DALLAS COUNTY LOCAL WORKFORCE DEVELOPMENT BOARD



[pic]

Request for Proposals

Innovative Technological Solutions

ISSUE DATE JULY 9, 2015, 1:00 P.M., CDT

RESPONSE DEADLINE AUGUST 6, 2015, 5:00 P.M., CDT

Ross Towers, 500 N. Akard Street, Suite 3030, Dallas, Texas 75201, 214-290-1000,

Workforce Solutions Greater Dallas is an equal opportunity employer/program. Auxilliary aids are available upon request, for persons with disabilities. TTY:214-745-1054

TABLE OF CONTENTS

Page

Introduction 3

Workforce System Principals 4

Part 1.0 General Information 4

1.1 Purpose of Request for Proposal 4

1.2 Services/Products Solicited in this RFP 4

1.3 Activities and Services NOT Solicited 5

1.4 RFP Schedule of Events 5-6

Part 2.0 RFP Components 6

2.1 Administration of this RFP 6

A. Issuance 6

B. Response Deadline 6

2.2 Bidders’ Conference 7

2.3 Contract Awards 7

4. Eligible Bidders 7

5. Selection Process 8

6. Evaluation Criteria 9

7. Proposal Preparation……………………………………………………………………………………………..10

Part 3.0 ORDER OF BIDS SUBMISSION 11

Part 9.0 Attachments

Attachment A Proposal Cover Sheet

Attachment B Proposal Narrative

Attachment C Budget

Attachment D Budget Back-up Sheet

Attachment E References

Attachment F Administrative Management Survey

Attachment G Fiscal Management Systems Survey

Attachment H Certification of Bidder

Attachment I Certification Regarding Debarment

Attachment J Certification Regarding Drug-Free Workplace

Attachment K Certification Regarding Lobbying

Attachment L Certification Regarding Conflict of Interest

Attachment M Texas Corporate Franchise Tax Certification

INTRODUCTION

The workforce system in Dallas County is governed and managed by the Dallas County Local Workforce Development Board, Inc. d.b.a. Workforce Solutions Greater Dallas, acting on behalf of the county’s citizens and employers. The Dallas County Local Workforce Development Board is a 501(c) (3) a not for profit corporation in the State of Texas. Board Directors represent a partnership of private employers, organized labor, non-profit organizations and public entities. The Board administers and acts as fiscal agent for programs consolidated at the local level and is responsible and accountable for the management of all workforce development funds made available to the local workforce development area. The Board is also responsible for administering job seeker and employer services funded through the following programs, but not limited to, Workforce Innovation and Opportunity Act (WIOA), Supplemental Nutritional Assistance Program (SNAP), Temporary Assistance for Needy Families (Choices), Employment Services (ES), Rapid Response, Trade Adjustment Assistance (TAA), and Child Care Services (CCS). Grants are received from the Texas Workforce Commission and may include state funds, and federal funds from the U. S. Department of Labor, Health and Human Services, and Agriculture. Please see the Board’s website for additional information on the workforce programs and locations of the local workforce centers within Dallas County ().

Mission

Workforce Solutions Greater Dallas exists to ensure competitive solutions

for EMPLOYERS through quality people and for PEOPLE through quality jobs.

Vision

Workforce Solutions Greater Dallas is recognized locally and nationally as a best in class workforce system that:

[pic]

Workforce System Principles

▪ Universality means access of all population groups to a broad array of services and information from a comprehensive assortment of education, employment, and training programs. The Greater Dallas Workforce System operates on the belief that true competitive advantage lies in the ability of people to think, to identify and analyze problems, and to work cooperatively to solve them.

▪ Customer choice empowers, enhances, and determines customer satisfaction. Adequate information and resources exist to provide every customer, both job seeker and employer, with up-to-date information that is easy to access and meaningful. Customer choice is a shared responsibility and requires the system to inform every customer of the options and advantages to services.

▪ Integration of systems, resources, and services is an ultimate principle that goes beyond co-location and technological access to provide a seamless, workforce solution to all potential customers, job seekers, and employers.

▪ Performance driven/outcome based measures are the criteria by which successful providers are managed. The Board seeks providers who are capable of designing a seamless service delivery system that maximizes performance driven outcomes for all job seekers and employers served, while creating a successful workforce system.

