NOTICE Request for Proposal For One Stop System Coordinator. October 29, AMENDED Nov. 15, 2018

Similar documents
Workforce Arizona Council Job Center Structure of One Stop Service Delivery System Policy

Policy: Roles and Responsibilities of Chief Local Elected Officials (WIOA) (LWDA-10)

Request for Proposals

North Carolina s Workforce Delivery System. NCWorks Career Center Certification Criteria. Achieving a Culture of Quality Customer Service

Workforce Innovation and Opportunities Act Policy 05-17

Policy Title: WIOA Memorandum of Understanding (MOU) One-Stop Service Delivery and Infrastructure Funding Agreement (IFA)

WIOA & TANF. Overview

North Carolina s One-Stop Delivery System under the Workforce Innovation and Opportunity Act (WIOA) NCWorks Career Center Certification Criteria

WIOA Infrastructure Costs Resources

INDIANA ECONOMIC GROWTH REGION 3 REQUEST FOR PROPOSAL ONE-STOP OPERATOR SERVICES

Request for Proposals RFP VIRTUAL SERVICES

(4) EMPLOYER ENGAGEMENT. The local board shall lead efforts to engage with a diverse range of employers and with entities in the region involved

Request for Proposals City School District of Albany Empire State After-School Program Coordination and Programming June 14, 2017

POLICY RESOLUTION: SETC # SUBJECT: State Funding Mechanism for Local Infrastructure Costs

1) Project Management 2) Public Relation Services 3) Strategic Planning & Facilitation Services Solicited

REQUEST FOR PROPOSALS. For: As needed Plan Check and Building Inspection Services

Memorandum of Understanding (MOU)

Request for Proposals (RFP) Training and Education Campus Athletic Programs. RFP Release: April 23, 2018 Proposal Due Date: May 9, 2018

WORKFORCE DEVELOPMENT BOARD Workforce Innovation and Opportunity Act Area 8

County of Santa Clara, California Social Services Agency Request for Proposals For Supportive and Therapeutic Options Program (STOP)

REQUEST FOR PROPOSAL AUDITING SERVICES. Chicago Infrastructure Trust

The Right Connections: Navigating the Workforce Development System

Arizona Department of Education

Request for Proposal for Modernization Consulting & Capital Grant Management

EFFICIENCY MAINE TRUST REQUEST FOR PROPOSALS FOR TECHNICAL SERVICES TO DEVELOP A SPREADSHEET TOOL

Request for Proposal(s) for Adult or Youth Re- Entry Model Programs. An equal opportunity employer/program

Midway City Council 11 July 2018 Regular Meeting. Financial Advisory Services / Award Contract

WIOA SEC Administrative Provisions. Subparts: A - H. Presented by: 11/ 16/2016. Office of Grants Management

EFFICIENCY MAINE TRUST REQUEST FOR PROPOSALS FOR Forward Capacity Market Support Services RFP NUMBER EM

REQUEST FOR STATEMENT OF QUALIFICATIONS (RSQ) Summer Youth Employment and Learning Program Sustainability September 15, 2017

REQUEST FOR PROPOSALS (RFP) FOR MONITORING SERVICES

Incorporated Research Institutions for Seismology. Request for Proposal. Corporate Attorney

City of Malibu Request for Proposal

REQUEST FOR SERVICE QUALIFICATIONS (RSQ) FOR AUDIT & TAX SERVICES

REQUEST FOR PROPOSALS INTEGRITY SCREENING CONSULTANT

Aberdeen School District No North G St. Aberdeen, WA REQUEST FOR PROPOSALS 21 ST CENTURY GRANT PROGRAM EVALUATOR

SCHOOL BOARD ACTION REPORT

Notice: Request for Proposals for PRISON RE-ENTRY BEST PRACTICES MODEL

Request for Proposal

Lower Manhattan Development Corporation Avi Schick, Chairman David Emil, President. March 2, 2009

The Workforce Investment Act and the One-Stop Delivery System

REQUEST FOR PROPOSALS (RFP) ADDENDUM. Date: February 6, 2014 ADDENDUM: #1 DMS CLASS CODE:

COMMUNITY DEVELOPMENT BLOCK GRANT PUBLIC SERVICE GRANTS MOUNT VERNON URBAN RENEWAL AGENCY

All proposals must be received by August 30, 2016 at 2:00 PM EST

REQUEST FOR PROPOSAL For East Bay Community Energy Technical Energy Evaluation Services

