Loading...
Agenda 10/27/2020 Item #16D20 (FDDC Transportation Voucher)10/27/2020 EXECUTIVE SUMMARY Recommendation to approve the submittal of an application, accept the FY20-21 Florida Developmental Disabilities Council (FDDC) Transportation Voucher Project funding for $150,000 to provide same -day on -demand transportation service to persons with disabilities and authorize the necessary Budget Amendment. OBJECTIVE: To use grant funds to provide same -day transportation service to people with disabilities in Collier County. CONSIDERATIONS: On August 6, 2020, Public Transit & Neighborhood Enhancement (PTNE) staff received an invitation from FDDC to take part in a 12-month pilot grant transportation voucher project for $150,000. Funding is originated from the Department of Health and Human Services and passed thru to the FDDC. The project is designed to provide increased transportation options for residents with intellectual and developmental disabilities. It is the intent of this project to meet those transportation needs that are currently not being met through Collier Area Transit's (CAT) paratransit system. The pilot program was previously implemented in Hillsborough County and will be initiated in the City of Jacksonville. Funding is available to support this program in up to eight (8) additional counties or areas of Florida. The proposed voucher project in Collier County is expected to serve all 3,260 passengers actively using the County's ADA paratransit system and is projected to provide an additional 8,125 annual trips. The existing paratransit system provides approximately 79,000 annual trips. With the implementation of the voucher program, an increase of 10.3% in the annual trip volume is expected. The project will include a partnership with Uber Technologies, Inc. (Uber) to provide users with increased accessibility to life -sustaining and quality of life activities under a same -day demand response platform that includes ADA accessible vehicles. Uber will provide a safe and convenient on -demand shared rides service to supplement the CAT paratransit system. Passengers will pay a minimum of $4 fare for the trip. The grant will support a per -trip cost up to $16. If the cost of the trip is over $20, passengers will be responsible for paying that amount in addition to the $4 fare previously described. As an example, a trip costing $27.50 would result in the grant paying $16 and the passenger paying $11.50 ($4 + $7.50). The service will be available from 6:00 a.m. to 10:00 p.m. seven (7) days a week. Eligible passengers will be able to access the service through a mobile app or web portal through a link distributed via email by CAT staff. The voucher pilot program will run through September 2021. An agreement with Uber will be presented to the Board of County Commissioners on a future agenda. FISCAL IMPACT: A Budget Amendment is needed to recognize grant funding in the amount of $150,000 in CAT Grant Fund (424) Project 33726. There is no match required for this grant funding. We do not anticipate any additional costs to the County during the pilot period of this agreement. GROWTH MANAGEMENT IMPACT: There is no Growth Management impact. LEGAL CONSIDERATIONS: This item is approved for form and legality and requires a majority vote for Board action. -JAB RECOMMENDATION: To approve the submittal of an application, accept the FY20-21 FDDC Transportation Voucher Project funding for $150,000 to provide same -day on -demand transportation service to persons with disabilities and authorize the necessary Budget Amendment. Packet Pg. 1584 10/27/2020 Prepared By: Joshua Thomas, Operations Analyst, Community & Human Services Division ATTACHMENT(S) 1. Grant Agreement CAO Stamped(PDF) 2. Grant Application_10.21.20 (PDF) Packet Pg. 1585 16. D.20 10/27/2020 COLLIER COUNTY Board of County Commissioners Item Number: 16.13.20 Doe ID: 13707 Item Summary: Recommendation to approve the submittal of an application, accept the FY20-21 Florida Developmental Disabilities Council (FDDC) Transportation Voucher Project funding for $150,000 to provide same -day on -demand transportation service to persons with disabilities and authorize the necessary Budget Amendment. Meeting Date: 10/27/2020 Prepared by: Title: Grants Support Specialist — Community & Human Services Name: Joshua Thomas 10/08/2020 10:03 AM Submitted by: Title: Division Director - Pub Tran & Nbrhd Enh — Public Transit & Neighborhood Enhancement Name: Michelle Arnold 10/08/2020 10:03 AM Approved By: Review: Community & Human Services Kristi Sonntag Additional Reviewer Community & Human Services Kim Olson Additional Reviewer Public Transit & Neighborhood Enhancement Michelle Arnold Community & Human Services Cormac Giblin Additional Reviewer Community & Human Services Tami Bailey Additional Reviewer Community & Human Services Blanca Aquino Luque Additional Reviewer Community & Human Services Maggie Lopez Additional Reviewer Operations & Veteran Services Joshua Hammond Level 1 Reviewer Public Services Department Todd Henry Level 1 Division Reviewer Public Services Department Steve Carnell Level 2 Division Administrator Review County Attorney's Office Jennifer Belpedio Level 2 Attorney of Record Review Grants Nicole Diaz Level 2 Grants Review Office of Management and Budget Debra Windsor Level 3 OMB Gatekeeper Review Grants MaryJo Brock Additional Reviewer County Attorney's Office Jeffrey A. Klatzkow Level 3 County Attorney's Office Review County Manager's Office Sean Callahan Level 4 County Manager Review Completed 10/08/2020 11:02 AM Completed 10/08/2020 1:56 PM Additional Reviewer Completed Completed 10/09/2020 8:22 AM Completed 10/09/2020 3:07 PM Completed 10/13/2020 4:46 PM Completed 10/13/2020 5:01 PM Completed 10/13/2020 5:29 PM Completed 10/14/2020 2:36 PM Completed 10/15/2020 9:36 AM Completed 10/21/2020 8:23 AM Completed 10/21/2020 12:10 PM Completed 10/21/2020 12:13 PM Skipped 10/21/2020 12:54 PM Completed 10/21/2020 1:44 PM Completed 10/21/2020 2:48 PM Packet Pg. 1586 10/27/2020 Board of County Commissioners MaryJo Brock Meeting Pending 10/27/2020 9:00 AM Packet Pg. 1587 16.D.20.a DEPARTMENT OF HEALTH & HUMAN SERVICES Administration for Community Living '. Washington, D.C. 20201 Notice of Award Title of Program: (SCDD) DD Act State Councils on Developmental Disabilities Award Authority: P.L. 106-402 (DD Act) Grantee: Date: December 27, 2018 Florida DD Planning Council Grant No.: 1901 FLSCDD-01 124 Marriott Drive Award Instrument: Grant (Formula) Suite 203 Project Period: 10-01-2018 - 09-30-2020 TALLAHASSEE, FLORIDA 32301 Budget Period: 10-01-2018 - 09-30-2020 EIN: 1593347586A1 DUNS#: 036530194 Appropriation 75-19- 0142 CFDA: 93.630 Object Class Code: 41.15 CAN Award Cumulative Grant This Action Award to Date 2019,2994902,ACL $3,466,751.00 $3.778,055.00 Total $3,466,751.00 $3,778,055.00 ACL Contact Information: Please find your assigned ACL programmatic and fiscal contacts on ACL's website at https:iiwww.acl . govig ra ntslact- m andatory-a ra nts-programmatic-and -fis ca I -contacts. Tanielle Chandler ACL Grants Officer Terms and Conditions: 1. This grant award is issued under Title I, Subtitle B of Developmental Disabilities Assistance and Bill of Rights Act of 2000. The terms and conditions of this Notice of Award (NoA) and other requirements have the following order of precedence: (1) statute; (2) executive order; (3) program regulation; (4) administrative regulation found in 45 CFR Part 75; (5) agency policies; and (6) Any additional terms and conditions and remarks on NoA. Please visit ACL's website at https:Iiwww.acl.gov/grants/managing-grant to view some of these terms and conditions such as: • SAM.gov l DUNS Requirement • Consolidated Appropriations Act, 2018, Pub. L. 115-141, signed into law on March 23, 2018 Packet Pg. 1588 16.D.20.a ACL Title of Program: DD Act State Councils on Developmental Disabilities Grant No.: 1901 FLSCDD-01 Date: December 27, 2018 • National Policies including Trafficking Victims Protection Act, Whistleblower Protections, and DOMA: Implementation of Same -Sex Spouses/Marriages • Federal Funding Accountability and Transparency Act (FFATA) • Federal Awardee Performance and Integrity Information System (FAPIIS) • HHS Grants Policy Statement, Part II 2. By requesting or receiving funds under this award, the recipient assures that it will carry out the project/program described in its approved state plan(s) and will comply with the terms and conditions and other requirements of this award. 3. ACL approves a one-time special condition for Federal fiscal year 2019 grant awards that will allow for grantees to complete the work authorized by September 30, 2021 but obligations must be made by the 24- month project period end date of September 30, 2020. Consistent with existing requirements, grantees are to liquidate obligations by September 30, 2021 unless a waiver is approved [45 CFR 1326.3(a)]. 4, The Federal Financial Report (SF-425) is due annually within 90 days after each 12-month period ending September 30th. Each annual SF-425, due by December 31st, must be completed on a cumulative basis building on prior year certified amounts. A final report is due within 90 days after the liquidation period end date of September 30, 2021 or by December 31, 2021. As a reminder, in any given year, each SCDD grantee must submit three separate SF-425s. As an example, for the reports due December 31, 2019, grantees are to submit the Final report for the FY2017 grant, second annual report for FY2018 grant, and first annual report for the FY2019 grant. A copy of the SF-425 can be found at: https://www.grants.gov/web/grants/forms/post-award-reporting-forms.htm1. The SF-425 report must be dated and signed and submitted as an attachment to an email submitted to the AIDD.Grants@acl.hhs.gov mailbox, with the following subject line: "[State]/[Grant Number]/[1st annual, 2nd annual or Final]/SF-425." As an example: AK/1901AKSCDD/1st annual/SF-425. 5. The DDC program performance report (PPR) will be submitted through the ACL Reporting System located at https://reporting-pilot.acl.gov. Further details regarding report submission due dates and instructions will be provided via e-mail from the Programmatic Contact listed on the url above or subsequent Notice of Award. 6. The Federal share of the cost of all projects in a State supported by an allotment to the State under Subtitle B may not be more than 75 percent of the aggregate necessary cost of such projects, as determined by the Secretary. The remaining 25% of the aggregate necessary cost of such projects represents the non -Federal share. In the case of projects whose activities or products target individuals with developmental disabilities who live in urban or rural poverty areas, as determined by the Secretary, the Federal share of the cost of all such projects may not be more than 90 percent of the aggregate necessary cost of such projects, as determined by the Secretary. in the case of projects undertaken by the Council or Council staff to implement State plan activities, the Federal share of the cost of all such projects may be not more than 100 percent of the aggregate necessary cost of such activities. Remarks: 1. The DDC grant award to your state has been approved for the current period of the fiscal year in the amount shown above. Award levels represent FY 2019 annual funding. The period for liquidation of the obligations is through September 30, 2021, 2. Payment under this award will be made available through the HHS Departmental Payment Management System (PMS). PMS provides instructions for making withdrawals of Federal funds. When requesting payment from PMS, please use your P account login and reference the Grant No. listed above for payment. Instructions regarding payments can be obtained at https:/Ipms.psc.gov/training/pms-user-guide.html#Request, or contact your PSC Account Liaison; 1-877-614-5533; PMSSupport@psc.gov. Page 2 Packet Pg. 1589 16.D.20.a ACL Title of Program: DD Act State Councils on Developmental Disabilities Grant No.: 1901 FLSCDD-01 Date: December 27, 2018 3. Federal Cash Reporting: On the SF-425 form, lines 10 a through c are reported on a quarterly calendar year basis (for the periods ending 12/31, 3/31, 6/30, 9/30) at the HHS Departmental Payment Management System (PMS). PMS website is located at: https://pms.psc.gov. Reconciliation of advances and disbursements is required for each quarter and the report must be completed within 30 days of the end of each quarter (i.e., by 1/30, 4/30, 7/30, 10/30). This reporting requirement is separate from completing the entire SF-425 as denoted in the financial reporting term. Page 3 Packet Pg. 1590 16.D.20.a DEPARTMENT OF HEALTH & HUMAN SERVICES Administration for Community Living ,. Washington, D.C. 20201 Notice of Award Title of Program: (SCDD) DD Act State Councils on Developmental Disabilities Award Authority: P.L. 106-402 (DD Act) Grantee: Date: December 6, 2019 Florida DD Planning Council Grant No.: 2001 FLSCDD-01 124 Marriott Drive Award Instrument: Grant (Formula) Suite 203 Project Period: 10-01-2019 - 09-30-2021 TALLAHASSEE, FLORIDA 32301 Budget Period: 10-01-2019 - 09-30-2021 EIN: 1593347586A1 DUNSM 036530194 Appropriation 75-20- 0142 CFDA: 93.630 CAN 2020,2994902 Total Object Class Code: 41.15 Award Cumulative Grant This Action Award to Date $296,616.00 $828,792.00 $296,616.00 $828.792.00 ACL Contact Information: Please find your assigned ACL programmatic and fiscal contacts on ACL's website at https:/Iwww,acl,govigrantstact-mandatoiry-cgrants -programmatic- and -fiscal -co ntacts. Renee Carruthers ACL Grants Officer Terms and Conditions: 1. This grant award is issued under Title 1, Subtitle B of Developmental Disabilities Assistance and Bill of Rights Act of 2000. The terms and conditions of this Notice of Award (NoA) and other requirements have the following order of precedence: (1) statute; (2) executive order; (3) program regulation; (4) administrative regulation found in 45 CFR Part 75; (5) agency policies; and (6) Any additional terms and conditions and remarks on NoA. Please visit ACL's website at https://www.acl.gov/grants/managing-grant to view some of these terms and conditions such as: • SAM.gov / DUNS Requirement • National Policies including Trafficking Victims Protection Act, Whistleblower Protections, and DOMA: Implementation of Same -Sex Spouses/Marriages • Federal Funding Accountability and Transparency Act (FFATA) • Federal Awardee Performance and Integrity Information System (FAPIIS) Packet Pg. 1591 16.D.20.a ACL Title of Program: DD Act State Councils on Developmental Disabilities Grant No.: 2001 FLSCDD-01 Date: December 6, 2019 2. By requesting or receiving funds under this award, the recipient assures that it will carry out the project/program described in its approved state plan(s) and will comply with the terms and conditions and other requirements of this award. 3. Beginning with Federal fiscal year 2020 grant awards, grantees are to obligate and complete the work authorized within the 24-month project period end date and liquidate obligations by September 30th the following year unless a waiver is approved consistent with 45 CFR 1326.3(b). 4, The Federal Financial Report (SF-425) is due annually within 90 days after each 12-month period ending September 30th. Each annual SF-425, due by December 31st, must be completed on a cumulative basis building on prior year certified amounts. A final report is due within 90 days after the liquidation period end date of September 30, 2022 or by December 31, 2022. As a reminder, in any given year, each SCDD grantee must submit three separate SF-425s. As an example, for the reports due December 31, 2020, grantees are to submit the Final report for the FY2018 grant, second annual report for FY2019 grant, and first annual report for the FY2020 grant. A copy of the SF-425 can be found at: https:lfwww.grants.govlweb/grants/forms/post-award-reporting-forms.html. The SF-425 report must be dated and signed and submitted as an attachment to an email submitted to the AIDD.Grants@acl.hhs.gov mailbox, with the following subject line: "[State]/[Grant Number]1[1st annual, 2nd annual or Final]/SF-425." As an example: AK/2001AKSCDD/1st annual/SF-425. 5. The SCDD program performance report (PPR) will be submitted through the ACL Reporting System located at https:!/reporting-pilot.acl.gov. Further details regarding report submission due dates and instructions will be provided via e-mail from the Programmatic Contact listed on the url above or subsequent Notice of Award. 6. The Federal share of the cost of all projects in a State supported by an allotment to the State under Subtitle B may not be more than 75 percent of the aggregate necessary cost of such projects, as determined by the Secretary. The remaining 25% of the aggregate necessary cost of such projects represents the non -Federal share. In the case of projects whose activities or products target individuals with developmental disabilities who live in urban or rural poverty areas, as determined by the Secretary, the Federal share of the cost of all such projects may not be more than 90 percent of the aggregate necessary cost of such projects, as determined by the Secretary. In the case of projects undertaken by the Council or Council staff to implement State plan activities, the Federal share of the cost of all such projects may be not more than 100 percent of the aggregate necessary cost of such activities. Remarks: 1. The SCDD grant award to your state has been approved for the current period of the fiscal year in the amount shown above. Award level represents FY 2020 second funding under the current Continuing Resolution (PL 116-69) through December 20, 2019. The period for liquidation of the obligations is through September 30, 2022. 