HomeMy WebLinkAboutLetter of AgreementCityofMiami Collaborative -Project SEARCH
rA) FLORIDA DEVELOPMENTAL DISABILITIES COUNCIL, INC.
LOA698EM08
124 Marriott Drive, Suite 203, Tallahassee, Florida 32301-2981
Phone (850) 488-4180/(800) 580-7801 ♦ Fax (850) 922-6702 • TDD (850) 488-0956/(888) 488-8633 •Web page fddc.org
Cost Reimbursement: x
Non -Direct Services:
CFDA Number: 93.630
100% federal funds
Project Title: City Of Miami -Project SEARCH
Start Date: January 30, 2008
End Date: July 30, 2008
Amount of LOA: $10,000
Match Source: N/A
Letter of Agreement Number: #LOA698EM08
This AGREEMENT, entered into between the Florida Developmental Disabilities Council, Incorporated, a non-profit corporation
established pursuant to Ch. 617, Florida Statute, (hereinafter referred to as the "Council"), and City of Miami, 4560 N.W. 4 Terrace,
Miami, Florida 33126 (hereinafter referred to as the "provider").
Statement of Purpose:
The Council is a not -for -profit corporation that is the designated agency for the state of Florida's funding under the Developmental
Disabilities Assistance and Bill of Rights Act of 2000 (P.L. 106-402), pursuant to s.393.002, F.S. In accordance with P.L. 106-402, the
council receives federal funding for the purpose of engaging in advocacy, capacity building and systematic change activities that will
enable individuals with developmental disabilities and their families to participate in the design of and have access to needed
community services, individualized supports, and other forms of assistance that promote self determination, independence,
productivity, and integration and inclusion in all facets of community life.
The Council recognizes the need to address the existing societal barriers to employment for individuals with disabilities. It is
imperative that providers of supported employment services have an in-depth understanding of the employment market and the needs
of employers that through supported, competitive integrated employment of individuals with developmental disabilities. Currently,
there is a comprehensive program in Cincinnati entitled Project SEARCH developed by Erin Riehle and Project SEARCH Co -
Director Susie Rutkowski. This program serves people with disabilities through innovative workforce and career development.
Through this process Project SEARCH educates employers about the potential of this underutilized workforce while meeting their
human resource needs.
To this end, the Council has contracted with Erin Riehle and Project SEARCH Co -Director Susie Rutkowski to engage in addressing
the systemic and social obstacles that hinder the individuals with disabilities obtain competitive employment. The Council has
approved funding to pilot seven sites of the Project SEARCH Transition High School Program. Project SEARCH High School
Transition Program is a worksite-based, school -to -work program that provides training in independent living, employability skills, and
specific job skills; job placement assistance; job coaching; on-the-job support; and career advancement opportunities
The purpose of this Letter of Agreement is to delineate the duties of the City of Miami Collobrative Pilot Site to assist in the
implementation of Project SEARCH in the Miami area. Specifically, this letter will serve as a contract between the Council and the
Provider outline the services to be provided in exchange for Council funds.
Services to be Provided:
Technical Assistance and Training
• The Provider will participate in all trainings provided by Project SEARCH Directors and Coordinator
• The Provider will attend a attend a 2-day session at a central location in Florida for the purpose of becoming oriented to
Project Search and to begin developing marketing plans to local City of Miami Governmental Division business partners,
• The Provider will attend a 2-day orientation session/open house at the Project SEARCH site at Cincinnati Children's
Hospital.
• The Provider will be responsible for coordinating travel arrangements for all travel and/or meetings.
• The Provider will ensure qualified staff is employed at the City Of Miami . Qualified staff will be knowledged in the areas
of education, training, customize employment, marketing and business development.
Page 1 of 17
City of Miami Collaborative -Project SEARCH LOA698EM08
• The Provider will provide education and training to City Of Miami project staff regarding supporting high school students
with disabilities in the workplace. To the maximum extent posssible, the Provider will dissiminate marketing information
relative to Project SEARCH to other employees at City Of Miami
• The Provider will utilized the $10,000 funding sponsored by the Florida Development Disabilities Council as stipulated
below:
> Travel expenses related to attending the 2- day orientation sessions in Florida and the 2-day open house in Cincinnati.
➢ Remaining funds may be utilzed to cover expenses related to materials and equipment required for the Project Search
Classroom.
Project Implementation
• To the maximum extent possible, the provider will ensure implementation of the Project SEARCH model with fidelity within
the pilot sites throughout the impementation of the Project SEARCH Model.
• The Provider must utilize a "Start —Up Kit" provided by Project Search Directors to aid in replication of the Project
SEARCH model.
