Loading...
HomeMy WebLinkAboutInvitation for BidM IAM I-DADE COUNTY BID NO.:6524-4/10-OTR 1 OPENING: 2:00 P.M. WEDNESDAY October 12, 2005 MIAMI-DADE COUN'IY, FLORIDA INVITATION TO BID TITLE: TRANSLATING AND INTERPRETING SERVICES FOR A PERIOD OF ONE (1) YEAR WITH COUNTY OPTION TO RENEW FOR FOUR (4) ADDITIONAL ONE (1) YEAR PERIODS THE FOLLOWING ARE REQUIREMENTS OF THIS BID, AS NOTED BELOW: BID DEPOSIT AND PERFORMANCE BOND: CATALOGUE AND LISTS: CERTIFICATION: EQUIPMENT LIST: EXPEDITED PURCHASING PROGRAM (EPP) INDEMNIFICATION/INSURANCE• LIVING WAGE: PRE -BID CONFERENCE/WALK-THRU: MEASURES: See Sect. 2/ Para. 2.2 SAMPLES/INFORMATION SHEETS. SECTION 3 — MDHA• SITE VISIT/AFFIDAVIT: USER ACCESS PROGRAM: See Sect.2/ Para. 2.21 WRITTEN WARRANTY: FOR INFORMATION CONTACT: Martha Perez at 305-375-3248 or at mdperez@miamidade.gov IMPORTANT NOTICE TO BIDDERS: MIAMI-DADE COUNTY DEPARTMENT OF PROCUREMENT MANAGEMENT BIDS AND CONTRACTS DIVISION FAILURE TO COMPLETE THE CERTIFICATION REGARDING LOCAL PREFERENCE ON PAGE 12 OF SECTION 4, BID SUBMITTAL FORM SHALL RENDER THE VENDOR INELIGIBLE FOR LOCAL PREFERENCE FAILURE TO SIGN PAGE 12 OF SECTION 4, BID SUBMITTAL FORM WILL RENDER YOUR BID NON -RESPONSIVE Formatted: Normal MIAMI-DADE COUNTY, FLORIDA INVITATION TO BID Bid Number: 6524-4/10-OTR Title: TRANSLATING AND INTERPRETING SERVICES Formatted: Normal, Centered Sr. Procurement Contracting Agent: Martha Perez Bids will be accepted until 2:00 p.m. on October 12, 2005 Bids will be publicly opened. The County provides equal access and does not discriminate on the basis of disability in its programs or services. It is our policy to make all communication available to the public, including those who may be visually or hearing impaired. If you require information in a non-traditional format please call 305-375-5278. Instructions: Each Bid submitted to the Department of Procurement Management shall have the following information clearly marked on the face of the envelope: the Bidders name, return address, Bid number, opening date of the Bid and the title of the Bid. Included in the envelope shall be an original and three copies of the Bid Submittal, plus attachments if applicable. Failure to comply with this requirement may result in your Bid not being considered for award. All Bids must be submitted in a sealed envelope or container and will be opened promptly at the time indicated in this solicitation document. Any Bid received after the first Bid has been opened will be returned to the Bidder unopened. The County does not accept responsibility for delays, natural or otherwise. NOTICE TO ALL BIDDERS: FAILURE TO SIGN THE BID SUBMITTAL FORM WILL RENDER YOUR BID NON -RESPONSIVE. THE BID SUBMITTAL FORM CONTAINS IMPORTANT CERTIFICATIONS THAT REQUIRE REVIEW AND COMPLETION BY ANY VENDOR RESPONDING TO THIS SOLICITATION MIAMI-DARE COUNTY BID NO.:6524-4/10 'TR SECTION 1 GENERAL TERMS AND CONDITIONS 1.1. DEFLYITIONS Bid - shall refer to any offers) submitted in response to this solicitation. Bidder - shall refer to anyone submitting a Bid in response to this solicitation. Bid SoWitatlon - shall mean this solicitation documentation, including any and all addenda Bid Submittal Foram - defines the requirement of items to be purchased, and must be completed and submitted with Bid. The Bidder should indicate its name in the appropriate space on each page. County - shall refer to Miami -Dade County, Florida DPM - shall refer to Miami -Dade Comity's Department of Procurement Management, Bids and Contracts Division. Enrolled Vendor - EFFECTIVE JULY 8, 2002, shall refer to a firm that has completed the necessary documentation in order to receive Bid notifications from the County, but has not yet registered Registered Vendor - shall refer to a farm that Isar completed the Miami - Dade County Business Entity Registration Application and her satisfied all requirements to enter in to business agreements with the County. For ddIdoonl information about on-line vendor enrolment or vendor registration contact the Vendor Assistance Unit at 111 N.W. 1" Street, 13' Floor, Miami. FL 33128, Phone 305375-5773. EFFECTIVE JUI,Y 1, 2002, vendors wMB be able to enroll and register online by visiting ow web site at httpJ/miamldde.rov and dick on "Business". 