PART 1.0 GENERAL INFORMATION

1.1 PURPOSE OF REQUEST FOR PROPOSALS (RFP) AND REQUIREMENTS

Workforce Solutions Greater Dallas (WFSDallas) assists local employers by offering a skilled workforce and assists job seekers in finding well-paying high growth jobs in key industries such as infrastructure, healthcare, advanced manufacturing, education, aerospace, logistics and technology. Our goal is to create a customer-centric service delivery system that values the customer experience and improves their outcomes. We are seeking innovative solutions to expand the range of workforce technological products and services that provide seamless workforce services to all potential customers, job seekers and employers. This RFP solicitation is conducted to comply with federal procurement procedures.

1.2 SERVICES/PRODUCTS SOLICITED IN THIS RFP

WFSDallas is seeking an individual or organization to provide innovative technological solutions to extend and enhance job seeker services delivered within the workforce centers and available online. Bids should include assistance in integrating solutions into WFSDallas’ existing workforce system. WFSDallas’ objective is to enrich services with tools that will enhance e-learning and job search strategies through solutions that promote efficiencies in the Dallas workforce system. WFSDallas reserves the right to share licenses with partners, grantors and contractors in order to ensure a continuous and consistent customer-centric service delivery system. Solutions and products being solicited may include, but are not limited to:

• Skills certifications

• Computer literacy and keyboarding

• Short term programming certifications

• Support for educational attainment

• Instruction to complete high school equivalency

• English language acquisition

• Assessments, career exploration, labor market information and job search

• Individualized/accessible online portfolios

• Essential workplace skills; and/or

• Other technological solutions that enhance job search preparation.

WFSDallas is seeking solutions that will not only assist job seekers in gaining the skills they need to find quality employment but will facilitate improved access to services and increase efficiency. Our customers represent the universal job-seeking public including current workers, underemployed workers, dislocated workers (professionals, executive, degreed and credentialed), recently displaced workers (skilled and minimally skilled), veterans, low skilled, at-risk public assistance recipients, older disconnected youth, homeless individuals and individuals with disabilities. All bids must address full accessibility to our customer population regardless of barrier or ability.

1.3 Activities and Services NOT SOLICITED

The following functions, activities, and services are not solicited in this Request for Proposals (RFP):

• Planning, general administration, monitoring and oversight of programs and contractors; these are retained by the Board.

• Management and operation of workforce services- these are currently provided by Arbor Education and Training dba ResCare Workforce Services.

• Management and operation of youth services – these are currently provided by Arbor Education and Training dba ResCare Workforce Services, Richland College – Dallas County Community College District and Gulf Coast Trades Center.

• Vendors of pre-vocational and/or occupational training programs will provide training on an individual referral basis. Such training is solicited via separate procurement processes.

• Adequate facilities are in place to house existing workforce system operations which include eight (8) workforce centers. Please see our website for detailed information on center locations:

• Direct services to employers.

• Job banks/Job matching system (such as ) or data management systems (such as TWIST).

1.4 RFP SCHEDULE OF EVENTS

The following schedule is subject to revisions at the discretion of the Board. All requestors of this RFP will be notified of any changes.

|Date |

|Activity |

| |

|Tuesday, July 7, 2015 |

| |

|Notice published in Dallas Morning News |

| |

|Thursday, July 9, 2015, 1:00 p.m. CDT |

| |

|Issuance of RFP |

| |

|Monday, July 20, 2015, 8:00 a.m. CDT |

|Deadline for Bidders’ Questions |

| |

| |

|Tuesday, July 21, 2015, 1:00 p.m. CDT |

| |

|Bidders’ Conference Call – 1-866-244-8528 |

|Passcode: 441339 |

| |

|Wednesday, July 22, 2015, COB |

| |

|Questions/Answers posted on |

| |

| |

|Thursday, August 6, 2015 5:00 p.m. CDT |

|Deadline for Proposals |

| |

| |

|Friday, August 7, 2015 |

| |

|Begin Evaluation of Proposals |

| |

|August 10-17, 2015 |

|Interviews and Demonstrations will be scheduled as needed. |

| |

|Wednesday, August 19, 2015 |

| |

|Board Action for Consideration |

| |

|Tuesday, September 1, 2015 |

| |

|Anticipated Contract Start Pending Successful Negotiations |

| |

PART 2.0 RFP COMPONENTS

2.1 ADMINISTRATION OF THIS REQUEST FOR PROPOSALS (RFP)

A. Issuance

The RFP issued at 1:00 p.m. CDT, Thursday, July 9, 2015 and available for download from the Board’s website: If you are unable to download the RFP, please contact: procurement@ or (214) 290-1000.

