhibit I
Agency: Oshkosh Health Department
Contract Year: 2007
Program: Public Health Preparedness - Pandemic Influenza
Program Quality Criteria
1) Assessment and surveillance of public health to identify community needs and to support systematic, competent program
planning and sound policy development with activities focused at both the individual and community levels.
A) Contractees will periodically assess public health preparedness within their agency or consortium by having
their members complete Division of Public Health (DPH) identified assessments or surveys.
B) Contractees will annually conduct public health preparedness exercises and revise and update public health
preparedness plans based on completed Exercise After Action Reports.
C) Competency-based education of public health workers, clinicians, and others critical to public health
preparedness should be planned and implemented based on needs identified through assessments and/or
evaluations of performance. Contractees are required to continue to support preparedness education and
training activities needed to successfully achieve targeted outcomes and preparedness goals.
2) Delivery of public health services to citizens by qualified health professionals in a manner that is family centered,
culturally competent, and consistent with the best practices; and delivery of public health programs for communities for
the improvement of health status.
A) Contractees must support public health response functions in the context of National Incident Management
System. In accordance with HSPD-5, NIMS provides a consistent approach for federal, state, tribal and
local governments to work effectively and efficiently together to prepare for, prevent, respond to, and
recover from domestic incidents, regardless of cause, size, or complexity. As a condition of receiving
Public Health Emergency Preparedness cooperative agreement funds, Contractees agree to adopt and
implement NIMS. In accordance with the eligibility and allowable uses of the cooperative agreement,
Contractees are encouraged to direct FY 2006 funding towards activities necessary to implement NIMS.
3) Record keeping for individual focused services that assures documentation and tracking of client health care needs,
response to known health care problems on a timely basis, and confidentiality of client information.
A) There are no separate sub-criterion to this Quality Criteria Category.
4) Information, education, and outreach programs intended to address known health risks in the general and certain target
populations to encourage appropriate decision making by those at risk and to affect policy and environmental changes at
the community level.
A) Contractees will regularly present to the media, public partners and other stakeholders information on their
agency or consortium and the Public Health Preparedness Program in coordination with DPH program
staff.
5) Coordination with related programs to assure that identified public health needs are addressed in a comprehensive, cost-
effective manner across programs and throughout the community.
A) Contractees will utilize the Public Health Information Network (PHIN) and the Health Alert Network
(HAN) as appropriate, to include at minimum the Health Officer/Tribal Health Director, as these systems
develop.
B) Contractees will coordinate with other preparedness programs by participating in state, regional, tribal, and
local public health preparedness meetings.
01/09/2007 09:26 AM
DPH Grants and Contracts
Contract #: 14975
Contract Agreement Addendum: Exhibit I
Agency: Oshkosh Health Department
Contract Year: 2007
C) Contractees will contribute to the development of a statewide system for public health emergency response
that is coordinated, consistent and efficient.
D) Contractees will demonstrate involvement in setting statewide goals, strategic direction, and priorities for
the state public health preparedness program.
E) Contracteees will assure the ability for the general public to be able to contact the local public health
department/tribal agency 24 hours a day, 7 days a week.
6) A referral network sufficient to assure the accessibility and timely provision of services to address identified public
health care needs.
A) There are no separate sub-criterion to this Quality Criteria Category.
7) Provision of guidance to staff through program and policy manuals and other means sufficient to assure quality health
care and cost-effective program administration.
A) There are no separate sub-criterion to this Quality Criteria Category.
8) Financial management practices sufficient to assure accurate eligibility determination, appropriate use of state and
federal funds, prompt and accurate billing and payment for services provided and purchased, accurate expenditure
reporting, and, when required, pursuit ofthird-party insurance and Medical Assistance Program coverage of services
provided.
A) There are no separate sub-criterion to this Quality Criteria Category.
9) Data collection, analysis, and reporting to assure program outcome goals are met or to identify program management
problems that need to be addressed.
A) There are no separate sub-criterion to this Quality Criteria Category.