1.2. DNSTRUCT1ONS TO BIDDERS A. Bidder Qualification It is the policy of the Canty to 'encourage fish and open competition among all available qualified vendors All vendor regularly engaged in the type of work specified its the Bid Solicdatioo are encouraged to submit Bids. Vendors may enroll with the County to be included on a mailing list for selected categories of goods and services To be eligible for award of a contract (including small purchase orders), Bidders must complete a "Miami -Dade County Business Entity Registration Application". Only Registered Venders an be awarded County contracts. Vendors are encouraged to register with the County anytime by contacting the Vendor Information Center at 305-375-5287. The Comity endeavors to obtain the participation of all qualified minority and disadvantaged business enterprises For information and to apply for certifecation, contact the Department of Business Development at 111 N.W. 1 Street, IS" Floor, Miami, FL 33128-1844, or telephone at 305- 375-3111. County employees wishingto do business with the County are referred to Section 2-11.1(d) of the Miami -Dade County Code. B. Vendor Registration To be recommended far award the County requires that vendors complete a Miami -Dade County Business Entity Registratioo Application with all required disclosure affidavits. The Miami -Dade County Business Entity Registration Application must be returned to the Department of Procurement Management (DPM), Bids and Contracts Division within Fourteen (14) days of notification of the intent to recommendfor award. In the even the Miami -Dade County Business Entity Registration Applicatioa is not properly completed and returned within the specified time, the Couoty may award to next lowest responsive Bidder. The Bidder is responsible for obtaining the Miami. Dade County Business Entity Registration Application and MI affidavits by downloading from DPM's website at httoirmiamidade.ltov and click ern "Business" or from the Vendor Assistance Unit at III N.W. 1" Street, Miami, FL In becoming a Registered Vendor with Miami -Dade County, the vendor conforms its knowledge of and commitment to comply with the following: 1. Disclosure of Employment - pursuant to Section 2-8.1(d) of the County Code. 2. Disclosure of Ownership Affidavit - pursuant to Section 2-8.1(d) of the County Code. 3. Drug•Free Affidavit - pursuant to Section 2.8.1.2(b) of the County Code. 4. W.9 and 8109 Forms - The vendor must furnish these forms as required by the Internal Revenue Service. 5. Social Security Number - The vendor must provide a copy of the primary owner's social security card if the social security number is being used in lieu of the Federal Identification Number (F.E.I.N.). 6. Americus with Disabilities Act (AD.A) Affidavit - It is the policy of the County to comply with all requirements of County Resolution RI82-00 and the A.D.A 7. Collection of Fees, Taxes and Parking Tickets Affidavit - pursuant to Section 2-8.1 (c) of the County Code. 8. Conflict of Interest and Code of Ethics - pursuant to Sections 2- 8.1(i) and 2.11.1(b) (1) through (6) and (9) of the County Code and County Ordinance No. 00-1 amending Section 2-11.1(c) of the County Code. 9. Code of Business Ethics - pursuant to Section 2-8.1(i) of the Canty Code. 10. Debarment Dislosre Affidavit - pursuant to County Coda 10-38. 11. Office of the Inspector General Pursuant to Section 2-1076 of the County Code. 12. Minority and Disadvantaged Business Enterprises. The County endeavors to obtain the participation of all minority and disadvantaged business enterprises pursuant to Sections 2-8.2, 2- 8.2.3 and 2.8.7-4 of the County Code and Title 49 of the Code of Federal Reguiatiom. 