B. Response Deadline

The package contains all the necessary information and forms to respond to this Request for Proposals (RFP). Proposal must include an original and seven (7) exact copies. This proposal must be officially received by the Board staff at Ross Tower, 500 N. Akard Street, Suite 3030 by 5:00 p.m. on Thursday, August 6, 2015. Proposals may be hand delivered or submitted by mail. Telercopier, fax, or e-mail transmission is not acceptable. If hand delivering or submitting bid by mail, please address/externally labeled as follows:

Innovative Technological Solutions

Attn: Procurement

Dallas County Local Workforce Development Board, Inc.

Ross Tower, 500 N. Akard Street, Suite 3030

Dallas, Texas 75201

Dated Material: Proposals are due August 6, 2015 by 5:00 p.m., C.D.T. The Board is not responsible for any errors of omission or otherwise on the part of the U.S. Postal Service or other carrier regarding proof of mailing.

2.2 BIDDERS’ CONFERENCE

All interested respondents are encouraged to participate in the Bidders’ Conference Call that will be held on July 21, 2015 from 1:00 p.m. to 2:00 p.m. CDT by dialing (1-866-244-8528) code 441339. Prior to the conference call, questions may be faxed: (214) 745-1110 or emailed to procurement@ by July 20, 2015, 8:00 a.m. C.D.T. Questions may be posed during the call, as well. All questions and responses will be posted on July 22nd at: . This conference offers potential bidders the opportunity to obtain guidance on the scope and nature of the work required in the RFP or to ask other technical questions concerning this solicitation.

NOTE: All Board Directors, officers, and staff are precluded from entertaining questions concerning a proposal or the procurement process outside the confines of the Bidders’ Conference. Potential bidders are asked to respect these conditions by not making personal requests for assistance, except at the Bidder’s Conference.

3. CONTRACT AWARDS

A. Contract Type

Contract, agreements or purchases executed as a result of this RFP process will be fee for service, product pricing unless a different type of method is determined by the Board to be more advantageous. Providers can request a cost reimbursement contract. All contracts, agreements or purchases shall be contingent upon the receipt of sufficient funding from the Texas Workforce Commission. Negotiated contract/agreement for services and/or products will be contingent upon funding actually received. Final contracts/agreements will also be subject to any changes in the legislation, regulations, or policies promulgated by the funding sources. The Board reserves the right to vary or change the terms of any contract/agreement executed as a result of this RFP, including funding levels, the scope of work, and shortening or extending the contract/agreement period, as it deems necessary in the interest of the Board and its programs, pending availability of funds.

B. Contract/Agreement/Purchase Period

Contracts, agreements or purchases may commence as early as August 20, 2015 depending on negotiations, and may continue through September 30, 2017. The Board retains the option to extend any such provider contract/agreement, contingent on availability of funding and satisfactory performance in accordance with funding sources and Board requirements for up to two additional years.

C. Method of Procurement

The products and/or services solicited under this RFP shall be procured under the competitive procurement method of procurement, via the process as described in the Texas Workforce Commission (TWC) Financial Manual for Grants and Contracts (FMGC), and Board policy. The Board’s intention is to negotiate a cost reimbursement contract with the successful bidders.

2.4 ELIGIBLE BIDDERS

Any vendors with the capability to provide items as described within this RFP with a record of integrity and good business ethics (i.e., not debarred from doing business with state, federal or local government) are invited to respond. Selection of a vendor or vendors will be via the competitive negotiation method of procurement process (described in the TWC Financial Manual for Grants and Contracts) based on the price and the ability to accommodate the needs of the WFSDallas.

2.5 SELECTION PROCESS

Selection of a vendor or vendors will be in accordance with the principles stated in the Board’s plan and State plans, as well as other applicable laws, regulations and policy issuances from Federal, State, and Local entities.

1. We will make an effort to utilize small, minority and female-owned or operated businesses, as vendors, and to allow such organizations maximum feasible opportunity to compete for award.

2. We will award contract/purchase agreement(s) only to "Responsible Bidder", i. e. a Bidder/Vendor who has demonstrated competence to deliver the specified goods and services, a proven record of business integrity and ethics, and the ability to meet the requirements of this Request.

3. The Board reserves the right to contact any individual or agency listed in the Bid, or to contact others who may have knowledge of the bidder's relevant services/products or qualifications.

4. A response to this request does not commit the Board to award a purchase agreement or to pay any costs incurred in the preparation of a response, nor to pay for any other costs incurred prior to the execution of a formal purchase agreement unless such costs are specifically authorized in writing by the Board.

5. The Board reserves the right to accept, or reject any or all Bids received, or to cancel in part or its entirety this Request for Proposals.

