pennsylvania office of vocational rehabilitation lancaster york hiram g. andrews center (#99) 727...
TRANSCRIPT
Pennsylvania Office of Vocational Rehabilitation (Rev. 04/10/2014)
(717) 787-5244 Voice
(717) 787-4885 TTY
(717) 783-5221 Fax
1521 North Sixth Street Harrisburg, PA 17102
Stephen Suroviec, Executive Director
(800) 442-6351 Voice
(866) 830-7327 TTY
District Office Administrators and
Assistant Administrator(s) Counties Served
ALLENTOWN (#15)
45 North 4th Street Allentown, PA 18102-3413
(610) 821-6441 Voice (610) 821-6144 TTY 1-800-922-9536*
1-888-377-9207* TTY Fax: (610) 821-6110
Richard Walters Susan Storm
Carbon
Lehigh Monroe Northampton
ALTOONA (#05) 1130 12TH Avenue, Suite 500
Altoona, PA 16601 (814) 946-7240 Voice/TTY 1-800-442-6343* Voice
1-866-320-7955* TTY Fax: (814) 949-7918
Colleen Woodring Vacant
Bedford
Blair Centre Fulton
Huntingdon
DUBOIS (#07)
199 Beaver Drive DuBois, PA 15801-2499 (814) 371-7340 Voice
(814) 371-7505 TTY 1-800-922-4017* Voice/TTY Fax: (814) 913-1002
Ralph Serafini Christina Palmer
Cameron Clearfield Elk
Jefferson McKean
ERIE (#08)
3200 Lovell Place Erie, PA 16503
(814) 871-4551 Voice (814) 871-4535 TTY 1-800-541-0721* Voice
1-888-217-1710* TTY Fax: (814) 871-4631
Jack Hewitt Kim Garnon
Clarion Crawford Erie
Forest Mercer Venango
Warren
HARRISBURG (#01) Forum Place, 555 Walnut St.
8th Floor Harrisburg, PA 17101 (717) 346-2755 Voice
(717) 787-4013 TTY 1-800-442-6352* 1-877-497-6545* TTY
Fax: (717) 783-7245
Janice Mazzitti Vacant
Dauphin
Cumberland Juniata Lebanon
Mifflin Perry
District Administrators and
Assistant Administrator(s) Counties Served
JOHNSTOWN (#10) 727 Goucher Street, Section 10
Johnstown, PA 15905 (814) 255-6771 Voice (814) 255-5510 TTY
1-800-762-4223* Voice 1-866-862-6891* TTY Fax: (814) 255-1185
Tammy Burke Chris Roken
Cambria Indiana Somerset
Westmoreland
NEW CASTLE (#12) 100 Margaret Street
New Castle, PA 16101 (724) 656-3070 Voice (724) 656-3252 TTY
1-800-442-6379* 1-888-870-4476* TTY Fax: (724) 656-3265
Gail Steck Roberta White-Prentice
Armstrong Beaver Butler
Lawrence
NORRISTOWN (#11)
1875 New Hope Street Norristown, PA 19401-3146 (484) 250-4340 Voice
(484) 250-4357 TTY 1-800-221-1042* Voice 1-888-616-0470* TTY
Fax: (484) 250-4356
Kevin Sand
Catherine Getchell
Bucks Chester
Delaware Montgomery
PHILADELPHIA (#02) 444 N. 3rd Street, 5th Floor Philadelphia, PA 19123
(215) 560-1900 Voice (215) 560-6144 TTY 1-800-442-6381*
1-800-772-9031* TTY Fax: (215) 560-3796
Wayne Trout Shari Brightful
Rose Higby Philadelphia
PITTSBURGH (#03) 531 Penn Avenue
Pittsburgh, PA 15222 (412) 392-4950 Voice (412) 392-5921 TTY
1-800-442-6371* 1-888-870-4474* TTY Fax: (412) 565-7587
Marci Katona Shannon Austin Richard Musser
Allegheny
READING (#06) 3602 Kutztown Road Suite 200
Reading, PA 19605 (610) 621-5800 Voice (610) 916-8965 TTY
1-800-442-0949* 1-877-475-7326* TTY Fax: (610) 916-2470
Denise Verchimak (Acting)
Judith Pena (Acting)
Lynn Zale
Berks Schuylkill
District Administrators and
Assistant Administrator(s) Counties Served
WASHINGTON (#16) 201 W. Wheeling Street Washington, PA 15301
(724) 223-4430 Voice 1-800-442-6367* Voice (724) 223-4443 TTY
1-866-752-6163* TTY Fax: (724) 223-4463
Lori Kaczmarek Darla Openbrier
Fayette
Greene Washington
WILKES-BARRE (#04)
300G Laird Street Wilkes-Barre, PA 18702-7013 (570) 826-2011 Voice
(570) 826-2023 TTY 1-800-634-2060* Voice 1-888-651-6117* TTY
Fax: (570) 826-2235
Heather Nelson
Michael Huber
Bradford Columbia
Luzerne Lackawanna Pike
Sullivan Susquehanna Wayne
Wyoming
WILLIAMSPORT (#09) The Grit Building, Suite 102 208 W. 3rd Street
Williamsport, PA 17701 (570) 327-3600 Voice (570) 327-3620 TTY
1-800-442-6359* 1-800-706-0884* TTY Fax: (570) 327-3611
Susan Swartz Cherylene Moore
Clinton Lycoming Northumberland
Potter Snyder
Tioga Union Montour
YORK (#14) 2550 Kingston Road, Suite 101
York, PA 17402 (717) 771-4407 Voice (717) 771-4433 TTY
1-800-762-6306* 1-866-466-1404* TTY
Fax: (717) 771-4421
Susan Richeson Alicia Brownell
Adams Franklin Lancaster
York
HIRAM G. ANDREWS CENTER
(#99) 727 Goucher Street Johnstown, PA 15905
(814) 225-8200 Voice (814) 225-5873 TTY 1-800-762-4211*
Fax: (814) 255-3406
Director: Carol Mackel
Deputy Director: Jill Moriconi
Bureau of Blindness and Visual Services
District Administrators and
Assistant Administrator(s) Counties Served
ALTOONA BBVS
1130 12th Avenue, Suite 300 Altoona, PA 16601 (814) 946-7330 Voice
(814) 949-7956 TTY 1-866-695-7673* 1-866-320-7956* TTY
Fax: (814) 949-7995
Anne Strollo
Susan Friedenberger
Bedford
Blair Cambria Centre
Clinton Columbia Fulton
Huntingdon
Juniata
Lycoming Mifflin Montour
Northumberland Snyder Somerset
Union
ERIE BBVS 4200 Lovell Place Erie, PA 16503
(814) 871-4401 Voice (814) 871-4599 TTY
1-866-521-5073* 1-888-884-5513* TTY Fax: (814) 871-4746
Dawn Sokol Chris Cowan
Cameron Clarion
Clearfield Crawford Elk
Erie Forest
Jefferson Lawrence
McKean Mercer Potter
Venango Warren
HARRISBURG BBVS Forum Place, 555 Walnut Street
8th Floor Harrisburg, PA 17101 (717) 346-2750 Voice
(717) 787-1733 TTY 1-866-375-8264* 1-888-575-9420* TTY
Fax: (717) 772-0589
Wilhelmenia Murry Belinda Crobak
Adams Cumberland
Dauphin Franklin
Lancaster Lebanon
Perry York
PHILADELPHIA BBVS 444 N. 3rd Street, 5th Floor Philadelphia, PA 19123
(215) 560-5700 Voice (215) 560-5725 TTY 1-866-631-3892*
1-888-870-4473* TTY Fax: (215) 965-4873
Lynn Heitz Vacant
Bucks
Chester Delaware
Montgomery Philadelphia
PITTSBURGH BBVS
531 Penn Avenue Pittsburgh, PA 15222 (412) 565-5240 Voice
(412) 565-3678 TTY 1-866-412-4072* 1-877-255-5082* TTY
Fax: (412) 565-2296
Rich Fischer
Janet Wisloski
Allegheny Armstrong Beaver
Butler Fayette
Greene Indiana
Washington Westmoreland
WILKES-BARRE BBVS 300G Laird Street Wilkes-Barre, PA 18702-7013
(570) 826-2361 Voice (570) 826-2023 TTY 1-866-227-4163* Voice
1-888-651-6117* TTY Fax: (570) 826-2538
Karen Walsh-Emma Vacant
Berks Bradford Carbon
Lackawanna Lehigh Luzerne
Monroe Northampton
Pike Schuylkill Sullivan
Susquehanna Tioga
Wayne Wyoming
Attachment B
DOMESTIC WORKFORCE UTILIZATION CERTIFICATION (07/22/09)
To the extent permitted by the laws and treaties of the United States, each proposal will be scored for its
commitment to use the domestic workforce in the fulfillment of the contract. Maximum consideration
will be given to those offerors who will perform the contracted direct labor exclusively within the
geographical boundaries of the United States or within the geographical boundaries of a country that is a
party to the World Trade Organization Government Procurement Agreement. Those who propose to
perform a portion of the direct labor outside of the United States and not within the geographical
boundaries of a party to the World Trade Organization Government Procurement Agreement will receive
a correspondingly smaller score for this criterion. In order to be eligible for any consideration for this
criterion, offerors must complete and sign the following certification. This certification will be included
as a contractual obligation when the contract is executed. Failure to complete and sign this certification
will result in no consideration being given to the offeror for this criterion.