2. Payment under this award will be made available through the HHS Departmental Payment Management System (PMS). PMS provides instructions for making withdrawals of Federal funds, When requesting payment from PMS, please use your P account login and reference the Grant No. Listed above for payment, lnstructions regarding payments can be obtained at https:Hpms,psc.gov/training/pms-user-guide.html#Request, or contact your PSC Account Liaison ;l-$77-614-5533; PMS$uagortCc osc.goov, 3. Federal Cash Reporting: On the SF-425 form, lines 10 a through c are reported on a quarterly calendar year basis (for the periods ending 12/31, 3/31, 6/30, 9130) at the HHS Departmental Payment Management System (PMS). PM5 website is located at: https:ftpms.psc.gov. Reconciliation of advances and disbursements is required for each quarter and the report must be completed within 30 days of the end of each quarter (i.e., by 1130, 4130, 7130, 10f30). This reporting requirement is separate from completing the entire SF-425 as denoted in the financial reporting term. Page 2 Packet Pg. 1592 16.D.20.a F l o r i d a - OeWopmental Disabilities 1 Coun[St ML FLORIDA DEVELOPMENTAL DISABILITIES COUNCIL, INCORPORATED CONTRACT #104STRP20 This initiative is sponsored by United States Department of Health and Human Services, Administration on Intellectual and Developmental Disabilities and the Florida Developmental Disabilities Council, Inc. Packet Pg. 1593 16.D.20.a Objective 1.1, Activity #1 Collier Area Transportation Voucher Replication Project F 1 o r l d a perelppmental Disabilities Councir,Int A*UkfZT[0N FDDC Contract #104STRP20 Start Date: 11/02/2020 End Date- 09/30/2021 Cost Reimbursement ® Contract #1045TRP20 Non -Direct Services F Start Date: November 2, 2020 CFDA # 93.630 End Date: September 30, 2021 DUNS # 1502016890000 FDDC Funds: $150,000 Federal ID #596018367 Match: NIA 100% Federal Funds Total: $150,000 Project Title: Collier Area Transportation Voucher Replication Project This Contract is entered into this day of , 20 , by and between Florida Developmental Disabilities Council, Incorporated (FDDC or Council) whose address is 124 Marriott Drive, Suite 203, Tallahassee, Florida 32301-2981, and Collier County Board of Commissioners, Collier Area Transit (Contractor), certified to perform business in the state of Florida, whose principal address is 8300 Radio Road, Naples, Florida 34104. Section 1. Scope/Statement of Work The services to be provided are described below, and will be performed in the manner specified below: A. Statement of Need 8r, Purpose Access to affordable and reliable transportation services continues to be a top -ranked barrier to full participation in the community by Florida's citizens with intellectual and developmental disabilities. Key barriers include limited access to on -demand, 24 hour a day service; limited availability of transportation for a variety of trip purposes; and cost prohibitive trip charges. These factors impede the ability of individuals with intellectual and developmental disabilities to secure employment, pursue postsecondary education or training, and access the greater community for the purposes of shopping, dining, paying bills, and engaging in recreational and leisure activities. In 2016-17, the Florida Developmental Disabilities Council, Inc., in collaboration with the Florida Department of Transportation, funded two pilot transportation voucher projects that were designed to provide greater transportation options for Florida's residents with intellectual and developmental disabilities. The Hillsborough Area Regional Transit Authority (HART) was one of the two pilot projects funded. The HARTPlus Customer Choice Voucher Program created by HART for these purposes provides door-to-door transportation for people with disabilities and needs that prevent them from using the HART local fixed route buses. HART procured Yellow Cab of Tampa to deliver the HARTPIus Customer Choice Voucher Program's transportation service. This initiative is sponsored bu the United Stales Department of Health and Htanan Se,,°vices Administration on Intellectual and Developmental Disabilities and the Florida Developmental Disabilities Council, Inc. Contractor's initials U a� 0 a c 0 r .Q a� L U 0 c 0 0 a U) U 0 U- Packet Pg. 1594 16.D.20.a abjeclive 1.1, Activity #1 FDDC Contract 91045TRP20 Collier Area Transportation Voucher Replication Project Start Date: 1 V0212020 End Date: 09130/2021 HART covers $16.00 per trip and the customer pays $4.00 per trip or uses the HART Voucher. The total trip cost is $20.00 for trips up to 7.6 miles. Customers are responsible for any additional cost over $20.00, and costs are negotiated with bookings. Successful outcomes include increased service availability from 3/4 mile trips to 7.6 mile trips; from three-day notice for trips to 24-hour transportation availability; and significantly improved access to the greater community for riders. At the culmination of the one year project funded collaboratively with the Florida Department of Transportation at a total of $150,000, HART reported 27,813 trips at $16.00 a trip; an operational cost of $445,008 versus past history of $1,001,268 through other means; and a total savings of $556,260 with 8% growth. HART exceeded projected expectations for trips, including wheelchair trips; fully established a reservation call center; established a customer complaint process; and provided sensitivity training for the vendor. The project has been sustained long-term, and recent data reflect an average of 7,000 trips per month and an estimated 3.3 million in cost savings since the inception of the project. The successful outcomes of the HART model led the Council to make funding available to replicate the program. B. Project Description This project will develop a Transportation Voucher Replication Program similar in scope to the HARTPlus Customer Choice Program. The project will increase access to the community and satisfaction with transportation services for two or more life activities (e.g., employment, postsecondary education or training, recreation, leisure activities, shopping) for individuals with intellectual and developmental disabilities. C. Description of Protect Activities/Services to be Provided The Provider will: Develop Voucher Program Action Steps: Ensure that the program has the capacity to serve approximately 3,200 individuals, provide approximately 675 trips monthly and make service available to all of Collier County from 6:00 AM to 10:00 PM daily. a. Contractor's existing procurement procedures may be used to secure ambulatory and non -ambulatory transportation services for the voucher program from a Transportation Network Company (TNC) and taxicab company. This initiative is ,sponsored by the United States Department of lfealth and Human Services Administration or? Intellectual and Developmental Disabilities and the Florida Developmental Disabilities Council. Inc. Contractor's initials Packet Pg. 1595 16.D.20.a Objective 1.1, Activity #1 Collier Area Transportation Voucher Replication Project FDDC Contract #1045TRP20 Start Date: 11/02/202G End Date. 0913012021 2. Determine passenger eligibility through Contractor's existing paratransit application process, to include documented verification of the applicant's disability. 3. Conduct ongoing registration of eligible passengers, a. Enroll all currently active Collier County ADA paratransit system (CAT Connect) passengers. b. Notify CAT Connect passengers of eligibility for the voucher program. c. Distribute to all eligible passengers instructions for downloading a mobile app, using a web portal, or calling CAT Connect to access the voucher program. 4. Work with the contracted providers to ensure established service standards are met. a. Ensure vehicles and drivers meet the standards of quality required to be a licensed non -emergency medical transportation (NEMT) provider. b. Ensure drivers have passed required background checks completed at least annually; have up to date vehicle inspections, licensing, insurance; and have a safe driving history. c. Ensure that all drivers' vehicles bear program signage. 5. Establish program procedures. a. Provide sensitivity and disability awareness training to Contractor's staff b. Ensure that transportation providers complete sensitivity and disability awareness training by way of the Collier County quality control review. e. Implement Contractor's web -based system to manage the voucher program: i. Contractor's passenger profiles tool may be used for direct management of subsidized trips that meet the voucher program requirements. ii. Contractor's web -based booking tool may be used to arrange and pay for on -demand trips by the TNC and the taxicab company. d. Enable passengers to schedule ambulatory and non -ambulatory trips: i. Provide one-way trip vouchers at a cost to the passenger of $4.00 each, plus any additional cost over $20.00. li. Facilitate individual reservations by phone, mobile app and web portal and inform the passenger of the assigned transportation provider upon booking. iii. Review all trip requests to ensure proper invoicing. iv. Submit trip requests to the appropriate transportation provider. e. Ensure that passengers can access the TNC in-app safety toolkit, TNC community guidelines and customer service. f. Ensure that the transportation provider's voucher program trip pricing is consistent with publicly available pricing. This initiative is sponsored by the United States Department of llealth and Human Services Administration on Intellectual and Developmental Disabilities and the Florida Developmental Disabilities Council, hrc. Contractor's initials U a� 0 a c 0 .Q a� a� U 0 c 0 0 a U) L U 0 U_ ti- 0 ti M Packet Pg. 1596 16.D.20.a Objective 1.1. Activity #1 FDDC Contract #1045TRP20 Collier Area Transportation Voucher Replication Project Start Date 11/02/2020 End Date: 09/30/2021 g. Provide evidence of invoicing and reimbursement process for transportation providers. Review monthly transportation provider invoices and required documentation of trips completed: i. Ensure that only trips for eligible passengers are billed using the voucher program. ii. Ensure vouchers are applied for approved purposes only. iii. Inspect invoicing and payment records in accordance with Contractor's existing auditing procedures. iv. Validate trips submitted in invoicing and payment records by randomly selecting passengers to confirm information. 6. Develop and disseminate marketing materials. a. Create digital marketing materials promoting the voucher program to eligible passengers via Contractor's social media and website. b. Develop fact sheets on the voucher program in English, Spanish and Haitian Creole for targeted mailing to eligible passengers. c. Develop a fact sheet for customer service representatives to educate eligible passengers about the voucher program when making a conventional CAT Connect reservation. d. Collaborate with the TNC to promote the voucher program through the transportation provider's distribution channels, including emails, in-app messaging and a marketing playbook. e. Undertake outreach measures (e.g., press release, promotion at relevant events), f. Use People First language in all marketing. 7. Establish quality assurance measures to ensure the program is operated in the most safe and responsive manner. a. Monitor active trips in real time. b. Provide detailed quality assurance standards for timely performance and customer satisfaction. c. Provide approximately 675 trips monthly. d. Measure satisfaction with the voucher program, including satisfaction with the trip reservation process and driver awareness. e. Interview drivers in accordance with the Contractor's auditing process to evaluate voucher program implementation. II. Implement Voucher Program Action Steps: 1. Continue to conduct marketing/outreach to educate the public on the voucher program. 2. Register eligible passengers. This initiative is sponsored by the United States Department of ffealth and Human Services Administration on Intellectual and Developmental Disabilities and the Florida Developmental Disabilities Council. Inc Contractor's initials U a� 0 L a 0 r Q W a� U 0 c 0 0 a U) U 0 U- ti- 0 ti M Packet Pg. 1597 16.D.2O.a Objective 1.1, Activity #1 FDDC Contract #1045TRP20 Collier Area Transportation Voucher Replication Project Start Date: 11/02/2020 End Date: 09130/2021 3. Initiate voucher system and provide rides, 4. Monitor compliance of transportation providers. a. Ensure all minimum vehicle operator requirements/qualifications are met. b. Ensure all required background and motor vehicle record checks are met. c. Follow quality assurance procedures and address issues in a timely manner. 5. Collect ongoing data on key measures of service to include number of trips provided, number of trips per passenger (average and individual), purpose/type of trip, average cost per trip, trip length (average and individual) and number of unique passengers. 6. Validate the number of individuals with intellectual and developmental disabilities served. 111. Evaluate Project Action Steps: 1, Implement Contractor's existing grievance procedure to address complaints from voucher program passengers. 2, Develop and implement passenger survey and driver interview process to evaluate the effectiveness of the transportation voucher initiative. a. Conduct phone interviews with a diverse sampling of passengers to assess project impact. 3. Evaluate overall project and submit a final report to minimally include: a. Evidence of services provided. b. Customer satisfaction with transportation services, including driver awareness and trip reservation process. c. Key measures of service provisions: i. Number of trips provided ii. Number of trips per passenger (average and individual) iii. Purpose/types of trips iv. Average cost per trip v. Trip length (average and individual) vi. Cost of trips and analysis of cost savings vii. Number of unique passengers 4. Ensure that long-term sustainability plans are established. This initiative is sponsored kv the United States Department of Health and Human Services Administration on Intelleetual and Developmental Disabilities and the Florida Developmental Disabilities ('ouancil, Inc. Contractor's initials G U a� 0 L a 0 r Q W W U 0 c 0 0 a rn U 0 U_ ti- 0 ti M Packet Pg. 1598 16.D.20.a Objective 1.1, Activity #1 Collier Area Transportation Voucher Replication Project IV. Fulfill Council programmatic requirements Action Steps: FDDC Contract 01045TRP20 Start Elate: 11/02/2020 End Date. 0913012021 Complete and submit the detailed work plan electronically containing all project components within five (5) days of contract execution. The submitted work plan should include any additional project tasks, the date the tasks are to be undertaken/completed, and the person responsible for each task. a. Update the work plan throughout the project as required by the deliverable table to provide the current status of the tasks, adjust timelines if necessary, and explain any problems/barriers encountered. 2. Submit deliverables in a timely manner. a. Each deliverable must include a cover page with the project title, contract number, deliverable number and date. b, Two (2) hard copies and one (1) electronic copy of the deliverable will be provided to the Council at each reporting period. The electronic copy must be submitted on a USB flash drive. c. Each deliverable must have attached a Payment Invoice (Exhibit B) when submitted for payment. d. Deliverables must be submitted on or before the due date. If the Contractor fails to meet and comply with the activities/deliverables established in the contract or to make appropriate progress on the activities and/or towards the deliverables/outputs, notification will be sent to the Contractor with deficiencies identified. If the Contractor does not resolve the deficiencies within two weeks, the Contractor may be subject to a payment reduction of $75 per day or other consequences per Section 25 Compliance and Financial Consequences, 3. Ensure use of the FDDC logo and sponsorship language on all marketing materials and documents for public dissemination. a. Submission of an electronic version of all marketing materials and documents and Council Program Manager approval are required prior to publication or distribution. 4. Maintain open lines of communication with the Council Program Manager to ensure project activities are completed in an appropriate manner and notify the Program Manager of problems in a timely manner. 5. Participate in a mid-term review of the project status with the Council Program Manager. a. The review will include the status of data collection for relevant Performance Measures and their relationship to the project outcomes and information necessary for the Council's annual program performance report (PPR). This initiative is sponsored 6y the United Szates Department of Health and Human Services Administration on Intellectual and Developmental Disabilities and the Florida Developmental Disabilities Council. hzr% Contractor's initials 7 U a� 0 a 0 .Q a� a� U 0 c 0 0 a U) U 0 U_ Packet Pg. 1599 16.D.20.a Objective 1.1, Activity #1 Collier Area Transportation Voucher Replication Project FDDC Contract #1045TRP20 start Date: 11/02/2020 End Date: 09/30/2021 6. Ensure that the Executive Summary included in the final deliverable provides information on all of the components of the contract including: a. Overview of major project activities; b. Project activities and action steps met, and/or not met, and why (Section C); c. State Plan objective outcomes met, and/or not met, and why (Section F); d. Outputs met, and/or not met, and why (Section E); e. A summary and analysis of data collected, noting all data sources and collection methods used based on the project's required evaluation measures (Section D); f. Results of the performance measures as prescribed in Section 16 and the deliverable table for Exhibit E (systems change performance measures). g, Stories of people with intellectual and developmental disabilities whose lives are better because of this project (e.g., became better advocates for themselves and others, became better connected to their community, etc.); h. Stories of policy or legislative changes that have happened as a result of this project and positively impacted the lives of persons with intellectual and developmental disabilities (e.g., programs that were created or refined, reallocation of funds, or organizational systems that changed); i, Any recommendations for future action. D. Evaluation The specific State Plan evaluation methods will include the following: 1. Interviews and surveys will be conducted with passengers to evaluate the effectiveness of the transportation voucher initiative. 2. Data will be collected and incorporated into a final report on key measures of service provisions (e.g., number of trips provided, purpose, cost, number of unique passengers). E. Outputs The specific State Plan outputs of this project will contribute to the following overall goals- 1 . Up to eight programs will be created and fully implemented. 2. Documentation of technical assistance provided will be maintained. 3. A final report will provide evidence of services provided, satisfaction, and plans for long-term sustainability. F. State Plan This project contributes to the following State Plan Goal, Objective, and Outcomes: This initiative is sponsored hr the United States Department of'flealth and Haman Services Administration on Intellectual and Developmental Disabilities and rise Florida Developmental Disabilities Council, Inc. Contractor's initials U a� 'o a 0 r .Q a� a� U 0 0 0 a U) c U 0 u_ ti- 0 ti M Packet Pg. 1600 16.D.20.a Objective 1.1, Activity#1 Collier Area Transportation Voucher Replication Project FDDC Contract #1045TRP20 Start Date- 11t0212020 End Date: 0913012021 Goal #1: Transportation Goal: By the end of the five-year state plan, the Council will work in collaboration with agencies and organizations to develop and implement a minimum of three sustainable transportation solutions to develop and implement at least one infrastructure change and advocate for increased funding to increase access to safe and affordable methods of transportation for individuals with intellectual and developmental disabilities. Expected Outcomes: 1. A minimum of three sustainable transportation solutions are developed and implemented for individuals with intellectual and developmental disabilities. 