I. General Instructions

SECTION 3 GUIDEBOOK: POLICIES AND PROCEDURES

Knights Ferry Elementary School District

STATE OF MAINE Department of Economic and Community Development Office of Community Development

REQUEST FOR PROPOSAL FOR POLICE OPERATIONS STUDY. Police Department CITY OF LA PALMA

OPPORTUNITY INC. OF HAMPTON ROADS

TOPIC: CONTRACTS STATE OF MISSISSIPPI DEPARTMENT OF EDUCATION SECTION 17.0 PAGE 1 OF 38 EFFECTIVE DATE: MAY 1, 2017 REVISION #4: MARCH 1, 2017

REQUEST FOR PROPOSALS: AUDIT SERVICES. Issue Date: February 13 th, Due Date: March 22 nd, 2017

IMPLEMENTATION PLANNING for the WORKFORCE INNOVATION and OPPORTUNITY ACT

REQUEST FOR PROPOSAL (RFP) # CONSULTANT SERVICES FOR DEVELOPMENT OF A DISTRICT SUSTAINABILITY PLAN

REQUEST FOR PROPOSAL

Programmer. Request for Contracted Services

TERREBONNE PARISH REQUEST FOR QUALIFICATIONS FOR ENGINEERING SERVICES. Generator Sizing and Installation

Request for Proposal. Housing Opportunity Program Development Services

Funded in part through a grant award with the U.S. Small Business Administration

Request for Proposals and Qualifications for. Owner s Representative Services (RFP) August Farmington Public Schools. Farmington Town Hall

STENOGRAPHER REQUEST FOR QUALIFICATIONS (RFQ)

REQUEST FOR PROPOSALS ACCOUNTING AND AUDITING SERVICES

Request for Proposal Tree Trimming Services June 4, 2018 Procurement Contact Linda Lapeyrouse

GORDON COUNTY BOARD OF COMMISSIONERS REQUEST FOR PROPOSALS FOR A COMMUNITY DEVELOPMENT BLOCK GRANT WRITER/ADMINISTRATOR

REQUEST FOR PROPOSALS ZONING CODE UPDATE

RFP # Request for Proposal Grant Writing Services. Date: May 11, Proposals must be submitted by 3:00 PM: June 10, 2016

RFP FOR PROFESSIONAL SERVICES

Announcement of Request for Proposals: CPP Adult Day & Individualized Services. Fiscal Year

ALLEGHENY COUNTY RESIDENTIAL FINANCE AUTHORITY REQUEST FOR PROPOSALS. Analysis of Housing Markets in Allegheny County

Attachment A WIOA Adult Eligibility

KDOT Procurement Guidelines for STP/CMAQ Funded Planning, Education, and Outreach Projects Effective 10/1/12

MARATHON COUNTY DEPARTMENT OF SOCIAL SERVICES REQUEST FOR PROPOSALS RESTORATIVE JUSTICE PROGRAMS

Clinical Dental Education Innovations Grants

WIOA: What Human Services Agencies and Advocates Need to Know

Sponsorship Agreement/Sub-Grant Posted Date June 6, 2016 Due Date for Applications Cycle 1: Cycle 2: July 15, 2016 January 13, 2017

Request for Proposal. Mobile Application for Customer Interface. October 6 th, 2017 Procurement Contact Holly Hussey

REQUEST FOR PROPOSAL

REQUEST FOR PROPOSALS. Sage Seniors Association. Health Services for Seniors Mobile Health Service Providers

RFP REQUEST FOR PROPOSALS FOR EMPLOYABILITY SKILLS CURRICULUM PLANNING AND DEVELOPMENT. Proposals Due by: January 22, 2018

REQUEST FOR PROPOSALS FOR PENSION ADMINISTRATION AND FINANCIAL SYSTEMS CONSULTING SERVICES

REQUEST FOR PROPOSALS RFP NO.:

REQUEST FOR QUALIFICATIONS STRUCTURAL ENGINEER PROFESSIONAL SERVICES. June 19, 2017

REQUEST FOR QUALIFICATIONS. Design Professional Services

WATERFRONT COMMISSION OF NEW YORK HARBOR

REQUEST FOR QUALIFICATIONS MUNICIPAL ENGINEERING SERVICES


SOLICITATION FOR PARTICIPATION IN A REQUEST FOR PROPOSALS FOR CHIEF EXECUTIVE OFFICER (CEO) SEARCH SERVICES JACKSONVILLE, FL SOLICITATION NUMBER 94414