13. Individuals and Emtilia Doing Business with the County not current in their obligations to the County - pursuant to Sections 2- 8.1 (h) and 2.11.1(bX8) of the County Code. 14. NoodiscrinLrion pursuant to Section 2-8.1.5 of the County Code. 15. Family Leave - Pursuant to Section 1IA-30 of the County Code. 16. Laving Wage - Pursuant to Section 2-8.9 of the County Code. 17. Domestic Leave - Pursuant to Section 11 A60 of the County Code. 18. Antitrust Laws - By acceptance of any contract, the vendor agrees to comply with all antitrust laws of the United Stales and the State of Florida C. PUBLIC ENTITY CRIMES To be eligible for award of a contract, firms wishing to do business with the County must comply with the following: Pursuant to Section 287.133(2Xa) of the Florida Statutes, a penon'or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a Bid on a coutract to provide any goods or services to a public entity, may not submit a Bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit Bids on teases of real property to a public amity; may not be awarded or perform work as a contractor, supplier, subcontractor, or consu1Iant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017 of the Florida Statutes, for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list D. Request for Additional Information 1. Pursuant to Section 2.11.10). of the County Code, all Bid Solicitations, ooce advertised and until an award recommendation has been forwarded to the appropriate authority are under the "Cone of Spence". Any communication or inquiries, except for clarification of process or proCedsre already contained in the solicitation are to be spade in writing to the ameotion of the Proosrement Agent identified onthe from page of the solicitation. Such inquiries or request for information shall be submitted to the procurement agent in writing and shall contain the requester's name, address, and telephone Dumber. If transmitted by facsimile, the request should also include a cover shed with Bidder's facsimile Dumber. The requeslor must also file a copy of this written request with the Cleric of the Board, 111 NW 1" Street, 17' Floor, suite 202, Miami, Florida 33128.1983 or email clerkbcc(dmiamidad e. Roy. 2. The Department of Procurement Management may issue an addendum in response to any inquiry received, price to Bid opening, which changes, adds to or clarifies the tern°, provisions Revised 06/07/05 MIAMI-DADE COUNTY BID NO.:6524-4/10 TR .SECTION 1 GENERAL TERMS AND CONDITIONS or requirements of the solicitation. The Bidder should not rely on any representation, statement or explanation whether written or verbal, other than those made in this Bid Solicitation document or in any addenda issued Where there appears to be a conflict between this Bid Solicitation and any addenda, the last addendum issued shall prevail. 3. It is the Bidder's responsibility to ensure receipt of all addenda, and any accompanying documentation, The Bidder is required to submit with its Bid a signed "Acknowledgment of Addeoda" form, when any addenda have been issued E. Contents of Bid Solicitation and Bidden' Responsibilities •is - it ia':f;e resiiwisibifit of thz. aid -ts ScM,-.a • "err`=i f_-..:l:a: with the Bid requirements, terms and conditions of this solicitation. Pleas of ignorance by the Bidder of cooditions that exist or that may exist will not be accepted as a basis for varying the requuemeots of the County, or the compensation to be paid to the Bidder. 2. This solicitation is subject to all legal requirements contained in the applicable County Ordinances, Administrative Orders, and Resolutions, as well as all applicable State and Federal Statutes. Where conflict exists between this Bid Solicitation and these legal requirements, the authority shall prevail in the following order: Federal, State and local. 