• The Provider must establish local collaboratives that include the following partners at a minimum, with the corresponding
dedicated staff:
➢ Local School District — One full-time, ESE teacher
➢ Vocational Rehabilitation
➢ Supported Employment Provider- 3 job coaches
➢ Other partners as deemed appropriate; as reccomended by Project SEARCH Directors and Project SEARCH Advisory
Committee
• The Provider must obtain a written agreement from the Miami School District to secure funds for one Exceptional Student
Education (ESE) Teacher and instructional supplies to Project SEARCH site.
• The Provider must obtain a written letter of support from Agency for Persons with Disability.
• The Provider will submit a copy of the agreement with the Miami School District to the Council prior to the sponsorship to
participate in the trainings in Florida and Cincinnati.
• The Provider will collaborate with Project SEARCH Directors and enter into a licensing agreement with Project SEARCH
Directors and comply with such agreement.
• The Provider will provide work -space, telephone, fax, photocopy equipment, computer, and e-mail access to City Of Miami
- Project SEARCH staff.
• The Provider with the assistance of the Statewide Project SEARCH Coordinator will identify 2-3 potential City of Miami
Governmental Division business partners within the City of Miami as part of their commitment to the project. In addition,
the Governmental Division business partners must provide an on -site classroom for the project.
• The Provider will coordinate with project partners to identify and secure three (3) job coaches, one (1) Exceptional Student
Education (ESE) Teacher, clerical staff, and business partners.
• The Provider in colloboration with the Statewide Project SEARCH Coordinator, will select twelve (12) students with
developmental disabilities to participate in Project SEARCH at City Of Miami .
• The Provider will design and implement tailored orientation programs for project participants as directed by the Project
Search Coordinator.
Page 2 of 17
City of Miami Collaborative -Project SEARCH I.0A698EM08
• The Provider will provide access to job sites and staff to facilitate job analysis and development.
• The Provider will examine existing open positions, determine their applicability for program design and program
Participants.
• The Provider will ensure access to job sites and staff to facilitate job analysis and development. The job analyses and
development will capture the following:
> A list of open positions to City Of Miami - Project SEARCH personnel on an ongoing basis
> Determine high turnover, entry level support positions for proactive job analysis
> Match essential functions of the open positions to the program candidate pool
> Pre-screen applicants and recommend best candidates to City Of Miami
• The Provider will facilitate job placement activities for project participants to ensure maximum outcome. Job placement
activities will include completion of job applications and other necessary paperwork:
➢ Drug screenings
➢ Background checks
➢ Job coaching (as needed)
➢ Provide appropriate job accommodations and adaptations
➢ Ensure Consistent Personell to work on the project
➢ Other activities deemed necessary
Marketing
• The Provider will assist the Statewide Project SEARCH Coordinator with marketing activities to promote City Of Miami -
Project SEARCH.
• The Provider will develop marketing materials to promote Project SEARCH in the Miami area.
• All marketing materials must be approved by Florida Developmental Disabilities Council prior to utilization and
dissemination.
• The Provider will dessiminate, the Councils' Consumers Satisfaction forms. The Provider will be responsible to collect and
provide an analysis of the forms.
Sustainabiltiv and Expansion
• The Provider will collaborate with the Project SEARCH Coordinator to develop strategies and workplan to bring about long
term funding to ensure project sustainability and promote project expansion.
Statewide Protect Evaluation
• The Provider will attend periodic meetings with Project SEARCH Coordinator and Co -Director to discuss and evaluate
program progress.
• The Provider will schedule periodic meetings with City Of Miami Staff to discuss and evaluate program progress.
• The Provider will submit a monthly project status report to the Statewide Project SEARCH Coordinator.
• The Provider will gather and analyze data to be incorporated in the Consumer Satification form by the Provider.
Outcomes:
1. Established pilot site with educational, rehabilitation and City of Miami Governmental Division business partners
2. Two to three City of Miami Governmental Division partners secured with capability of providing on -site classrooms for the
project
Page 3 of 17
City of Miami Collaborative -Project SEARCH LOA698EM08
3. Trained personnel in the area of supporting individuals with disabilities in the workplace
4. Twelve (12) with developmental disabilities identified to participate in the City Of Miami Project SEARCH site.
5. A developed Project SEARCH marketing and sustainability plan
State Plan Goal and Objectives:
This project will address the following state plan goals and objectives:
Education Goal 1: Ensure inclusion, optimal skill development, accountability, transition services, and evidence based practices for all
students which results in an inclusive quality of life to include: competitive/integrated employment, post secondary education, and life
long learning
Objective 1.4: By 2011, Ensure that all students with developmental disabilities receive transition services which result in competitive
employment and/or opportunities for continuing education
The Provider will be responsible for the following:
1. The provider must adhere to the approved start-up project budget (project expenses) and the FDDC allocated
budget for Project SEARCH. Changes may be made to the budget with prior approval from the Council contract
manager.
2. Reimbursement or travel under this contract must be paid at the same or lower amount as paid by the Council (see
Exhibit G).