2. A minimum of one infrastructure change, resulting in increased access to safe and affordable transportation for individuals with intellectual and developmental disabilities, is executed. Objective #1: By the end of the five-year state plan, innovative transportation options will be in place in a minimum of eight areas of the state that will provide evidence of collaboration and increased access to the community and satisfaction with transportation services for two or more life activities (e.g., employment, postsecondary education, recreation, leisure activities, shopping) for individuals with intellectual and developmental disabilities. Expected Outcome: 9 Transportation options for individuals with intellectual and developmental disabilities will be expanded to a minimum of eight areas of the state. Section 2. Work Plan for the Services to be Provided Contractor shall update the Work Plan below and submit to FDDC no later than five (5) days after execution of this Contract. I. Develop Voucher Program Ensure capacity for target estimates for program and establish basic program standards. Tasks Time Lines Person Responsible Update Execute transportation provider agreements. Implement web -based voucher program management system. This initiative is sponsored by the United States ,Department of Health and Human Services Administration on intellectual and Developmental Disabilities and the Florida Developmental Disabilities Council, Inc. Contractor's initials U a� 0 a 0 .Q a� a� U 0 c 0 0 a U) c U 0 U_ ti - 0 ti M Packet Pg. 1601 16.D.20.a Objective 1.1. Activity #1 Collier Area Transportation Voucher Replication Project FDDC Contract #1045TRP20 Start Date 1110212020 End Date: 0913012021 Work with the contracted provider to ensure established service standards are met. Ensure vehicles and drivers meet the standards of quality required to be a licensed non - emergency medical transportation (NEMT) provider. Submit a copy or description of training for providing service to passengers with intellectual and developmental disabilities. Ensure that all drivers have completed training. Ensure drivers have passed required background checks completed at least annually; have up to date vehicle inspections, licensing, insurance; and have a safe driving history. Ensure that all drivers' vehicles bear identification or signage. Establish program procedures. Provide customer service representatives in the voucher program training on serving passengers with intellectual and developmental disabilities. Provide evidence of the invoicing and reimbursement procedure for transportation providers. Review trip requests to ensure proper invoicing. Review invoice and payment records, Review transportation provider files for compliance. This initiative is sponsored b3, the united States Department of Health and Human Services Administration on Intellectual and Developmental Disabilities and the Florida Developmental Disabilities Council. Inc. Contractor's initials l0 U a) 0 a c 0 r 0 .Q as as U 0 c 0 0 0. rn c L U 0 0 U_ ti- 0 ti M Packet Pg. 1602 16.D.20.a Objective 1.1, Activity #1 Collier Area Transportation Voucher Replication Project FDDC Contract #1045TRP20 Start Date: 11/02/2020 End Date- 09/30/2021 LDevelo marketing and outreach plan. Develop and submit draft marketing tools (digital and print) for approval. Submit final marketing tools. Disseminate press release, targeted mailing, and digital materials. Establish quality assurance measures to ensure the program is operated in the most safe and responsive mariner. Develop and submit detailed quality assurance standards for timely performance and customer satisfaction. Develop and submit draft passenger satisfaction survey for approval. Submit final passenger satisfaction survey. Implement passenger survey. Monitor active trips in real time. ' 11. Implement Voucher Program Tasks Time Lines Person Responsible Update Continue to conduct marketing/outreach to educate the public on the voucher program. Register eligible passengers. Initiate voucher program and provide rides. Monitor compliance of transportation providers a. Ensure all minimum vehicle operator requirements/ qualifications are met. This initiative is sponsored by the United States Department ol'Health and Human Services Administralion on Intellectual and Developmental Disabilities and the Florida Developmental Disabilities ("vtrnrif, 1)Ic Contractor's initials U a� 0 (L c 0 r 0 Q W a� z U 0 c 0 0 a U) c t= U 0 u_ Packet Pg. 1603 16.D.20.a Objective 1.1, Activity #1 Collier Area Transportation Voucher Replication Project FDDC Contract #1045TRP20 Start Date 11/02/2020 End Date: M3012021 b. Ensure all required background and motor vehicle record checks are met. c. Follow quality assurance procedures and address issues in a timely manner. Collect ongoing data on key measures of service to include number of trips provided, number of trips per passenger (average and individual), purpose/type of trip, average cost per trip, trip length (average and individual) and number of unique passengers. Collect data on the number of passengers with intellectual and developmental disabilities. Ill. Evaluate Project Ensure a customer service program is developed and includes a complaint resolution and grievance process and assesses customer satisfaction. Tasks Time Lines Person Res onsib]e Update Interview passengers to evaluate the effectiveness of the transportation voucher initiative. Interview drivers to evaluate voucher program implementation. Develop and submit summary of complaints received and resolution, if applicable. Analyze data for pr2ject evaluation. Submit final report to include analysis of passenger satisfaction and key measures of service provision. Submit an update on long-term sustainability plans to continue This initiative is ,sponsored by the United States Department of Health and Human Services Administration nn Intellectual and Developmental Disabilities and the Florida Developmental Disabilities f'ouned, Inc. Contractor's initials I? U a� 0 L 0 r 0 .Q a� a� U 0 c 0 0 a rn c L U U_ ti- 0 ti M Packet Pg. 1604 16.D.20.a Objective 1.1, Activity #1 Collier Area Transportation Voucher Replication Project FDDC Contract #1045TRP20 Start Date: 1110212020 End Date: 09130/2021 the voucher program beyond Council funding. IV. Fulfill Council programmatic requirements Tasks I _ Time Lines Person Responsible Update Complete and submit detailed work plan. Submit deliverables in a timely manner. i Ensure use of the FDDC logo and sponsorship language on all marketing materials and documents for public dissemination. Maintain open lines of communication with the Council Program Manager to ensure project activities are completed in an appropriate manner and notify the Program Manager of problems in a timely manner. Participate in a mid-term review of the project status with the Council Program Manager. Collect information on impact of the program to include stories of how individuals' lives were improved and policies that were changed or improved through the project. Ensure that the Executive Summary included in the final deliverable provides information on all of the components of the contract set forth on page 7. This initiative is sponsored by the United States Department oj'Health and Heiman Services Administration on Intellectual and Developmental Disabilities and the Florida Developmental Disabilities fbunc•il, hic. Contractor's initials U as 0 a c 0 r .Q a� L a� z U 0 c 0 0 a rn c U 0 U_ Packet Pg. 1605 16.D.20.a Objective 1.1, Activity #1 FDDC Contract #1045TRP20 Collier Area Transportation Voucher Replication Project Start Date: 11/02/2020 End Date 09/30/2021 3. Payment Schedule In consideration for the services being provided by Contractor pursuant to this Contract, the maximum contract sum payable by FDDC to Contractor for services performed under this Contract shall not exceed $150,000. FDDC shall pay for the services rendered as follows: Provider shall submit invoices quarterly for allowable costs incurred. Upon the receipt of proper invoices (Exhibit B), the Council agrees to process payments in accordance with this Contract and 2 CFR 200.305. All invoices submitted shall include current and cumulative costs (including cost sharing, Subaward number, and certification, as required in 2 CFR 200.415(a). Invoices shall be submitted: 1. December 14, 2020 2. February 15, 2021 3. March 10, 2021 4. April 12, 2021 5, May 11, 2021 6. June 14, 2021 7. July 12, 2021 8. August 9, 2021 9. September 7, 2021 14 The Council agrees to pay for the services to be provided as specified in Section 1: Subsection C, and evaluation and outputs as specified in Subsections D and E. Deliverable Due Date I Deliverable 1 December 14, 2020 1. An updated, detailed work plan. 2. Narrative report describing transportation provider agreements and marketing activities. 3. Draft marketing materials. 4. Detailed quality assurance standards for timely performance and customer satisfaction 5. Draft passenger survey. 6. Example of transportation provider invoice. 7. A list of the discrete components of all training provided. 8. An electronic copy of this deliverable submitted on a USB flash drive. 9. Completed Exhibit B. This initiative is sponsored by the United Stales Department of Health and flagman Services Administration on Intellectual and Developmental Disabilities and the Florida Developmental Disabilities C ow7cil. hoc Contractor's initials U a� 0 L 0 .Q a� a� U 0 c 0 0 a U) c U 0 U_ Packet Pg. 1606 16.D.20.a Objective 1 1 Activity #1 Collier Area Transportation Voucher Replication Project FDDC Contract #1045TRP20 Start Date: 11/02/2020 End Date: 09/30/2021 Deliverable 2 I February 15, 2021 1. An updated, detailed work plan. 2. A report of key measures of service provided during the reporting period to include: (1) number of trips, number of trips per passenger (average and individual), purpose/types of trips, trip length (average and individual), cost of trips (average and individual), analysis of cost savings, and the number of unique passengers; (2) number of individuals with intellectual and developmental disabilities served; and (3) summary of technical assistance and training provided to staff and transportation providers. 3. An electronic copy of this deliverable submitted on a USB flash drive. 4. Completed Exhibit B. Deliverable 3 1 March 10, 2021 1. An updated, detailed work plan. 2. A report of key measures of service provided during the reporting period to include: (1) number of trips, purpose/types of trips, cost of trips and analysis of cost savings, and the number of unique passengers; (2) number of individuals with intellectual and developmental disabilities served; and (3) summary of technical assistance and training provided to staff and transportation providers. 3. Documentation of mid-term review with Council staff. 4. An electronic copy of this deliverable submitted on a USB flash drive. 5. Completed Exhibit B. Deliverable 4 1 April 12, 2021 1. An updated, detailed work plan. 2. A report of key measures of service provided during the reporting period to include: (1) number of trips, purposeltypes of trips, cost of trips and analysis of cost savings, and the number of unique passengers; (2) number of individuals with intellectual and developmental disabilities served; and (3) summary of technical assistance and This initiative is sponsored by the United States Department of Health and Human Services Administration on Intellectual and Developmental Disabilities and the Florida Developmental Disabilities Caiatcii. lnr, Contractor's initials 15 U a� 0 a 0 r .Q a� a� U 0 c 0 0 a U) L U 0 0 u_ ti- 0 ti M Packet Pg. 1607 16.D.20.a Objective 1.1, Activity #1 Collier Area Transportation Voucher Replication Project FDDC Contract #1045TRP20 Start Date: 11/02/2020 End Date: 09/3012021 training provided to staff and transportation providers. 3. Documentation of mid-term review with Council staff. 4. An electronic copy of this deliverable submitted on a USB flash drive. 5. Completed Exhibit B. Deliverable 5 1. An updated, detailed work plan. 2. A report of key measures of service provided during the reporting period to include: (1) number of trips, purpose/types of trips, cost of trips and analysis of cost savings, and the number of unique passengers; (2) number of individuals with intellectual and developmental disabilities served; and (3) summary of technical assistance and training provided to staff and transportation providers. 3. Documentation of mid-term review with Council staff. 4. An electronic copy of this deliverable submitted on a USB flash drive. 5. Completed Exhibit B. Deliverable 6 1. An updated, detailed work plan. 2. A report of key measures of service provided during the reporting period to include: (1) number of trips, number of trips per passenger (average and 'individual), purpose/types of trips, trip length (average and individual), cost of trips (average and individual), analysis of cost savings, and the number of unique passengers; (2) number of individuals with intellectual and developmental disabilities served, and (3) summary of technical assistance and training provided to staff and transportation providers. 3. An electronic copy of this deliverable submitted on a USB flash drive. 4. Completed Exhibit B. May 11, 2021 June 14, 2021 This initiative is sponsored by the United .States Department of Health and Human Services Administration on Intellectual and Developmental Disabilities and the Florida Developmental Disahiliiic.s Council. hrr Contractors initials 16 U a� 0 L 0 r .Q a� a� U 0 c 0 1` 0 a U) r= U 0 U_ ti- 0 ti M Packet Pg. 1608 16.D.20.a Objective 1.1. Activity #1 Collier Area Transportation Voucher Replication Project FDDC Contract #1045TRP20 Start Date: 11/02/2020 End Date: 09/30/2021 Deliverable 7 1 July 12, 2021 1. An updated, detailed work plan. 2. A report of key measures of service provided during the reporting period to include: (1) number of trips, number of trips per passenger (average and individual), purpose/types of trips, trip length (average and individual), cost of trips (average and individual), analysis of cost savings, and the number of unique passengers; (2) number of individuals with intellectual and developmental disabilities served; and (3) summary of technical assistance and training provided to staff and transportation providers. 3. An electronic copy of this deliverable submitted on a USB flash drive. 4. Completed Exhibit B. Deliverable 8 1 August 9, 2021 1. An updated, detailed work plan. 2. A report of key measures of service provided during the reporting period to include: (1) number of trips, number of trips per passenger (average and individual), purpose/types of trips, trip length (average and individual), cost of trips (average and individual), analysis of cost savings, and the number of unique passengers; (2) number of individuals with intellectual and developmental disabilities served; and (3) summary of technical assistance and training provided to staff and transportation providers. 3. An electronic copy of this deliverable submitted on a USB flash drive. 4. Completed Exhibit B. Deliverable 9 1 September 7, 2021 1. An updated, detailed work plan. 2. A report of key measures of service provided during the reporting period to include: (1) number of trips, number of trips per passenger (average and individual), purpose/types of trips, trip length (average and individual), cost of trips (average and individual), analysis of cost savings, and the number of unique passengers; (2) number of this initiative is sponsored bV the United Stater Department of Health and Ihrman Services Administration on Intellectual and Developmental Disabilities and the Florida Developmental Disabilitr<_s f'ouncir'. 101c'. Contractor's initials 17 U a� 0 ri 0 Q W a� U 0 c 0 0 a rn L U tJ 0 U- ti- 0 ti M Packet Pg. 1609 16.D.20.a Objective 1.1, Activity #1 Collier Area Transportation Voucher Replication Project FDDC Contract #1045TRP20 Start Date: 1110212C20 End Date: 0913012021 individuals with intellectual and developmental disabilities served; and (3) summary of technical assistance and training provided to staff and transportation providers. 3. A Final Report to minimally include: a. Evidence of services provided. b. Customer satisfaction with transportation services, including driver awareness and trip reservation process. c. Key measures of service provisions: i. Number of trips provided ii. Purpose/types of trips iii. Cost of trips and analysis of cost savings iv. Number of unique passengers 4. A report on final sustainability plans for continuation. 5. An Executive Summary of the initiative to include the following: a. Overview of major project activities; b. Project activities and action steps met, and/or not met, and why (See Section C of this contract); c. State Plan objective outcomes met, and/or not met, and why (See Section F of this contract); d. Outputs met, and/or not met, and why (See Section E of this contract); e. A summary and analysis of data collected, noting all data sources and collection methods used based on the project's required evaluation measures (Section D); f. Results of the performance measures as prescribed in Section 16 and the deliverable table for Exhibit E (systems change performance measures). 6. Stories of people with intellectual and developmental disabilities whose lives are better because of this project (e.g., became better advocates for themselves and others, became better connected to their community, etc.); 7. Stories of policy or legislative changes that have happened as a result of this project and positively impacted the lives of persons with intellectual and developmental disabilities (e.g., programs that This initiative is sponsored by the United States Department of Health and Human Services Administration on Intellectual arid Developmental Disabilities and the Florida Developrnenral Disabilities Council, Inc. Contractor's initials 18 U a� 0 a 0 .Q a� a� U 0 c 0 0 a U) U 0 U_ Packet Pg. 1610 16.D.20.a Objective 1.1, Activity #1 Collier Area Transportation Voucher Replication Project FDDC Contract #1045TRP20 Start Hate: 11/02/2020 End Date: M3012021 were created or refined, reallocation of funds, or organizational systems that changed); 8. Any recommendations for future action. 9. Completed Exhibit E with project totals. 10.An electronic copy of this deliverable submitted on a USB flash drive. 