South Texas Workforce Development Board, Inc

advertisement
Workforce Solutions for South Texas
Invitation for Bids
South Texas Workforce Center
Release Date: September 3, 2009
Due Date: September 16, 2009 4:00 p.m.
Workforce Solutions for South Texas
1701 E. Hillside Road
Laredo, Texas
Rogelio Trevino, Executive Director
Workforce Solutions for South Texas
NOTICE OF INVITATION FOR BID
Workforce Solutions for South Texas (Board) is soliciting sealed bids for leasing of office space
in Laredo, Texas for a workforce center.
Bid Number:
Issued Date:
Bid Closing Date:
Agency:
Space:
Sq. Ft.
Bid Area:
Lease Term:
WFC-LRD-2010
September 3, 2009
September 16, 2009 at 4:00PM (CST)
Workforce Solutions for South Texas (Board)
Workforce Solutions for South Texas One-Stop Center
25,000 sq ft. Minimum. Negotiable.
Space should be located within the Laredo, Texas city limits.
Annual lease with option to renew for an additional 5 years. Negotiable.
Services:
Optional Bidder may submit to include:
Option 1 - Lessor (bidder) provides and pays for all utilities (except
telephones). Lessor (bidder) provides and pays for janitorial service.
Or
Option 2 - Lessee (Board) pays for all utilities. Lessee (Board) provides
and pays for janitorial service.
Option 3 - Lessor (bidder) builds facility to specifications and leases
facility to Lessee (Board) with conditions of Option 1 or Option 2 above.
Other:
Site must be on or near a major thoroughfare and if available must have
public transportation available within a reasonable distance to the
entrance of the facility site. Off-street parking for a minimum of 100
vehicles with a minimum of 4 handicapped accessible spaces in which 2
are van accessible.
If you are interested in submitting a bid, please submit a bid packet by filling out the enclosed
forms to:
Ludi Solis, Research and Development Supervisor
Workforce Solutions for South Texas
1701 E. Hillside Road or Mail to P.O. Box 1757
Laredo, Texas 78044-1757
(956)722-3973 ext. 239
2
I.
Background Information
Workforce Solutions for South Texas is a local organization that implements a system of
services focused to increase our community’s economic development - as a resource for
employers to access workforce they are seeking, and training individuals to be
successfully employed.
Workforce Solutions for South Texas offers a broad range of programs and services
focused to the local workforce needs with employer-focused objectives, including job
training, workplace education, child care and educational programs necessary to support
the citizen of Jim Hogg, Webb and Zapata Counties to be successful at work.
The Workforce Solutions Workforce Center is a high traffic office serving an average of
350 visitors per day. The Board is interested in housing additional services and staff
which will increase the volume of customers served per today to an additional 100
visitors. The Board is also considering adding a third computer lab to the Center.
II.
Purpose of Invitation for Bids (IFB)
The Workforce Solutions for South Texas Board (Board) is requesting Bids for
approximately one (1) office space with 25,000 square feet minimum to house the
Workforce Solutions for South Texas One-Stop Center. The Board may negotiate size of
space depending on office layout, client-flow, and cost. Bids received will undergo a
technical evaluation in order to determine responsible offerors for the purpose of holding
discussions/negotiations regarding the lease of said office space.
The Board may conduct negotiations with offeror or offerors deemed by the Board to be
in the competitive range prior to selecting the offeror.
III.
Bid Deadline
Deadline Date and Time:
September 16, 2009 by 4:00PM. (CST)
IV.
Procedures for Submitting Bids
A.
Receipt of Bids
Bids must be received no later than 4:00PM (CST), September 16, 2009 in order to
be considered responsive.
Bids may be hand delivered or mailed to:
Ludi Solis, Research and Development Supervisor
Workforce Solutions for South Texas
1701 E. Hillside Road
Laredo, Texas 78044
Mail to:
3
Ludi Solis, Research and Development Supervisor
Workforce Solutions for South Texas
P.O. Box 1757
Laredo, Texas 78044-1757
B.
Number of Copies of Bid(s)
An original plus four (4) copies of the bid shall be submitted for a total of five (5) sets.
C.
Questions Regarding Bid(s)
Written questions may be
Ludivina.Solis@twc.state.tx.us.
D.
submitted
by
email
to:
Ludi
Solis
at
Preparation of Bid
All Bids must be submitted in accordance with the response format outlined in IFB.
E.
Multiple bids
Bidders may propose more than one location, but each bid must be submitted
separately. Bidders may submit options on the same location within one bid.
F.
Signature Authorization Certificate
The Bidder must assure that the individual signing on behalf of the organization has the
authority to submit the bid and carry out the services solicited in the IFB.
G.
H.
Disclaimer:
1.
It is understood and agreed that the Board reserves the right to increase or
decrease quantities such as square footage, and to buy additional items and
services under the terms of any contract resulting from this bid for a minimum of
ninety (90) days from the closing date.
2.
This invitation for bids does not commit Workforce Solutions for South Texas to a
Award a contract, to pay any costs incurred in the preparation of a bid to this
Request, or to procure or contract for services, supplies or space.
3.
Workforce Solutions for South Texas reserves the right to accept or reject any or
All bids received as a result of this request, or negotiate with all qualified sources,
to waive any informalities or minor irregularities in bids, or to cancel in part or in
its entirety the IFB if it is in the best interest of Workforce Solutions for South
Texas.
Prices
4
I.
1.
All prices and rates should be clearly identified and expressed as per square foot
per month.
2.
Sums of money shall be indicated by both Unit Cost and Total Item Cost. In case
of discrepancy, the lower cost will be used. All prices must be valid for a period
of ninety (90) days. After that period, the Board reserves the right to acquire
additional space or services at the Vendor’s then current price.
Delivery
Time of delivery is a part of the consideration. Bidders should indicate the number of
days from the awarding of a contract it requires to prepare the facility for use by the
Board.
J.
Deviations
The Bidder must offer materials that meet or exceed the details of the specifications
stated in this IFB. Any deviations must be stated in writing by the Bidder at the time the
Bid is submitted and shall include specific reasons as to why the deviation will render
equivalent or better performance and reliability.
K.
Minimum Standards
A prospective Bidder must affirmatively demonstrate responsibility and must meet the
following requirements:
L.