3. Any and all articles(s), technical paper(s), symposium paper(s), web design materials(s) module(s), product(s), CD(s) •
or other documents(s) (hereby referred as materials(s) produced under this contract, must have prior approval from the
Council contract manager of such materials before being printed, used, released, and/or distributed. This includes all
aspects of the publicity before the material(s) are submitted for publication or presentation and before any publicity
occurs. The materials(s) must also meet the specifications found elsewhere in this contract.
4. All materials(s) resulting from funding under this contract by the Council are property of the Council and the U.S.
Department of Health and Human Services and shall bear the FDDC logo (Exhibit D), and the following wording must
be below the logo. The publication was commissioned, funded and sponsored by the Florida Developmental
Disabilities Council, Incorporated and produced through funding provided by the United States Department of Health
and Human Services, Administration for prior written request by the provider, and approval by the Council, must be
obtained for any release of these material(s)
5. Each deliverable must have attached a payment invoice (Exhibit A), when submitted for payment. No deliverable will
be paid unless this form and the deliverable have an original signature and are submitted together on a timely basis.
6. If the deliverable and/or fiscal invoice are not submitted by the Provider to the Council's contract manager within 15
days from the deliverable and/or invoice due date, the Provider will receive a letter from the Council project manager
stating that if the deliverable and/or invoice are not received within an additional 15 calendar days, the Provider will
be in jeopardy of a 5 percent reduction in payment for the deliverable and/or invoice and of the Letter of Agreement
being terminated. A 5 percent reduction in the payment for the deliverable and/or invoice may be applied for any
deliverable and/or invoice not received within the additional 15 calendar days set forth in the letter to the Provider. A
Letter of Agreement may be terminated, if after applying a 5 percent reduction, a subsequent deliverable and/or
invoice is not received within the additional 15 calendar days.
7. A. Termination at will.
This Letter of Agreement may be terminated, without cause, by either party upon no less than thirty (30) calendar days
notice, in writing, unless a lesser time is mutually agreed upon by both parties. Said notice shall be delivered by
certified mail, return receipt requested, or in person with proof of delivery.
B. Termination Because of Lack of Funds.
In the event funds to finance this Letter of Agreement become unavailable, the Council may terminate the contract upon
no less than twenty-four (24) hours notice, in writing, to the Provider. Said notice shall be delivered by certified mail,
Page 4 of 17
City of Miami Collaborative -Project SEARCH LOA698EM08
return receipt requested, or in person with proof of delivery. The Council shall be the final authority as to the
availability of funds.
C. Termination for Breach.
This Letter of Agreement may be terminated by the Council for non-performance by the Provider upon no less than
twenty-four (24) hours notice, in writing, to the Provider. Said notice shall be delivered by certified mail, return receipt
requested, or in person with proof of delivery. Waiver of breach of any provisions of this Letter of Agreement shall not
be deemed to be a waiver of any other breach and shall not be construed to be a modification of the terms of this Letter
of Agreement. The provisions herein do not limit the Council's right to remedies at law or in equity, or to damages.
8. If applicable, the provider will provide adequate property and personal liability insurance
coverage on a comprehensive basis, name the Council as a co-insured, and hold such liability insurance at all times during
the existence of this Letter of agreement and any renewal(s) or extensions(s), such that coverage will be provided for
incidents occurring during the term of this agreement even if asserted after its termination. The provider accepts full
responsibility for identifying and determining the type(s) and extent of liability insurance necessary to provide reasonable
financial protections for the provider, the individuals receiving services under this contract, and the Council. At the time of
the execution of this contract and the Insurance Certification Form, DDC Form 00-01 (Exhibit C), the provider shall
furnish the Council's contract manger written verification supporting both the determination and existence of such
insurance coverage. Such coverage may be provided by a self-insurance program established and operating under the laws
of the State of Florida.
9. The provider will maintain books, records and documents (including electronic storage media) in accordance with
generally accepted accounting procedures and practices which sufficiently and properly reflect all revenues and
expenditures of funds provided by the Council under this contract. The provider will comply with the financial and
compliance audit requirements as provided for in Exhibit B and ensure that all related party transactions are disclosed to
the auditor.
10. The provider's performance will be assessed and documented throughout the life of the Letter of Agreement by the
contract manager. This assessment of the provider will be based upon the following: the quality of the deliverables and
products produced; the implementation of provision of services as stipulated in the contract; compliance with all
provisions of the contract; and the general performance of the provider in meeting the expectations of the contract
manager and the council, as well as the end result of the overall project
Provider Performance
1. At the conclusion of the contract, an overall assessment of the provider's performance relative to the Letter of Agreement
will be conducted. If the performance assessment identifies serious inadequacies in adherence to the requirements of the
Letter of Agreement or in meeting performance expectations listed in this Letter of Agreement, the contract manager will
notify the provider in writing and stipulate the improvements or corrective action(s) that need to be exhibited or
accomplished in any subsequent Letters of Agreements or contracts with the council. This information will become a part
of the provider's performance profile for use by other Council contract managers when assessing RFP/ITN proposals and
when developing and implementing subsequent Letters of Agreements or contracts with this provider.