11. Completed Exhibit B. Payments requests shall be submitted to FDDC on forms provided by FDDC to the Contractor upon execution of this Contract. All payment requests must be in the manner provided for by FDDC, failure to do so may result in a rejection of the payment request until corrections are made. Contractor will be paid upon submission of properly certified invoice(s) to FDDC after delivery and acceptance of commodities or contractual services. If an overpayment is made to the Contractor at any time during the course of this Contract, Contractor shall within thirty (30) calendar days return any overpayment of unearned funds or funds disallowed to FDDC. Section 4. Annual Appropriation If the Contract binds FDDC for the purchase of services or tangible personal property for 19 a period in excess of one fiscal year, FDDC's performance and obligation to pay under the Contract is contingent upon an annual appropriation by the State and/or Federal government. Section 5. Travel Expenses Travel expenses are not reimbursable unless specifically authorized in accordance with approved budget, prior to the travel, and may be reimbursed only in accordance with FDDC's Travel Policy, which shall be provided to Contractor upon request. Section 6. Initial Contract Term The initial contract term will be for 11 months. The initial contract term shall begin on November 2, 2020 or the last date upon which this Contract is signed by all parties and shall expire unless renewed on September 30, 2021. Section 7. Renewal Terms)/Continuation Upon mutual written agreement, FDDC and the Contractor may renew this Contract, in whole or in part, for a renewal term(s) of up to 10 year(s). This initiative is sp)nsored by the fIniaed Siates Department of Health and Human Services Administration on Intellecri, ., Developmental Disabilities and the Florida Developmental Disabilities Council. Inc. Contractors initials U a� 0 L O r .Q a� a� U 0 c 0 0 a U) L U 0 0 U_ ti- 0 ti M Packet Pg. 1611 16.D.20.a Objective 1,1, Activity #1 FDDC Contract #1045TRP20 Collier Area Transportation Voucher Replication Project Start Date: 11/02/2020 End Date: 0913012021 Section 8. Amendments/Modifications No oral modifications to this Contract are acceptable. All modifications to this Contract must be in writing. The FDDC contract manager may authorize non -substantive changes to the scope of work or movement of funds between existing line items. Substantive changes to the scope of work or budget, including new budget line items, will only be authorized through a formal amendment signed by all Parties. Section 9. Notice and Contact All notices for either party shall be provided to the following: 1, The name, address and telephone number of the program manager for the Council for this contract is: Safee Broxton 124 Marriott Drive, Suite 203 Tallahassee, FL 32301 (850) 488-4180 SafeeB@fddc.org 2. The name, address and telephone number of the representative of the Provider responsible for administration of the program(s) under this contract is: Omar DeLeon Transit Manager Collier County Board of County Commissioners Collier Area Transit 8300 Radio Road Naples, Florida 34104 (239) 252-4996 Omar. Deleon@colliercountyfl,gov 3. The name, address and telephone number of the representative of where the Provider's financial and administrative records are maintained: Blanca Aquino Luque Accounting Supervisor Collier County Board of County Commissioners 3339 Fast Tamiami Trail Building H., Suite 211 Naples, Florida 34112 Blanca.aquinoluque@colliercountyfl.gov The above contact information may be revised without a formal amendment by providing in writing the revised contact information to the other party. Section 10. Insurance Requirements By executing this Contract, Contractor certifies that it has obtained and shall maintain through the duration of this Contract Insurance in accordance with the following terms and conditions: This iniriative is sponsored kv the United Slates Department q f Ilealth and Harman Services Administration 007 Inrelle(.tttal and Developmental Disabilities and the Florida Developmental Disabilities ("molcit. !)C Contractor's initials 20 U a� 0 L 0 r .Q a� a� U 0 c 0 0 a U) U 0 u_ ti- 0 ti M Packet Pg. 1612 16.D.20.a Objective 1.1. Activity #1 Collier Area Transportation Voucher Replication Project FDDC Contract #1045TRP20 Start Date: 11/02/2020 End Date: 0913012021 1. To provide adequate property and personal liability insurance coverage on a comprehensive basis, to name the Council as a co-insured, and to hold such liability insurance at all times during the existence of this contract 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 Contractor accepts full responsibility for identifying and determining the type(s) and extent of liability insurance necessary to provide reasonable financial protections for the Contractor, the individuals receiving services under this contract, and the Council. At the time of the execution of this contract and the Insurance Certification Form, the Contractor shall furnish the Council's contract manager 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. The Council reserves the right to require additional insurance as specified in this contract, and under terms & conditions Section C, where appropriate. 2. If the Contractor is a state agency or subdivision as defined by s. 768.28, Fla. Stat., the Contractor shall furnish the Council's contract manager, upon request, written verification of liability protection and scopes of coverage as provided in Ch. 284, Parts I and II, and s. 768.28, Fla. Stat. Nothing herein shall be construed to extend any party's liability beyond that authorized in s, 768.28, Fla. Stat. Within ten (10) days of execution of this Contract, Contractor shall provide documentation verifying the required insurance coverage and the amount of coverage to FDDC Chief ' l Financial Officer, 124 Marriott Drive, Suite 203, Tallahassee, FL. 32301-2981. Failure to maintain the appropriate level of insurance as set forth in this Contract is a material breach subject to immediate termination of the Contract. Section 11. Compliance with Laws Contractor shall comply with all laws, rules, codes, ordinances, and licensing requirements that are applicable to the conduct of its business, including those federal, state, and local agencies having jurisdiction and authority. Further, Contractor expressly acknowledges that it shall comply with all requirements set forth or referenced in Exhibit A titled "General Requirements Pursuant to Funding" incorporated herein by reference; 45 C.F.R. Part 75 and 2 C.F.R. Part 200, incorporated herein by reference. Section 12. Governing Law and Venue The laws of the State of Florida shall govern this Contract. The Parties submit to the jurisdiction of the courts of the State of Florida exclusively for any legal action related to the Contract. Further, the Contractor hereby waives any and all privileges and rights relating to venue it may have under Chapter 47, Florida Statutes, and any such venue This initiative is sponsored by the United States Department of Health and Harman Services administration on Intellecatal and Developmental Disabilities and the Florida Developmental Disabilities Council, Inc, Contractor's initials U a� 0 L a 0 r .Q a� a� U 0 c 0 0 a U) c L U 0 U_ 0 ti M Packet Pg. 1613 16.D.20.a Objective 1.1, Activity #1 FDDC Contract #1045TRP20 Collier Area Transportation Voucher Replication Project Start Date: 11/02/2020 End Date: 09/30/2021 privileges and rights it may have under any other statute, rule, or case law, including, but not limited to those based on convenience. The Contractor hereby submits to venue in Leon County, Florida. Additionally, contractor shall notify FDDC of any legal actions filed against it for a violation of any laws, rules, codes, ordinances, or licensing requirements within twenty (20) days of the action being filed. Failure to notify FDDC of a legal action within the time period provided shall be grounds for termination for cause of the Contract. Section 13. Independent Contractor The Contractor and its employees, agents, representatives, and subcontractors are not employees or agents of FDDC and are not entitled to benefits of FDDC employees. FDDC shall not be bound by any acts or conduct of the Contractor or its employees, agents, representatives, or subcontractors. The Contractor agrees to include this provision in all of its subcontracts under this agreement. Section 14. Indemnification and Hold Harmless Contractor shall indemnify and hold harmless FDDC, its officers and employees from liabilities, damages, losses, and costs including but not limited to attorney fees, to the extent caused by the negligence, recklessness, or intentional wrongful conduct of the Contractor and other persons employed or utilized by the Contractor in the performance of this Agreement. 22 If the Contractor is a state agency or subdivision as defined in s. 768.28, Fla. Stat., this entire indemnification clause shall be deemed inapplicable and without force or effect, pursuant to the mandate of s. 768.28(19), Fla. Stat. Section 16. Background Screening Contractor shall conduct a Level 2 background screening in accordance with the standards set forth in s. 435.04, Florida Statutes, of all employees coming into direct contact with minor children and vulnerable adults as defined in s. 415.102, Fla. Stat.. The Contractor further agrees to ensure compliance by all subcontractors to conduct Level 2 background screenings, as to employees of the subcontractors who come into direct contact with minor children and vulnerable adults as defined in s, 415.102, Fla. Stat. Contractor also acknowledges that the cost of processing fingerprints and the background screening, i.e. criminal record checks, shall be borne by the Contractor or the Contractor's subcontractor or the employee who is being screened. Section 16. Data Collection As FDDC is a federally funded agency, it is required to report data to the Federal Government on all of its contracts. In addition, Councils are federally mandated to report on systems change and individual and family performance measures. The Council will r l; ofifiative is sponsored by the United Stares Department of lfealtli and Human Services.4thninistration on Intellectual and Developmental DisahilitiNs and the Florida Developmental Disuhilities Cnrrncil. Inc. Contractor's initials Packet Pg. 1614 16.D.20.a Objective 1 1, Activity #1 FDDC Contract #1045TRP20 Collier Area Transportation Voucher Replication Project Start Date: 11/02/2020 End Date: 0913012021 provide Contractor with Data Collection Form (Exhibit E), Systems Change Performance Measures for systems change contracts. Contractor agrees to fill out said form and return to FDDC as prescribed in the Contract deliverable table. Section 17. Florida Public Records Law FDDC may unilaterally cancel this Contract for refusal by the Contractor to comply with this section by not allowing public access to all documents, papers, letters or other material made or received by the Contractor in conjunction with the Contract, unless the records are exempt from section 24(a) of Article I of the State Constitution and section 119.07(1), Florida Statutes. If, under this Contract, the Contractor is providing services and is acting on behalf of FDDC as provided by section 119.0701(1)(b), Florida Statutes, Contractor shall; 1. Keep and maintain public records required by the FDDC to perform the service 2. Upon request from the County's custodian of public records, provide the FDDC with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in chapter 119 Florida Statutes or as otherwise provided by law. 3. Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for '' the duration of the contract term and following completion of the contract if the contractor does not transfer the records to the County. 4. Upon completion of the contract, transfer, at no cost, to the FDDC all public records in possession of the contractor or keep and maintain public records required by the FDDC to perform the service. If the contractor transfers all public records to the public agency upon completion of the contract, the contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the contractor keeps and maintains public records upon completion of the contract, the contractor shall meet all applicable requirements for retaining the public records. All records stored electronically must be provided to the public agency, upon the request from the public agency's custodian of public records, in a format that is compatible with the information technology systems of the public agency. IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT FDDC KRISTEN CONLIN AT FLORIDA DEVELOPMENTAL DISABILITIES COUNCIL, INC., 124 MARRIOTT DRIVE, SUITE 203, r�u n7lfrrllnY r,+ EIJe7i2S!)rr71 i �, lice' ! r tt .i `;r r , O:'i.)rl1'nllrllr nl lip ulrh ;r1ri IYe,!,�0�r .1; r�. r 1�lnr ,:ir•rr r r h,r, 'l, . Des;rn,1 rhr. ? i�u it r'r 14,v?io,n7 lo;Pr[I1 01soI,il IiI, ! t,uu,�rl, PR, Contractors initials Packet Pg. 1615 16.D.20.a Objective 1 1, Activity #1 Collier Area Transportation Voucher Replication Project FDDC Contract #1045TRP20 Start date: 11/02/2020 End Date: 09/3012021 TALLAHASSEE, FL 32301-2981 PHONE: (850) 488-4180, Email KRISTENC@FDDC.ORG. Section 18. Records Retention, Access to Records/Monitoring and Audit Provisions Contractor shall maintain accurate and complete financial records of its activities and operations relating to this Agreement in accordance with generally accepted accounting principles. Contractor shall maintain adequate records to justify all charges and costs incurred in performing the services for at least three (3) years after completion of this Agreement. Contractor shall also maintain accurate and complete employment and other records relating to its performance of this Agreement. Contractor agrees that FDDC, or its authorized representatives, the Government Accountability Office, the Comptroller General of the United State, HHS or any of their duly authorized representatives, shall have access to and the right to examine, audit, excerpt, copy or transcribe any pertinent transaction, activity, or records relating to this Agreement. All financial records, timecards and other employment records, and proprietary data and information shall be kept and maintained by Contractor and made available to the FDDC during the terms of this Agreement and for a period of three (3) years from the date set forth in 45 CFR Part 75 and 2 CFR Part 200. Persons duly authorized by FDDC and state and federal auditors, pursuant to 45 CFR, s. 92,36(i)(10), shall have full access to and the right to examine any of said records and documents at all reasonable times during the period of this contract, during said retention period, or as long as records are retained, whichever is later. Those persons authorized to do so shall be entitled to inspect any records, papers, documents, facilities, or goods and services of the Contractor relevant to this contract, and may interview any recipients of services and employees of the Contractor to be assured of satisfactory performance of the terms and conditions of this contract. Following such inspection the Council will deliver to the Contractor a list of its comments, including specifically any noted deficiencies with regard to the manner in which said goods or services are being provided. The Contractor will rectify all noted deficiencies provided by the Council within the specified period of time set forth in the comments or provide the Council with a reasonable and acceptable justification for not correcting the noted shortcomings. The Contractor's failure to correct orjustify within a reasonable time as specified by the Council may result in any one or a combination of the following; the withholding of payments; being deemed in breach or default of this contract; and termination of this contract for cause. Because this contract contains federal funds, the Contractor shall comply with the provisions of Office of Management and Budget (OMB) 2 CFR Part 225, as revised, "Cost Principles for Educational Institutions; 2 CFR Part 220, as revised, "Cost Principles for State, Local and Indian Tribal Governments;" or 2 CFR Part 230, as revised, "Cost Principles for Non -Profit Organizations;" as applicable. 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. This butiative is sponsored by the Uniied States Department of Health and on Intellectual and Developmentul Disabilities and the Florida Developmentul Disabilities Cowtcit, Inc. Contractor's initials .24 U a� 0 L a 0 r 0 .Q a� tx L a� U 0 c 0 0 a U) c L U 0 0 U_ Packet Pg. 1616 16.D.20.a Objective 1.1, Activity #1 FDDC Contract #1045TRP20 Collier Area Transportation Voucher Replication Project Start Date: 11102/2020 End Date 0913012021 Failure on the part of Contractor to comply with the provisions of this Paragraph shall constitute a material breach upon which the FDDC may terminate or suspend this Agreement. Copies of audit reports and any management letter by an independent auditor required shall be submitted within six (6) months after the end of the Contractor's fiscal year and shall be submitted to Lisa Taylor, CPA, Florida Development Disabilities Council, 124 Marriot Drive, Suite 203, Tallahassee FL. 32301. Section 19. Adherence to Grant Conditions Contractor shall adhere to the terms, conditions and requirements as set forth in the requirements of Grants No, 1901 FLSCDD-01 and 2001 FLSCDD-01, a copy of which has been provided to the Contractor. Section 20. Convicted and Discriminatory Vendor Lists In accordance with section 287.133 and 287.134, Florida Statutes, an entity or affiliate who is on the Convicted Vendor List or the Discriminatory Vendor List may not perform work as a contractor, supplier, subcontractor, or consultant under the Contract. The Contractor shall notify FDDC if it or any of its suppliers, subcontractors or consultants has been placed on the Convicted Vendor List or the Discriminatory Vendor List during the term of the Contract. Section 21. Debarment and Suspension (Executive Orders 12549 and 12689, 45 CFR Part 75 App. II and 2 CFR Part 180) This contract is a covered transaction for purposes of 2 C.F,R. pt. 180, 2 C.F.R. pt. 3000 and 45 G.F.R. pt. 75. As such the Contractor is required to verify that none of the contractor, its principals (defined at 2 C.F.R. § 180.995), or its affiliates (defined at 2 C.F.R. § 180.905) are excluded (defined at 2 C.F.R. § 180.940) or disqualified (defined at 2 C.F.R. § 180,935). a. The Contractor must comply with 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C and must include a requirement to comply with these regulations in any lower tier covered transaction it enters into. b. This certification is a material representation of fact relied upon by the FDDC. If it is later determined that the Contractor did not comply with 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C, in addition to remedies available to the State of Florida and the FDDC, the Federal Government may pursue available remedies, including but not limited to suspension and/ or debarment. C. The Contractor agrees to comply with the requirements of 2 C.F.R. pt, 180, subpart C and 2 C.F.R. pt. 3000, subpart C while this offer is valid and throughout the period of any contract that may arise from this offer. The Contractor further agrees to include a provision requiring such compliance in its lower tier covered transactions. This initiative is sponsored b-v the baited States Department of Health and Human Services Administration on Intellectual and Developmental Disabilities and the Florida Developmental Disabilirirs (-wmcil inc. Contractors initials 25 U a� 0 a 0 r 0 .Q