have adequate financial resources, or the ability to obtain such resources as
required;

be able to comply with required or proposed delivery schedule;

have a satisfactory record of performance;

have a satisfactory record of integrity and ethics;

be otherwise qualified and eligible to receive an award.
Warranty
Successful Bidders shall warrant that all items/services shall conform to the proposed
specifications and/or all warranties as stated in the Uniform Commercial Code and be
free from all defects in material, workmanship and title.
M.
Type of Contract
A contract or lease agreement will be entered into by the Board and selected bidder.
N.
Payment
5
Payment will be made on a monthly basis.
V.
General Requirements
A. Proposed building must be located in Laredo, Texas.
Bidder(s) should make
approximately 25,000 (minimum) square feet available. The Board may negotiate size of
office space depending on office layout, customer flow, and cost. There are
approximately 65 staff members requiring adequate space.
B. The office shall have space for:

















A reception/waiting area (approximately 350-450 customers served per day)
Two (2) to (3) rooms for computer labs
Four (4) classrooms for orientations
10 (minimum) medium offices for staff and partners
An open area for case managers that accommodates cubical (modular) furniture
for approximately 65 employees. Size per cubical is about 8’x 6’.
Copier/Fax Machine/Printer room
An open area for an Employer Resource Room
(3) three to (4)Meeting rooms
An open area for Job Seeker/Public Resource Room-preferably in the center of
the building.
Public restrooms-preferably near the reception area.
Employee restrooms
Computer room-office form LAN/Telephone
Supply room
Storage room
Janitorial Closet with sink plus room for mop, trash can and cleaning solutions.
Break room with kitchen sink and cabinets, including space for refrigerator and
two small round tables.
Parking lot for Center staff and customers (high volume office serving 350-450
customers per day)
The Board may request modifications if deemed necessary. Such changes may be
requested upon receipt of proposed floor plan.
If possible, the building may have accessibility from the ceiling for automation
connectivity. The proposed building must comply with the requirements of the
Americans with Disabilities Act. If the building requires modifications to bring it into
compliance with ADA, the modifications will be done at the Bidders’s expense. The
Board will negotiate all terms and specifications on this bid.
B.
The initial lease will commence upon occupancy and will end one year from
commencement. The Board will reserve the right to renew the lease on an annual basis
with option to renew for an additional 5 years (negotiable).
NOTE: The Board is under Contract with the Texas Workforce Commission, for the
provision of Workforce Development Services in the South Texas Workforce
Development Area. Grant funds are awarded annually to the Workforce Solutions for
6
South Texas Board. The Board lease agreements will all be subject to funding
availability from the Texas Workforce Commission and U.S. Department of Labor.
C.
The facility must be located within the city limits of Laredo, Texas.
D.
Bidder should indicate a monthly lease rate and should indicate what utilities or services
are included. Utilities or services proposed as options should be listed under the
heading of “Optional”.
E.
Bidder should indicate the number of parking spaces provided, including handicapped
accessible parking spaces, and whether the parking spaces are for Center exclusive use
and control or are common spaces to be shared with other tenants or the public. Bidder
should indicate its parking lot maintenance schedule.
This facility shall serve
participants enrolled in program services such as orientations, presentations, and
employment skills trainings. It is estimated that a minimum of 100 parking spaces will be
needed and that at a minimum 4 of the spaces will be handicapped and 2 van accessible
(negotiable).
F.
Bidder should indicate whether signage would be available, as well as the size and
location of signs, and whether the signs are illuminated. If signs are not provided, bidder
should indicate where the Board might place a sign and any restrictions on signage.
G.
Bidder should indicate if there is accessibility to public transportation and where the
nearest public transportation stop is located and the routes and scheduled stops at the
location.
H.
Bidder should indicate any other amenities, which will be provided.