0]/09/2007 09:26 AM
DPH Grants and Contracts
Contract Agreement Addendum: Exhibit II
Program Objectives
(A) Contract Funds, Program/Objective Values, and Other Contract Details
(B) Objective Details
01109/2007 09:26 AM
DPH Grants and Contracts
Contract #: 14975
Contract Agreement Addendum: Exhibit II(A)
Agency: Oshkosh Health Department
Contract Year: 2007
Contract Source of Funds
Source
Program
Amount
Oshkosh
Preparedness - Pandemic Influenza
I Contract Amount I
$24,666
$24,666
Contract Match Requirements
Program
Amount
Preparedness - Pandemic
Influenza
$0
Program Sub-Contracts
Program
Sub-Contractee
Sub-Contract Amount
Preparedness - Pandemic None Reported
Influenza
$0
01/0912007 09:26 AM
DPH Grants and Contracts
Contract #: 14975
Contract Agreement Addendum: Exhibit II(A)
Agency: Oshkosh Health Department
Contract Year: 2007
Preparedness - Pandemic Influenza
Program Total Value $24,666
4
By August 30,2007, Oshkosh Health Department will complete a semi-annual (2x) Centers for Disease Control
and Prevention Local Pandemic Influenza assessment.
By August 30, 2007, a detailed three-year Local Pandemic Influenza work plan, including a time line and
strategies to complete all tasks on the Centers for Disease Control and Prevention Local Pandemic Assessment by
August 30,2009, will be developed by the Oshkosh Health Department.
By August 30,2007, a tabletop, functional, or full-scale exercise of the Local Pandemic Influenza Plan, including
testing of mass prophylaxis capabilities and points-of-dispensing, will be conducted by Oshkosh Health
Department.
By August 30,2007, an operational community containment plan with community mitigation strategies to be used
during an influenza pandemic to help contain the spread of a pandemic in the local jurisdiction will be developed
by Oshkosh Health Department.
$6,168
$6,166
2
$6,166
3
$6,166
Total of Contract Objective Values
$24,666
DPH Grants and Contracts
01109/2007 09:26 AM
.
Contract Agreement Addendum: Exhibit II(B)
Contract #: 14975 Agency:
Program: Public Health Preparedness - Pandemic
Influenza
Oshkosh Health Department
Objective #: I of 4
Contract Year: 2007
Objective Value: $6,168
Objective: Primary Details
Objective Statement
By August 30, 2007, Oshkosh Health Department will complete a semi-annual (2x) Centers for Disease Control and Prevention
Local Pandemic Influenza assessment.
Deliverable Due Date: 09/30/2007
Contract Deliverable (Evidence)
Documentation of Centers for Disease Control and Prevention Pandemic Influenza Local Assessment completed by Oshkosh Health
Department.
Programs Providing Funds for this Objective
Public Health Preparedness - Pandemic Influenza: $6,168
Agency Funds for this Objective:
'Data Source for Measurement
Centers for Disease Control and Prevention Local Pandemic Influenza Assessment
Baseline for Measurement
New initiative,
Context
The Centers for Disease Control and Prevention Pandemic Influenza Phase II Guidance requires that each local public health
department (LPHD) and Tribal jurisdiction complete the Centers for Disease Control and Prevention Pandemic Influenza Local
Assessment. LPHDs and Tribes should coordinate with a sample of public health partners such as hospitals, labs, veterinarians,
physician's offices and clinics, nursing homes, assisted living facility and other health care facility staff to complete the Pandemic
Influenza Local Assessment. The Assessment will be used to identify incomplete tasks in pandemic planning which LPHD'slTribes
will complete by August 2009. The Health OfficerITribal Health Director from each jurisdiction (or their I designee) will be
required to input responses to the assessments.
Input Activities
Objective: Risk Profile
Accountability Targets
Accountability targets are not applicable or were not determined for this contract period.
'Conditions of Eligibility for an Incentive
INone.
=:J
~
01/09/2007 09:26 AM
DPH Grants and Contracts
i' '"
Contract Agreement Addendum: Exhibit II(B)
Contract #: 14975 Agency:
Program: Public Health Preparedness - Pandemic
Influenza
Oshkosh Health Department
Objective #: 2 of 4
Contract Year: 2007
Objective Value: $6,166
Objective: Primary Details
Objective Statement
By August 30,2007, a detailed three-year Local Pandemic Influenza work plan, including a time line and strategies to complete all
tasks on the Centers for Disease Control and Prevention Local Pandemic Assessment by August 30,2009, will be developed by the
Oshkosh Health Department.
Deliverable Due Date: 09/30/2007
Contract Deliverable (Evidence)
A copy of the Oshkosh Health Department three-year Local Pandemic Influenza work plan.