a� L a� U 0 c 0 0 a U) L U 0 0 U- Packet Pg. 1617 16.D.20.a Objective 1.1, Activity #1 Collier Area Transportation Voucher Replication project FDDC Contract #1045TRP20 Start Date: 11/02/2020 End Date: 09/30/2021 Section 22. Abuse, Neglect and Exploitation Reporting In compliance with Ch. 415, Fla. Stat., the Contractor or any employee of the Contractor who knows, or has reasonable cause to suspect, that a vulnerable adult (elderly or disabled) has been or is being abused, neglected, or exploited, shall immediately report such knowledge or suspicion to the central abuse registry and tracking system on the single statewide toll -free telephone number (1-800-96- ABUSE). o L Section 23. Termination for Convenience o The Contract may be terminated by FDDC in whole or in part at any time, in the best •2 interest of FDDC, upon thirty (30) days written notice. If the Contract is terminated before performance is completed, the Contractor shall be paid only for that work satisfactorily W performed for which costs can be substantiated. Such payment, however, may not U exceed an amount which is the same percentage of the Contract price as the amount of work satisfactorily performed. All work in progress shall become the property of FDDC and shall be turned over promptly by the Contractor. ° Section 24. Termination for Cause Q. rn If FDDC determines that the performance of the Contract is not satisfactory, FDDC shall have the option of (a) immediately terminating the Contract, or (b) notifying the Contractor U of the deficiency with a requirement that the deficiency be corrected within a specified o time, otherwise the Contract will be terminated at the end of such time, or (c) take other 26 action deemed appropriate by FDDC. — Q - M Section 25. Remedies for Noncompliance and Financial Consequences If the Contractor fails to meet the minimum level of service or performance identified in this contract, or that is customary for the industry, then the FDDC will be injured as a result thereof. At this time, Contractor and FDDC find it difficult to ascertain the amount of damages that may result. Therefore, Contractor agrees that if the requirements of this Contract are not timely and satisfactorily performed, the Contractor may be subject to one or more of the financial consequences listed herein. The Council's Program Manager reviews the progress made on the activities, deliverables, and outputs required by the contract. If the Contractor fails to meet and comply with the activities/deliverables established in the contract or to make appropriate progress on the activities and/or towards the deliverables/outputs and they are not resolved within ten business days of written notification wherein the nature of the failure to perform is identified, the FDDC may approve: (1) a withholding of payment until the deficiency is cured, (2) a request that the Contractor redo the work, or (3) a reduced payment of $75 per day, (4) disallowing all or part of the cost of the activity or action not in compliance, (5) withholding further Federal awards, (6) other remedies that may be legally available. The FDDC may assess one or more of the financial consequences based on the severity of the failure to perform and the impact of such failure on the ability This initiative is sponsored by the United Stares department of Heahh and Human Services Administration on Intellectual and Developmental Disabilities and the Florida Developmental Disabilities Council. hie - Contractor's initials Packet Pg. 1618 16.D.20.a Objective 1.1, Activity #1 FDDC Contract #1045TRP20 Collier Area Transportation Voucher Replication Project Start Date: 11/0212020 End Date 09/30/2021 of the contract to meet the timely and desired results. These financial consequences shall not be considered penalties. The FDDC, at its sole discretion, may offer the Contractor an extension for any listed tasks, timelines, or deliverables during which the indicated financial consequences shall not apply. Notification of any extension shall be provided to the Contractor in writing. In addition, the FDDC; in its sole discretion, may grant a waiver of financial consequences if the Contractor drafts a corrective action plan for approval by the FDDC and subsequently comes into compliance with the approved corrective action plan. If financial consequences are imposed and due, the FDDC may offset the financial consequences from the next invoice submitted by the Contractor or from the final payment of the contract, or require separate payment from the Contractor. Any payment made in reliance on the Contractor's evidence of performance, which evidence is subsequently determined to be erroneous, will be immediately due as an overpayment to the extent of such error. Section 26. Subcontractors/Assignments and WIMBE Contractor shall not subcontract nor assign this Contract or any part of the services provided under this contract without prior written consent of FDDC. FDDC supports diversity in its procurements and contracts, as such in accordance with 45 CFR s. 75.330 and 2 CFR s. 200.321, as it pertains to this contract, Contractor acknowledges that if it subcontracts any work pertaining to this Contract, it will take all necessary affirmative steps to assure that minority businesses, women's business enterprises, and labor surplus area firms are used when possible. Affirmative Steps include: (1) Placing qualified small and minority businesses and women's business enterprises on solicitation lists; (2) Assuring that small and minority businesses, and women's business enterprises are solicited whenever they are potential sources; (3) Dividing total requirements, when economically feasible, into smaller tasks or quantities to permit maximum participation by small and minority businesses, and women's business enterprises; (4) Establishing delivery schedules, where the requirement permits, which encourage participation by small and minority businesses, and women's business enterprises; (5) Using the services and assistance, as appropriate, of such organizations as the Small Business Administration and the Minority Business Development Agency of the Department of Commerce. Section 27. Non Discrimination In accordance with FDDC's purchasing policy, agrees to the following: 1. Contractor will not discriminate against any employee or applicant for employment because of race, religion, color, sexual orientation, age, disability, or national origin, except where religion, sex, or national origin is a bona fide occupational qualification reasonably necessary to the normal operation of the contractors. Ibis initiative is sponsored 8y the United States Department rJf lfeahh and Hurnan Services Administration on Intellectual and Developmental Disabilities and the Floridu L)evefopneewal Disabilities Council, Inc, Contractor's initials 27 U W 0 a c 0 .Q a� a� U 0 c 0 1` 0 a rn L U 0 u_ Packet Pg. 1619 16.D.20.a Objective 1.1, Activity #1 FDDC Contract #1 D46TRP20 Collier Area Transportation Voucher Replication Project Start Date: 1110212020 End pate: 09/3012021 2. Contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices setting forth the provisions of this nondiscrimination clause, Notices, advertisements, and solicitations placed in accordance with federal law, rule, or regulation shall be deemed sufficient for meeting the intent of this section. Section 28. Sponsorship, Logo, Copyrights and Right to Data Any and all articles, technical papers, symposium papers, web design materials, products or other documents from the deliverables (hereby referred as "materials") produced and/or developed, as part of the deliverable requirements, under this contract, must have prior approval from the FDDC of such "materials" before being printed, used, released, and/or distributed. This includes all aspects of the publicity before the "materials" are submitted for publication or presentation and before any publicity occurs. The "materials" must also meet the specifications found elsewhere in this contract. All "materials" resulting from Council funding under this contract shall bear the official Council logo and sponsorship language "This project is provided by the Florida Developmental Disabilities Council, Inc., supported in part by grant numbers 1901FLSCDD-01 and 2001FLSCDD-01 from the U.S. Administration for Community Living, Department of Health and Human Services, Washington, D.C. 20201. Grantees undertaking projects with government sponsorship are encouraged to express freely their findings and conclusions. Points of view or opinions do not, therefore, necessarily represent official ACL policy." Contractor grants to Council an irrevocable, royalty -free, non -transferable, non-exclusive right and license to use, reproduce, make derivative works, display, and perform publicly any copyrights or copyrighted material (including any computer software and its documentation and/or databases) first developed and delivered under this Contract solely for the purpose of and only to the extent required to meet Council's obligations to the Federal Government under its Prime Award. Contractor grants to Council the right to use data created in the performance of this Contract solely for the purpose of and only to the extent required to meet Council's obligations to the Federal Government under its Prime Award. The Council grants the Contractor permission to use information from the contract for publication as long as the Council and the U.S. Department of Health and Human Services are acknowledged in accordance with the Council's Style Guide. The provider must seek written permission from the Council to change, alter, edit or revise original writing, sound recording, pictorial reproductions, drawings or other graphic representation and works of any similar nature, of Council approved materials. Section 29. Waiver The delay or failure by FDDC to exercise or enforce any rights under the Contract shall not constitute a waiver of such rights. This initiative is sponsored by the United States Department nl'Heulth unct Human Sort ices ictmir:isircrtiorr on Intellectual and Developmenral Disabilities and the Florida Developmental Uisabilitrc:s (•uiox•rl Inr Contractor's initlats 28 U a� 0 a 0 .Q a� a� U 0 c 0 0 a U) U 0 U_ Packet Pg. 1620 16.D.20.a Objective 1.1, Activity #1 FDDC Contract #1045TRP20 Collier Area Transportation Voucher Replication Project Start Date: 11/02/2020 End Date: 09/30/2021 Section 30. All Terms and Conditions Included This contract, together with Exhibits A, B, D, E, F, and G and the terms and conditions contained in grant documents no. 1901 FLSCDD-01 and 2001 FLSCDD-01 contain the entire agreement of the parties. IN WITNESS WHEREOF, the parties execute this agreement on November 2, 2020, or the date on which the contract has been signed by both parties, whichever is later, and shall end on September 30, 2021. Florida Developmental Disabilities Council, Inc. Valerie Breen, Executive Director Collier Area Transit Burt L. Saunders, Chairman Board of County Commissioners; Collier County, Florida ATTEST CRYSTAL K. KINZEL, CLERK BY; Date Date Apprt)ved as to form and legality Assistant County Attorney This initiative is sponsored by the United States Department of Healih and Human Services Administration on Intellectual and Developmental Disabilities and the Florida Developmental Disabilities Onencil, hrr Contractor's initials 29 a� a E 0 a U r E a a Packet Pg. 1621 16.D.20.a Objective 1.1, Activity #1 FDDC Contract #1045TRP20 Collier Area Transportation Voucher Replication Project Start Date: 11/02/2020 End Date: 09l3012021 EXHIBIT A General Requirements Pursuant to Funding Because this contract contains federal funds, the Contractor shall comply with the following provisions of each federal regulation, to the extent applicable; Department of Health and Human Services- 45 CFR, Part 16 -- Procedures of the Departmental Grant Appeals Board; 45 CFR, Part 30 -- Claims Collection; 45 CFR, Part 76 --Debarment and Suspension from Eligibility for Financial Assistance (Non procurement); 45 CFR, Part 80 -- Nondiscrimination Under Programs Receiving Federal Assistance Through the Department of Health and Human Services Effectuation of Title VI of the Civil Rights Act of 1964; 45 CFR, Part 81 -- Practice and Procedure for Hearings Under Part 80 of This Title; 45 CFR, Part 84 -- Nondiscrimination on the Basis of Handicap in Programs and Activities Receiving Federal Financial Assistance; 45 CFR Part 85 --Nondiscrimination on the Basis of Handicap in Programs or Activities Conducted by the Department of Health and Human Services; 45 CFR, Part 86 -- Nondiscrimination on the Basis of Sex in Education Programs and Activities Receiving or Benefitting from Federal Financial Assistance; 45 CFR, Part 87 — Equal Treatment for Faith -Based Organizations; 45 CFR, Part 91 -- Nondiscrimination on the Basis of Age in HHS Programs or Activities Receiving Federal Financial Assistance; 45 CFR, Part 92 -- Uniform Administrative Requirements for Grants and Cooperative Agreements to State and Local Governments; 45 CFR, Part 93 -- New Restrictions on Lobbying; 45 CFR, Part 97 -- Consolidation of Grants to the Insular Areas; 45 CFR, Part 100 -- Intergovernmental Review of Department of Health and Human Services Programs and Activities; 45 CFR, Part 1385 -- Requirements Applicable to the Developmental Disabilities Program; 45 CFR, Part 1386 -- Formula Grant Program; "The Transparency Act" (as defined in 2 CFR Part 170). The following award term is hereby adopted and incorporated herein by reference as if fully set forth herein: Transparency Act Requirements; Awards under these programs are included under the provisions of P.L. 109-282, the "Federal Funds Accountability and Transparency Act of 2006" (FFATA). Under this statute, FDDC is required to report information regarding executive compensation and all sub -grants, contracts and subcontracts in excess of $25,000 through the (Federal Sub -award Reporting System) and in accordance with the terms found in Federal regulations at 2 CFR Part 170, including Appendix A; 2 CFR 25.110-Data Universal Number System (DUNS) Numbers. 2. Because this contract contains federal funds and if this contract is over $150,000, the Contractor shall comply with all applicable standards, orders, or regulations issued under the Clean Air Act, as amended (42 U.S.C. ss. 7401, et seq.), and particularly s, 306 of that Act (42 U.S.C. s, 7606); the Federal Water Pollution Control Act, as amended (33 U.S.C. ss. 1251, et seq.), and particularly s. 508 of that Act (33 U.S.C. s. 1368); Executive Order 11738; and Environmental Protection Agency regulations (40 CFR, Part 32). The Contractor shall report any violations of the above to the Council's contract manager. 3. If this contract contains federal funding in excess of $100,000, the Contractor must, prior to contract execution, complete the Certification Regarding Lobbying, DDC Form 96-03 (Exhibit G), If a Disclosure of Lobbying Activities form, federal Standard Form LLL, is required, it may be obtained from the Council's contract manager. All disclosure forms This initiative is sponsored by the Ufaited Stares Deparrment ol'Health and Human Services ,tdmimvwation on Intellecrual and Developmental Disabilities and the Ftot•ida Developmental Disabilities Council, Inc Contractor's initials 10 U a� 0 a 0 .Q a� a� U 0 c 0 0 a U) c U 0 U_ ti- 0 ti M Packet Pg. 1622 16.D.20.a Objective 1.1, Activity #1 FDDC Contract #1045TRP20 Collier Area Transportation Voucher Replication Project Start Date: 11/02/2020 End Date: 09/30/2021 as required by the Certification Regarding Lobbying form must be completed and returned to the contract manager. 4. If this contract contains federal funds of $10,000, or more, or if it is anticipated the Contractor will enter contracts within the ensuing 12 month period in which the combined federal funding is $10,000, or more, the Contractor shall comply with Executive Order 11246 of September 24, 1965, entitled Equal Employment Opportunity; as amended by Executive Order 11375 of October 13, 1967; and the requirements of 41 CFR, Chapter 60, Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor. Further, in accordance with 41 CFR s. 60-1.4(d), the Equal Opportunity Clause set forth in Executive Order 11246 of September 24, 1965, and codified at 41 CFR s. 60-1.4(a), is hereby incorporated and made a part of this contract as if fully set forth herein. FURTHERMORE, Contractor expressly agrees to adhere to the following provisions, as required pursuant to funding received from FDDC: 1. Americans with Disabilities Act (ADA). The ADA prohibits discrimination by public and private entities on the basis of disability in, among other things, employment, public accommodations, transportation, State and local government services, and in telecommunications. The Contractor agrees to comply with the Americans with Disabilities Act, P.L. 101-336, 42 U.S.C. ss. 12101 et seq., to the extent applicable, in fulfilling the terms of this contract. l 2. Activities Abroad Contractor agrees that with regard to this agreement, any contracted activities carried on outside the United States are coordinated as necessary with appropriate government authorities and the appropriate licenses, permits, or approvals are obtained. 3. Civil Rights Act of 1964 (Title VI); Age Discrimination Act of 1975; Education Amendment of 1972 (Title IX); Rehabilitation Act of 1973 (Section 504) Contractor will comply with all Federal statutes relating to nondiscrimination. These include but are not limited to: (a) Title VI of the Civil Rights Act of 1964 (P.L. 88-352) which prohibits discrimination on the basis of race, color or national origin; (b) Title IX of the Education Amendments of 1972, as amended (20 U.S.C.§§1681- 1683, and 1685- 1686), which prohibits discrimination on the basis of sex; (c) Section 504 of the Rehabilitation Act of 1973, as amended (29 U.S.C. §794), which prohibits discrimination on the basis of handicaps; (d) the Age Discrimination Act of 1975, as amended (42 U. S.C. §§6101-6107), which prohibits discrimination on the basis of age; (e) the Drug Abuse Office and Treatment Act of 1972 (P.L. 92-255), as amended, relating to nondiscrimination on the basis of drug abuse; (f) the Comprehensive Alcohol Abuse and Alcoholism Prevention, Treatment and Rehabilitation Act of 1970 (P.L. 91-616), as amended, relating to nondiscrimination on the basis of alcohol abuse or alcoholism; (g) §§523 and 527 of the Public Health Service Act of 1912 (42 U,S.C. §§290 dd-3 and 290 This initiative is sponsored by the United States Department of Heallh and Humon Services 4dmini.Firation art Inrelleetual and Developmental Disabilities crud the Florida Developmental Disabilities ('ouncil, Inc. Contractor's initials U a� 0 a 0 .Q a� L U 0 c 0 0 a U) L U 0 0 U_ ti- 0 ti M Packet Pg. 1623 16.D.20.a Objective 1.1, Activity #1 FDDC Contract #1045TRP20 Collier Area Transportation Voucher Replication Project start Date: 11102/2020 End Date: 09/30/2021 ee3), as amended, relating to confidentiality of alcohol and drug abuse patient records; (h) Title VIII of the Civil Rights Act of 1968 (42 U.S.C, §§3601 et seq.), as amended, relating to nondiscrimination in the sale, rental or financing of housing; (i) any other nondiscrimination provisions in the specific statute(s) under which application for Federal assistance is being made; and, Q) the requirements of any other nondiscrimination statute(s) which may apply to the application. 