I.
Bidder should indicate any restrictions, which it intends to impose.
J.
Bidder should indicate if modifications will be made for three computer labs.
Each lab will have 10-12 computer stations.
J.
Building must be accessible as per the American with Disabilities Act (ADA)
requirements.
ADA requirements are available and may be downloaded from the
following website address: www.access-board.gov.
VI.
IFB Evaluation and Scoring
The Board will review each responsive Bid submitted in response to the IFB. The review
will include a determination of the conformity of the Bid, the responsiveness of the Bid,
ability of the bidder to provide requested products and/or services in a timely manner.
Other considerations will be bidder’s past performance, condition of facility, visibility of
building, parking, accessibility to public transportation, aesthetic appeal of building and
grounds, and amenities provided. Selected Board staff will evaluate each Bid.
VII.
Protest Rights
Bids not selected for award may be appealed only with respect to any fault or violation of law or
regulation regarding the review process. Appeals must be filed within ten calendar days of final
the Board action with the Board’s Monitoring/EO Officer. Inquiries shall be directed to:
7
Ms. Blanca Stevenson
Quality Assurance/EO Officer
South Texas WDB
1701 E. Hillside Road
Laredo, Texas 78044
The appeal must indicate the Board action appealed and the violation, which forms the basis for
the appeal, and shall be signed by the appellant organization’s authorized representative. Fax
and e-mail transmittals will not be accepted. The filing of the appeal within the time frame is a
condition precedent. There is no relief accorded appellants for not filing within the published
deadlines. Hearings shall be conducted in accordance with existing Board procedures.
VII.
Evaluation of Bids
The items listed below are essential elements required in the facility. Readers of the
accepted Bids will evaluate and assign a score for each item. The reader will enter the
total score at the bottom of the form. These scores will act as an initial step in
determining which Bid(s) best address(es) and meet(s) the needs of the Board.
Essential Elements
The Bid conforms to all criteria requested in the IFB
Maximum Score
10
The facility will be ready for occupancy within 30 days from award of
contract
The facility is ADA compliant or will be brought to ADA compliance by
proposer
Condition of Facility
5
15
Aesthetic appeal of building and grounds
10
Adequate parking is provided
10
The facility is in a highly visible location
10
The facility is accessible by public transportation
5
Proposer will provide signs or will provide adequate location for signs
5
Proposer will provide additional amenities at no added cost
5
Proposer does not place excessive restrictions
5
Reasonableness of cost
15
TOTAL POINTS
100
5
8
A Floor Plan is required that includes the specifications listed on page 6, dimensions, location of
doors, emergency exits, each room labeled (reception area, resource room, etc.). One copy of
floor plan is required for each of the five copies.
Pictures of interior and exterior is recommended, but not required.
9
Workforce Solutions for South Texas
Bid for South Texas Workforce Center
Cover Sheet
Proposing Agency Information
Proposer’s Name
Mailing Address
Physical Address (If different
from above)
City/State/Zip
Contact Person & Telephone
Number
Type of Organization
Private for-Profit Private non-Profit State Government Agency
Local Government Community College district Local School District
Union Other: _____________________
Federal Employer ID
Texas State Comptroller ID
Bid Information
RFI Number
WFC-LRD-2010
Address of Proposed
Location
Name (if any) of proposed
location:
Monthly Lease Rate
Proposed:
Optional
Services/Improvements
Proposed
$__________________
_________________________ $____________
_________________________ $____________
_________________________ $____________
Authorization for Submission
Typed Name & Title of
authorized signatory
Signature & Date
10
PART B. BACKGROUND OF APPLICANT/AGENCY
1.
Previous Experience and Capability
Describe your past experience and performances, if any, in providing leased space to
other agencies such as ours. If available provide a list of reference agencies (include
phone number and contact person) currently leasing from you.
11
Part C. Facility Design
1.
Facility Description
Please fully describe what you are proposing. Indicate whether Bid is for space only, if