REQUEST FOR PROPOSAL (RFP)

Colquitt Regional Medical Center

Veterans Priority of Service Policy

Attachment A. Procurement Contract Submission and Conflict of Interest Policy. April 23, 2018 (revised)

BROOME COUNTY DEPARTMENT OF SOCIAL SERVICES

REQUEST FOR QUALIFICTIONS MARKETING AND PUBLIC RELATIONS FOR YEAR ENDING DECEMBER 31, 2018 ISSUED BY: Suffolk County Industrial Development Agency

Request for Proposals:

WIOA COMBINED STATE PLAN APPENDIX 9

REQUEST FOR PROPOSALS FOR INFORMATION TECHNOLOGY SUPPORT SERVICES

Request for Proposals (RFP) for Electric Bicycle Manufacturers and Shops for the Intermountain Drives Electric Program and Live Electric Program

CAREERLINK 101 Foundations of Workforce Development

Lyndon Township Broadband Implementation Committee Lyndon Township, Michigan

Transcription:

NOTICE Request for Proposal For One Stop System Coordinator October 29, 2018 AMENDED Nov. 15, 2018 The Buffalo and Erie County Workforce Investment Board, Inc. is accepting proposals for a Consultant to coordinate the service delivery of one-stop partners and service providers across its one-stop delivery system. Proposals clearly labeled RFP for One-Stop System Coordinator must be received at 726 Exchange Street, Suite 630, Buffalo, New York 14210, no later than 2 p.m. ET on December 4, 2018 December 11, 2018. Those interested in submitting a proposal may download this RFP at www.workforcebuffalo.org. Funding for this RFP is under the Workforce Innovation and Opportunity Act of 2014, 29 U.S.C. 3101 et. seq., (EEO/AAE). 1

Buffalo and Erie County Workforce Investment Board, Inc. Request for Proposal for Consultant for One-stop System Coordinator TABLE OF CONTENTS Section I: General Information 1. Purpose of the Request for Proposal 2. Contract Award and Estimated Amount 3. Eligible Applicants 4. Proposal Format Requirements 5. Procurement Timetable Section II: Overview of BECWIB and WDC Section III: Overview of the Workforce Innovation and Opportunity Act and its One- Stop Delivery System 1. WIOA Titles and their Programs 2. One-Stop Delivery System 3. The One-Stop Center Section IV: Consultant 1. Role and Responsibilities 2. Qualifications Section V: Letter of Intent Section VI: Proposal 1. Cover Letter 2. Project Narrative 3. Experience 4. Budget Worksheet and Budget Justification 5. Financial Capacity 6. References Section VII: Review and Selection Process 1. Letter of Intent 2. Cover Letter 3. Scope of Work Proposed 4. Qualifications and Experience 5. Budget 6. Financial Capacity 7. References Section VIII: Other Terms and Conditions 1. Execution of Contract 2. RFP Costs 2

3. Conflict of Interest 4. Disclaimer 5. Compliance with General Terms and Conditions Request for Proposal: Consultant For One-Stop System Coordination Section I: General Information 1. Purpose of the Request for Proposal The Buffalo and Erie County Workforce Investment Board, Inc. (BECWIB) seeks proposals for a Consultant for One-Stop System Coordination. In this role, the Consultant will coordinate the service delivery of one-stop partners and service providers across the local area s one-stop delivery system. The entity chosen will report to its Board of Directors through the Executive Director. This is a new role within the local workforce system, mandated by the Workforce Innovation and Opportunity Act of 2014 (WIOA) 1. The contract awarded from this RFP will begin February 1, 2019 and end June 30, 2019. BECWIB reserves the right to extend the contract for up to two additional one-year period, each beginning July 1 and ending June 30. Contract extensions will be on funding availability, satisfactory performance, and any other factors that BECWIB, in its sole discretion, deems appropriate. Proposals will be considered from those eligible entities identified in Section I.3 below, which demonstrate the administrative capacity to provide the services identified in this RFP. The contents of the submitted proposal will become the basis for the final contract, which may include additional elements as negotiated. In addition, the successful Applicant will be required to agree to and comply with BECWIB policies and procedures, as well as any applicable federal or state policies, regulations or laws. Submitted proposals that fail to provide a statement that the Applicant is not debarred, suspended, or otherwise excluded from or made ineligible for participation in Federal or State assistance programs or activities, will be disqualified from consideration. 2. Contract Award and Estimated Amount One contract will be awarded under this RFP. The budget for the activities required of the Consultant under this proposal for the contract period of February 1, 2019 to June 30, 2019, and any extensions thereof, may not exceed $4000 per month. Submitted proposals whose budget exceeds $4,000 per month will be disqualified from consideration. 1 Public Law No. 113-328, 128 Stat. 1425, codified as amended at 29 U.S.C. 3101 et. seq. 3