4. Controlled Substances Contractor agrees that it shall not knowingly use funds provided under this agreement to support activities that promote the legalization of any drug or other substance included in Schedule I of the schedule of controlled substances established by section 202 of the Controlled Substances Act, 21 U.S.C. 812. 5. Human Rights The Contractor assures that the human rights of all persons with developmental disabilities (especially those without familial protection) who are receiving treatment, services or habilitation under programs assisted under this title, will be protected consistent with P.L. 88-164, Title I, s. 110, as amended, 42 U.S.C, s. 6009, the federal Developmental Disabilities Assistance and Bill of Rights Act, and s. 393.13, Fla. Stat., Florida's Bill of Rights of Persons with Developmental Disabilities. 6. Restrictions on Abortion and on Distribution of Sterile Needles Contractor agrees that it shall not use funds provided under this agreement for an abortion. Further, Contractor agrees that funds shall not be used to carry out any program of distributing sterile needles or syringes for hypodermic injection of any illegal drug, 7. U.S. Flag Air Carrier Contractor agrees that as it pertains to the services provided under this agreement, U.S. flag air carriers shall be used to the maximum extent possible when commercial air transportation is the means of travel between the United States and a foreign country or between foreign countries. 8. U.S. Patriot Act; Public Health Security & Bioterrorism Preparedness & Response Act Contractor will comply with the Uniting and Strengthening America by Providing Appropriate Tools Required to Intercept and Obstruct Terrorism Act (USA Patriot Act) amending 18 U.S.C. 175-175c.; The Public Health Security and Bioterrorism Preparedness and Response Act of 2002, 42 U.S.C. 201. 9. Trafficking Victims Protection Act Contractor/Consultant will comply with the requirements of Section 106(g) of the Trafficking Victims Protection Act (TVPA) of 2000, as amended (22 U.S.C. 7104) which This initiative is sponsored by the Lrnired States Department nJ Health aru! Human Services Administration on Intellectual and Developmental Disabilities and the Florida Developmental Disabilities Council, Inc Contractor's initials 32 U A) 0 L a c 0 r .Q a� L U 0 c 0 0 a U) c U 0 U_ ti- 0 ti M Packet Pg. 1624 16.D.20.a Objective 1.1, Activity 91 FDDC Contract #1045TRP20 Collier Area Transportation Voucher Replication Project Start Date: 11/02/2020 End Date 0913012021 prohibits contractor/consultant from (1) engaging in severe forms of trafficking in persons during the period of time that this agreement is in effect; (2) procuring a commercial sex act during the period of time that this agreement is in effect; or (3) using forced labor in the performance of the contracted services under this agreement. 10.Gun Control — Consolidation Appropriations Act, 2017, Pub. L. 115-31, Section 217 None of the funds made available under this agreement may be used in whole or in part to advocate or promote gun control, 11.SAMIDUNS Requirements Contract shall adhere to all requirements of the Federal System for Award Management as set forth in the Certification filed with FDDC as part of the procurement submittal attached hereto. 12,Anti-Lobbying under the Consolidated Appropriations Act, 2017. Pub. L., 115-31, Section 503 a. No part of any appropriation contained in this Act or transferred pursuant to section 4002 of Public Law 111-148 shall be used, other than for normal and recognized executive legislative relationships, for publicity or propaganda purposes, for the preparation, distribution, or use of any kit, pamphlet, booklet, publication, electronic communication, radio, television, or video presentation designed to support or defeat the enactment of legislation before the Congress or any state or local legislature or legislative body, except in presentation to the Congress or any state or local legislature itself, or designed to support or defeat any proposed or pending regulation, administrative action, or order issued by the executive branch of any state or local government, except in presentation to the executive branch of any state or local government itself. b• No part of any appropriation contained in this Act or transferred pursuant to section 4002 of Public Law 111-148 shall be used to pay the salary or expenses of any grant or contract recipient, or agent acting for such recipient, related to any activity designed to influence the enactment of legislation, appropriations, regulation, administrative action, or Executive order proposed or pending before the Congress or any state government, state legislature or local legislature or legislative body, other than for normal and recognized executive -legislative relationships or participation by an agency or officer of a state, local or tribal government in policy -making and administrative processes within the executive branch of that government. c. The prohibitions in subsections (a) and (b) shall include any activity to advocate or promote any proposed, pending or future federal, state or local tax increase, or any proposed, pending, or future requirement or restriction on any legal consumer product, including its sale or marketing, including but not limited to the advocacy or promotion of gun control. This inioalive is .sponsored by the (haired Sfales Admirristratiorr on Intellectual and Develolmienral Disabilties and the h1orida Developmental Disabilities Corrracil, Inc Contractor's initials U a� 0 L 0 r .Q a� L U 0 c 0 0 a rn U 0 U_ ti- 0 ti M Packet Pg. 1625 16.D.20.a Objective 1.1, Activity #1 Collier Area Transportation Voucher Replication Project FDDC Contract #1045TRP20 Start Date: 11/02/2020 End Date: 09/30/2021 If contract amount is over $100,000.00 then the additional provision applies: 13. Byrd Anti -lobbying Amendment Contractors who apply or bid for an award of $100,000 or more shall file the required certification. Each tier certifies to the tier above that it will not and has not used Federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a member of Congress, officer or employee of Congress, or an employee of a member of Congress in connection with obtaining any Federal contract, grant, or any other award covered by 31 U.S.C. § 1352. Each tier shall also disclose any lobbying with non -Federal funds that takes place in connection with obtaining any Federal award. Such disclosures are forwarded from tier to tier up to the recipient. If contract amount is over $150,000.00 then the additional provision applies: 14.Clean Air Act (42 U.S.C. 7401-7671q.) and the Federal Water Pollution Contract Act (33 U.S.C. 1251-1387) as amended The Contractor agrees to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act, as amended, 42 U.S.C. § 7401 et seq. and Federal Water Pollution Control Act, as amended, 33 U.S.C. 1251 et seq. 34 This initiative is sponsored by the United States Department gl'Health and Human Services Administration on Intelleclual and Developmental Disabilities and the Florida Developmental disabilities Council. Inc. Contractor's initials Packet Pg. 1626 16.D.20.a Objective 1.1, Activity #1 Collier Area Transportation Voucher Replication Project FDDC Contract #1045TRP20 Start Date: 11/02/2020 End Dater 09/30/2021 e Florida Developmental Disabilities Cou nti I. Im 124 Marriott Drive, Suite 203, Tallahassee, Florida 32301-2981, (850) 488-4180, FAX (850) 922-6702, TDD (850) 488-0956 EXHIBIT B FDDC Contract Number #1032TRP20 Cost Reimbursement Collier County Board of County Contract Period: November 02, 2020 to September 30, 2021 Commissioners, Collier Area Transit Period Covered This Report: to 8300 Radio Road Naples, Florida 34104 Total Match Match to Date Remaining Match NIA NIA NIA Line Item I Budgeted Amount . Expenditure this Total Expenditure To Remaining Report Period I Date I Balance Transportation Provider Payments $131,790.83 Personnel Salary and Fringe $13,209.17 — Grant Coordinator @ 0.10 FTE _ $5,593.12 — Grant Accountant @ 0.10 FTE _ $5,586.83 —Overall Fringe = $2,029.17 Marketinq $5,000 Total 1 $150.000 = 1 fi —1 Reimbursement Requested PROVIDER CERTIFICATION: I certify that the above report is a For Florida Developmental Disabilities Council t-se Only true and correct reflection of this period's activities, services and deliverables related to the above referenced contract. Received at FDDC: Documentation supporting this report is on file in my office. Deliverable Acceptable: 0 Yes ❑ No Signature of Provider Agency Official Date Typed or Printed Name and Title of Agency Official Federal Employment Id Number: 59-6000559 Phone Number: (239) 252-3269 PDD(: Form 07-01 Programmatic Staff Signature,Date Invoice Acceptable and Certified for Payment: ❑Yes ❑ No Grants and Contracts Manager Signature/Date Data Entry Payment Account: Check Number. Amount Amount Date Entered: Date Issued: By: By: This initiative is sponsored hy the United States Department of Healih and Human Services Administration on Intellectual and Developmental Disabilities and the Florida Developmental Disahili¢iF v C)wicil, hic Contractor's initials Packet Pg. 1627 16.D.20.a Objective 1.1, Activity #1 Collier Area Transportation Voucher Replication Project CbF tar I A . dl Dlawgl[111 �a [eueeu tat 124 Marriott Drive. Suite 203 Tallahassee. FL32301 803-580-7801 Toll Free ATTACH ORIGINAL RECEIPTS See olv faraddrianafinfamalcon FDDC Contract #1045TRP20 Start Date: 11/02/2020 End Date. 09/30/2021 Exhibit D Travel Reimbursement Payee Arddrl-s Address Phone Purpose ' Signature required at bottom of forfn Gate (f+1 tr1 �T: G:YYj Trip -Ori in Trip- De=-fnation ini Uelparled IFFlnlda, Pd-­ aMr; Time Returned i:aMd., I :—v: r Section 8: Reimbursement for Automobile Use -Choose ONE of the OPTIONS Torai r 0PTIOfl1-Ren,ACar-A:tarhReceipts o RerltalCdr S 5 S S S S H Fuel IS is S e ©P'nON 2-Use your Persip"I Vehicle and get reimbursed using the standard mileage rate- T Number of miles eer da ¢ _u tcta; mr es S n Sub -Total for Section B $ 5 S $ $ S Aaiare,TrainlBus NotellLcdging S ; 5 Taxi=Shurle 5 5 S Parking 5 S Tolls 43 without receipts per roandtri S S S Pcrtape ($10 per round trip) ; S Special Assistance Portage (up to $10 per day math explanation) S S 15PGAJR ; esple ncurTe (Attach Invoice) p Yv, ❑ Y_s /y 13 YCb © Yes a Ye•+ Sub -Total for Section C S 5 S S ; 5 Breakfast{S1Gj S S S Lurioh 510 < Qinner(S20) S ,. 5 Sub-Tata1 for Section 0 ; 5 S S S 5 Tofai Total Per Day Total Per Day Tufal Per Omit Total Per pay Total (Sum of Sections �Lc & D Sub -Total 5 S 3 3 S S For Inrernaf Use On!y Pro A -cvaL Cate Prepared ky AD=Jnt State Pan Obj, s Revtsmed by Cttief Financial Offic$rAppmval: Date I her--y certify cf affirm and dezWe tha"hs daim far virrbu srnent is true an correct in every ma:e-ial matter: that :le expenses were actually incurred by me or alloyed ,r. a:amance vrSh Goviol travel policy as necessary in the performance of CCunol Business; and that Lhese expenses hide not and call not be reir bused by arcther agency or entity. Travelers Signawre Date Foam Ohol ulm Racked Jan 2C2C This initiative is sponsored by the United States Department of Health and Human Services Adrninistration on Intellectual and Developmental Disabilities and the Florida Developmental Disabilitiec Corowd. Inc. Contractor's initiak i6 Packet Pg. 1628 16.D.20.a Objective 1 1, Activity #1 Collier Area Transportation Voucher Replication Project Exhibit E FDDC Contract #1045TRP20 Start Date: 11/02/2020 End Date. 09/30/2021 Systems Change Performance Measures (Systems Change Projects Only) Reporting Period: to SC 1.1 The number of policy and/or procedures created or changed. Targeted: Achieved: Narrative Explanation of Number Reported: SC 1.2 The number of statute and/or regulations created or changed. Targeted: Achieved: Narrative Explanation of Number Reported: 37 SC 1.3.1 The number of promising practices created. Targeted:3 Achieved: Narrative Explanation of Number Reported: SC 1.3.2 The number of promising practices supported through Council activities. Targeted:3 Achieved: Narrative Explanation of Number Reported: This initiative is sponsored b)� the t;nited States Department of Health and Hunan Services Administration on Intellectual and Developmental Disabilities and the Florida Developmental Disabiliries CawlV 'll, lxc. Contractor's initials Packet Pg. 1629 16.D.20.a Objective 1.1, Activity 91 Collier Area Transportation Voucher Replication Project SC 1.3.3 The number of best practices created. Targeted: Achieved: Narrative Explanation of Number Reported: SC 1.3.4 The number of best practices supported through Council activities. Targeted: Achieved: Narrative Explanation of Number Reported: FDDC Contract #1045TRP20 Start Date: 11/02/2020 End Date. 09130/2021 SC 1,4 The number of people trained or educated through Council systemic change initiatives. Targeted: 50 Achieved: Narrative Explanation of Number Reported: ;g SC 1.5 The number of Council supported systems change activities with organizations actively involved. Targeted:1 Achieved: Narrative Explanation of Number Reported: SC 2.1.1 The number of policy, procedure, statute, or regulation changes improved as a result of systems change. Targeted: Achieved: Narrative Explanation of Number Reported: This initiative is sponsored by the United States Department gjHealih and Human Services Administration on Intellectual and Developmental Disabilities and the Florida Developmental Disabilities C'otrnril. Inc Contractor's initials Packet Pg. 1630 16.D.20.a Objective 1.1, Activity #1 Collier Area Transportation Voucher Replication Project FDoC Contract ##1045TRP20 Start Date 11/02/2020 End Date: 0913012021 SC 2.1.2 The number of policy, procedure, statute, or regulation changes implemented. Targeted: Achieved: Narrative Explanation of Number Reported: SC 2.1.3 The number of promising and/or best practices improved as a result of systems change activities. Targeted:3 Achieved: Narrative Explanation of Number Reported: SC 2.1.4 The number of promising and/or best practices that were implemented. Targeted:3 Achieved: Narrative Explanation of Number Reported: 19 This initiative is sponsored by the United States Department of Health and Human Services Administration on Intellectual and Developmental Disabilities and the Florida Developmental Disabilities Co!wri i. Inc. Contractor's initials U a) 0 L i_ 0 .Q a� L z U 0 c 0 0 a U) c U U_ Packet Pg. 1631 16.D.2O.a Objective 1.1. Activity #1 FDDC Contract #1045TRP20 Collier Area Transportation Voucher Replication Project Start Date: 11/02/2020 End Date: 09/30/2021 Exhibit F (Not Applicable for Systems Change Projects) U a� 0 L r (i .Q N� L U `O t_ L 0 Q L U 40 ti- 0 ti M This initiative is sponsored by the Unrted States Department of Health and Human Services Administration on Intellectual and Developmental Disabilities and the Florida Developmental Disabilities Council. Inc. Contractor's initials Packet Pg. 1632 16.D.20.a Objective 1.1. Activity #1 FDDC Contract #1045TRP20 Collier Area Transportation Voucher Replication Project Start Date: 11/02/2020 End Date: 09/30/2021 Exhibit G LOBBYING - 31 U.S.C. 1352 Additional citation: APPENDIX II, 2 CFR PART 200--CERTIFICATION REGARDING LOBBYING Certification for Contracts, Grants, Loans, and Cooperative Agreements (To be submitted with each bid or gfj`er exceeding $100,000) The undersigned [Contractor] certifies, to the best of his or her knowledge and belief, that: l . 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 employee of an 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. If any funds other than Federal appropriated funds have been paid or will be paid to any person for making lobbying contacts to 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 [as amended by "Government wide Guidance for New Restrictions on Lobbying," 61 Fed. Reg. 1413 (1/19/96). Note: Language in paragraph (2) herein has been modified in accordance with Section 10 of the Lobbying Disclosure Act of 1995 (P.L. 104-65, to be codified at 2 U.S.C. 1601, et seq.)] 3. The undersigned shall require that the language of this certification be included in the award documents for all subawards at all tiers (including subcontracts, subgrants, and contracts under grants, loans, and cooperative agreements) and that all subrecipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by 31, U.S.C. § 1352 (as amended by the Lobbying Disclosure Act of 1995). 