I, ______________________[title] of ____________________________________[name of
Contractor] a _______________ [place of incorporation] corporation or other legal entity,
(“Contractor”) located at __________________________________________________________
[address], having a Social Security or Federal Identification Number of ________________________, do
hereby certify and represent to the Commonwealth of Pennsylvania ("Commonwealth") (Check one of
the boxes below):
All of the direct labor performed within the scope of services under the contract will be
performed exclusively within the geographical boundaries of the United States or one of the
following countries that is a party to the World Trade Organization Government Procurement
Agreement: Aruba, Austria, Belgium, Bulgaria, Canada, Chinese Taipei, Cyprus, Czech
Republic, Denmark, Estonia, Finland, France, Germany, Greece, Hong Kong, Hungary, Iceland,
Ireland, Israel, Italy, Japan, Korea, Latvia, Liechtenstein, Lithuania, Luxemburg, Malta, the
Netherlands, Norway, Poland, Portugal, Romania, Singapore, Slovak Republic, Slovenia, Spain,
Sweden, Switzerland, and the United Kingdom
OR
________________ percent (_____%) [Contractor must specify the percentage] of the
direct labor performed within the scope of services under the contract will be performed within
the geographical boundaries of the United States or within the geographical boundaries of one of
the countries listed above that is a party to the World Trade Organization Government
Procurement Agreement. Please identify the direct labor performed under the contract that will
be performed outside the United States and not within the geographical boundaries of a party to
the World Trade Organization Government Procurement Agreement and identify the country
where the direct labor will be performed: ____________________________________________
______________________________________________________________________________
[Use additional sheets if necessary]
The Department of General Services [or other purchasing agency] shall treat any misstatement as
fraudulent concealment of the true facts punishable under Section 4904 of the Pennsylvania Crimes Code,
Title 18, of Pa. Consolidated Statutes.
Attest or Witness: ______________________________
Corporate or Legal Entity's Name
_____________________________ ______________________________
Signature/Date Signature/Date
_____________________________ ______________________________
Printed Name/Title Printed Name/Title
BUDGET PROPOSAL - ORGANIZATION
Document #4XXXXXXXXX Contract Year X BNXX
Vendor #XXXXXX
STAFF CATEGORY
SALARIES
Executive Director: $XX,XXX.XX * XX% -$
Staff member : $XX,XXX.XX * XX% -$
Staff member: $XX,XXX.XX * XX% -$
Salary Subtotal -$
BENEFITS
Executive Director @ XX.X% -$
Staff member @ XX.X% -$
Staff member @ XX.X% -$
Benefits Subtotal -$
STAFF TOTAL -$
EQUIPMENT CATEGORY
EQUIPMENT PURCHASE
Copier Purchase -$
EQUIPMENT LEASE/RENTAL
Copier Lease -$
EQUIPMENT MAINTENANCE AGREEMENTS
Copier Lease/Maintenance -$
Computer/Server/Website Maintenance Agreements -$
EQUIPMENT TOTAL -$
OTHER CATEGORY
PROFESSIONAL SERVICES
Attorney -$
Audit -$
Bookkeeping/Accounting -$
Information Technology -$
Liability Insurance - Office -$
Budget Line Item
Amount
Liability Insurance - Directors & Officers -$
Marketing/Outreach -$
Worker's Comp -$
Payroll Service -$
Printing/Reproduction -$
Staff Training/Education -$
Computer Software -$
Meeting Room Charge -$
PROFESSIONAL MEMBERSHIP DUES/SUBSCRIPTIONS
Organizational Membership Dues -$
Other Membership Dues -$
Newspaper Meeting Notices -$
Office Supplies -$
Program Supplies -$
Postage and Overnight Mail -$
REASONABLE ACCOMMODATIONS
Interpreter Services -$
OCCUPANCY EXPENSES
Rent -$
Cleaning/Maintenance -$
Utilities -$
TELEPHONE/INTERNET/FAX
Cell phone service -$
Land line telephone service -$
Teleconference Line -$
Internet service -$
TRAVEL
Travel - Lodging -$
Travel - Meals -$
Travel - Transportation -$
Administrative Overhead -$
OTHER TOTAL -$
GRAND TOTAL -$
Attachment - D
GENERAL CONDITIONS AND INSTRUCTIONS TO BIDDERS
FOR REQUEST FOR QUOTE
1. SUBMISSIONS OF BIDS:
a. Bids are requested for the item(s) described in the Request for Quote and all
the documents referenced in the form (collectively called the RFQ). Bidders
must complete and properly sign, in ink, the Request for Quote form. Bid prices
must be typewritten or in ink. Bids that are priced or signed in pencil will be
rejected.
b. The completed and signed Request for Quote form, as well as the other
documents required by the RFQ (collectively referred to as the "Bid"), shall be
emailed to the individual listed on the RFQ form by the date and time
specified.
c. Bids must be firm. If a Bid is submitted with conditions or exceptions or not in
conformance with the terms and conditions referenced in the RFQ Form, it shall
be rejected. The Bid shall also be rejected if the items offered by the Bidder are
not in conformance with the specifications as determined by the
Commonwealth.
d. The Bidder, intending to be legally bound hereby, offers and agrees, if this Bid is
accepted, to provide the awarded items at the price(s) set forth in this Bid at
the time(s) and place(s) specified.
2. BIDDER'S REPRESENTATION AND AUTHORIZATION:
a. Each Bidder, by making its Bid, understands, represents, and
acknowledges that:
1) The Bidder has read and understands the terms and conditions of
the RFQ and the Bid is made in accordance with those terms and
conditions.
2) The item(s) offered in the Bid will be in conformance with the
specifications referenced on the RFQ without exceptions.
3) The price(s) and amount of the Bid have been arrived at
independently and without consultation, communication, or
agreement with any other contractor, bidder, or potential bidder.
4) Neither the price(s) nor the amount of the bid, and neither the
approximate price(s) nor the approximate amount of the Bid, have
been disclosed to any other firm or person who is a bidder or
potential bidder, and they will not be disclosed before Bid opening.
2
5) No attempt has been made or will be made to induce any firm or
person to refrain from bidding on the contract, or to submit a bid
higher than the Bid, or to submit any intentionally high or
noncompetitive bid or other form of complementary bid.
6) The Bid is made in good faith and not pursuant to any agreement
or discussion with, or inducement from, any firm or person to submit
a complementary or other noncompetitive bid.
7) To the best of the knowledge of the person signing the Bid for the
Bidder, the Bidder, its affiliates, subsidiaries, officers, directors, and
employees are not currently under investigation by any
governmental agency and have not in the lasts four years been
convicted or found liable for any act prohibited by State or Federal
law in any jurisdiction, involving conspiracy or collusion with respect
to bidding on any public contract, except as disclosed by the
Bidder in its Bid.
8) Neither the bidder, nor any subcontractors, nor any suppliers are
under suspension or debarment by the Commonwealth, or any
governmental entity, instrumentality, or authority, and if the bidder
cannot so certify, then it shall submit, along with the Bid, a written
explanation of why such certification cannot be made.
9) To the best of the knowledge of the person signing the Bid for the
Bidder, and except as otherwise disclosed by the Bidder in its Bid,
the Bidder has no outstanding, delinquent obligations to the
Commonwealth including, but not limited to, any state tax liability
not being contested on appeal or other obligation of the Bidder
that is owed to the Commonwealth.