2. Agencies, organizations and/or consultants who exhibit the same inadequacies in subsequent contracts or Letters of
Agreements with the Council, risk the Council invoking its right to prohibit sole sourcing with said provider for up to
three years. A prohibition from sole sourcing and the documented provider performance assessment that led to this
prohibition will be considered sufficient evidence of the provider's inability or unwillingness to perform and, in turn,
exclude that provider from being awarded a contract through a Council RFP/ITN process, again for up to three years.
Amount of Funds Available:
The Council agrees to provide a total amount not to exceed $10,000 for the period of the contract.
Payment Schedule/Invoice Requirements:
1. A cash advance of $6,000 will be provided to defray the cost for project related travel.
2. Additional payments will not be made until expenditures exceed amount of original: cash advance.
a. This is a cost reimbursement contract. The Provider shall request payment through submission of a properly completed
Page 5of17
City of Miami Collaborative -Project SEARCH LOA698EM08
invoice, DDC Form 07-01 (Exhibit A).
b. Payments may be authorized only for allowable expenditures on the invoice that are in accordance with Exhibit A. The
expenditures for which payments is requested may not either by themselves, or cumulatively, exceed the total amount authorized by
this contract.
c. Payment will be contingent upon submission of the required deliverables based on the payment schedule as specified in
this contract.
d. In the event that the quality of the deliverable submitted by the provider is insufficient, that the services are not provided
as stipulated in this contract, or there is a violation of any provision of this contract, the program manager will provide a notice, in
writing, stipulating the corrective action(s) to be taken by the provider. This notice will be sent to the provider, by certified mail, and
the provider will have fifteen (15) days, after receipt of this notice, to submit the corrective action(s) for reconsideration.
e. The Council reserves the right to authorize payment in an amount that is less than the amount stipulated in the payment
schedule, when the Council determines that the quality of the corrected deliverable submitted by the provider is insufficient, that the
services are not provided as stipulated in this contract, or there is a violation of any provision of this contract. Reduced payment
options will be negotiated on a case by case basis and the Council reserves the right to final approval of payment.
f. All contract payments shall be processed only upon approval of the contract monitor and program manager.
Deliverables will be submitted in accordance with the following schedule:
Deliverable
Deliverable #
^
Due Date/Amount
1. Written status report to include:
a. List of materials and equipment required for the Project SEARCH
classroom and estimated cost.
b. Documentation of expenditures incurred for each of the
trainings/meetings. The Documentation will include, but not
limited to:
• An agenda of the 2 day day orientation session/open
house at the Project SEARCH site at Cincinnati Children's
Hospital.
• An agenda of the 2-day session orientation in Florida
• A Narrative detailing training received
c. A draft Master Work plan encompassing all activities, dates of
actions to be undertaken, taregeted dates for completion, current
action status and explanation of any problems or barriers
d. A copy written agreement from the Miami School District securing
funding for one ESE Teacher'and instructional supplies to the
Project SEARCH site as well as a letter of support from Agency for
Persons with Disabilities.
e. A list of secured City of Miami Governmental Division business
partners
2. Completed Exhibit A
1
March 25, 2008
Final Written Status report to include
a. Final report with an executive summary that includes information on all
components of the contract, actions taken, outcomes met not met
analysis of the project evaluation and why, goals and objectives met, not
met, analysis of the project evaluation and any recommendations for
second project year as the pilot site moves into full implementation of
the High School Transition Program
2
June 30, 2008
Page 6 of 17
City of Miami Collaborative -Project SEARCH LOA698EM0S
b. Technical assistance and training that has been provide to City Of
Miami and received by Statewide Project SEARCH Coordinator and
Project SEARCH Director
c. A report of any problems or barriers incurred and how they were
resolved
d. A final marketing and sustainability plan
2. Completed Exhibits A,I, J
This Letter of Agreement will be valid from January 30, 2008, or the date that both parties have signed the agreement (whichever
date is later) through July 30, 2008.
This Letter of Agreement together with its Exhibits A,B,C,D,F,G I, and J contain all the terms and conditions agreed upon by the
parties.
IN WITNESS WHEREOF, the parties here to have caused this 17 page Letter of agreement to be executed by their undersigned
officials as duly authorized.
Signed by:
Signed by:
Name: Ernest W. Burkeen
Name: Debra Dowds
Title: Director, Dept. of Parks and Rec. Title: Executive Director
Date:
Date:
Federal Tax ID Number: 59-6000375
Page 7 of 17
City of Miami Collaborative -Project SEARCH
LOAb98EM0S
EXHIBIT A
FLORIDA DEVELOPMENTAL DISABILITIES COUNCIL, INC.