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. [Note: Pursuant to 31 U.S.C. § 1352(c)(1)-(2)(A), any person who makes a prohibited expenditure or fails to file or amend a required certification or disclosure form shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such expenditure or failure.] The Contractor, , certifies or affirms the truthfulness and accuracy of each statement of its certification and disclosure, if any, In addition, the Contractor understands and agrees that the provisions of 31 U.S.C. A 3801, el seq., apply to this certification and disclosure, if any. Signature of Contractor's Authorized Official Name and Title of Contractor's Authorized Official Date This initiative is sponsored by the United Stares Department of'Health and Human Services Administration on Intellectual and Developmental Disabilities and the Florida Developmental Disabilities Council. hic Contractor's initials 41 m 0 L a a 0 d L d z 0 c 0 0 r- 0 0. rn C M v U- Packet Pg. 1633 16.D.20.b F l o r i d a Developrrrental db Disabilities countil.lrK Title: Transportation Voucher Replication Projects Sole Source Application Sections for Offeror to Complete Section 1: Offeror Contact Information Name of organization: Collier County Board of County Commissioners (Collier Area Transit) Address: 8300 Radio Road — Naples, Florida 34104 Phone number: 239-252-5841 Primary Offeror Contact Name (Contact with authority to sign contract): Michelle Arnold Title: Director Email address: Michel le.Arnold@colliercountyfLgov Tax Identification Number (TIN): 59-6000558 DUNS Number: 076997790 Section 2: Organizational Capacity to Meet the Scope of Work and Services to be Provided The proposer must complete Form #6, Transportation Voucher Replication Project Work Plan, provided as a separate, editable document to describe their unique plans for implementing the scope of work, timeframes for completing the scope of work, and staff and/or transportation providers who will perform the scope of work. Section 3: Key Staff Affiliated with the Project Name of Primary Point of Contact for all work to be performed: Omar DeLeon Title: Transit Manager Address: 8300 Radio Road — Naples, Florida 34104 Phone Number: 239-252-4996 Email Address: Omar.Deleon@colliercountyfl.gov Name of Representative for Financial Records: Blanca Aquino Luque Title: Accounting Supervisor Address: 3339 East Tamiami Trail, Building H., Suite 211, Naples, FL 34112 Phone Number: 239-252-4236 Email Address: Blanca.aquinoluque@colliercountyfl.gov Address where financial records are physically maintained if different from address for representative for financial records: Name of contact for invoices for the purpose of mailing payments: Caroline Soto Title: Management & Budget Analyst Address: 8300 Radio Road — Naples, Florida 34104 Phone Number: 239-252-3269 Email Address: Caroline.Soto@colliercountyfl.gov Page 1 of 12 Packet Pg. 1634 16.D.20.b Name of contact responsible for signing invoices for payments: Michelle Arnold Title: Director Address: 8300 Radio Road — Naples, Florida 34104 Phone Number: 239-252-5841 Email: Michelle.Arnold@colliercountyfl.gov Names, titles, and contact information for all other staff or contractual personnel who will implement the scope of work to be performed under this project: Braian Morales, General Manager — MV Transit 8300 Radio Road — Naples, Florida 34104 239-252-4983 Section 4: Budget Provide an all-inclusive cost to conduct work and a brief budget narrative using the attached format on page three. Indirect cost cannot exceed ten percent (10%) of total salary and fringe benefits unless the entity has an approved federally recognized negotiated indirect cost rate in accordance with the Uniform Guidance. Calculate total hours to complete work and provide an hourly rate and total of hours for each team member involved. The budget narrative should explain and demonstrate that each entry on the line item budget is allowable, reasonable, and necessary. The funds requested from FDDC must remain within the identified range of available funding of $150,000 per county or area (e.g., consortium of counties). The budget and budget narrative must present a cost- effective funding level for achieving the purpose of the project. Costs must be in accordance with 2 CFR Part 200 Uniform Administrative Requirements, Cost Principles, and Audit Requirements of Federal Awards (Uniform Guidance) https://www.gpo.gov/fdsys/pkg/CFR-2017-title2-voll/xml/CFR-2017-title2-voll-part200-subpartE.xml. All proposed budget items and amounts are subject to final approval. Section 5: Mandatory Forms and Information Provide completed required Forms 1, 2, 4, and 5 with an original signature and date for each form. Section 6: Summary of Information to be Provided • General information described in Section 1 found on page 1. • Completed Form #6, Work Plan, described in Section 2 and included as a separate attachment. • Completed information as described in Section 3 found on pages 1 and 2. • Completed budget with narrative as described in Section 4 and found on page 3. • Completed Form #1 found on page 6. • Completed Form #2 found on page 7. • Completed Form #4 found on page 9. • Completed Form #5 found on page 11. Page 2 of 12 Packet Pg. 1635 16.D.20.b BUDGET REQUEST FORMAT BUDGET ITEM FDDC REQUESTED BUDGET NARRATIVE FUNDS Salary $11,180 The Grant Coordinator (0.10 FTE) for 4 hours per week at $26.89 per hour for a total year cost of $5,593.12 will provide program administration, compliance review, project support, financial review and oversight of the program to ensure program compliance with applicable guidelines. The grant coordinator will also be responsible for the accuracy of grant reporting. The Grant Accountant (0.10 FTE) for 4 hours per week at $26.86 per hourfor a total year cost of $5,586.88 will oversee all fiscal aspects of the grant funds including the preparation and submission of invoices to the grantor agency. The Grant Accountant will also ensure compliance with all other legal requirements of the grant and audit requirements. In addition, Collier County's Office of Budget and Management has a dedicated office and staff to oversee single audit compliance of all grants awarded to the County and hand -in - hand with PTNE to implement standard countywide protocols and internal controls. Benefits $2,029.17 Collier County budget instruction manual identifies social security and Medicare (FICA) costs to be calculated at a rate of 7.65% (1.45% for Medicare and 6.20% for Social Security) of each employee's salary. Retirement is also available to full time employees and calculated at 10.50%. Benefit rates are standard for all employees and coincides with acceptable IRS standards. Total year cost benefits for the for the grant coordinator and grant accountant is calculated at $11,180 * 18.15%for a total year cost of 2,029.17. Transportation $131,790.83 These funds will be used to pay the provider for each trip Provider Payments successfully completed. Marketing (i.e., $5,000 These funds will be used to inform eligible users of the new design and printing) program and build awareness and promote the use of the of Outreach service. Materials Indirect Costs $0 NA Other: Describe any $0 NA other budget items listed. TOTAL $ 150,000 m 0 d c 0 c� Q m `m t 0 c 0 r 0 r- 0 a c 0 LL r U u_ ti 0 ti M .r a Page 3 of 12 Packet Pg. 1636 16.D.20.b Mandatory Terms and Conditions for Procurement 1. Certification of Disbarment and Suspension: Authorized signature required on Form #1. 2. Conflict of Interest: Authorized signature required on Form #2. 3. Cone of Silence: Not Applicable 4. Indemnification and Hold Harmless: Authorized signature required on Form #4. 5. Self -Assessment of Risk: Completed self -assessment with authorized signature required on Form #5. 6. Termination: a. Termination at Will. This contract 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 contract 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, 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 contract 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 contract 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 contract. The provisions herein do not limit the Council's right to remedies at law or in equity, or to damages. 7. Records and Documentation: a. The provider shall keep and maintain public records required by public records laws for a minimum of three (3) years following the end date of the contract. b. Upon request from the Council, the provider will provide a copy of the requested records or allow the records to be inspected or copied within a reasonable time, at a cost that does not exceed the guidelines of Chapter 119, Florida Statutes. c. The provider shall ensure the public records that are exempt or confidential and exempt from public record disclosure requirements are not disclosed, except as authorized by law for the duration of the contract term and following completion of the contract if the contractor does not transfer the records to the Council. d. The provider shall not use or disclose any information concerning a recipient of services under this contract for any purpose not in conformity with state regulations and federal law or regulations (45 CFR s. 205.50), except upon written consent of the recipient, or the responsible parent or guardian when authorized by law. e. The provider is responsible for maintaining documentation of all tasks and deliverables under this contract. Records and documentation of events sponsored under this contract include, but are not limited to, the agendas, meeting minutes, conference calls, Best Practices Manual, brochures, handouts, sign -in sheets, evaluations, survey reports, and documentation of printed materials. f. The provider agrees to retain all records of individuals receiving services, financial records, supporting documents, statistical records, and any other documents (including electronic storage media) pertinent to this contract for a period of three (3) years after termination of the contract, or if any audit has been initiated and audit findings have not been resolved at the end of three (3) years, the records shall be retained until resolution of the audit findings. The provider will cooperate with the Council to facilitate the duplication and transfer of any said records or documents during the required retention period. g. Upon completion of the contract, the provider may transfer, at no cost, to the Council all public records Page 4 of 12 Packet Pg. 1637 16.D.20.b in possession of the provider or keep and maintain public records required by the public agency to perform the service. If the provider transfers all public records to the Council upon completion of the contract, the provider shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the provider keeps and maintains public records upon completion of the contract, the provider shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the public agency, upon request from the Council's custodian of public records, in a format that is compatible with the information technology systems of the Council. §119.0701(2), F.S. 8. Nondiscrimination Policy: a. All contractors who are the recipients of FDDC's funds or who propose to perform any work or furnish any goods under agreements with FDDC, shall agree to these important principles: i. Contractors will not discriminate against any employee or applicant for employment because of race, religion, color, sexual orientation, or national origin, except where religion, sex, or national origin is a bona fide occupational qualification reasonably necessary to the normal operation of the contractors. ii. Contractors agree to post in conspicuous places, available to employees and applicants for employment, notices setting forth the provisions of this nondiscrimination clause. Notices, advertisements, and solicitations placed in accordance with federal law, rule, or regulation shall be deemed sufficient for meeting the intent of this section. 9. Trafficking Victims Protection Act (TPVA) of 2000, as amended (22 U.S.C.7104): Provider will comply with the requirements of Section 106(g) of the Trafficking Victims Protection Act (TVPA) of 2000, as amended (22 U.S.C. 7104) which prohibits contractor/consultant from (1) engaging in severe forms of trafficking in persons during the period of time that this agreement is in effect; (2) procuring a commercial sex act during the period of time that this agreement is in effect; or (3) using forced labor in the performance of the contracted services under this agreement. 10. Contracting with small and minority businesses, women's business enterprises, and labor surplus area firms: Provider will comply with the requirements of 2 CFR 200.321 to take all necessary affirmative steps to assure that minority businesses, women's business enterprises, and labor surplus area firms are used when possible. Page 5 of 12 Packet Pg. 1638 16.D.20.b FORM #1 CERTIFICATION REGARDING DEBARMENT, SUSPENSION, AND OTHER RESPONSIBILITY MATTERS This certification is required by the regulations (2 CFR Part 200, Appendix (II)(H)) implementing Executive Order 12549 and 12689, 2 CFR part 180, Section 180.355. As the duly authorized representative of the offeror, I certify, to the best of my knowledge and belief, that neither the offeror nor its principals: 1) Are presently excluded or disqualified; 2) Have been convicted within the preceding three years of any of the offenses listed in s.180.800(s) or had a civil judgment rendered again it for one of those offenses within the time period; 3) Is presently indicted for or otherwise criminally or civilly charged by a governmental entity (Federal, State or local) with commission or any of the offenses listed in s.180.800(s); or 4) Has had one or more public transactions (Federal, State, or local) terminated within the preceding three years for cause or default. OFFEROR NAME: Collier County Board of County Commissioners (Collier Area Transit) AUTHORIZED SIGNATURE: PRINTED NAME: Burt Saunders TITLE: Chairman ADDRESS: 3299 Tamiami Trail East Naples, Florida 34112 PHONE: 239-252-8097 E-MAIL: Burt.Saunders@colliercountvfl.gov DATE: October 27, 2020 Page 6 of 12 Packet Pg. 1639 16.D.20.b FORM #2 CONFLICT OF INTEREST DISCLOSURE FORM For purposes of determining any possible conflict of interest, all offerors, must disclose if any FDDC employee, appointed official, or if any of its agencies is also an owner, corporate officer, agency, or employee of their business. Indicate either "yes" (a FDDC employee, appointed official, or agency is also associated with your business), or "no". NO ✓ If yes, give person(s) name(s) and position(s) with your business. NAME(S) POSITION(S) U- ti 0 ti M OFFEROR NAME: Collier County Board of County Commissioners 77 (Collier Area Transit) N N AUTHORIZED SIGNATURE: 0 c 0 PRINTED NAME: Burt Saunders .Q TITLE: Chairman Q c ADDRESS: 3299 Tamiami Trail East Naples, Florida 34112 r 0 m E PHONE: 239-252-8097 t r w a E-MAIL: Burt.Saunders@colliercountyfl.gov DATE: October 27. 2020 Page 7 of 12 Packet Pg. 1640 FORM #3 16.D.20.b CONE OF SILENCE NOT APPLICABLE FOR SOLE SOURCE PROJECTS Page 8 of 12 Packet Pg. 1641 INDEMNIFICATION AND HOLD HARMLESS 16.D.20.b Offeror shall indemnify and hold harmless FDDC, its officers and employees from liabilities, damages, losses, and costs, including but not limited to attorney fees, to the extent caused by the negligence, recklessness, or intentional wrongful conduct of the Offeror and other persons employed or utilized by the Offeror in the performance of this Agreement. OFFEROR NAME: Collier County Board of County Commissioners (Collier Area Transit) AUTHORIZED SIGNATURE: PRINTED NAME: Burt Saunders TITLE: Chairman ADDRESS: 3299 Tamiami Trail Naples, Florida 34112 PHONE: 239-252-8097 E-MAIL: Burt.Saunders@col lie rcountyfLgov DATE: October 27. 2020 FORM # 5 SELF -ASSESSMENT OF RISK PURPOSE AND BACKGROUND Page 9 of 12 Packet Pg. 1642 The purpose of the Self -Assessment is to obtain an understanding of your organization's capacity to 16.D.20.b adequately document, record, track, and report expenditures of federal funds as well as evaluate your organization's risk of noncompliance with federal statutes, regulations, and the terms and conditions of the resulting subaward. The assessment of risk is a requirement for use of our federal funds. During the funding process, the Council will undertake a risk review for each organization being considered for funding under this sole source procurement opportunity. This review will consist of three components: (1) a self -assessment of risk completed by the applicant; (2) inherent risk assessment; and (3) an assessment of prior performance if the offeror has previously contracted with the Council. Based upon the following scale, an offeror will receive a rating of LOW, MODERATE, or HIGH for each applicable component. Please note that a rating of HIGH risk does not preclude the offeror from receiving the subaward. It will govern monitoring of the project. Score Rating Assessment 0-3 HIGH Requires intensive follow-up and may require action plan to address identified risks. Specific follow-up requirements will vary but may include contract conditions such as providing additional or more detailed financial and project reports; establishing additional prior approvals; or undergoing specific technical assistance. An action plan may be required to address specific areas of identified risk. 4-6 MODERATE May need improvement or technical assistance to improve identified risks. Specific follow-up requirements for improvement will vary but may include contract conditions such as periodically providing detailed financial and project reports; establishing prior approvals; or undergoing specific technical assistance. 7-12 LOW Indicates offeror's internal controls likely to reduce non-compliance or fraud. Requirements typically include standard contract conditions for providing detailed financial and project reports; prior approvals; or technical assistance. FORM #5 SELF -ASSESSMENT OF RISK INSTRUCTIONS: Each offeror MUST COMPLETE the following self -assessment questions and sign/date the form. 1 Does your organization have experience managing state or federal funds? NO Page 10 of 12 Packet Pg. 1643 2 Is the amount of the proposed funding less than 50% of your average revenues ®E NO for the last 24 months? 3 Does your organization have the capacity to operate on a cost reimbursement YE NO basis? 4 Is it a correct statement that your organization has not experienced a YE NO significant change in personnel or accounting systems within the past 12 months? 5 Does your organization have an annual audit? YE NO 6 Is it a correct statement that your organization is not under a corrective action YES QW plan as a result of audit or monitoring findings? 7 Is it a correct statement that your organization is not involved in active YE NO lawsuits or has not been made aware of any potential lawsuits? 8 Does your organization have a history of submitting timely deliverables? YE NO 9 Does your organization have a history of submitting timely and accurate fiscal YE NO reports? 10 Does your organization have an accounting system that will track receipts and YE NO expenditures by grant/contract? 11 Does your organization have the ability to record and track staff time incurred YE NO by project? 12 Does your organization have written policies and procedures for procurement, YE NO personnel, property, and subcontracts (if applicable)? To calculate your total score, count 1 point for each "Yes" response. Total = 11 /12 I have made a good faith effort to complete this Self -Assessment form. The information provided is correct, current, and complete to the best of my ability. I understand that any false or misleading responses are grounds for dismissal of this proposal, termination of the resulting subaward, and possible restrictions on future awards. I certify that my organization is currently not suspended or disbarred from doing business with the federal government. Collier County Board of County Commissioner — Collier Area Transit Offeror Name Signature of Authorized Representative of Offeror Date Burt Saunders, Board of County Commissioners Chairman Printed Name and Title Appendix A Definitions of Individuals with Intellectual and Developmental Disabilities Federal Definition: The term 'developmental disability' means a severe, chronic disability of an individual 5 years of age or older that: 1. Is attributable to a mental or physical impairment or combination of mental and physical impairments; 2. Is manifested before the individual attains age 22; Page 11 of 12 16.D.20.b Packet Pg. 1644 3. Is likely to continue indefinitely; 4. Results in substantial functional limitations in three or more of the following areas of major 16.D.20.b life activity; 1. Self -care; 2. Receptive and expressive language; 3. Learning; 4. Mobility; 5. Self -direction; 6. Capacity for independent living; and 7. Economic self-sufficiency. 