The contract will provide payment on a fixed price basis. Therefore, billing statements for services rendered must disclose, at a minimum, the date of the service, the identity of the individual performing the service, a description of the service performed, the time it took to perform the service, and the hourly rate of the individual performing the service. 3. Eligible Applicants Eligible Applicants under this RFP include: An individual An institution of higher education A community-based organization A public or private not-for-profit or for-profit entity (including corporations, partnerships, limited liability companies, or sole proprietorships) A chamber of commerce, business organization, labor organization, or workforce intermediary Entities that are currently sub-recipients of WIOA program funds from BECWIB through its fiscal agent, The Buffalo and Erie County Workforce Development Consortium, Inc. (the WDC) are not eligible applicants under this RFP. Applicants that fail to provide a statement that the Applicant is not debarred, suspended, or otherwise excluded from or made ineligible for participation in Federal or State assistance programs or activities will be disqualified from consideration. 4. Proposal Format Requirements Paper: 8 ½ by 11 inch paper size Font: 12 point Times New Roman Charts/Tables: 12 point Times New Roman Margins: 1 inch Spacing: 1.0 spaced Pages: Numbered and may not exceed a maximum of 10 pages. Required attachments will not count against the 10-page maximum. 5. Procurement Timetable: Activity Due Date RFP released and available at www.becwib.org October 31, 2018 Bidders Conference 9:30 a.m. (ET) on RSVP by Nov. 6, 2018 must be sent electronically to November 7, 2018 info@becwib.org Location: 726 Exchange Street, Suite 630, Buffalo, NY 14210 Deadline for Mandatory Letter of Intent The Letter of Intent, containing the subject clause One-Stop System Coordinator, must be sent electronically to info@becwib.org Proposals (1 original and 5 copies) must be received at: Buffalo and Erie County Workforce Investment Board, 726 Exchange Street, Suite 630, Buffalo NY 14210 Electronic submissions & late proposals will not be accepted. No later than 2 p.m. (ET) on November 19, 2018 No later than 2 p.m. (ET) on December 11, 2018 4

Award Notification Wk. of Jan. 21, 2019 Contract negotiation TBD Contract start date February 1, 2019 Section II: Overview of BECWIB and the WDC BECWIB is a 501(c)(3) charitable corporation. Established under the provisions of the Workforce Investment Act of 1998, it continues as the local area s workforce development board under WIOA. It is composed of a private-sector driven board appointed by the Erie County Executive and the Mayor of the City of Buffalo. As such, it is charged with developing, coordinating and overseeing publicly funded workforce development and training initiatives in Buffalo and Erie County (the Local Workforce Development Area). Its partners in the workforce development system range from public agencies, to private for-profit and non-profit businesses, to education and training providers, to community and economic development partnerships, to job seekers using the One-Stop Operating System. Its oversight responsibilities include certification of One-Stop Centers, business development, the selection and monitoring of one-stop center service providers, integrating service delivery efforts, creating policies, and setting local performance standards. As the local administrative agent of WIOA programs and activities, BECWIB is authorized to procure and designate a One-Stop System Coordinator. The WDC, also a 501(c)(3) organization, functions as a provider of career services under Title I of WIOA, and as the fiscal agent and sub-recipient for WIOA funds pursuant to programs of the United States Government and the State of New York, as well as for funds from private foundation for workforce development initiatives. Section III: Overview of WIOA and the One-Stop Delivery System WIOA is the primary federal legislation that supports workforce development. Succeeding the Workforce Investment Act of 1998, WIOA was enacted in July 2014 to bring about increased coordination among federal workforce development and related programs. Most of WIOA s provisions went into effect July 1, 2015. Workforce development programs provide a combination of education and training services to prepare individuals for work and to help them improve their prospects in the labor market. They include activities such as job search assistance, career counseling, occupational skill training, classroom training, and on-the-job-training. WIOA provides universal access to basic career services. For individualized career and training services, WIOA provides a priority of service to recipients of public assistance, other low-income individuals, individuals who are basic skills deficient, and to veterans. 1. WIOA Titles, Programs and One-Stop Partner Agencies: WIOA titles, programs and their one-stop partner agencies in the Workforce Development Delivery System are as follows: 5