124 Marriott Drive, Suite 203, Tallahassee, Florida 32301-2981, (850) 488-4180, FAX (850) 922-6702,
TDD (850) 488-0956
EXHIBIT A (Form 07-01) to FDDC Contract Number698EM08
Cost Reimbursement
City Of M1ann1
444 S.W. 2nd Avenue
8th Floor
Miami, Florida 33130
Contract Period: 1/30/08 to 7/ 30/08
Period Covered This Report: to
Total Match Match to Date Remaining Match
$ N/A
Line Item
Budgeted
Amount
#
Expenditure this
Report Period
Total Expenditure To
Date
Remaining Balance
Travel
$10,000
Total
$10,000.
Reimbursement Requested
PROVIDER CERTIFICATION: I certify that the above report is a true
and correct reflection of this period's activities, and that the services and
deliverables related to the above referenced contract have been properly
submitted to the Program Manager or are enclosed herein.
Documentation supporting this report is on file in my office.
For Florida Developmental Disabilities Council Use Only
Received at FDDC:
Deliverable Acceptable: ❑ Yes ❑ No
Programmatic Staff Signature/Date
Invoice Acceptable and Certified for Payment: 0 Yes 0 No
Signature of Provider Agency Official Date
Pedro G. Hernandez, City Manager
Grants and Contracts Manager Signature/Date
Typed or Printed Name and Title of Agency Official
Phone Number:
Data Entry
Account:
Amount:
Date Entered:
By:
Payment
Check Number:
Amount:
Date Issued:
By:
FDDC Form 07-01
Page 8 of 17
City of Miami Collaborative -Project SEARCH
Exhibit B
LOA698EM08
:.i►`J FLORIDA DEVELOPMENTAL DISABILITIES COUNCIL, INC.
124 Marriott Drive, Suite 203, Tallahassee, Florida 32301-2981, (850) 488-4180, FAX (850) 922-6702, TDD (850) 488-0956
FINANCIAL AND COMPLIANCE AUDIT
PART I: FEDERAL AUDIT REQUIREMENTS
This part is applicable if the provider is a State or local government entity, or nonprofit organization, and expends a total of $500,000 or
more in Federal Awards during its fiscal year. The determination of when a provider has "expended" Federal Awards is based on when the activity
related to the award occurs. If no audit is required by this attachment, records must be available for review or audit by appropriate officials of the
FDDC, or the federal agency.
The provider shall comply with the audit requirements contained in OMB Circular A- 133, Audits of States, Local Governments, and Non-
profit Organizations, except as modified herein. The determination of amounts of Federal awards expended should be in accordance with the
guidelines established by OMB Circular A-133, as revised. The provider is responsible for the procurement of an independent auditor to conduct the
audit required by this part. The provider is required to follow the auditor procurement standards specified in section .305, OMB Circular A-133, as
revised. For State or local govemment entities, a Single Audit performed by the Auditor General shall satisfy the requirements of this attachment.
The provider shall fulfill the requirements relative to auditee responsibilities, financial statements, audit findings follow-up, and report
submission as provided in sections .300, .310, .315, and .320 of OMB Circular A-133, as revised, This includes, but is not limited to , preparation of
financial statements, a schedule of expenditures of Federal awards, a summary schedule of prior audit findings, and a corrective action plan. Such
audits shall cover the entire organization for the organization's fiscal year. The reporting package shall include a schedule that discloses the amount
of expenditures by contact number for each contract with department in effect during the audit period.
Compliance findings related to contracts shall be based on the contract requirements, including any rules, regulations, or statues referenced
in the contract. The financial statements shall disclose whether or not the matching requirement was met for each applicable contract. All questioned
costs and liabilities due to the department shall be fully disclosed in the audit with reference to the department contract involved.
PART II: FDDC AUDIT REQUIREMENTS
If the provider (State or local govemment entity or non-profit) expends less than $500,000 in Federal awards during its fiscal year, an audit
in accordance with OMB Circular A-133 is not required. Audit costs for an A-133 audit are not allowable to this contract. Access to the records and
financial statements are required by this contract. As part of the monitoring requirements for a pass -through entity in OMB Circular A-133, FDDC
will require financial information, such as audited financial statements, management letters from the entity's auditors, and may perform site visits, or
engage auditors to perform limited scope audits of this contract.
PART III: SUBMISSION OF REPORTS
For any of the above requirements, copies of the audit report and any management letter by the independent auditors required by this
attachment shall be submitted within 9 months after the end of the provider's fiscal year or within 30 days of the recipient's receipt of the audit report,
whichever occurs first, directly to each of the following, unless otherwise required by Florida Statutes:
A. Lisa Taylor, CPA
Florida Developmental Disabilities Council
124 Marriott Drive, Suite 203
Tallahassee, FL. 32301
B. Submit to this address only those audits required by section 216.349, Florida Statutes:
The provider shall ensure that audit working papers are made available to the department, or its designee, upon request for a period of five years from
the date the audit is issued, unless extended in writing by the department.