10) The Bidder has not, under separate contract with the
Commonwealth, made any recommendations to the
Commonwealth concerning: the RFQ, the need for the item(s)
described in the RFQ, or the specification for the item(s) described
in the RFQ.
11) All information provided by, and representations made by, the
Bidder in the Bid are material and important and will be relied upon
by the Commonwealth in awarding the contract. Any
misstatement shall be treated as fraudulent concealment from the
Commonwealth of the true facts relating to the submission of the
Bid. A misrepresentation shall be punishable under Section 4904 of
Title 18 P.C.S.A.
b. Each Bidder, by making its Bid, authorizes all Commonwealth agencies to
release to the Commonwealth information related to liabilities to the
Commonwealth including, but not limited to taxes, unemployment
compensation, and workers' compensation liabilities.
3
c. If an award is made to the Bidder, the Bidder agrees that it intends to be
legally bound to the contract which is formed between the
Commonwealth and the Bidder.
Appendix E Page 1 of 1
APPENDIX E
Lobbying Certification Form
Certification for Contracts, Grants, Loans, and Cooperative Agreements
The undersigned certifies, to the best of his or her knowledge and belief, that:
(1) No federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned,
to any person for influencing or attempting to influence an officer or employee of any agency, a member of
Congress , an officer or employee of Congress, or an employee of a member of Congress in connection with the
awarding of any federal contract, the making of any federal grant, the making of any federal loan, the entering
into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any
federal contract, grant, loan, or cooperative agreement.
(2) If any funds other than federal appropriated funds have been paid or will be paid to any person
for influencing or attempting to influence an officer or employee of any agency, a member of Congress, an
officer or employee of Congress, or an employee of a member of Congress in connection with this federal
contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL,
"Disclosure of Lobbying Activities," in accordance with its instructions.
(3) The undersigned shall require that the language of this certification be included in the award
documents for all subawards at all tiers (including subcontracts, subgrants, and contracts under grants, loans,
and cooperative agreements) and that all subrecipients shall certify and disclose accordingly.
This certification is a material representation of fact upon which reliance is placed when this transaction was
made or entered into. Submission of this certification is a prerequisite for making or entering into this
transaction imposed under Section 1352, Title 31, U.S. Code. Any person who fails to file the required
certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for such
failure.
SIGNATURE: _________________________________________________________
TITLE: _______________________________________________________________
DATE: _______________________________________________________________
DISCLOSURE OF LOBBYING ACTIVITIES Approved by OMB
Complete this form to disclose lobbying activities pursuant to 31 U.S.C. 1352 0348-0046
(See reverse for public burden disclosure.) 1. Type of Federal Action: 2. Status of Federal Action: 3. Report Type:
a. contract a. bid/offer/application a. initial filing b. grant b. initial award b. material change c. cooperative agreement c. post-award For Material Change Only: d. loan year _________ quarter _________ e. loan guarantee date of last report ______________ f. loan insurance
4. Name and Address of Reporting Entity: 5. If Reporting Entity in No. 4 is a Subawardee, Enter Name and Address of Prime:
Tier ______, if known :
Congressional District, if known : Congressional District, if known : 6. Federal Department/Agency: 7. Federal Program Name/Description:
CFDA Number, if applicable: _____________
8. Federal Action Number, if known : 9. Award Amount, if known :
$
10. a. Name and Address of Lobbying Registrant b. Individuals Performing Services (including address if ( if individual, last name, first name, MI): different from No. 10a )
(last name, first name, MI ):
11. Signature:
Print Name:
Title:
Telephone No.: _______________________
Authorized for Local Reproduction
Standard Form LLL (Rev. 7-97)
Information requested through this form is authorized by title 31 U.S.C. section 1352. This disclosure of lobbying activities is a material representation of fact upon which reliance was placed by the tier above when this transaction was made or entered into. This disclosure is required pursuant to 31 U.S.C. 1352. This information will be available for public inspection. required disclosure shall be subject to a not more than $100,000 for each such failure.
Prime Subawardee
Federal Use Only:
Date:
who fails to file the Any person $10,000 and than civil penalty of not less
INSTRUCTIONS FOR COMPLETION OF SF-LLL, DISCLOSURE OF LOBBYING ACTIVITIES
This disclosure form shall be completed by the reporting entity, whether subawardee or prime Federal recipient, at the initiation or receipt of a covered Federal action, or a material change to a previous filing, pursuant to title 31 U.S.C. section 1352. The filing of a form is required for each payment or agreement to make payment to any lobbying entity for influencing or attempting to influence an officer or employeeof any agency, a Member of Congress, an officer or employeeof Congress, or an employeeof a Member of Congress in connectionwith a coveredFederalaction. Completeall items that apply for both the initial filing and material change report. Refer to the implementing guidance published by the Office of Management and Budget for additional information.
1. Identify the type of covered Federal action for which lobbying activity is and/or has been secured to influence the outcome of a covered Federal action.
2. Identify the status of the covered Federal action.
3. Identify the appropriateclassification of this report. If this is a followup report caused by a material change to the information previously reported, enter the year and quarter in which the change occurred. Enter the date of the last previously submitted report by this reporting entity for this covered Federal action.
4. Enter the full name, address, city, State and zip code of the reporting entity. Include CongressionalDistrict, if known. Check the appropriateclassification of the reporting entity that designates if it is, or expects to be, a prime or subaward recipient. Identify the tier of the subawardee,e.g., the first subawardee of the prime is the 1st tier. Subawards include but are not limited to subcontracts, subgrants and contract awards under grants.
5. If the organization filing the report in item 4 checks "Subawardee," then enter the full name, address, city, State and zip code of the prime Federal
recipient. Include Congressional District, if known.
6. Enter the name of the Federal agency making the award or loan commitment. Include at least one organizationallevel below agency name, if known. For
example, Department of Transportation, United States Coast Guard.
7. Enter the Federal program name or description for the covered Federal action (item 1). If known, enter the full Catalog of Federal Domestic Assistance
(CFDA) number for grants, cooperative agreements, loans, and loan commitments.
8. Enter the most appropriate Federal identifying number available for the Federal action identified in item 1 (e.g., Request for Proposal (RFP) number; Invitation for Bid (IFB) number; grant announcement number; the contract, grant, or loan award number; the application/proposal control number assigned by the Federal agency). Include prefixes, e.g., "RFP-DE-90-001."
9. For a covered Federal action where there has been an award or loan commitment by the Federal agency, enter the Federal amount of the award/loan
commitment for the prime entity identified in item 4 or 5.
10. (a) Enter the full name, address, city, State and zip code of the lobbying registrant under the Lobbying Disclosure Act of 1995 engaged by the reporting entity identified in item 4 to influence the covered Federal action.
(b) Enter the full names of the individual(s) performing services, and include full address if different from 10 (a). Enter Last Name, First Name, and Middle Initial (MI).
11. The certifying official shall sign and date the form, print his/her name, title, and telephone number.
According to the Paperwork Reduction Act, as amended, no persons are required to respond to a collection of information unless it displays a valid OMB Control Number. The valid OMB control number for this information collection is OMB No. 0348-0046. Public reporting burden for this collection of information is estimated to average 10 minutes per response, including time for reviewing instructions, searching existing data sources, gathering and maintaining the data needed, and completing and reviewing the collection of information. Send comments regarding the burden estimate or any other aspect of this collection of information, including suggestions for reducing this burden, to the Office of Management and Budget, Paperwork Reduction Project (0348-0046), Washington, DC 20503.
1
ATTACHMENT G
FEDERAL FUNDING ACCOUNTABILITY AND TRANSPARENCY ACT (FFATA)
The Subgrantee must complete Federal Funding Accountability and Transparency Act (FFATA) form
attached here. This form is to be completed and incorporated as part of this agreement.
Failure to provide accurate information for the Subgrantee named as a party to this agreement or to
complete the FFATA form will cause the inability of the Commonwealth to process this grant and
resulting in delay or loss of funds to the Subgrantee. The Subgrantee’s documentation will be considered
incomplete until such time that Subgrantee provides accurate FFATA information.
(a) Registration and Identification Information – The Subgrantee must maintain current registration in
the Central Contractor Registration (www.ccr.gov) at all times during which they have active
federal awards funded pursuant to this agreement. A Dun and Bradstreet Data Universal
Numbering System (DUNS) Number (www.dnb.com) is one of the requirements for registration
in the Central Contractor Registration. Subgrantee must provide its DUNS number, and DUNS +
4 number if applicable, to the Commonwealth along with the signed grant agreement.