6. No contract/purchase agreement may be awarded until the bidder has complied with Executive Order

12549, 29CFR, Part 98 by submitting to the Board a signed Certification of Debarment, which states that neither the vendor, nor any of its principals, are presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in a procurement by any Federal department or agency.

7. Bidders shall not, under penalty of law, offer any gratuities, favors, or anything of monetary value to any officer, or employee of the Dallas County Local Workforce Development Board, Inc. or to any consultant, employee, or member of the Board for the purpose of or having the effect of influencing favorable disposition toward their own bid or any other bid submitted hereunder.

8. Bidders shall not engage in any activity that will restrict or eliminate competition. This does not preclude joint ventures or subcontracts.

9. In the interest of maximum, free and open competition, all Board Members and Board staff will be precluded from providing technical assistance or answering questions concerning this RFP which might offer a competitive advantage to any bidder. Potential Bidders are asked to respect these conditions by not making personal requests for assistance.

10. Prior to award of any contract/purchase agreement, a Bidder must sign a "Certification Regarding Conflict of Interest" stating adherence to the Board policy regarding free and open competition and conflicts of interest.

11. The Dallas County Local Workforce Development Board, Inc. is the responsible authority for handling complaints or protests regarding this procurement process. Such complaints must be submitted to the Board in writing within 30 calendar days of the notification of awards. No protest shall be accepted by the grantor (State) until all administrative remedies at the grantee (Board) level have been exhausted. This includes, but is not limited to disputes, claims, protests of award or non-selection for award, source evaluation, or other matters of a contractual or procurement nature. Matters concerning violation of law shall be referred to such authority as may have proper jurisdiction.

The Dallas County Local Workforce Development Board, Inc. will notify all bidders in writing of the procurement results within ten (10) working days of its decision.

Any bidder not selected for award of a contract/purchase agreement may receive a debriefing to obtain information on the procurement process and the reason (s) for non-selection. The debriefing must be requested in writing within thirty (30) days of the date the notice of non-selection is postmarked.

12. The contents of a successful bid can become a contractual obligation, if selected for funding. Failure of the bidder to accept these obligations can result in cancellation of the award for contract/purchase agreement. The Board reserves the right to withdraw or reduce the amount of an award if there is misrepresentation of the bidder's ability to perform as stated in the bid.

13. The Board reserves the right to request additional information from any and all bidders.

14. The Board reserves the right to award a contract/purchase agreement to other than the lowest cost/priced bidder.

2.6 EVALUATION CRITERIA

Responsive proposals submitted by the deadline will be evaluated using the criteria below:

Demonstrated Effectiveness of the Product/Solution as described                                                       35

The bidder must demonstrate previous successful experience delivering the proposed product or solution.

Cost/Cost Benefit to WFSDallas                                                                                                        25

Proposed cost is reasonable, necessary, allocable, and allowable. Cost benefit to WFSDallas will be evaluated based on information provided.

Reference for the Bidder 15

References provided by the proposer will be evaluated and considered in scoring.

Interviews and Demonstrations 25 Demonstrations should be provided online link, hard copy or via references.

TOTAL POSSIBLE POINTS FOR PROPOSAL RESPONSE 100

2.7 BID PREPARATION

Each bid must contain:

1. Cover Sheet

All items on the Bid Cover Sheet must be completed. Identify a liaison or primary contact person, as well as the Signatory Authority - a person with the legal authority to negotiate and sign a contract on behalf of the bidding entity. (This is also the person who must sign the various certification forms.)

2. Narrative

a. Describe the technological solution being proposed. What gap or problem in the workforce system will it solve? How does it improve our current business model and its sustainability over time? Is the system interactive? Can it adjust to meet individual needs? Will it integrate with the current website platform or will it be hosted on a separate platform?

b. Describe your organization (length of time in business, etc.), scope of services and record of providing services/products similar to those requested. In addition, provide qualifications and experience of staff who will be involved in implementing services and products. Please attach individual resumes/any other credentials with narrative.

c. Submit an example of your product via link or data storage device.

3. Budget Instructions

The Board is seeking services/products at the most beneficial cost available, provided that the bidder can comply with all the limitations specified in this Request for Proposals. Proposals are for the total cost of services/products as prescribed in this RFP for the WFSDallas.

i. Delivery and Implementation – Indicate cost for delivery and implementation of system to be provided.

ii. Training WFSDallas Staff (one time service) – If applicable, indicate cost for one time training of the WFSDallas Staff.

iii. Annual Technical Support – If applicable, indicate annual cost of technical support to system to be provided.

iv. Periodic License Fees – If applicable, indicate cost for licensing. License fees must be renewable and based upon unlimited users. WFSDallas reserves the right to share licenses with partners, grantors and contractors.

v. Other – If applicable, indicate any other cost associated with system delivery and implementation not described as a cost item in the budget summary.