PART IV: RECORD RETENTION
The provider shall ensure that audit working papers are made available to the department, or its designee, upon request for a period of five
years from the date the audit is issued, unless extended in writing by the department.
Page 9 of 17
City of Miami Collaborative -Project SEARCH LOA698EM08
Exhibit C
FLORIDA DEVELOPMENTAL DISABILITIES COUNCIL, INC.
124 Marriott Drive, Suite 203, Tallahassee, Florida 32301-2981, (850) 488-4180, FAX (850) 922-6702, TDD (850) 488-0956
INSURANCE CERTIFICATION FORM
THE UNDERSIGNED CERTIFIES THAT ALL OF THE TERMS AND CONDITIONS SET FORTH IN SECTION I.H. INSURANCE,
PARAGRAPH I AND/OR 2 OF THIS CONTRACT WILL BE MET, AS APPLICABLE. UPON EXECUTION, PROVIDER SHALL, WITHIN 30
DAYS PROVIDE DOCUMENTATION VERIFYING THE REQUIRED INSURANCE COVERAGE AND THE AMOUNT OF COVERAGE TO
THE FOLLOWING:
Lisa Taylor
Chief Financial Officer
124 Marriott Drive, Suite 203
Tallahassee, FL 32301-2981
PROVIDER:
City Of Miami
4560 N.W 4 Terrance
Miami, FI 33126
Signature of Provider Agency Official Date
Pedro G. Hernandez, City Manager
FDDC Form 00-01 as of January 1, 2001
Page 10 of 17
City of Miami Collaborative -Project SEARCH LOA698EM08
FDDC LOGO
The logo shown herein is to be used on all products and materials of the project in addition to the words:
"Sponsored by United States Department of Health and Human Services, Administration on Developmental Disabilities and the Florida
Developmental Disabilities Council, Inc."
The logo may be reproduced, enlarged or made smaller, as appropriate to fit on the material produced. Camera ready copy of the logo may be
obtained from the Florida Developmental Disabilities Council Grants and Contracts Manager.
HIV
FLORIDA DEVELOPMENTAL DISABILITIES COUNCIL, INC.
124 Marriott Drive, Suite 203, Tallahassee, Florida 32301-2981
Phone (850) 488-4180/(800) 580-7801 ♦ Fax (850) 922-6702 • TDD (850) 488-0956/(888) 488-8633 •Web page fddc.org
11)
EA)
FLORIDA
DEVELOPMENTAL
DISABILITIES
COUNCIL, INC.
Page 11 of 17
City of Miann Collaborative -Project SEARCH
Exhibit F
LOA698EM08
L`J FLORIDA DEVELOPMENTAL DISABILITIES COUNCIL, INC.
124 Marriott Drive, Suite 203, Tallahassee, Florida 32301-2981, (850) 488-4180, FAX (850) 922-6702, TDD (850) 488-0956
CERTIFICATION REGARDING LOBBYING
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, an officer or employee of congress, or an employee of a member of congress in
connection with this federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL,
"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 sub -awards at all tiers (including
sub -contracts, sub -grants, and contracts under grants, loans and cooperative agreements) and that all sub -recipients 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 than $10,000 and not more than $100,000 for each such failure.
Signature Date
Pedro G. Hernandez
City Manager
Name and Address of Organization:
City Of Miami
4560 N.W 4 Terrance
Miami, FI 33126
FDDC Form 96-03 of January 1, 1996
Page 12 of 17
City of Miami Collaborative -Project SEARCH LOA698EM08
Exhibit G
FLORIDA DEVELOPMENTAL DISABILITIES COUNCIL, INC
124 Marriott Drive, Suite 203, Tallahassee, Florida 32301-2981, (850) 488-4180, FAX (850) 922-6702, TDD (850) 488-0956
Approval to perform travel funded by the Florida Developmental Disabilities Council (FDDC) must have prior approval of the program manager and the Executive
Director. Travelers are requested to submit reimbursement claims not more than ninety (90) days after completion of travel activity. Reimbursement requests
submitted after 90 days of travel will not be reimbursed by FDDC.
Actual expenses for some periods while on the same trip when away from headquarters for more than 24 hours is allowed. The method may change only on a day
(midnight to midnight) basis
Meal Allowance
The traveler will receive reimbursement of meals based on the departure and return time of a travel event. Such time criteria and meals allowances are identified below
(for travel incurred 3/01/2005 and thereafter).