improvements are included, if utilities or janitorial services are included. Describe the
location, facility, ADA accessibility, parking accessibility to public transportation,
proximity to major arterial signs, etc. Include as attachments floor plans of the proposed
site. You may add as many additional pages as needed.
12
2.
Bid Evaluation:
A.
Please indicate your response to the following questions:
(1)
Will you make the necessary modifications to build out the interior according to
the needs of the Board?
(2)
Will the rent remain constant during the term of the lease, if not, do you propose
an escalation clause, or do you propose to review the lease rate upon each
renewal subject to mutual acceptance?
(3)
Will you maintain the structure during the lease, including but not limited to, roof
interior walls, exterior walls, windows and glass, plumbing (water and sewer), air
conditioning?
(4)
Will you maintain the grounds in an attractive state, including watering and lawn
maintenance?
(5)
Will you maintain the parking lot in a repaired and usable condition, including
sweeping, striping, etc.?
(6)
Will you provide adequate space and locations for signs?
(7)
Does the proposed site comply with the American with Disabilities Act (ADA)
requirements? If not will proposer provide required building renovations for
building to comply with the ADA requirements? The ADA survey must be
completed if a proposed facility is readily-available with the specifications
provided.
8)
What is your estimated number of days required on delivery of facility? The Board
may require modifications that would change the number of days for delivery.
9)
Is the cost per square footage the market rate for commercial facilities in Laredo,
Laredo, Texas? Is your organization willing to negotiate this rate?
13
Part D. Lease Costs
Please complete both cost per month and cost per sq. ft.
Monthly Lease Costs:
Option 1 - Lessor (bidder) provides and pays for all utilities (except telephones). Lessor (bidder)
provides and pays for janitorial service.
$ _____________________/Month
$ _____________/Sq .Ft
Or
Option 2 - Lessee (Board) pays for all utilities. Lessee (Board) provides and pays for janitorial
service.
$_____________________/Month
$ _____________/Sq. Ft.
Or
Option 3 - Lessee (Board) build facility to specifications and then offer Option 1 or Option 2 as
listed above.
$_____________________/Month
$ _____________/Sq. Ft.
______________________________________
Name of Preparer
______________________________________
Name of Proposer
______________________________________
Signature of Preparer
______________________
Date
14
CERTIFICATION REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY AND
VOLUNTARY EXCLUSION
LOWER TIER COVERED TRANSACTIONS
This certification is required by the regulations and implementing Executive Order 12549.
Debarment and Suspension, 20 CFR Part 98, Section 98.510, Participants’ responsibilities. The
regulations were published as Part VII of the May 26, 1988 Federal Register (pages 1961019211). (Before completing certification, read attached instructions which are an integral part of
the certification)
1.)
The prospective recipient 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 and Title of Authorized Representative:
Signature
______________
Date
15
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 any federal grant, the making of
any Federal loan, the entering into 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 failure.
Name of Applicant Organization: ________________________________________
Name of Title of Authorized Signatory: ___________________________________
Signature: __________________________________ Date: ________________
16
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 member of the Policy
Board, the President, or an manager of the Board;
(2)
no manager, or paid consultant of the Proposer is a spouse to a member of the Policy
Board, the President, or an manager of the Board;
(3)
no member of the Policy Board, the President or an employee of the Board owns or
controls more than a 10 percent of the proposing agency;
(4)
no spouse of a member of the Policy Board, President, or employee of the Board is a
manager, or paid consultant of the Proposer;
(5)
no member of the Policy 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 interests;
(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.
Name of Applicant Organization: ___________________________________
Name and Title of Authorized Signatory: _____________________________
Signature:
Date: ______________
17
Download