Budget Summary Back-up Sheet – Please provide details and/or formula for each cost item listed in the Budget Summary Back-up Sheet.

4. List of Recent References

Please provide a list of three customers who have purchased this product or other services. Include a description of product/service provided, as well as, a contact person who is familiar with bidder’s services/products and a phone number. These should be active customers within the past two years.

PART 3.0 ORDER OF PROPOSAL SUBMISSION

The following attachments are required:

A. Cover Sheet (Attachment A)

B. Narrative (Attachment B) to include, but are not limited to, the following:

1. Bidder’s Qualifications and Experience with Services/Products

2. Proposed Services/Products

C. Budget Summary – Cost for proposed services/products

D. Budget Summary Back-up Sheet

E. List of Recent References (Attachment E)

F. Administrative Management Survey (cost reimbursement contract only)

G. Fiscal Management Systems Survey (cost reimbursement contract only)

H. Certification of Bidder

I. Certification Regarding Debarment

J. Certification Regarding Drug-Free Workplace

K. Certification Regarding Lobbying

L. Certification Regarding Conflict of Interest

M. Texas Corporate Franchise Tax Certification

ATTACHMENT A

[pic]

INNOVATIVE TECHNOLOGICAL SOLUTIONS

REQUEST FOR PROPOSAL

COVER SHEET

| |

| |

|Identification of bidding entity: ____________________________________________________________ |

| |

|Legal Name of Organization: _________________________________________________________ |

| |

|Head of Organization: Title: __________________ |

| |

|Mailing address: _________________________________________________________________________ |

| |

|Physical address (if different): _____________________________________________________________ |

| |

|Phone Number: Fax Number: _____________________________ |

| |

|Contact person: Title: ______________________________ |

| |

|Contract signatory authority: _______________________________________________________________ |

| |

|Title: Phone Number: _______________ |

| |

|Tax/Legal Status: [ ] Corporation [ ] Sole Ownership [ ] Public [ ] Profit |

|[ ] Partnership [ ] Other [ ] Private [ ] Not For-Profit |

| |

|Date Established: _____________________________________ |

|State Controller Identification Number: ___________________ |

| |

|Federal Taxpayer Identification Number: _________________ |

| |

|Small Business? [ ] Yes [ ] No |

| |

|Is bidder certified as a historically underutilized business? [ ] Yes [ ] No |

| |

|Certifying Agency? _________________________________________________________ |

|(If yes, a copy of the certification notice is required as an attachment.) |

ATTACHMENT B

PROPOSAL NARRATIVE

Please provide a narrative (Attachment B) according section 2.7.

ATTACHMENT C

|BUDGET |

|  |  |  |

|  | |Costs |

|System Delivery and Implementation (Itemize) |  |  |

|a. | | |

|b. | | |

|c. | | |

|d. | | |

|Training WFS Staff (one time service) | | |

|If applicable, indicate annual Technical Support | | |

|Periodic License Fees |  |  |

|Other: | | |

| | | |

| | | |

| | | |

| | | |

|  |  |  |

|Total Budget |  |  |

Delivery and Implementation - includes the delivery and implementation of system software and the technical assistance of incorporating the system software into our IT structure. Additionally, WFSDallas is requesting a one time training event for key staff.

ATTACHMENT D

BUDGET SUMMARY BACK-UP SHEET

ATTACHMENT E

REFERENCES

ATTACHMENT F

ADMINISTRATIVE MANAGEMENT SURVEY

Answer the following questions regarding your administrative management system. If selected for award of a contract, some items listed below may be required during the pre-award survey prior to the development of a contract with Workforce Solutions Greater Dallas.

Yes, No or N/A

1. Does your organization have current Articles of Incorporation or Charter? ___________

2. Does your organization have written personnel policies? ___________

3. Do your written personnel policies contain procedures for:

a. Open employees recruitment, selection and promotional

opportunities based on ability, knowledge and skills; ___________

b. providing equitable and adequate compensation; ___________

c. training of employees to assure high-quality performance; ___________

d. retaining employees based on the adequacy of their

performance, and for making adequate efforts for

correcting inadequate performance; ___________

e. assuring fair treatment of applicants and employers in all aspects

of personnel without regard to political affiliation, race, color,

national origin, sex, age, disability, religion or creed, with proper

regard for their privacy and constitutional rights as a citizen; and ___________

f. assuring that employees are protected against coercion for

partisan political purposes and are prohibited from using

their official authority for the purpose of interfering with or

affecting the result of an election or nomination for office? ___________

4. If your organization does not have the procedures noted above can your personnel policies be revised to include these procedures? ___________