(b) Primary Location - Subgrantee must provide to the Commonwealth the primary location of
performance under the award, including the city, State, and zip+4. If performance is to occur in
multiple locations, then Subgrantee must list the location where the most amount of the grant
award is to be expended pursuant to this grant agreement.
(c) Compensation of Officers - Subgrantee must provide to the Commonwealth the names and total
compensation of the five most highly compensated officers of the entity if-
1. the entity in the preceding fiscal year received—
a. 80 percent or more of its annual gross revenues in Federal awards; and
b. $25,000,000 or more in annual gross revenues from Federal awards: and
c. the public does not have access to information about the compensation of the senior
executives of the entity through periodic reports filed under section 13(a) or 15(d) of
the Securities Exchanges Act of 1934 (15 U.S.C. 78m(a), 78o(d)) or section 6104 of
the Internal Revenue Code of 1986. If the Subgrantee does not meet the conditions
listed above, then it must specifically affirm to the Commonwealth that the
requirements of this clause are inapplicable to the Subgrantee. Subgrantee must
provide information responding to this question along with Subgrantee’s return of the
signed grant agreement. The Commonwealth will not process this grant until such
time that Subgrantee provides such information responding to this question.
2
Federal Funding Accountability and Transparency Act Sub-recipient Data Sheet
Grantee must provide information along with Grantee’s return of the signed grant agreement. The Co mmonwealth will not process the grant until such time that Grantee provides such information.
DUNS NUMBER
DUNS Number:
DUNS Number + 4 (if applicable):
[INSTRUCTIONS: Grantee must provide its assigned DUNS number, and DUNS + 4 number if applicable. Grantee must maintain current registration in the Central Contractor Registration (www.ccr.gov) at all times during which they have active federal awards funded pursuant to their sub-grant agreement. A Dun and Bradstreet Data Universal Numbering System (DUNS) Number (www.dnb.com) is one of the requirements for registration in the Central Contractor Registration.]
PRIMARY LOCATION
City:
State:
Zip+4:
[INSTRUCTIONS: Grantee must provide to the Commonwealth the primary location of performance under the award, including the city, State, and zip code including 4-digit extension. If performance is to occur in multiple locations, then Grantee must list the location where the most amount of the grant award is to be expended pursuant to the grant agreement.]
Compensation of Officers
Officer 1 Name:
Officer 1 Compensation:
Officer 2 Name:
Officer 2 Compensation:
Officer 3 Name:
By marking the following box
Officer 3 Compensation:
Grantee affirms they do not meet
Officer 4 Name:
the conditions for reporting highly
Officer 4 Compensation:
compensated officials
Officer 5 Name:
Officer 5 Compensation:
[INSTRUCTIONS: Grantee must provide to the Commonwealth the names and total compensation of the five most highly compensated officers of the entity if-- (i) the entity in the preceding fiscal year received— (I) 80 percent or more of its annual gross revenues in Federal awards; and (II) $25,000,000 or more in annual gross revenues from Federal awards: and (ii) the public does not have access to information about the compensation of the senior executives of the entity through periodic reports filed under section 13(a) or 15(d) of the Securities Exchanges Act of 1934 (15 U.S.C. 78m(a), 78o(d)) or section 6104 of the Internal Revenue Code of 1986. If the Grantee does not meet the conditions listed above, then it must specifically affirm to the Commonwealth that the requirements of this clause are inapplicable to the Grantee.
1
Office of Vocational Rehabilitation
Innovation and Expansion Project
Implementing Guidelines
(Name of Agency)
(Address)
The purpose of this project, as described specifically in the Statement of
Work, is the development of an Innovation and Expansion Project to provide
new strategies and programs to improve employment outcomes for individuals
with the most significant disabilities as defined in the Rehabilitation Act of
1973, as amended. OVR is seeking community projects that result in
competitive employment of persons with the most significant disabilities. This
project is funded with Title I funds through the Rehabilitation Act of 1973, as
amended – CFDA #84.126 – Rehabilitation Services – Vocational
Rehabilitation Grants to States.
A. Any project or program information released by the Contractor through
the news media or for public information must identify the Office of
Vocational Rehabilitation as a funding source, and a copy of the release
must be forwarded to the Contractor and Grantee Services Division, OVR
Central Office.
B. OVR shall monitor and evaluate the program, the financial operation of
this project, and any subcontracts. .
C. Contractor shall notify all subcontractors of the provisions of these
Guidelines, conduct compliance reviews at reasonable times to insure
adherence to all civil rights and discrimination laws and other applicable
provisions of this project, and notify OVR of any violations or suspected
violations.
The Contractor certifies that it shall be adequately staffed with personnel
qualified to carry out the project, and that funds for staffing may be utilized
only during the term of the Project.
Direct salary charges for project staff must be supported by time/activity
reports (Staff Certification Forms) completed by each employee and verified
by his/her supervisor.
Staff Certification Forms must be completed and submitted monthly and must
reflect the total time the employee spends in project supported activities, as
CONTRACTOR
STAFF REQUIRED
FOR PROJECT
2
well as any changes in assignment. All project-related activities and the
number of hours spent accomplishing these activities must be described on the
Staff Certification Form.
Salaries for project staff shall be based upon the Contractor’s established
salary and wage scales for comparable positions (classifications). General
raises should also be extended to the project staff; however, project monies
may be used to fund such raises only if such anticipated raises have been
included in the Contractor’s budget.
Project funds may not be used to finance building expansion.
The Contractor shall be adequately prepared to carry out the funded project.
The Contractor certifies that equipment requested for its use in administering
this project is not already on hand and is required for the operation of the
Project.
All purchases (including, but not limited to, equipment) made by the
Contractor with a cost of five thousand dollars ($5,000) or more per individual
item shall be competitively bid. The Contractor shall request written bids
from at least three (3) vendors, which include a description of the equipment
and price quote. The lowest responsible bid shall be accepted.
If a competitive bid is not possible, the Contractor shall provide OVR with a
written explanation of the circumstances that preclude a competitive bid and
request sole source approval for the proposed purchase. Written OVR
approval of the sole source justification must pre-date expenditure of project
funds.
OVR shall hold first lien on all equipment, with a cost of $5,000 or more per
individual item, purchased with project funds for a period of five (5) years.
The value of OVR’s lien, as registered with the PA Department of State, will
equal the portion of the equipment purchase price financed by OVR through
this Purchase Order/Funds Commitment. The Contractor will file OVR’s lien
with the PA Department of State using the Financing Statement, Uniform
Commercial Code UCC-1.
Ownership of such equipment will revert to OVR if the terms of the DGS
Contract are violated, or if the project has terminated while OVR holds the
aforementioned lien.
Equipment purchased with project funds may not be offered as collateral in
any transactions while OVR holds a lien against such equipment.
The Contractor shall file the Form UCC-1, Uniform Commercial Code
Financing Statement with the PA Department of State in order to register
OVR’s interest in project-purchased equipment. The Contractor (Debtor, as
identified in the UCC-1 filing), shall pay all filing fees required by the
Commonwealth of PA and the Contractor shall furnish OVR with proof that
BUILDING AND
FACILITY
EQUIPMENT
EQUIPMENT
TITLE
EQUIPMENT
REGISTRATION
3
OVR’s security interest has been registered in an effective and timely manner.
Filing fees may not be paid with project funds.
The Contractor will obtain copies of form UCC-1 Financing Statement from
the PA Department of State. The UCC-1 Financing Statement and
instructions are available online at
http://www.dos.state.pa.us/portal/server.pt/community/corporations/12457/for
ms/571880 through the PA Department of State voice mail system by calling
(717) 772-1057.
Information concerning filing fees is available online at
http://www.dos.state.pa.us/portal/server.pt/community/corporations/12457/fee
s___payment/571873 or by telephone at (717) 787-1057.
If Project-purchased equipment is placed in rented premises, a Landlord’s
waiver must be executed by the landlord prior to the placement of the
equipment on the premises.
The Contractor, subcontractors, and participating employers shall:
A. Comply with applicable laws and regulations relating to employee
health, safety, and sanitation.
B. Comply with applicable laws with respect to fire protection, safety
devices or guards on machinery, and accident hazards.
C. Comply with applicable federal, state, and local minimum wage and
hour laws.
D. Comply with applicable Workers Compensation statutes relating to work
accidents and occupational diseases.