Meals
Depart Before
Return After
Allowance
Breakfast
8:00arn
10:00am
$10.00
Lunch
12:00pm
2:00pm
$10.00
Dinner
4:00pm
$20.00
Lodging
➢ A traveler may not claim expense for lodging for overnight travel within 30 minutes of his or her official headquarters or residence, unless he or she obtains prior
approval of the Executive Director with written justification.
➢ Lodging expenses will be calculated on a travel day basis beginning on the day of departure, regardless of when such expenses are actually paid. No one will be
reimbursed for more than one lodging expense during any travel day unless fully justified in writing.
➢ FDDC will pay room rate for only the traveler.
Airfare
➢ Commercial air travel must be made by the most economical fare; early reservations are encouraged.
➢ All original receipts for travelers must be submitted with travel voucher when requesting reimbursement.
Rental Cars
➢ Arrangements for rental cars must be made in advance by the traveler. Rental cars are to be used only for FDDC business. Justification is required for renting a
vehicle larger than class C.
➢ The original rental car agreement must be submitted with travel voucher when requesting reimbursement.
Mileage
➢ All mileage from point of origin to point of destination and return, and when possible computed on the basis of the Official Road Map published by the State
Department of Transportation
➢ Vicinity and map mileage to conduct official business in the city of official headquarters or immediate vicinity will be reimbursed at a rate of $.485 per mile
(retroactive to January 1, 2007) on an individual basis at the discretion of the employee's supervisor. This is the IRS approved rate for mileage.
➢ Mileage is allowed to the airport from actual point of origin when performing authorized travel
Incidental Expenses
➢ Taxi Fare - Receipts are required for reimbursement
> Tolls - Receipts are required when tolls are in excess of $3.00 per round trip
➢ Parking Fees - Receipts are required
> Communication Expenses - A written statement must accompany communication expenses claimed for FDDC business only, i.e., monthly phone bill,
photocopies or facsimile charges.
➢ Registration Fees and Related Charges - Registration fees for a convention or conference for which the traveler is authorized to attend are allowed. If any
meals are included in the registration fee the traveler's meal allowance will be reduced, by the aforementioned meal rate, for each meal provided. Travelers
are encouraged to seek the lowest registration prices via early registration.
> A portage cap of $10.00 per round trip is allowed. Portage requested over $10.00 per round trip will require a written explanation and approval of the
executive director.
➢ Special Assistance Portage of $10.00 per day is allowed, if accompanied by a written explanation, in cases of disability, injury, or medical necessity.
➢ Personal Care Attendant Fees are reimbursable when submitted with an invoice showing charges, as well as, dates and times of service, signed by both the
PCA and the council member
Adopted 7/96; 12/96
Amended 4/97
Amended 12/98
Amended 6/01
Amended 2/03
Amended 3/04
Amended 12/04
Amended 3/05
Amended 9/05
Amended 1/06
Amended 1/07
Page 13 of 17
City of Miami Collaborative -Project SEARCH
Florida Developmental
Disabilities Council, Inc.
Travel Reimbursement(rcv. 1/07)
124 Marriott Drive., Suite 203
Tallahassee, FL 32301
ATTACH ORIGINAL RECEIPTS
Date (MM/DD/YYYY)
Section A:
Trip - Origin
Trip - Destination
Time -Departed
(First day of trip only)
Time -Returned
(Last day of trip only)
Section B:
Number of Miles per day
Sub -Total for Section B (Miles
multiplied by $0.485)
Section C:
Airfare/Train
Hotel/Lodging
Parking
Tolls($3 without receipts per
round trip)
Portage($10 per round trip)
Special Assistance Portage(up to
S 10 per day w/ explanation)
Registration
Rental Car
Rental Car - Fuel
PCA Services (invoice required)
Sub -Total for Section C $
Section D: Meals
Breakfast ($10)
Lunch ($10)
Dinner ($20)
Sub -Total for Section D $
800 580 7801 toll free
$
Payee
Address
Address
Phone
Signature
Purpose
LOA698EM08
$
Total>Per Day Total -Per Day.:::. Tota iTer Day.:'; Total Per Day_ ' TotalfPer Day Gran3 Total :'
Total (Sum of Sections B, C, & $ $ $ $
D Sub -Totals)
Prog Apprvl date
Account
Prepared by
Reviewed by
ExecDir Apprvl date
form 9601.adm
Page 14 of 17
City of Miami Collaborative -Project SEARCH
EXHIBIT I
LOA698EM08
FLORIDA DEVELOPMENTAL DISABILITIES COUNCIL, INC.
124 Marriott Drive, Suite 203, Tallahassee, Florida 32301-2981, (850) 488-4180, FAX (850) 922-6702, TDD (850) 488-0956
CONSUMER SATISFACTION SURVEY
The Federal Developmental Disabilities Act of 2000 requires all Developmental Disabilities Councils to report on customer satisfaction
with Council -supported activities. The information that you are providing in this survey will be incorporated into an annual report that is
submitted to the Administration on Developmental Disabilities. We value your appraisal of this activity. Your reply is important.. Please
complete the information below and return it to the Provider.