5. Do your written personnel policies contain a prohibition against

nepotism? (Private, non-profits ONLY) ___________

6. Do your written personnel policies contain a prohibition against

employees using their positions for private gain for themselves or

other parties? (Non-profit) ___________

7. Does your organization have an authorized, written travel policy for

employees and authorized agents that provides for reimbursement

for mileage and per diem at a specified rate? ___________

ADMINISTRATIVE MANAGEMENT SURVEY (page 2)

8. Does your organization have a written employee grievance

procedure used to resolve employment complaints? ___________

9. Does your organization have the capacity or staff to produce

and maintain participant records and other information in accordance

with the Super Circular? ___________

10. If certain costs are determined to be disallowed, does your

organization have a procedure or source for reimbursing such

costs to the Board? ___________

11. Is your organization governed by a Board/Council? ___________

12. Does your organization operate under local rules or by-laws? ___________

13. Has your Board/Council reviewed and approved this proposal? ___________

(Attachment must be submitted)

14. Does your organization have a current approved Fidelity Bond? ___________

(Attach copy of binder/proof of coverage)

15. Does your organization have an EEO/Affirmative Action Plan? ___________

16. Does your organization have a Complaint or Grievance process? ___________

I certify that the information provided on this form is an accurate and true representation of the administrative management systems of this organization.

______________________________________________________________________________

Organization Name

______________________________________________________________________________

Type/Printed Name and Title of Authorized Representative

__________________________________________ ___________________________

Signature of Authorized Representative Date

ATTACHMENT G

FISCAL MANAGEMENT SYSTEMS SURVEY

Answer the following questions regarding your fiscal management system. If selected for award of a contract, some items listed below may be required during the pre-award survey prior to the development of a contract with the Board. Answering a detailed questionnaire may be required upon selection for award of a contract, and modifications to systems may be required to meet regulatory requirements.

Yes, No or N

1. You must have understanding of Uniform Administrative, Requirements,

Cost Principles, and Audit Requirements for Federal Awards (Super Circular)

in the management and operation of Youth System.

Do you have a copy of the Super Circular? __________

Please visit: .

2. Do you have a copy of the proposed Workforce Innovation and Opportunity Act

Regulations? ___________

3. Do you have a copy of the Texas Workforce Commission Financial

Management Manual for Grants and Contracts? ___________

4. Does your accounting system provide you with adequate information

to prepare a monthly financial report and compare expenditures with budget

amounts for each federal award? (Such report must be derived from a balance

sheet and income and expense statements). ___________

5. Does your accounting system provide control and accountability over

all funds received, property and other assets? ___________

6. Can your accounting system provide for financial reports on an accrual

basis? ___________

7. Does your accounting system provide for identification of receipt and

expenditure of funds separately for each funding source? ___________

8. Are your accounting records maintained in such a manner as to facilitate

the tracking of funds to source documentation of the unit transaction? ___________

9. Does your accounting system have written procedures for determining the

allowability and allocability of costs in accordance with the provisions of the

TWC Financial Management Manual for Grants and Contracts and

Super Circular ___________

10. Are State and Federal funds which are advanced to you deposited in a

bank with federal insurance coverage? ___________

11. Will the bank in which you deposit State and Federal funds insured the

account(s) or put up collateral or both, which is equal to the largest sum

of money which would be in such bank account(s) at any one point in

time during the contract period? ___________

12. Do you make monthly reconciliation of your bank accounts? ___________

13. Are these reconciliations made by the same person who performs the

recordkeeping for receipts, deposits and disbursement and transactions? ___________