E. Safeguard the rights and welfare of human subjects who are involved in
activities supported by Federal funds. For purposes of this policy, a
human subject is an individual who may be exposed to the possibility of
physical, psychological, sociological or other harm as a result of any
activity that goes beyond the application of those established and
accepted methods necessary to meet the subject’s needs.
The Contractor shall perform an analysis of the total project that will identify
the results and effectiveness of the project as measured by the Statement of
Work, Deliverables, goals and objectives, and the benefits to the individuals
and communities served. The Contractor shall conduct surveys of project
participants’ satisfaction with services rendered under the project.
The Contractor shall maintain adequate accounting records for the project,
separate and apart from records kept for its usual operation and other
contracts/grants, to assure reconciliation of all project costs.
LANDLORD
WAIVER
COMPLIANCE
WITH
APPLICABLE
LAWS
EVALUATION
COMPONENT
CONTROL OF
EXPENDITURES
4
The Contractor shall make its records available at its office, at all reasonable
times during the term of this project, for inspection, audit or reproduction by
an authorized representative of the Secretary of Labor and Industry or the
Auditor General. Invoices for all equipment and other expenditures must be
retained and are subject to audit. If non-project items are noted on the same
invoice, items that are project-related must be identified. If this project is
terminated, the records relating to this project shall be retained and available
for a period of six (6) years from the date of any final settlement.
I. Monies received by the Contractor from OVR must be immediately
deposited into a separate interest-bearing checking or savings account,
or assigned to a dedicated cost center through which the movement of
project funds may be readily traced. Earned interest and program
income may be used to support Project operations with approval from
OVR.
A. Checks used in project-related transactions must be clearly imprinted
with or otherwise show the indelible notation of OVR I&E Project–
2014 and refer to the dedicated cost center.
B. All transactions must have supporting documentation in the project
file and must be related to the project purposes.
C. Funds may not be commingled. If funds are commingled, the total
monies paid under this Purchase Order/Funds Commitment must be
returned to OVR upon demand.
Commingle means depositing or recording funds in a general
account without the ability to identify each specific source of
funds for any expenditure.
The funds from each funding source must be identifiable with a
clear audit trail for each source. As expenditures occur it is
appropriate for those funds to be consolidated for carrying out a
common purpose.
D. Project funds may be used only for the purposes of this project.
Temporary transfers such as payment of debts and/or purchase of
non-project items with project funds may not be made from the
project funds. If funds are improperly transferred, the total monies
paid under this project must be returned to OVR upon demand.
E. For Projects of $100,000 or more, the Contractor shall secure an
independent audit of funds awarded for the project and submit the
audit report within 180 days after the end of the project period. OVR
requires an independent audit that is completed by a Certified Public
Accountant (CPA). The CPA should have no dealings with, nor
receive compensation from, the organization during the audit time
period. The audit must be a bound copy or it can be emailed to us in
.pdf format by the auditor. The audit is to be an in-depth examination
5
of the financial statements for the entire organization with a written
opinion by the CPA regarding those statements. The audit shall
cover the contractor’s receipts and expenditures for the project. It
should also include all items required by an audit conducted in
conformance with the Generally Accepted Auditing Standards and
be accompanied by reports that are prepared and signed by the
auditor. Such audit shall be performed for the period(s) of the
Purchase Order/Funds Commitment. The report of the audit shall be
provided to OVR within 180 days after the end of each project
period.
If the Contractor is subject to audit under the terms of Circular A-
133, then such independent A-133 audit will satisfy the independent
audit requirements of this project.
Delivery of the A-133 audit report to OVR will occur in a timely
manner consistent with A-133 regulations. If the A-133 audit cannot
be presented to OVR within 180 days, The Contractor is responsible
for notifying OVR of that fact. Notification will take the form of a
letter addressed to the Division Chief, OVR Contractor and Grantee
Services Division, advising OVR of when the A-133 audit will be
submitted. OVR’s written acceptance of the projected submittal date
waives the project’s 180-day audit due date. The Contractor will
retain the OVR 180-day waiver with the records of this project.
II. Project monies shall be expended in accordance with the approved
Budget.
A. The Contractor may pay wages and fringe benefits for staff funded
through this project from its General or Payroll Account, then
reimburse its General or Payroll Account for such advance using
project funds. Reimbursement may be every pay period but, at
minimum, must be every calendar quarter. The Contractor may
reimburse gross payroll each payday, reimburse life insurance and
health care insurance each month, and reimburse taxes the month
succeeding the calendar quarter. Vouchers for each check written
must be maintained to document each transfer from the project
account to the General or Payroll Account. Any such reimbursement
must closely parallel the payment to be made from the General
Account or Payroll Account.
B. Contractors electing Unemployment Compensation coverage as
reimbursable employers may not use project money to build a
contingency fund against possible future Unemployment
Compensation claims. Project payment for Unemployment
Compensation claims filed against the Contractor electing this form
of coverage is not permitted.
C. Use of project funds for expenditures other than those approved in
the project budget, or in a subsequent Budget Revision Request
6
(BRR), is prohibited. Project funds shall not be transferred to any
other Contractor accounts. Exception to this provision is permitted
only in the case of payroll, as noted previously, and for transfer of
project funds to cover expenditures incurred after the effective date
of the project, but prior to receipt of project funds.
D. In Budgets with more than one expenditure category (e.g., staffing
and equipment) the monies allotted to each expenditure category
may not be exceeded without an approved Budget Revision Request.
OVR recognizes that actual expenditures may exceed allowances;
however, if expenditure will exceed an estimate by twenty-five
percent (25%), the BRR must be approved by OVR prior to the
expenditure. If Salary for a project staff position, combined with
Fringe Benefits for that position, will exceed the estimate by ten
percent (10%), the BRR must be approved by OVR prior to the
expenditure.
If the total amount for a budget category is exceeded, the Contractor
is liable for the excess, unless the Program Analyst, OVR Contractor
and Grantee Services Division, approves the expenditure in writing.
E. If, in the expenditure category Staff, the project narrative includes
part-time positions and the actual time on project activities exceeds
the percentage indicated on the application, then the percentage of
time specified on the application will take precedence. As a general
rule, the percentage of time associated with a staff position would be
equally distributed throughout the project year. For example, if a
staff position is for forty percent (40%) of the time on the Project,
the project account should fund the position for two (2) days a week
for 52 weeks. Staffing covers the normal work day or work week for
the position. Any variations should be specified in the Budget
narrative or will require a BRR with approval prior to implementa-
tion.
F. Travel costs should be reported in the expenditure category Other.
OVR shall recognize travel costs associated with the project. All
such travel costs must be consistent with Commonwealth Travel
Regulations.
III. Project budgets may be revised.
A. Line items in the Project budget may be revised as noted in Parts
II, C and II, D, CONTROL OF EXPENDITURES. Surplus,
undesignated funds resulting from an approved Budget Revision
Request may be used for other program-related items if written
permission to do so is secured from the Program Analyst, OVR
Contractor and Grantee Services Division.
B. OVR’s written approval of the Budget Revision Request,
whenever applicable, must be retained by the Contractor for six
7
(6) years from the date of any final settlement. It is the
responsibility of the Contractor to obtain written approval from
the OVR Contractor and Grantee Services Division Program
Analyst to make changes.
C. All items purchased with project monies, but not specifically
approved in the original budget or through a Budget Revision
Request, will be considered as audit exceptions. If audit
exceptions are not overturned, the Contractor must make
appropriate refunds to OVR.
IV. Items approved by the original Budget or subsequent Budget Revision
Requests must be purchased and/or obligated prior to the expiration
date of the project.
A. Documentation that the funds were obligated prior to the expira-
tion date will require Contractor to provide purchase orders or
signed purchase contracts. OVR’s approval of a Budget Revision
Request permits expenditure for those approved items, but does
not constitute obligation of funds by the Contractor for their
purchase.
B. Staff salaries and fringe benefits may not be obligated for future
payment.
C. If obligated funds are not supported by purchase orders or signed
contracts, the Contractor must make appropriate refunds to OVR.
The Contractor shall submit to the OVR/BBVS District Administrator and to
the Contractor and Grantee Services Division, within fifteen (15) days after
the end of each calendar quarter of the project, a Program Narrative and
Financial Statement Report. The Quarterly Narrative Report shall
demonstrate the Contractor’s implementation of its Program Evaluation
System.
The narrative report shall include at least the following information:
A summary of project activity to include the status of each Deliverable in
the Statement of Work and other goals and objectives;
Data driven summary of outcomes being tracked; including starting point,
current status and goal;
Challenges and/or barriers involved in meeting proposed outcomes;
Strategies to address challenges and/or barriers;
Identification of technical assistance requirements.