WIOA Titles and Programs One-Stop Partner Agencies Co-Located in the One-Stop Center? Title I Adult, Dislocated Workers, and Buffalo and Erie County Yes Youth Activities Workforce Development Consortium, Inc. Title I Job Corps Cassadaga Job Corps Yes Title I Migrant and Seasonal Farm Not applicable in our LWDA No Workers Title I Native American Programs Native American Community No Services Title I YouthBuild The Service Collaborative of No WNY Title II Adult Education and Family Literacy Erie 1 BOCES/Buffalo Schools Yes Title III Wagner Peyser New York State Department of Yes Employment Services Labor Unemployment Compensation New York State Department of Yes Labor Title IV Adult Career & Continuing Buffalo Public Schools Yes Educational Services Title IV Vocational Rehabilitation ACCES-VR Perkins Career & Technical Education Erie 1 BOCES Yes Title V Older Americans Erie County Department of Senior Services No Temporary Assistance to Needy Families Erie County Department of No (TANF) Social Services Veterans New York State Department of Yes Labor Trade Act New York State Department of Yes Labor Department of Housing and Urban Buffalo Municipal Housing No Development Authority Community Development Block Grant Community Action No Organization Second Chance Act Not applicable in our LWDA No 2. One-Stop Delivery System The cornerstone of WIOA workforce development is the one-stop-service delivery system. This delivery system is the mechanism through which programs and services are integrated within the Local Workforce Development Area (LWDA). Integrated points of service are located in One-Stop Centers, where state and local WIOA employment and training activities are provided, and certain partner programs coordinated. Administration of the one-stop system occurs through Workforce Development Boards (WDBs), previously called Workforce Investment Boards (WIBs). WDBs, the majority of whose members are representatives of business, are authorized to determine, among other things, 2 the mix of service provisions, eligible providers, and types of training programs. 2 Local WDB functions are authorized in WIOA Section 107(d) 6

3. One-Stop Center The central role of a One-Stop Center is to: Provide career services and access to training services; Provide access to programs and activities carried out by One-Stop partners; and Provide access to all workforce and labor market information, job search placement, recruitment and labor exchange services authorized under the Wagner-Peyser Act. Each LWDA is required to have at least one physical comprehensive One-Stop Center (also known as American Job Centers) in which these programs and services are accessible. Services may be co-located or available through a network of affiliated sites or one-stop partners linked electronically. The Buffalo Employment and Training Center is the comprehensive One-Stop Center in our LWDA. In addition, services are also provided at three affiliate Career Centers, which are located in Buffalo and Williamsville. These One-Stop Centers bring together a variety of workforce development organizations and partner agencies whose primary goal is to assist residents of Buffalo and Erie County in their job search, training and placement needs, as well as assist employers in finding qualified workers. BECWIB will enter into a memorandum of understanding (MOU) with each of its required one-stop partner agencies in our LWDA (see Table in Section III). Each required partner s MOU enumerates the services provided, specifies the division of operating costs, methods for individual referral to partner programs, and means to ensure accessibility to services. Section IV. The Consultant for One-Stop System Coordination 1. Role and Responsibilities WIOA requires that service providers work within a functionally integrated service delivery model. The Consultant will coordinate the service delivery model required of one-stop partners and service providers as developed by BECWIB. This will include the following activities: Coordinating the service delivery of one-stop partners and service providers across the onestop system; Coordinating partner responsibilities as defined in their respective MOU and working with partners to continuously improve the system; Convening mandated partner meetings at least 4 times per year, or at intervals determined by the Board, to discuss system coordination, customer engagement, and system performance; Meeting with and making recommendations to the Executive Director to improve program effectiveness through the sharing of services, resources and technologies among partners. This includes, but is not limited to, developing a system resource guide and common intake form; Implementing the corrective action required for those recommended improvements; and 7