14. Do you record daily your cash receipts and disbursement transactions? ___________

15. Are there individuals or positions in your organization which have,

as one of their duties, the receipt, distribution or handling of money

covered under bond? ___________

16. Is there a person who is responsible for the receipt of all

financial transactions? ___________

17. Is there a person who is responsible for the receipt of all purchased goods? ___________

a. Does this person immediately assign, upon receipt, an

inventory number to the required items? ___________

b. Does this person perform an inventory audit at least once a year? ___________

c. Do you maintain records on all property acquisition, disposition

and transfer? ___________

18. Do you have written procedures and internal controls established for the

procurement of goods and services? ___________

19. Is a competitive bid process incorporated in your purchasing procedures

for acquisition of subcontractors, major goods and services, equipment

and office space? ___________

20. Is documentation (i.e., timesheets, etc.) properly kept in support of each

payroll disbursement? ___________

21. Are records maintained to support authorized employee leave (sick, etc.)? ___________

22. Is proper documentation maintained to support travel disbursement?

(Please attach a copy of travel disbursement policy, if yes.) ___________

23. Has a formal audit of your organization's financial record been

conducted within the past year? ___________

24. Is your accounting system bound by any outside agency

(city, county, etc.)? ___________

25. Do you have an indirect cost plan with current approval by a

cognizant agency? (Please attach a copy of indirect cost plan with

current approval by cognizant agency, if yes.) ___________

26. Is your organization funded by more than one source?

(Details are required in Proposal) ___________

27. Does your organization have a written lease for all rented or

leased properties? ___________

28. Does your organization have written accounting procedures including

an internal control process?

(Please attach a copy, if yes.) ___________

I certify that the information provided on this form is an accurate and true representation of the fiscal management systems of this organization.

______________________________________________________________________________

Organization Name

______________________________________________________________________________

Type/Printed Name and Title of Authorized Representative

__________________________________________ ___________________________

Signature of Authorized Representative Date

ATTACHMENT H

CERTIFICATION OF BIDDER

I hereby certify that the information contained in this quote and any attachments is true and correct and may be viewed as an accurate representation of proposed services to be provided by this organization. I certify that no employee of the Board, director or agent of the Board has assisted in the preparation of this proposal. I acknowledge that I have read and understood the requirements and provisions of the RFP and that this organization will comply with Board policies and other applicable local, state, and federal regulations and directives governing this procurement process. I also certify that I have read and understand, "Governing Provisions and Limitations" and "Assurances and Certifications" of this RFP and will comply with the terms; and furthermore that

I, , certify that I am the _________________________

(Typed Name) (Title)

of the corporation, committee, commission, association, or public agency named as Bidder and Respondent herein and that I am authorized to sign this bid and submit it to the Dallas County Local Workforce Development Board, Inc. on behalf of said organization by authority of its governing body or owners. I authorize the Board to verify references and stated performance data and to conduct other background checks as it deems necessary.

ATTEST:

(Respondent Signature)

(Typed Name)

(Typed Title)

(Date)

Subscribed and sworn to before me this day of , 20 , in ,

County, .

SEAL

Notary Public in and for

County, State

Date Commission Expires:

ATTACHMENT I

CERTIFICATION REGARDING

DEBARMENT, SUSPENSION, INELIGIBILITY AND VOLUNTARY EXCLUSION

LOWER TIER COVERED TRANSACTIONS

This certification is required by the regulations implementing Executive Order 12549, Debarment and Suspension, 29 CFR 98. The regulations were published as Part VII of the May 26, 1988 Federal Register (pages 19160-19211).

(Before completing certification, read attached instructions which are an integral part of the certification)

(1) The prospective recipients of Federal assistance funds certifies, by submission of this proposal, that neither it nor its principals are presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any Federal department or agency.

(2) Where the prospective recipient of Federal assistance funds is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal.

Name of Proposer Organization: _____________________________________________________

Typed/Printed Name and Title of Authorized Signatory: ___________________________________

Signature: Date: _____________________

[pic]

ATTACHMENT J

Certification Regarding

Drug-Free Workplace Requirements

A. The grantee certifies that it will or will continue to provide a drug-free workplace by:

(a) Publishing a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the work place and specifying the actions that will be taken against employees for violation of such prohibition.

(b) Establishing an ongoing drug-free awareness program to inform employees about -

(1) The dangers of drug abuse in the workplace;

(2) The grantee's policy of maintaining a drug-free workplace;

(3) Any available drug counseling, rehabilitation, and employee assistance programs; and

(4) The penalties that may be imposed upon employees for drug abuse violations occurring in the workplace;

(c) Making it a requirement that each employee to be engaged in the performance of the grant be given a copy of the statement required by paragraph (a).