QUARTERLY
NARRATIVE
AND FINANCIAL
STATEMEMT
REPORT
8
(NOTE: Failure to provide OVR Quarterly Reports in a timely manner,
as specified in paragraph one of this Section, will result in interruption of
OVR project payments.)
A Final Expenditures Report and Narrative Report covering project activities
over the entire project period must be submitted within 30 days after the end
of the project. The Contractor shall email the final report to the Contractor
and Grantee Services Division, Central Office, and to the OVR/BBVS District
Administrator. At least the following information must be included in the
narrative:
a. A statement of the progress toward achieving the Project’s
Deliverables, goals and objectives.
b. Itemization of how project funds were utilized, including:
(i) The project staff hired, if applicable.
(ii) Equipment purchased by the Contractor. (List equipment and
purchase price.)
(iii) Other benefits resulting from the project.
c. Description of the major problems and difficulties encountered in
the project and their resolution.
d. Status of plans for continuing project activities after expiration of
project support for the project.
A. This project may be terminated by the Commonwealth in whole, or in
part, if for any reason the OVR Executive Director shall determine such
termination is in the best interest of the Commonwealth. Any such
termination shall be effected by delivering to the Contractor a notice of
termination specifying the extent to which performance of the work under
the project is terminated and the date on which such termination becomes
effective. The project shall be equitably adjusted to compensate for such
termination and the project modified accordingly.
B. If the project is terminated by the Commonwealth, in addition to any
other rights provided in this paragraph, the Commonwealth may require
the Contractor to deliver to the Commonwealth, in the manner and to the
extent directed by the OVR Executive Director, such partially completed
reports or other documentations as the Contractor has specifically
produced or specifically acquired in connection with this project.
C. The rights and remedies of the Commonwealth provided in this paragraph
shall not be exclusive and are in addition to any other rights and remedies
provided by law or under this Purchase Order/Funds Commitment.
FINAL
NARRATIVE
REPORT
TERMINATION
9
Unless provided for in the DGS contract, no subcontract shall be made by the
Contractor with any other party to furnish any of the work or services herein
contracted without written approval from OVR. Any subcontract hereunder
entered into, subsequent to the execution of this project, must be approved by
OVR. Any subcontract entered by the Contractor with a value of five
thousand dollars ($5,000) or more shall be competitively bid or supported by
sole source justification approved in writing by OVR in advance of entering
the subcontract.
This provision does not require the approval of contracts of employment
between the Contractor and its personnel assigned for services thereunder.
Any approved subcontractor must comply with the terms and conditions of the
DGS contract and must make available to OVR any records for inspection or
other documentation related to the subcontract or this project. The
Commonwealth may undertake or award other contracts for additional or
related work, and the Contractor shall fully cooperate with other Contractor,
subcontractors and Commonwealth employees.
The Contractor hereby certifies that it is not in receipt of funds from any other
Federal source covering any portion of the project. If this certification is
false, this project may be revoked in whole or in part, and any monies paid
hereunder shall be refunded to OVR with any penalties that may be imposed
by law or regulations.
The term of the Purchase Order/Funds Commitment is upon the effective date
until September 30, 2015 with an option to renew for 12 additional months
and is subject to satisfactory compliance with the terms and conditions of the
DGS contract and these Guidelines, including compliance with the approved
Statement of Work, unless otherwise modified in accordance with the DGS
contract. Services will not be accepted and work will not begin until the
Purchase Order/Funds Commitment is processed and completely executed.
The Commonwealth will not be obligated to pay for services without a
completely executed and approved Purchase Order/Funds Commitment. The
Purchase Order/Funds Commitment will be in effect on October 1, 2014 or
the date upon approval of the final Commonwealth signatory, which ever date
comes later.
A. Purchase Order/Funds Commitment is being funded for the initial time
period mentioned above in the amount of: (Dollars).
B. For any subsequent renewal periods, the Contractor must submit a budget,
work plan, and other required documents prior to March 1 of such
period, and such submission is approved in writing by OVR. OVR shall
notify the Contractor in writing of the total cost authorized during each
period. The approved total cost for the first Purchase Order/Funds
Commitment period is set forth in Section A., above. The total cost of
each subsequent renewal period must be approved by (1) execution by
OVR and its Comptroller, the form shown as this Purchase Order/Funds
Commitment’s FUNDING ADJUSTMENT FORM, and (2) written
SUBCONTRACTS
DISCLAIMER
TERM OF
PURCHASE
ORDER/FUNDS
COMMITMENT
PURCHASE
ORDER/FUNDS
COMMITMENT
COST
COST
10
approval by OVR of the Contractor’s budget for each period. Copies of
the afore-mentioned documents shall be incorporated in and made part of
the projects file. The Contractor must utilize such funding in accordance
with the approved budget for the period.
C. If OVR determines that additional Title I monies are available for use
during any period within the term of this Purchase Order/Funds
Commitment, OVR may, at its option, increase the approved total cost for
any such period by an amount not to exceed One Hundred Thousand
dollars ($100,000).
If an increase in funds is anticipated, OVR shall notify the Contractor in
writing of the potential increase. Within thirty (30) days of receipt of
notification of the potential increase, the Contractor shall submit to the
Program Analyst for approval a revised budget and project narrative
reflecting the anticipated increase.
If the revised budget and project narrative are approved by OVR, the
Program Analyst shall notify the Contractor, in writing, of the approved
amount of increase.
The increases up to $100,000 for any such period must be approved by (1)
the form executed by OVR and the Comptroller shown as the Purchase
Order/Funds Commitment’s FUNDING ADJUSTMENT FORM, and,
(2) written approval by the Program Analyst of a revised project budget
and project narrative. Copies of the aforementioned documents shall be
incorporated in and made part of the project file.
D. OVR may, in its sole discretion, reduce the total cost of the Purchase
Order/Funds Commitment for any period if (1) the funds appropriated by
the General Assembly or by the Federal Government are less than
anticipated by OVR or (2) the funds appropriated are made unavailable by
a reduction in funds. In either case, OVR shall notify the Contractor
promptly of the reduced total cost for any period of the Purchase
Order/Funds Commitment. Such notice shall be incorporated in and made
a part of the project file. The Contractor shall submit to OVR for its
approval a revised budget to conform to the decreased amount of funds. If
the Contractor does not submit a revised budget, or the parties are unable
to agree on the revised budget for the period in question, OVR, after
consultation with the Contractor, shall unilaterally establish the revised
budget. The revised budget for the annual period shall be evidenced by
the execution by OVR and its Comptroller of the form attached herein as
FUNDING ADJUSTMENT FORM, and a copy of the revised project
budget. These documents shall be incorporated in and made a part of the
project file.
E. OVR may, at any time, review the Contractor’s use of funds during any
Purchase Order/Funds Commitment period either through request for
documentation or onsite visit. OVR may, after review of the Contractor’s
performance, reduce the total amount of the Purchase Order/Funds
11
Commitment. If OVR exercises this right, it shall notify the Contractor in
writing.
The reduction shall be effective upon mailing of the written notice.
Within thirty (30) days of the date of such notice, the Contractor shall
submit for Program Analyst approval a revised budget and project
narrative that reflects the reduction. If the Contractor does not submit a
revised budget and project narrative, or if OVR and the Contractor are
unable to agree on a revised budget, OVR, after consultation with the
Contractor, may unilaterally establish the revised budget. The revised
budget for the period will be evidenced by the execution by OVR and its
Comptroller of the form attached herein as FUNDING ADJUSTMENT
FORM and a copy of the revised project budget. These documents shall
be incorporated in and made a part of the project file.
A. Contractor will submit to OVR a Request for Funds (RFF) for advance
payment for anticipated costs to perform services during each quarter
under the Purchase Order/Funds Commitment. OVR will provide a
template form for the RFF, as well as instructions for its use, a
submission schedule, and a spreadsheet to maintain a record of monthly
expenses. This RFF must be submitted electronically to the OVR
Resource Account.
B. Upon receipt OVR will process the RFF and arrange for payment to be
issued in the amount requested. Payment will be effected through the
Automated Clearing House Network, as outlined in the PA Electronic
Payment Program, per Management Directive 310.30, issued May 22,
2009.
C. If more funds are advanced than actually used by the Contractor during a
particular quarter, those funds will be offset against future advance
payment requests.
D. If additional funds were utilized by the Contractor during a particular
quarter, the contractor will submit a supplemental RFF.