Programs Providing Funds for this Objective
Public Health Preparedness - Pandemic Influenza: $6,166
Agency Funds for this Objective:
Data Source for Measurement
Agency Records & Centers for Disease Control and Prevention Local Pandemic Influenza Assessment.
Baseline for Measurement
New initiative.
Context
Completion of all tasks on the Centers for Disease Control (CDC) and Prevention Local Pandemic Assessment is required by the
CDC by August 30, 2009. The detailed three-year local Pandemic Influenza work plan will identify the strategies and time line to
complete all of the CDC Prevention Local Pandemic assessment tasks.
Input Activities
Objective: Risk Profile
Accountability Targets
Accountability targets are not applicable or were not determined for this contract period.
Conditions of Eligibility for an Incentive
None.
DPH Grants and Contracts
01109/2007 09:26 AM
Contract Agreement Addendum: Exhibit II(B)
Contract #: 14975 Agency: Oshkosh Health Department
Program: Public Health Preparedness - Pandemic Objective #: 3 of 4
Influenza
Contract Year: 2007
Objective Value: $6,166
Objective: Primary Details
Objective Statement
By August 30, 2007, a tabletop, functional, or full-scale exercise of the Local Pandemic Influenza Plan, including testing of mass
prophylaxis capabilities and points-of-dispensing, will be conducted by Oshkosh Health Department.
Deliverable Due Date: 09/30/2007
Contract Deliverable (Evidence)
A copy oftheLocal Pandemic Influenz~ Plan exercise After Action Report completed by the Oshkosh Health Department within 60
days of the exercise date.
Programs Providing Funds for this Objective
Public Health Preparedness - Pandemic Influenza: $6,166
Agency Funds for this Objective:
Data Source for Measurement
Agency Records
Baseline for Measurement
New initiative.
Context
The Centers for Disease Control and Prevention Pandemic Influenza Phase II Guidance supplement requires all local public health
department (LPHD) and Tribal jurisdictions complete a tabletop, functional, or full-scale Pandemic Influenza exercise. Jurisdictions
are encouraged to conduct functional and full-scale exercises. It is strongly recommended LPHD'slTribes exercise mass
prophylaxis capabilities with a seasonal influenza vaccination clinic. LPHD'slTribes that no longer hold seasonal influenza
vaccination clinics should hold a general Pandemic mass prophylaxis exercise to meet the requirement. Exercises can be
coordinated collaboratively with neighboringLPHD's, Tribes, Consortia, and Regional Offices.
Input Activities
Objective: Risk Profile
Accountability Targets
Accountability targets are not applicable or were not determined for this contract period.
Conditions of Eligibility for an Incentive
INone.
01/09/2007 09:26 AM
DPH Grants and Contracts
.. "
Contract Agreement Addendum: Exhibit II(B)
Contract #: 14975 Agency:
Program: Public Health Preparedness - Pandemic
Influenza
Oshkosh Health Department
Objective #: 4 of 4
Contract Year: 2007
Objective Value: $6,166
Objective: Primary Details
Objective Statement
By August 30,2007, an operational community containment plan with community mitigation strategies to be used during an
influenza pandemic to help contain the spread of a pandemic in the local jurisdiction will be developed by Oshkosh Health
Department.
Deliverable Due Date: 09/30/2007
Contract Deliverable (Evidence)
A copy of the Oshkosh Health Department operational community containment plan.
Programs Providing Funds for this Objective
Public Health Preparedness - Pandemic Influenza: $6,166
Agency Funds for this Objective:
Data Source for Measurement
Agency Records
Baseline for Measurement
New initiative.
Context
This activity is required by the Centers for Disease Control Public Health Preparedness Pandemic Influenza Phase II Guidance.
LPHDs/Tribes will develop an operational plan of community mitigation strategies for pandemic influenza using non-
pharmacological interventions, including home isolation of patients and quarantine of household contacts, social distancing
measures such as closure of schools and workplaces, reduced public transport, cancellation of mass gatherings and public education
on hygiene measures such as hand and respiratory hygiene.
Input Activities
Objective: Risk Profile
Ac'countability Targets
Accountability targets are not applicable or were not determined for this contract period.
Conditions of Eligibility for an Incentive
None.
DPH Grants and Contracts
01/09/2007 09:26 AM