(d) Notifying the employee in the statement required by paragraph (a) that, as a condition of employment under the grant, the employee will:

(1) Abide by the terms of this statement;

(2) Notify the employer in writing of his or her conviction for a violation of a criminal drug statute occurring in the workplace no later than five calendar days after such conviction;

(e) Notifying the agency in writing, within ten calendar days after receiving notice under subparagraph (d)(2) from an employee or otherwise receiving actual notice of such conviction. Employers of convicted employees must provide notice, including position title, to every grant officer or other designee on whose grant activity the convicted employee was working, unless the Federal agency has designated a central point for the receipt of such notices. Notice shall include the identification number(s) of each affected grant;

(f) Taking one of the following actions, within 30 calendar days of receiving notice under subparagraph (d)(2), with respect to any employee who is so convicted--

(1) Taking appropriate personnel action against such an employee, up to and including termination, consistent with the requirements of the Rehabilitation Act of 1973, as amended; or

(2) Requiring such employee to participate satisfactorily in a drug abuse assistance or rehabilitation program approved for such purposes by a Federal, State, or local health, law enforcement, or other appropriate agency;

(g) Making a good faith effort to continue to maintain a drug-free workplace through implementation of paragraphs (a), (b), (c), (d), (e), and (f).

B. The grantee may insert in the space provided below the site(s) for the performance of work done in connection with the specific grant:

Check [ ] if there are workplaces on file that are not identified here. Not applicable.

Place of Performance:

Name of Proposer Organization: _____________________________________________________ Typed/Printed Name and Title of Authorized Signatory: ___________________________________

Signature: Date: _____________________

ATTACHMENT K

Certification Regarding

Lobbying Certification for Contracts,

Grants, Loans and Cooperative Agreement

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 an agency, a Member of Congress, or 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 Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant local, or cooperative agreement.

(2) If any funds other than Federal appropriated funds have 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 the Federal contract, grant loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL. "Disclosure Form to Report Lobbying" in accordance with its instructions.

(3) The undersigned shall require that the language of this certification be included in the award documents for all subawards at all tiers (including subcontracts, subgrants and contracts under grants, loans, and cooperative agreements) and that all subrecipients shall certify and disclose accordingly.

This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by section 1352, title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure.

Name of Proposer Organization: _____________________________________________________

Typed/Printed Name and Title of Authorized Signatory: ___________________________________

Signature: Date: _____________________

ATTACHMENT L

Certification Regarding Conflict of Interest

By signature of this proposal, Proposer covenants and affirms that:

(1) no manager, employee or paid consultant of the Proposer is a Director of the Board, the President, or a manager of the Board;

(2) no manager or paid consultant of the Proposer is a spouse to a Director of the Board , the President, or a manager of the Board;

(3) no Director of the Board, the President or an employee of the Board owns or controls more than a 10 percent interest in the Proposer;

(4) no spouse of a Director of the Board, President or manager of the Board is a manager, employee or paid consultant of the Proposer;

(5) no Director of the Board, President, or employee of the Board receives compensation from Proposer for lobbying activities as defined in federal laws or Chapter 305 of the Texas Government Code;

(6) Proposer has disclosed within the Proposal any interest, fact or circumstance which does or may present a potential conflict of interest;

7) should Proposer fail to abide by the foregoing covenants and affirmations regarding conflict of interest, Proposer shall not be entitled to the recovery of any costs or expenses incurred in relation to any contract with the Board and shall immediately refund to the Board any fees or expenses that may have been paid under the contract and shall further be liable for any other costs incurred or damages sustained by the Board relating to that contract.

8) Proposer shall comply with the standards of conduct stated in the Assurances and Certifications, Section 11 Conflict of Interest and be in accordance with Texas Administrative Code, Title 40, Part 20, Chapter 802

Name of Proposer Organization: _____________________________________________________

Typed/Printed Name and Title of Authorized Signatory: ___________________________________

Signature: Date: _____________________

ATTACHMENT M

TEXAS CORPORATE FRANCHISE TAX CERTIFICATION

___________________________________________________________________________________________

Pursuant to Article 2.45, Texas Business Corporation Act, state agencies may not contract with for profit

corporations that are delinquent in making state franchise tax payments. The following certification that the

corporation entering into this contract is current in its franchise taxes must be signed by the individual on Form2031,

Corporate Board of Directors Resolution, to sign the contract for the corporation.

___________________________________________________________________________________________

The undersigned authorized representative of the corporation contracting herein certifies that the following indicated

statement is true and correct and that the undersigned understands making a false statement is a material breach

of contract and is grounds for contract cancellation.

Indicate the certification that applies to your corporation:

______ The Corporation is a for-profit corporation and certifies that it is not delinquent in its franchise tax payments to the State of Texas.

______ The Corporation is a non-profit corporation or is otherwise not subject to payment of franchise taxes to the

State of Texas.

______ Not applicable – bidder is not a corporation.

Name of Applicant Organization:

Typed/Printed Name and Title of Authorized Signatory:

Signature: Date: [pic]

................
................

In order to avoid copyright disputes, this page is only a partial summary.

Google Online Preview   Download