E. The Contractor will provide documents, invoices, receipts, and other
verification of expenditures to OVR. This documentation should be
supplied electronically, on a quarterly basis.
F. OVR will review the documentation in support of expenditures and
perform a reconciliation to determine whether expenditures were
appropriate under the Purchase Order/Funds Commitment. Expenses
deemed questionable will require additional justification. Expenses
deemed inappropriate will be deducted from future requests for
reimbursement. Any expenses deemed inappropriate at the end of each
fiscal year must be returned to OVR, along with any interest earned on
the amount deemed inappropriate.
ADVANCE PAYMENT
PROCESS
12
A. The Commonwealth will make payments to the Contractor through the
Automated Clearing House (ACH) Network. Within 10 days of the
Purchase Order/Funds Commitment award, the Contractor must submit or
must have already submitted its ACH and electronic addenda information,
if desired, to the Commonwealth’s Payable Service Center, Vendor Data
Management Unit at 717-214-0140 (FAX) or by mail to the Office of the
Comptroller Operations, Bureau of Payable Services, Payable Service
Center, Vendor Data Management Unit, 555 Walnut Street, - 9th
Floor,
Harrisburg, PA 17101.
B. The Contractor recipient must submit a unique invoice number with each
invoice submitted. The unique invoice number will be listed on the
Commonwealth of Pennsylvania’s ACH remittance advice to enable the
Contractor to properly apply the state agency’s payment to the respective
invoice or program.
C. It is the responsibility of the Contractor to ensure that the ACH informa-
tion contained in the Commonwealth’s Central Vendor Master File is
accurate and complete. Failure to maintain accurate and complete
information may result in delays in payments.
A. The Contractor will comply with Titles VI and VII of the Civil Rights Act
of 1964 (P.L. 88-352) and all requirements imposed by the Department of
Health and Human Services (45 CFR Part 80) issued pursuant to that title,
to the end that, in accordance with Titles VI and VII of that Act and the
Regulation, no person in the United States shall, on the grounds of race,
color, or national origin, be excluded from participation in, be denied the
benefits of, or be otherwise subjected to discrimination under any program
or activity for which the Applicant receives Federal financial assistance
from OVR; and HEREBY GIVES ASSURANCE THAT it will
immediately take any measures necessary to effectuate this agreement.
B. The Contractor will comply with Title VI of the Civil Rights Act of 1964
(42 USC 2000d) prohibiting employment discrimination where a) the
primary purpose of a project is to provide employment or b)
discriminatory employment practices will result in unequal treatment of
persons who are, or who should be, benefiting from the project-aided
activity.
C. The Contractor will comply, as applicable, with the programs of Title V,
Sections 503 and 504 of the Rehabilitation Act of 1973, as amended or
stated as administered by the Office of Federal Contract Compliance
Program and the Office of Civil Rights, respectively, which prohibit
discrimination against qualified job applicants on the basis of physical or
mental disability and has executed the Assurance of Compliance with
Section 504 of the Rehabilitation Act of 1973, as amended.
D. The Contractor will comply, as applicable, with the provisions of the
National Environmental Policy Act of 1969 (P.L. 90-190).
PA ELECTRONIC
PAYMENT
PROGRAM (PEPP)
GENERAL
13
E. The Contractor will establish safeguards to prohibit employees from
using their positions for a purpose that is, or gives the appearance of
being, motivated by a desire for private gain for themselves or others,
particularly those with whom they have family, business, or other ties.
F. The use of Federal funds by an approved Contractor under the
Rehabilitation Act of 1973, as amended, must not result in a decrease in
level of effort to provide services to persons with significant disabilities.
Services provided under the Act should strengthen and integrate, not
duplicate or replace, existing service.
G. An approved Contractor shall encourage and allow, wherever possible,
maximum community participation.
H. It is understood by the Contractor and agreed that any issues or situations
arising relative to this Purchase Order/Funds Commitment, but not
specifically covered in the text of this Purchase Order/Funds
Commitment nor stated in the project narrative, are subject to and
governed by other existing Contracts Administration Regulations and/or
policies as established by the Federal Office of Management and Budget
(OMB), Rehabilitation Services Administration (RSA) or the State VR
agency, whichever takes precedence.
I. OVR has a monitoring and evaluation responsibility for all Purchase
Order/Funds Commitment awarded to another service agency. This
responsibility applies to program and financial aspects of this Purchase
Order/Funds Commitment and any subcontracts.
J. The Contractor agrees that the Commonwealth may set off the amount of
any state tax liability or other debt of the Contractor or its subsidiaries
that is owed to the Commonwealth and not being contested on appeal
against any payments due the contractor under this Purchase Order/Funds
Commitment or any contract with the Commonwealth.
K. AUDIT CLAUSE TO BE USED IN AGREEMENTS WITH
SUBRECIPIENTS RECEIVING FEDERAL AWARDS FROM
THE COMMONWEALTH
SINGLE AUDIT REPORT REQUIREMENTS.
The [NAME OF SUBRECIPIENT] must comply with all federal and state
audit requirements including: The Single Audit Act Amendments of 1996;
Office of Management and Budget, Circular A-133, Audits of States, Local
Governments, and Non-Profit Organizations, (OMB Circular A-133) as
amended; and any other applicable law or regulation, and any amendment to
such other applicable law or regulation which may be enacted or promulgated
by the federal government.
If the [NAME OF SUBRECIPIENT] is a local government or non-profit
organization and expends total federal awards of $500,000 or more during its
14
fiscal year, received either directly from the federal government or indirectly
from a recipient of federal funds, the [NAME OF SUBRECIPIENT] is
required to have an audit made in accordance with the provisions of OMB
Circular A-133.
If the [NAME OF SUBRECIPIENT] is a local government or non-profit
organization and expends total federal awards of $500,000 or more during its
fiscal year under one federal program, received either directly from the
federal government or indirectly from a recipient of federal funds, the [NAME
OF SUBRECIPIENT] can submit a program-specific audit in lieu of a single
audit in accordance with the provisions of OMB Circular A-133.
If the [NAME OF SUBRECIPIENT] expends total federal awards of less than
$500,000 during its fiscal year, it is exempt from these audit requirements, but
is required to maintain auditable records of federal awards and any state funds
that supplement such awards, and to provide access to such records by federal
and state agencies or their designees.
If the [NAME OF SUBRECIPIENT] is a for-profit entity, it is not subject to
the auditing and reporting requirements of OMB Circular A-133. However,
the pass-through commonwealth agency is responsible for establishing
requirements, as necessary, to ensure compliance by for-profit subrecipients.
The contract with the for-profit subrecipient should describe applicable
compliance requirements and the for-profit subrecipient’s compliance
responsibility. Methods to ensure compliance for federal awards made to for-
profit subrecipients may include pre-award audits, monitoring during the
contract, and post-award audits. The post-award audits may be in the form of
a financial audit in accordance with Government Auditing Standards, a single
audit report or program-specific audit report in accordance with OMB
Circular A-133. However, these post-award audits must be submitted directly
to the affected commonwealth agency that provided the funding. Only single
audit reports for local governmental and non-profit subrecipients are
electronically submitted to the Office of the Budget, Office of Comptroller
Operations, Bureau of Audits.
COMPONENTS OF THE SINGLE AUDIT REPORTING PACKAGE.
The [NAME OF SUBRECIPIENT] must submit an electronic copy of the
audit report package to the commonwealth, which shall include:
1. Auditor’s reports
a. Independent auditor’s report on the financial statements, which
expresses an opinion on whether the financial statements are
presented fairly in all material respects in conformity with the
stated accounting principles.
b. Independent auditor’s report on the supplementary Schedule of
Expenditures of Federal Awards (SEFA), which expresses an
opinion on whether the SEFA is presented fairly in all material
15
respects in relation to the financial statements taken as a whole.
This report can be issued separately or combined with the
independent auditor’s report on the financial statements.
c. Report on internal control over financial reporting and on
compliance and other matters based on an audit of financial
statements performed in accordance with Government Auditing
Standards.
d. Report on compliance for each major program and report on internal
control over compliance.
e. Schedule of findings and questioned costs.