Activity: Proiect SEARCH — City Of Miami
Check the category that best describes you: o Individual with a disability
❑ Family member 0 Public policy maker
o Representative: 0 Member of Community Organization or Association
❑ Public ❑ Private Agency
Name of city where you live:
Please check the box that best reflects your assessment of this activity.
I. Consumer Satisfaction with Council Supported Activities
Statement
Very
Satisfied
Somewhat
Satisfied
Not
Satisfied
1. For this project activity, I (or a family member) am
II. Consumer Satisfaction with Council Activities
Statement
Yes
No
Respect: I (or my family member) was treated with respect during project activity.
Choice: I (or my family member) have more choice and control as a result ofproject activity.
Community: 1 (or my family member) can do more things in my community as a result of this project.
Rights: Because of this project activity, I (or my family member) know my rights.
Safe: I (or my family member) am more able to be safe and protect myself from harm as a result of this activity.
Statement
Strongly
Agree
Agree
Somewhat
Agree
Somewhat
Disagree
Disagree
Strongly
Disagree
Satisfied: I am satisfied with project activity.
Better Life: My life is better because of project
activity.
Council activities have improved the ability of
individuals with developmental disabilities
O to make choices and exert control over the
services and support they use.
O to participate in community life
O promote self-determination and community
participation for individuals with developmental
disabilities
Page 15 of 17
City of Miami Collaborative -Project SEARCH LOA698EM08
Exhibit J
IM FLORIDA DEVELOPMENTAL DISABILITIES COUNCIL, INC.
124 Marriott Drive, Suite 203, Tallahassee, Florida 32301-2981, (850) 488-4180, FAX (850) 922-6702, TDD (850) 488-0956
DATA COLLECTION FORM
As a federally funded agency, the Council is required to report data to the Federal Government on all of our contracts. Please
fill in this form with information regarding the impact of this project on consumers and/or families.
Project Name/Activity: City Of Miami -Project SEARCH
As a result of this project, please identify:
EMPLOYMENT
Number of adults who have jobs of their choice through Council efforts.
Amount of dollars leveraged for employment.
Number of employers who provided vocational supports to students on the job.
Number of business/employers that employed adults.
Number of employment programs/policies created/improved.
Number of people who facilitated employment.
Number of people trained in employment.
EDUCATION
Number of students who have the education and support they need to reach their
educational goals through Council efforts.
Number of students who transitioned from school to community and jobs.
Amount of dollars leveraged for education.
Number of education programs/policies created and/or improved.
QUALITY ASSURANCE
Number of people benefiting from quality assurance efforts of the Council.
Amount of dollars leveraged for quality assurance programs.
Number of quality assurance programs created and/or improved.
Number of quality assurance policies created and/or improved.
Number of people who facilitated quality assurance.
Number of people trained in quality assurance.
Number of people active in systems advocacy. Break out of the number:
Number of self -advocates active in systems advocacy.
Number of family members active in systems advocacy.
Number of others active in systems advocacy.
Number of people trained in systems advocacy. Break out of the number:
Number of self -advocates trained in systems advocacy.
Number of family members trained in systems advocacy.
Number of others trained in systems advocacy.
Number of people trained in leadership, self -advocacy, and self determination.
Number of people who attained membership on public and private bodies and other leadership coalitions.
Number of entities participating in partnership or coalition created or sustained as result of Council efforts.
COMMUNITY SUPPORT
Number of individuals who have received formal and/or informal community supports.
Amount of dollars leveraged for formal and/or informal community supports.
Number of formal and/or informal community supports programs created and/or improved.
Number of formal and/or informal community supports policies created and/or improved
Number of people who have facilitated formal and/or informal community supports.
Number of people trained in formal and/or informal community supports.
Number of buildings and public acconunodations that became accessible.
Page 16 of 17
City of Miami Collaborative -Project SEARCH LOA698EM08
CROSS CUTTING
Number of public policymakers educated by Council about issues related to Council
initiatives.
Number of copies of products distributed to policymakers about issues related to Council
initiatives.
Number of members of the general public estimated to have been reached by Council public
education awareness.
Page 17 of 17
ATTEST:
d
Priscilla A. Thompson, City Clerk
tment of Parks & Recreation
rnest Bur en, Jr., D. tor
APPROVED AS TO FORM AND
CO' '_, i:; SS:
Jo ge er andez kgA
C ' A orne
"City"
CITY OF MIAMI, a Florida municipal
corporation
By:
Pedro G. Hernandez, City Manager
/
APPROVED AS TO 1 SURANCE
REQUIREl\ NTS•
(_
LeeAnn` Brehm
Risk Management Director
rjj:Document signature page
1