Performing related activities as assigned. 2. Qualifications Proposals will be accepted from eligible Applicants that demonstrate the administrative capacity to provide the services identified in this RFP. Minimum Applicant qualifications are as follows: At least 5 years of consulting experience in non-profit administration or related field; Experience coordinating, convening and facilitating meetings for a variety of stakeholders; An understanding of workforce development issues; Experience working with diverse groups; The individual Applicant or the professional staff assigned to preform services on behalf of the corporate or organizational Applicant must have a Bachelor s degree, advanced degree preferred, from an accredited college or university; Excellent communication skills and the ability to remain a neutral facilitator; Be willing to work on behalf of BECWIB to achieve its vision for a fully coordinated workforce system that is well prepared to meet the needs of job seekers and local businesses. V. Mandatory Letter of Intent Applicants interested in submitting a proposal in response to this RFP must provide a letter stating their intention to do so. The Letter of Intent, with the subject line One Stop System Coordinator, must be sent electronically to info@becwib.org no later than 2pm (ET) on November 19, 2018. Applicants who fail to provide a timely Letter of Intent will be disqualified from consideration. VI. Proposal All pages must be numbered, beginning with the Cover Letter. The entire proposal may not exceed 10 pages and must follow the proposal format requirements in Section I.4. The following attachments will not count against the 10-page maximum: Resumes and List of References. The Applicant s proposal must include the following: 1. Cover Letter Applicants must include a signed cover letter on the Applicant s letterhead as the first page of the proposal. Signing the cover letter indicates that the Applicant accepts the terms and conditions of this RFP and that the person signing the letter is authorized to contractually bind the Applicant to its terms and conditions. The cover letter will include the following: Name, address, principal place of business, telephone number, fax number, and email address of the legal entity with whom the contract will be written; 8

Brief description of Applicant s organization and its experience with workforce or human service systems, and activities coordination; The name of the Applicant s contact person; A statement advising whether the Applicant has experienced contracts that were terminated for default within the past 5 years. Termination for Default is defined as notice to Applicant to stop performance due to the Applicant s non-performance or poor performance and the issue was either: (a) not litigated or (b) litigated and such litigation determined the Applicant to be in default. If the Applicant has not experienced Terminations for Default within the past five years, the Applicant must so advise in the statement; and A statement that the Applicant is not debarred, suspended, or otherwise excluded from or made ineligible for participation in Federal or State assistance programs or activities. 2. Project Narrative The project narrative must provide a comprehensive description of how Applicant will interface with BECWIB and its one-stop partners and services providers to coordinate the onestop delivery system. It must include the following: How the Applicant will coordinate program services and ensure adherence to the terms of partner MOUs; Applicant s approach for engagement among one-stop partners and service providers, and the coordination of service delivery and system integration; The sequence and duration of each service/activity that the Applicant will provide to meet the requirements of this RFP; and A timeline for the scope of work and activities proposed, with the number of hours proposed for each activity. The following template is recommended: Scope of Work: Completion Date Specific Activity Consultant Hours Performance Benchmarks 2019 February March (etc. to June, 2019) 3. Experience Please state the qualifications that demonstrate the administrative capacity to provide the services identified in this RFP, including experience working with diverse groups, coordinating program activities, and convening stakeholder meetings. Identify the professional staff that will be directly engaged in providing the scope of services proposed, and include a resume(s), which articulates the qualifications of that staff member(s). 4. Budget Worksheet and Budget Justification The budget for the activities required of the Consultant for One-Stop System Coordination under this RFP may not exceed $4000 per month for the contract period of February 1, 2019 9

to June 30, 2019. Submitted proposals whose budget exceeds $4000 per month will be disqualified from consideration. Please provide a detailed budget, along with a budget justification, describing the costs for the proposed services for the contract period of February 1, 2019 to June 30, 2019. Payment will be on a fixed-price basis. Therefore, billing statements for services rendered are expected to disclose, at a minimum, the date of the service, the identity of the individual performing the service, a description of the service performed, the time it took to perform that service and the hourly rate of the individual performing the service. The following template is recommended: Budget (February 1, 2019 to June 30, 2019): Expense Category Hours Hourly Rate Salaries/Fringes/Overhead Monthly Budget Total Salary/Fringes/Overhead Other Total Project Cost (Feb.1 to June 30 2019) 5. Financial Capacity Since the contract will provide payment on a fixed price basis, please provide a statement that ensures Applicant s financial capacity to meet project expenses in advance of payment. 6. References Please provide a list of three client references, including the name of the contact person and his/her telephone number. References listed must be familiar with Applicant s work and be able to comment on services performed that were similar in scope to the services being requested under this RFP. VI. Review and Selection Process. A committee led by BECWIB staff will review proposals and make recommendations to its Board of Directors for final approval. All proposals submitted will receive a response as to the action taken by BECWIB. Proposals will be reviewed in accordance with the following criteria: 1. Letter of Intent Did the Applicant submit a timely Letter of Intent? Applicants who do not submit a Letter of Intent by 2 p.m. (ET) on November 19, 2018 will be disqualified from consideration. 10