2. Financial statements and notes to the financial statements
3. SEFA and notes to the SEFA
a. All single audit reporting packages must contain a SEFA prepared
by the subrecipient, not the subrecipient’s auditor. In accordance
with §___.310 (b) of OMB Circular A-133, all SEFAs, at a
minimum, shall:
(1) List individual federal programs by federal agency. For
federal programs included in a cluster of programs, list
individual programs within a cluster of programs. For
research and development (R&D), the total federal awards
expended shall be shown either by individual award or by
federal agency and major subdivision within the federal
agency;
(2) For federal awards received as a subrecipient, include the
name of the pass-through entity and the identifying
number assigned by the pass-through entity;
(3) Provide the total federal awards expended for each
individual federal program and the CFDA number or other
identifying number when the CFDA information is not
available;
(4) Include notes that describe the significant accounting
policies used in preparing the SEFA;
(5) For federal awards received as a pass-through entity,
identify, to the extent practical, the total amount provided
to subrecipients from each federal program;
(6) Include, in either the SEFA or a note to the SEFA, the value
of federal awards expended in the form of noncash
16
assistance, the amount of insurance in effect during the
year, and loans or loan guarantees outstanding at year end.
b. In addition to the requirements of OMB Circular A-133, single audit
reporting packages containing federal funding passed through a
commonwealth agency must include the following components in
the SEFA as required by the pass-through agency:
(1) A breakdown of federal funds passed through the
commonwealth, by federal grantor, CFDA number,
CFDA name and state program name (if different from
CFDA name), state program year, and state contract
number (if applicable);
(2) Contract period beginning and ending dates for federal
funds passed through each commonwealth agency, by
contract;
(3) Program or award amount for each commonwealth agency,
by contract;
(4) Total received during the year for each commonwealth
agency, by contract;
(5) Accrued or deferred revenue at the beginning of the year
for each commonwealth agency, by contract;
(6) Revenue recognized during the year for each
commonwealth agency, by contract;
(7) Accrued or deferred revenue at the end of the year for each
commonwealth agency, by contract.
4. Schedule of Findings and Questioned Costs
5. Summary schedule of prior audit findings
6. Corrective action plan (if applicable)
7. Data collection form
8. Management letter (if applicable)
In instances where a federal program-specific audit guide is available, the
audit report package for a program-specific audit may be different and should
be prepared in accordance with the appropriate audit guide, Government
Auditing Standards, and OMB Circular A-133.
17
SUBMISSION OF THE AUDIT REPORT
The Office of the Budget, Office of Comptroller Operations, Bureau of Audits
accepts only electronic submissions of single audit/program-specific audit
reporting packages. Instructions and information regarding submission of the
single audit/program-specific audit reporting package are available to the
public on the Single Audit Submissions page of the Office of the Budget
website (http://www.budget.state.pa.us).
AUDIT OVERSIGHT PROVISIONS.
The [NAME OF SUBRECIPIENT] is responsible for obtaining the necessary
audit and securing the services of a certified public accountant or independent
governmental auditor.
The commonwealth reserves the right for federal and state agencies or their
authorized representatives to perform additional audits of a financial or
performance nature, if deemed necessary by commonwealth or federal
agencies. Any such additional audit work will rely on work already performed
by the [NAME OF SUBRECIPIENT]'s auditor and the costs for any
additional work performed by the federal or state agencies will be borne by
those agencies at no additional expense to the [NAME OF SUBRECIPIENT].
Audit documentation and audit reports must be retained by the [NAME OF
SUBRECIPIENT]'s auditor for a minimum of five years from the date of
issuance of the audit report, unless the [NAME OF SUBRECIPIENT]'s
auditor is notified in writing by the commonwealth, the cognizant federal
agency for audit, or the oversight federal agency, for audit to extend the
retention period. Audit documentation will be made available upon request to
authorized representatives of the commonwealth, the cognizant federal agency
for audit, the oversight federal agency for audit, the federal funding agency, or
the Government Accountability Office.
COMPLIANCE REVIEW Return To:
Chief
Contractor and Grantee Services Division
Office of Vocational Rehabilitation
1521 North Sixth Street
Harrisburg, PA 17102 Document Number
THIS FORM SHOULD BE COMPLETED AND RETURNED 15
DAYS AFTER THE AWARD OF ANY CONTRACT, PURCHASE
ORDER, AGREEMENT, ETC.
PART I -- All questions must be answered completely.
1A. Name and address of contractor's principal facility involved in
contract. (Include county and telephone number)
Telephone:
1B. Name, address and telephone number of parent company (if an
affiliate corporation).
1C. County Where Work is Performed
2A. Employer's Federal Identification Number (Enter your Employer's
I.D. number as assigned by the Internal Revenue Service and shown
on your quarterly tax return. If Internal Revenue Service number is
not applicable, indicate Social Security Number).
2B. Type of Business (check appropriate block)
Contractor Supplier
Subcontractor Other (specify)
Vendor
2C. Are you now a recipient of other contracts with the Commonwealth
of Pennsylvania?
Yes No
. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
With what agencies are you holding contracts?
2D. Have any of the above or other agencies conducted a desk audit/
on-site review of your company/organization within the past two
years?
Yes No
If yes, attach a copy of the compliance notice.
3A. Type of Contract
Construction Nonconstruction
Other
3B. $
3C. Effective Date
Termination Date
4. Does the company/organization have a written EEO plan?
Yes No
(Do not submit your EEO plan unless requested)
5. Does the company/organization agree to notify all subcontractors,
unions, vendors or suppliers of their responsibilities to comply with
state regulations/non-discrimination clause?
Yes No
6. Does the company/organization agree to send each subcontractor,
union or supplier of employees or materials the non-discrimination
poster with instructions to post it at job sites?
Yes No
7. Does the company/organization agree not to use subcontractors,
vendors or suppliers on State contracts who are reported to be in
noncompliance by a State authorized representative?
Yes No
PERSONNEL TRANSACTIONS WITHIN THE LAST 12 MONTHS (New Hires, Promotions and Terminations)
Use additional 8 1/2 x 11 sheets, if needed)
PERIOD
FROM TO
NAME RACE SEX
TYPE OF TRANSACTION
(CHECK AS APPROPRIATE) DATE OF
TRANSACTION JOB CLASSIFICATION
NEW HIRE PROMOTION TERMINATION
PART II - CURRENT WORK FORCE BREAKDOWN OF MAIN OFFICE/ORGANIZATION INVOLVED IN CONTRACT.
1.
Job
Categories
Total Employees in Establishment
Minority Group Employees
Total
Employees
Including
Minorities
(1)
Total
Male
Including
Minorities
(2)
Total
Female
Including
Minorities
(3)
Male
Female
Black
(4)
Asian/
Pacific
Islander
(5)
American
Indian/
Alaskan
Native
(6)
Hispanic
(7)
Black
(8)
Asian/
Pacific
Islander
(9)
American
Indian/
Alaskan
Native
(10)
Hispanic
(11)
Officials & Managers
Professionals
Technicians
Sales Workers
Office & Clerical
Craftworkers (Skilled)
Operators
(Semi-skilled)
Laborers (unskilled)
Service Workers
TOTALS
Total Employment one
year prior to this report
(TRAINEES BELOW SHOULD ALSO BE INCLUDED IN THE FIGURES FOR THE APPROPRIATE OCCUPATIONAL CATEGORIES ABOVE.)
Formal
On-the-Job Trainees (1) (2) (3) (4) (5) (6) (7) (8) (9) (10) (11)
White-Collar
Production
2. Dates of Payroll Period Used (Both dates must be completed.) Weekly, Bi-weekly or Monthly Only.
BEGINNING PERIOD: / / ENDING PERIOD: / / .
MONTH DAY YEAR MONTH DAY YEAR
3. Will there be a change in the workforce as a result of this contract? Yes No
If yes, how many employees do you anticipate hiring?
PART III – PRESIDENT/CHIEF EXECUTIVE OFFICER OR EQUAL EMPLOYMENT OPPORTUNITY OFFICER (Return the signed original
copy.)
Name and Title (Type or print)
Signature
Phone No. FAX No.
Date
CONTRACTOR SHALL PROMPTLY GRANT ACCESS TO ITS FACILITIES TO AUTHORIZED STATE AGENCY
REPRESENTATIVE(S) FOR REVIEW OF DOCUMENTS, INFORMATION, AND INTERVIEWS OF COMPANY
PERSONNEL.
ATTACHMENT - J
Project Timeline
Timeline for Project Implementation
Start
Date
(mm/yy)
End
Date
(mm/yy)
Planned Major Tasks Responsible Party
1
2
3
4
5
6
7
Cells will expand as necessary. ______________________________________ _____________________ __________ Signature of Authorized Representative Title Date