5. Reflects the individual's need for a combination and sequence of special, interdisciplinary, or generic services, supports, or other assistance that is of lifelong or extended duration and is individually planned and coordinated, except that such term, when applied to infants and young children means individuals from birth to age 5, inclusive, who have substantial developmental delay or specific congenital or acquired conditions with a high probability of resulting in developmental disabilities if services are not provided. To be considered to be a person with an intellectual disability, the standard definition is a person who has limitations in adaptive skills, such as conceptual, social, and practical skills, and in intellectual functioning, typically an intelligent quotient (IQ) of 70 and below. State of Florida Definition based on Chapter 393.063, Florida Statutes and specific disabilities served by the Agency for Persons with Disabilities (APD): "Developmental disability" means a disorder or syndrome that manifests before the age of 18; and that constitutes a substantial handicap that can reasonably be expected to continue indefinitely. Specific disabilities include: • Intellectual disabilities (Full Scale IQ of 70 or below) • Severe forms of autism • Spina bifida cystica or myelomeningocele • Cerebral palsy • Prader-Willi syndrome • Down syndrome • Phelan-McDermid syndrome or • Individuals between the ages of 3-5 at high risk for a developmental disability Page 12 of 12 Packet Pg. 1645 CD N 0 CO (;oafoad uoi;eoijdeN aayonon uoi;e:podsueal 000d : LOL£4) OZ•4Z•O� uoi;eoijddv }ueaE) :;uewLj3e;;d V : L O ^u W O L a O V Q W CC L W \O r_ m L CL N m `L r Ln a, a) °' aJ 3 0 0 *� > .� L O O O -0 0 c0 > p L E + a) a) O> E N 0 0- N p i +J —_ O 10 N a) a) -p vi ++ Q Q �p N m -a >, Q p- C66� U ° a > +J E' a) O Q L L N 4- L O a) C -O L L U 0 a) L Q 4� v c) +� L +, 4� U 4� c) 40 a) O � O l0 + •L Q �. Ln 0 f6 7 of c c p C — —_ _ E a) U CA a) a) +J c +, {n +� O > o 3 .� t N U a) o a) L 0 ci ru O aJ N bA c .O L co N "a U 7 �-, U Ln " 0 .1-.+ O fo v�i 'O LJ " a) Y a) m C a) (B .O ci Q- p N tw p 7 a) U O i (B L Q n O fB O_— V — U Q V) aJ d tw CL CLW � Q O LJ Q O ? N m— _ lL6 4 L c Q 0 a) a--, U a) � i-� }+ L VI � CLO a) a1 Q a m c +� ,- t a— N O c 7 >. a) O u.� v E a E aci ra~ i t ti°Jo CL '> X X E a) a) O X , N N U a) +� •0 v k.0 a) Q a) Q Q Q u v a E v C L O L Q L Q X O U a) t O L _ aJ rn U (a (a a) > (a — to Q U a � ri ci cri � Sri C O v J aJ 0 f6 O i o r, N N O O N N i ( O 3 ++ u r o �O N — a) O V) O —_ U �+ Q U > V i V) (i) r 4L a) L 0 a O O? O .0 co ~ v a) � V)� L v (UL Q IB L N 4�n VI V1 (o 2 E L L L U ° a1 N 3 -p > c0) p O s v c cu c> t L L Oi u a) v ,°, E + Q. n a) 3 co O 41 - X p ai u+� v 0 N L a a1 L 0-a"' Q 'O O a) _ a) a) CLo c +� �o n Ln CL a) t > m m 3 Ln M CU V) _r- i -W O 41 .5 a-'' 0 L a) cr E L Q L O H ++ O c > F3 c Q U > U in U O_ v v-.c- a) a) o v CL c ° E a, N W , N fv1 Ln (UO 3 0 a V co r-i CD N 0 CO (;oafoad uoi;eoijdeN aayonon uoi;e:podsueal 000d : LOL£4) OZ'4Z'O� uoi;eoijddv }ueaE) :;uewLj3e;;d _ L 4- N Q i O -O v) 4) 3 4� a1 a1 4-1 3 0- o > C V)_ E v c v +' z o U +' o c o aJ O a1 v i i �4-1 O- Q v L1 O cLo c6 U Q= O U n3 > U 4-1 }1 }J L c d' O W f 6 a! O 7 Q w c�v of L E O (p N O O V v) aJ C j O v a) aJ 0� Q a) 7 Q C L .O :X -0 .O •c y U 7 U v) 'C U D O O Q� O .> O C Z o ra a1 v Q O O aJ t O D U t Q j Q C 0--o � u 3 U aii ri aJ G.0 o co H `° +-' co Q co a) > Q [6 C — N i U > m a) E ao O c ao .� i N c tiJ p o E c a) a E +� aJ v w 4- i> C dA m +' (6 '> 4 'X L O L p W O 4J _r>> aJ O O d 4 L 0 �> � C a) �� � O_ O� C M O t a) } � n C O � C U M O�� U 'a a) a) 0_0 m aJ t '� �Oj Q O U ra N W co o M ) B O O aJ � O aJ U " o '> a �: Q Q- -0 aJ c L C t v z > a m a) = +' u 3 m oA W 00 a M v L _ � L m CO ,C O a) 1 aJ > h.0 N O N �_ +' +N., j O U V) IA C N O O _ > -C >, i O Q 4--i N -Z 'n' U C C U O i l6 3 y rU 4-1 c 3+ Q a) + +� aJ -0� a Q •� C N O +, 3 C O O C aJ co L C U C n3 Q L aJ Q� O v s p p O a) i U a) U ` t w L "� O Q .Q- > f0 > M L +' �>, O �>, Q +' N f6 i N �_ 4> L aJ U E .- ,v a) N o v> f6 •� 7 .°� 'N 7 C v '> v> Q i 0> C Q U O C O O m 3 f6 a) a) O C as 7— vi 0 0 0 u O m O v co C N t f6 aJ O O C O> L= i 0 0 a) O O C i i C 0 �n U a -a -a 4, Q m O( 4, E> 4, U-- U H r6 H +, a U U s U U aJ a 3 a O u aJ 4- 0 2 v� � +c C L v o o o o o c �> o Q o E `a N > Q ' f6 (6 i O V1 N N •0 N MN O (6 U O O C 4-1 My >O U C i a) U 7 Q O Q p m o r Y CL u E Y a o v° �' v O o W L f6 v E v o oo c o +' v +' V) n o a- to a) C • +••� U . Q (n C > N > 7 0 0-0 " > o C L � C p� O v O 0 O 0 v O L 0 0 aj o a) N > a> o C o to a o �' >-0 E t�if N M L6 l0 d N g q a k (0� e|ao d uo|e� mjd eNieLjonOA ugm:podsuej 1 000]:LO E4 or4EoL uoie� mjd dv g:uew Lj3e nv > 0 — e — c o \ 6 E.2 2 2 E u R 3= m a \ƒ 'E m= 2 7 4 m# •> OD a)\ \ \ s E / \ § & j " / \ u 2 \ ƒ \ \ ƒ 2 E $ � = k u ® � E G•- m t m a m o E/ ._._ e\ E ƒ ƒ \ $ § k \ / / / 2 % / e k 0 � / > d u 0 E E c / \ � 3 ® ° ° ® 2 / / \ E 2 2 e//$ f 2 O y u E ± -0 7 / / o n _ 2 ® " g a % £ a / \ c 0 3 S[ °= E f 8 7 2 \' a«»_ (ƒ o\ c o = m 2 C 3 r ° e 2 0 ._ / 1 ' § / = t - / 2 » / » o / t / � 5 ° B 9 0 2 e= 0 s o) e o= 2\ e e l\ _ 0 m * c B=/) m y/> 5 f 5 E 2 f £ > / e # u o M \ 0 � / o £ k > > o / \ o / f / k m = M u u 2 u \ / S 2 / k # { \ e 2 = .E [ \ � \ \ § -0 E't \ A e q( o E 3 0 2\ $/\ 5 2 a E t c c£ t 2 Co (u S& ƒ 2 E #? a¥= e« 0« t 2 S° s t y \ \ k - e_ \ E ° E / \ ƒ $ > \ E t % \ § t = / m/%& E 2$ ( E 3-\ u u R E/ E// E CL E/ 2 n CD N 0 CO (;oafoad uoi;eoijdeN aayonon uoi;e:podsueal 000d : LOL£4) OZ'4Z'O� uoi;eoijddv }ueaE) :;uewLj3e;;d L41 ° O CL M O a) ai (11 (y Q N O QO Q •� O�a) -a0 Q i a) v cu ° +1 U 4-1+J _> v v � 'cv v +� a) O ri v� v 3 .� c 3 'U o aaii E O > E o 0 3 a) +' > r'otUo .ow +—O —tv -0c WU Q O -a OE p UU o ) -° Q t O M L N Q QJ goa oN E a..Qa) )-a w o o s ao.oV)vC U t ) mE " a tw �c ao o °o° oa) ra E c ao oao a U °°v v o aoQ� O ° `aoa) w to oQo ro N o� Laai -0 aj � a_)U NQ NQ �n3H O O > In —+0- a) N Q t a) s> 7 Q C X cv s L a) 'C L Q M O a) m m •� to w 3 3 +J Q 4-1 >- +J to Cr U n3 a) a +J +J +J d -O H L ra Q � -O L Q +J v .—I N lM C N N C +J N f0 C O O u E � O o v 4.1a O Eb o v 4.1 o c ao L vi O > L 3 +J U m N i OL U a)ai 0-�+ aJ '— N L _ C ao C Q Q Q. N O tB Q +J r U_ V 0 L L a) L Vf Ln a-J Ln U N U ° > N a) L a) f0 a1 U .� Q ++ Vf W i rl N M U 0 CD N 0 CO (;oafoad uoi;eoijdeN aayonon uoi;e:podsueal 000d : LOL£4) OZ•4Z•O� uoi;eoijddv }ueaE) :;uewLj3e;;d C) aJ a) iJ ai 7 .- N O V S ,} i S2 L w z � ate-• v o•-� O O L -0 VI +' QJ O i t 0 `� a L a) C 3 -O U O O >` v m Y '� 0 C O U � y a CL Q- 7 0 -0 a--' r� Q) .� V) L on C 7 f6 c LO �_ C O O f6 i 0 C , 'O 7 a Q) ~ o OD dA ai dA L U Ua a— ^ coo +' O O O c�J aJ 0 v H Q m O> + O 'u c Q 0 aJ O u +� i O +� +� aJ U -0 dA V) -0 O L � .L .0 a 00 E U a) a) O E in -0 > u +' a) c i a) c 4-1 a -0 f6 �_ � E a aJ a) a _v 7 z �% a O >, i M 4- O a) L M w C [6 C M a-0 L ut a) °n CQ E c +' — o Q o o-0 V) u .� 0 coo v °° c C C V) O 4J O L Q c '" a L U '3 — o L L-0 —-0 E 4- +, > o u a o �, O *' 0 3 u a tin _ 0) a) O i ) a) C '� O a O O a) > C c t > `6 o a co — 0 0 C a) N t c O a) L t c 0— i° 41 .0— a O co Q a) t O a M t E aJ i hA N O aJ a) a) (6 L a) O C nz qA -0 O C =3 j cv O c bz i 4• -O -O C a) t e a to N O �..) C a) L U i Q) a) a C z i }J L l0 H N � S a) < 00 i O 0 a) a n> aJ a) � O U 0 0 L O co a) co O —_ u Q O O >� t Q m aJ L i L am m > L O i m i m a, 0 rl N M �Y a-+ } c c aJ a) E E a) L aJ a) 4-1 L a)V, ••r 3 �'A 0 C r..� L V1 i C 3 a) O � 0_ i O L 3 bA C O V) a) C i � a-r- = v v � aai W U 0 L c F O 7 0 M m u > a) O L to C V) 7 f0 N> U—) Mc OCu v N -O 41 o=+1 Oa O o "0 0 O aO, 7 a O a) > N > Q OU = O aJ o `u° V, i v > U t c v .— u Qj v u O CL a) () L a a) L L a) C a a1 L 0 m 0 a- m a 'O 0 a) m > i+ O N E N M of LO 0 LO w T- Ch d a) Y V a CD N 0 CO (;oafoad uoi;eoijdeN aayonon uoi;e:podsueal 000d : LOL£4) OZ'4Z'O� uoi;eoijddv }ueaE) :;uewLj3e;;d 4-2- N N fB bn C 4-1 i 4N Q >• N O � C •Q' L � •C ai Q N .� o M V a) '� ~ o > c bD 3 ate) ro a) v o +J c6 i �O c C +J c6 -0 0 O Q ° +, U!) N > +J CA U co 4J L O a v Q 0 +� uvp Q N a1 p_ t 4-1 3 4, c a) c c +� O _0 Ln } a) v () ) N i ._ Q O E O bA O 4J i Q L m m U a) CL O 4J a +, W� Nv3"' O � 'CAL aJ co O a1O N 03 a) O+' —a) 'i N "7 0 i U > u U = bp m O B W N 05U a)> L � t L a c Q a) �a-1 N O X �• a) 4-1 > +O.+ E N Vl aA a -a c c N CCL 4 p 'a +' O d C 4- O O > C C �N 'O 'co vvU U iDa C = � OOOC f6 w C ,� •L N� Z a) Q L >' C c '/� a v U ° a) a) h +- .� +•' >, _ f6 n3 co > OL O aj Ca -a aCL U tW OC - ) tCw LN a) O C a) -C i O�+ = Ln J FW >A O t O O O U > a)-3 O 4� ( Q N i X w a c o+aL) i 3 'o 7 o+ 3 a �a Q a+ �L°.a6 Us N a, ui ri L O 'a N 4' C � U � �-+ U , C 41 N O pp b4 C i � C + Al- 2ai i O -a y '> .> f6 N O L a, o •� v Q o c N c x_ 30 L fl v (v v 1 •> c O += O '� v v Q .0 y. � l0 C a) c-I N 901 LO w Ch d d Y V a O N 0 LO (;oafoad uoi;eoijdeN aayonon uoi;e:podsueal 000d : LOL£4) OZ-4Z-O� uoi;eoijddv }ueaE) :;uewLj3e;;d L N 0 Q) C a) _ N +, N N Q aJ L ci F_ U O 3 O t on o +� C > _ L 0 aJ O O aJ i t= O N ~ L aJ [6 ' N aJ N p N 0 i a-, Lai 4v � L p C ^ c J N i N ' O U > O-c v N C i O aJ tw i 7 CaA 0 -0 L a) N� � Z) Ca 4 >0 4-1 `� a) .� c O_ a) N p a) Q Q a) p 3> .0 Q O L - U 3 tV O E a) L U N Q) i L C N= L N U N N .••� a1 —_ canes t .� fN6 4- 4..� tv = N i C Q a) by 7 cn 2i U 3 c a) "' Q p 3 v U a) L Otw a,o U Q co aj > > �J N � j V) •� O 00 O Y a) a) a) 0 rB > t a) � " � Q O N p O 7 +, � i OOD m — tap +=U u0A aJ 3 OU C D �O U � . n m 0 � �O a�i 7 a1 N C: i �: 2 aJ C a) i bz -0 a) N C to >. N vi m m i (D >, > L a) +, (n 0 w ++ U Q N 7 a) O > +- > — aJ 2i a) xx L U E C O tV Q CA aJ + +' � +, O aJ p lv + +� O Y + N f6 a) + U H 7 p aJ to t C E p 00 m O 0 E M ate.., a-+ Q aJ C E a) E a) p C ` C O M U_ C Q 41 N CO U 4- N Q O U C .� 3 aJ aJ C a) v ra a) O N w fu-0 a) M. O a) i +, i-0 , U C aJ N a) , p v 0 O Q O t •� a, i G.0 ' a-, bA `� Q 3 D i= QJ aJ p i p> O= cU.) -0-2 6 � Q x C- m w LO M m m 0 a) C co O-0 U co aJ V) a, 0 r-I N LO w T- Ch d d Y c.i a O N 0 LO (;oafoad uoi;eoijdeN aayonon uoi;e:podsueal 000d : LOL£4) OZ-4Z-O� uoi;eoijddv }ueaE) :;uewLj3e;;d 4-1 a) � O � > + � 3 4.1 t +� i N a) t :5 i a) GA N O Q 3 O L p +' >- u GOO = t � 3 a) i N +� O— > L~i vn ONOO 4- i O O N p pN a)C-O_ OO vaUC)i Mo O On M m ' -- pN .0 a � C O: U 6 O + O Q' O +f 6 6 C� C +'0_t Q +J p �--r GA m 4J 4J +- U p 'O O} +6 GOQ0 O 0 41 a) C a) NO O� U v v C� OC a) p f6 Q v u v N Q) tW � a) a) +�, v U coo v C C a) n3 O �O f6 GOC •N >- O L O 'i C .N a) O � L Q Q .— 4 O0 -0 Q v t>v a) s 'O O 4-1 p C N U N IOVD Q N j N Y O v Q CO O u- O •U f6 +' i (0 — N Q CO O O i L- L O O 3 O a) '^ N� +, i O O p 3 Q Q 4, Q n3 — � In �O , a) L N 4 E -0 a) , O 0 0 E � N v O i- > 'a p d N u C V O 3 w 0 E a) O 7 O O O C O O U *� N N 3 O 41 O CM n3 a) O. i Q GA — E Z a) L .� _ 7 E � C v � N 6 _ o 4-1 v L> .0 Q a) Gn C a) H 7 vcr a) C Q O t y `C° 7 v O� N i v N H .� -0 4 N H Q Q a) H� N Q N f4 > M H O N 3 H Q 3 3 E U-0 Q V) U 1n 1° u O GOO + a, C) a > N L to �•d v C O H O N Q N U.0 C L 4O O C O L L O O p L fB L% N L C C- Q) } N O v i 3 �O cC N CL C)p u � O E 7 > �, N -0 O O E a) L ,C 3 rr r Q. w Qp O �-- i a) p E U _ N C C 3 v a) M Q O m E w E -1 W c-I GA M-* M LO w T- Ch d d Y V O a g q a k (0� e|ao d uo|e� mjd eNieLjonOA ugm:podsuej 1 000]:LO E4 or4EoL uoie� mjd dv g:uew Lj3e nv ® a 2 $ / \ e 2 ¥ 3 § 0 4-1 \ E\/ 2- k k//// \ d E m o o 0 7 ƒ c / E •� 7 ® 's — ° ) \ � e e u E o� 5 �.§ > m 3 E \'\ 7 .g cL £/ t o U a e Q G � R E R 5 2/ a % / i / ) %'k 3 3 �'> »•- . # o » m � — = t e V) 3 2\/ / m f R \/ 2 m>° a 1 k 2 ƒ 2 7 E e' E g R 2 E E§ §' 0 -\ E//) 3\ $ ƒ $ % $ \ ( @ § �•� ± •) \ 5 5 2 .� •> e o = 2 _ F r m m= a s o� e k / \ 3 k f \ / > % / _ $.0 7 » E e = E n 2 c $ e m 2 $ \ 2 2— \/ % k e c u t 3 e 4 =� � � g e # ) / 7 ) � f D _ % ] o 2 � x 2 % 1 e k 0 E 2 \ \ k o o & / \ / / / / __ ») # > � a 2 u o e ° k ¥ © t � a > E ƒ 3 u 2 2 J f 2 2 2/" k\— @ u e e» c«® / / E % ) ) E E / f 2 � / E / § \ § R \ S u e®° 0 2> s 2 °® n� ° CL ±� I s E� 5 E g/\ 2 0 / ƒ% @°\ e% E e e> o m VI ._ f o > LU R 7 2 e u�_ ._._ _� _._ Ms�— R u R u e W I* 2 a. \ a CD N 0 CO (;oafoad uoi;eoijdeN aayonOA uoi;e:podsueal 000d : LOL£4) OZ•4Z•O� uoi;eoijddv }ueaE) :;uewLj3e;;d • Q v 3 4-1 � O O co a c 4-1c FO« O L aJ . E> + u c O O 3— f I O u E c aJ hA tv } > > 4J N C c O O O C Q u C � O Q +� O N N 'E E N > O l6 N v > N .2 -1 m U f6 N m 41 > u 4J w -O '> O> O m O O N +� C N L~ O> 'Q N cv a eri O E O 0 0+ D 4-1 0 (D (, dA O +� v a t > a to CA u N � t (0 fv a N N Q aJ M t ,; W v> t aJ � J v Y .E i L +� +, 'Z c +� +� > E aJ c E c co aJ +� c v VI C N E W O O w H v N N Q fB L > N O U U U a — i N bA N i L N U E 4O c 3 N t EO c N m O m 'a •M i QCj O U "a +� - U aN [6 O N -0 MIle > M +_ U O -0 c tp >O N �, t0 N m >� 4J — N 4 J m C: C (D C O ffU +� a... O a- N -C m U C 0 - C C a O O O 0 O O a 4 C E� +�- t VI a .b.0 LT E i L LM � 4� E N m 3 M 'Z O dA N 4 v 4. C i 3 +, v +1 W a C v `^ O N-0 a"' C +-' C t N fC U N O 4- a co N m c N U O W �--� O +.+ E O Q. N 4• O •� O >• 'O a '� N 'a +' hA 4• N W O— V Ln U v m t E H o N E +' E 'a E c °J — O O u u u+� 2 C 41 -0 4 J � v Q L f6 v i C 0 'O p O> +; L L O E Qa v N ) O O U a s N O O U mU U .� N a a J U +� .E +� 4- H E c 0 r-I ri ri ri N i..� N N N N L N i i E i E f0 f6 GJ ' Q- fC � N LA� f6 A H 4J t 4J > vi N Q 'a 41 •� 41 N O O Q) QJ -0 4J N > f6 f0 y� CL v, T a U o > c 03 O > E a aJ °' 'a O ° Q O o i O o U c u 3 •E .E 0 -O VI d Q U � C V; N v > ,� O u c to O O +� W c f6 O u Vl N> •U L L > VI 3 > H O N m N + 4J 4J 3 L GJ >• ++ L Gi L O L > + • N -- > -0 N U E CA N C m > > N N .0 c N i Oi 0 O w++ O a0 -0 O 4-1 C N O c m N C > v 7 3 a 4� + O C E E 41 N v O> o� v' O a C m c0J C _-0 Q. i 0 0 N N Ln O 0 0 0 Q E 0 L E •; w O L a s }r ma 0 -041 H W > (U (A Q "O i N M E > > 41 (6 ui (6 N M O T LO LO w T- Ch d d Y a CD N 0 co (;oafoad uoi;eoijdeN aayonon uoi;e:podsueal 000d : LOL£4) OZ'4Z'O� uoi;eoijddv }ueaE) :;uewLj3e;;d o o v Lo a) v> o .o W ao •� 3 C v c� u � M Ln o v o a) O_-o v E O �__ 3 C) a) O 4 J (a a) > c 0 4-1pL L a) +1 = > '(/1 a) a1 +� aj O i N +-' > 4 • +' O — t a)� � 4� 3 O- c Q- c c a)� of c L� O co c a > a) a) 0" N O Q O c ,A v 'Q n i o O N O O O> QJ ate) > 4' a i 4- 1 N L C o ai + Q l0 to Q L LJ E BOA N i Q "a � U 3 :5 +1 � +. N m E N `0 Q a -o 4 c � c f6 L O i 3 Q N 3 o� ,c � v O-0 v u E c o E� `� N o v °; �, ca E v-2 c O v V)-o a) E ._ p O aco c ° N o a) � v s >o � a o u 0 v `L° E a U> c c E cv L Q p U U +1 p p +' U C Q O E C s io Q aj C +' � L -� •� p Z a U tail U U L> CA L E oA L °' E Q. O +� ^ y 0 a) Q E N N L O m O_ a) +' tw N U +� v •� a Ln a) fL6 C n () a) i1 N 3 � �CU O ai t t0 U C a) D- a) a) Q O Q a) O O O a) f6 L a) + O �.( -C� 7 o a) E L u In a) L � L E L L L f6 >' p t c 4- �..) V �+ a) (O �+ L �+ ._ Q IA Q L 4- L.L Q ._ Q Q Q N 0 � (O O w 0 N M rl N M c >_ U L U -) c 0 ++ hp Q 0 U N_ 0 O > N 3 -O U M LO -0 N V (A y O 3: a) a) O aJ c U O ' > } V) a..l O Q_ In L — to O _ '� >- Q Q. aJ^ O N cu O +L- E � �..i L aJ Ln �� L ,E O L N ,� p O > Q U EU a v O Z U a U +p, 41 -O c to >, 3 0 w U+ m Y cu -0 u Q. W i N M d F-] > Y O p Glp o c U +� O iA > N i a) L VI O -O > > O L ?� Q a1 O u u to i > L " QL N > UU vi O CL v E °a) c° o = L Q vi 1 0 E f° c c O v O U E co LO to T- Ch d d Y �a a CD N 0 CO (;oafoad uoi;eoijdeN aayonon uoi;e:podsueal 000d : LOL£4) OZ•4Z•O� uoi;eoijddv }ueaE) :;uewLj3e;;d L L (B 4 41 C �-- 3 L t L 0 p v >' U v a 4 V) i6 bm O o o L z .- � L 3 p 0 C CLO N 7 O N ._ Q- N~ 4' C C O > f6 X W 4- 4J L u u Q .� L C a Q ++ � O O N f6 N 4- bZ t a... O a-+ +J � `F 'n OL m +' Q � > cu N O L C Q ++ w N u u _ C Ou OL �O '� X N i C O 41 f �O v _c +�+ a O p O Q > i' > Q L 41 > (6 Vl Q « hp O + N > 0 L p N U } In 0 j i 7 N Q- 0 _ .� 41 v�i p O O-o O v Q `n Q 3_ 0- Caj > 7 +� CQ .� co N a p r0 a� > cOc N L c O C Q 4-1 C'L +� L L. 4.1 v� W C O +, OL 4+ 7 L.L Q 0 L p U L C Q 'O C ro jN C m L f6 (, n ca Q p O L j bA Z i L m , c +J 0 N Q cv 4J 7 +J Ul +-i O 4-1 N w uO N O _� O U 46 L u 0 M E oz V) C +�+ qp C Q a� p U E+ N 'O_ • O N � Q Q L �a s Cp E p L co O O +-' _Q O C .-L v u as+ u O 0- Q 4-O O 0-3 O- O O X Q p coo v L 0 7 -0+, 0 C L O (A u Q OOU Q Q v bA 4- "0- 4ml N U Q O E u N r-I N O N Q Q — E O N 1 m O 3 L — (/� OD L O 4O £ Q. � L a t Q' � U O OCU L S VI C tw i L Q O Q m L U �+ y N V1 N 2 O G CL u N I- LO w T- O d d Y V �a a g q a k (38 fjd uo|e} mjd eNieLjonOA ugm:podsuej 1 oQQ]:L L 0 oZ�Z oL uo|e} @jd d¥} E) :4u8wl43844V e •- t2 >s= t = o 3 2 o / o m / ' .§ G # / \ § / j \ \ aj ƒ 2 > / 4- 4-n to c o m s ro _ R 2 § 5 = .g » « # x 2 / / \ / = e \ § 0- V) £ 2 m -- k > / a{% 3 E 2 f / k C k 0 m E } \ & 4- 4-1 / ° E 0 n >- ( / \ / C § o f $ 2 E E o o= \/ 2 & t 2'�Q. G 0 § E e e a: % a \� k / C � k ��g m = - E = t s g s t/ 3{\ u _.� x ={ _ CL ° ° - / / $ > # a- o t ® [ 3 / \ \ % 0 2 4- (A\// a \ 7\ U 7 2 E @ / 2 ƒ o '2 } S § m E / 2 / x 3 % < c CL t M m m= .ƒ/�/ u \= eCL > u �/ § ) 2 \ � ƒ % § 5 U 0 m > � @ _ .E / u°\ 2 2 0 = z / t \ G / i § � E $ / - Q / ® 2 0 / f/ s/ 0 4-1= E 0 o 0 e � $ u k o§ 2 k% °i%0/ t\w Ln f-0 m 0 c> 3 t < n 4-t E - \ u > (3) z u - k ) ro / ro t m ' a § , E / / _ ƒ } " / / E o / \ k\/f ¥o / } u j< E Ee / £ -0 e 2 (31 =f m o E " a e u ƒ j / / / 1 j / U=_ CL m e 4-_ E / \ / \ 4- k \ 0 ƒ E CL E ƒ 0 / / / w a. \ a g q a k (0� e|ao d uo|e� mjd eNieLjonOA ugm:podsuej 1 000]:LO E4 or4EoL uoie� mjd dv g:uew Lj3e nv j ƒ E 3 o > \ / pbn / % E £ 0 0 _>, 2 !E/ E 0 § \ $ / \ 0 [ e = ® 0 3 / 0 / 0 g \ t 2 u \ tGf 3 / e \ E = E 4-1 \ � / ( / \ 0 2 \ / E u 0 f & 2 _7 o / 2 7 \ ® % $ ) E ° ƒ �M� / & \ % £ > c & o e e = & E 2 / 2 % k § > @&2 � >\7 � / k / 2 � 4-1S ) [ § � \ 0 : \ ƒ E ƒ 2 a / \ 0 u / / / & �u 2 E 0 0- E ) ƒ k\ e 4-1 / /~ 2/\_0 O � /nƒ 0- / 5.1 / w a. \ a 0 N (;oafoad uoi;eoijdeN layonon uoi;e:podsueal 000d : LOL£4) OZ-4Z-O� uoi;eoijddv }ueaE) :;uewLj3e;;d "0 Z,J$j � � 1 $ f;11 "Jul Ill :CAI Mil 111111 �* � kk €a 4 o � r k 6 E r6 c t 0 a O 4. O O C V) L (li E O "N U LO g q a k (0� e|ao d uo|e� mjd eNieLjonOA ugm:podsuej 1 000]:LO E4 or4EoL uoie� mjd dv g:uew Lj3e nv ( bn \ E \ § \ m q CL U o i 2/CL - _ EL y = _ \ § � / \ / ® \ - 5 \\ / � i \ \ O - 4- W \ 0 •/ 2 \ » f ® \ m . / a .5 QJ / / § k 0 p C�Ee CL •- - c / \ < \ 0 / - ° 4- C m \ / E w k m \ k $ / 7 \ / CL ° @ & / / a- k .( A 0 { ƒ § > 3 3 \ \ �;- \ E / . k / a \ e 2 S \ / / R / / _§ \ \ \E/ / \ u / _ 'a _/ § � \ 2 $ Ln _ cu E 2 ��/ \ u > / //CU E E o 3 3 0 \ \ E 3 cu / k E 5 ro e = e / § B & \ / � 2 0- E § » s E o 41 a � e e & / G # s ) ._ 2 - 4 2 s u .E > e S / } / \ / k s 6 ® _ _ % % e \ 7 % \ $\ / E e 3 G 'e m B m \ e a a R 3 2 3 .§ = / Ln / 7 / % / ®./ :Lam m = G E o ._ fu f f > ke bn @ / •§ m_ fu ) Ln .- \ ° / 3 \ e 2 E \ $ y D 2 m � £ _ .CU Sk7 Vie$ /0§/ /ao # w e e ° 2 \ \ / / 0 2 % § Mz %f ■ 4-1 u = o § \ , 5 » / o : \ w / / k £ � a. \ a (0� e|ao d uo|e� mjd eNieLjonOA ugm:podsuej 1 000]:LO E4 or4EoL uoie� mjd dv g:uew Lj3e nv y 2 / ./ / \ e E 3 / _ \ \ � = \ $ \ / } 2 ]3� ¥ _ 7 * / e � 3 # 0 / / -0 * = e e / E @ § 0 \ E \ o \ u \ � § \ k 0 .1 / 2 4-1/ / V § / ¥ § \ E ) \ Q 3 +0 2E / k j / o 0 / / � / / � � 2 \ / 7 ) � \ / \ g Ca / k / ./ on / § � •\ 7 / 4 ƒ / Etf\ / \ ftftft\ -0 } k < v) E ƒ IS-o m t $ B = ) / = 2 _ ¢ E t u > g 7 E / 2 V\ / 2 ) — _ \ e � e\ E Q _ % -0 E G / 41 Q) co 2 = ® \ 2 C _ \ / % 7k 7 y o y . = % o w . g •- E 0- ) = 2 § \CLV)-0 e % f \/k ) Ln = E \ \ / ® G & t = 3 § .e U , , , , e e 2 O\¥�3 e � 2 2 E 2 \ ) .;, !H H < ! k9 w a. \ a O N 0 CO (;oafoad uoi;eoijdeN aayonon uoi;e:podsueal 000d : LOL£4) OZ-4Z-O� uoi;eoijddv }ueaE) :;uewLj3e;;d N 2 mn `U 41 ❑� U m 67 65 a a 7 z M 0 ._ _, N O O <r 67 a 4D ' J 0 Ul Lq Lo & N - N iR M Idm 5 w a � c c] C C N ❑ U � � 9 C W. CL m G c -C V U C3 ac w o U —0`U N � 4 p 7 4 a 4 E E cn n f9 J 4-. LL C7 U a (A CL ja p JU Q1 a a 7 l cn