2. Cover Letter Is the cover letter on Applicant s stationery and does it contain the information requested? Is the letter signed by an individual authorized to contractually bind the Applicant? Has the Applicant stated (1) whether Applicant has experience contracts that were terminated for default within the past 5 years, and (2) that Applicant is not debarred, suspended, or otherwise excluded from or made ineligible for participation in Federal or State assistance programs or activities? 3. Project Narrative (30 pts): Does the Applicant address the role and responsibilities of the Consultant as required by this RFP? Does the project narrative provide a comprehensive understanding of the coordination of services and system delivery requirements? Does it address required activities and provide a timeline for the implementation of those activities with the number of hours proposed for each activity? 4. Qualifications and Experience (30 pts) Has the Applicant met the qualifications required by this RFP? Does the Applicant have the administrative capacity to provide the services identified in this RFP? Does the Applicant have experience working with diverse groups, convening meetings, making recommendations for system improvement, and implementing timely corrective action? Has the Applicant identified and described the professional staff that will be directly engaged in the activities to be performed and included a resume(s) of that staff member(s)? Does that staff member(s) have the qualification required? 5. Budget (25 pts) Does the Applicant provide a detailed line-item budget for the cost(s) associated with activities to be performed? Is Applicant s budget within the RFP s proposed cost range? Is that budget accurate and complete? Are the costs reasonable, fully justified and competitive as compared to all other proposals received? 6. Financial Capacity (15 pts) Does the Applicant provide a statement ensuring the ability to meet project expenses in advance of payment? 7. References Did the Applicant provide three client references, and include the name of the contact person and his/her telephone number? Are references familiar with the Applicant s work and able to comment on services performed that were similar in scope to the services being requested under this RFP? Are reference responses favorable? VII. Other Terms and Conditions 1. Execution of Contract The successful Applicant is expected to sign a contract and any subsequent amendments with BECWIB/WDC that may be required to address specific aspect of the proposal s interface with the one-stop partners and BECWIB. 11

BECWIB reserves the right to negotiate the specific services to be provided based on the requirements of this RFP and the terms of the winning proposal. If the successful Applicant fails or refuses to sign the contract or any subsequent amendment within 10 business days of delivery, BECWIB may elect to cancel the award and may award the contract to the nexthighest ranked finalist. 2. RFP Costs Neither BECWIB nor the WDC is responsible for any costs incurred by respondent prior to appointment. The cost to develop, submit, or present a response to this RFP is not reimbursable. 3. Conflicts of Interest Prior to the contract s award, the successful Applicant will disclose any potential conflicts of interest in carrying out activities under this RFP that arise from the Applicant s relationship with services providers in the One-Stop System, members of the Buffalo and Erie County Workforce Investment Board, the City of Buffalo, or the County of Erie. 4. Disclaimer The submission of a proposal to BECWIB does not assure or imply an award of contract to an individual or entity submitting a proposal. BECWIB reserves the right to accept or reject any proposals received, request clarifications from any Applicant regarding information in their proposal, modify the terms of this RFP, or cancel this RFP, in whole or in part, if it is in the best interest of BECWIB to do so. There is no commitment on the part of BECWIB to accept the lowest cost proposed or the conditions imposed by the Applicant as a requirement of acceptance. Although there are significant evaluation factors presented, BECWIB reserves its right, without limitation, to consider any and all other factors that may significantly affect the proposal. Any fiscal obligations to the successful Applicant under this RFP are limited to funds allocated and received by BECWIB pursuant to its grant under WIOA. 5. Compliance with General Terms and Conditions BECWIB reserves the right to incorporate standard BECWIB provisions into any agreement resulting from this RFP, including any provision required by federal or state policies, regulations or laws. This includes, but is not limited to, insurance coverage for comprehensive general liability, personal and advertising injury, auto liability, statutory workers compensation, employer liability and disability benefits, and professional/consultants liability. 12