3. It is the responsibility of the Bidder/Proposer, prior to conducting any lobbying recordsnt this solicitation to file the appropriate form with the Clerk of the Board squat that a particular lobbyist is authorized to represent the Bidder/Proposer. The Bidder/Proposer shall also file a form with the Clerk of the Board at the point in time at which a lobbyist ism longer authorized to represent said Bidder/ Proposer. Failure of a Bidder/Proposer to file the appropriate form. required, in relation to each solicitation, may be considered as evidence that the Bidder/Proposer is not a responsible contractor. F. Change or Withdrawal of Bids 1. - Changes to Bid • Prior to the scheduled Bid opening a Bidder may change ite Bid by submitting a new Bid, (ea indicated on the cover page) with a letter in writing on the firms letterhead, signed by an authorized agerd stating that the new submittal replaces the original submittal. The new submittal. shall contain the letter and all information as required for submitting the original Bid. No changes to a Bid will be accepted after the Bid has been opened 2. Withdrawal of Bid - A Bid shall be irrevocable unless the Bid is withdrawn as provided hoein. Only written a letter received by the DPM Bids and Contracts Division prior to the Bid opening date may withdraw a bid A bid may also be withdrawn ninety (90) days after the Bid has been opened and prior to award, by submitting a letter to the contact person identified oo the front rover of this Bid Solicitation. The withdrawal letter must be on company letterhead and signed by an authorized agent of the Bidder. G. Conflicts within The Bid Solicitation Where there appears to be a conflict between the General Tams and Conditions, Special Conditions, the Technical Specifications, the Bid Submittal Section, or any addendum issued, the order of precedence shall be the last addendum issued, the Bid Submittal Section, the Technical Specifications, the Special Conditions, and then the General Terms and Condition. H. 1. Prompt Payment Terns h is the policy of Miami•Dade County that payment for all purchases by County agencies and the Public Health Trust shall be made in a timely manner and that interest payments be made out late payments. In accordance with Florida Statures, Section 218.74 and Section 2-8.1.4 of the Miami -Dade County Code, the time at which n payment shall be due from the County or the Public Health Trust shall be forty-five (45) days from receipt of a proper invoice. The time at which payment shall be due to small businesses shall be thirty (30) days from receipt of a proper invoice. All payments due from the County or the Public Health Trust, and not made within. the time specified by this section, shall bear interest from thirty (30) days after the due dale at the rate of one percent (1%) per month on the unpaid balance. Further, proceedings to resolve disputes for payment of obligations shall be concluded by final written decision of the County Manager, of lus or her designee(s), not later than sixty (60) days after the data on which the proper invoice was received by the County or the Public Health Trust 2. The Bidder may offer cash discounts for prompt payments; however, such discounts will not be considered in determining the lowest price during bid evaluation. Bidders are requested to przsicte ,w._w _ _ ,t..!pact viA.A ,._ the Bid submnnal signature page of the solicitation 1.3. PREPARATION OF BIDS A. The Bid submittal form defines requirements of items to be purchased, and mitt be completed and submitted with the Bid Use of any other form will result in the rejection of the Bidder's offer. B. The Bid submittal form must be legible. Bidders shall use typewriter, computer or ink. All changes must be crossed out and initialed in idk. Failure to comply with these requirements may cause the Bid to be rejected C. An authorized agent of the Bidder's firm must sign the Bid submittal. form. FAILURE TO SIGN THE BID SUBMITTAL FORM SHALL RENDER THE BUS NON -RESPONSIVE. D. The Bidder may be considered non -responsive if bids are conditioned to modifications, changes, or revisions to the terms and conditions of this solicitation E. The Bidder may submit alternate Bici(sy for the same solicitation provided that such offer is allowable under the tetsni and conditions The alternate Bid must meet err exceed the minimum requirements and be submitted oo a separate Bid submittal marked "Alternate Bid": P. When there is a disaepaocy between the unit pricy and any extended prices, the unit prices will prevail. 1.4. CANCELLATION. OF BID SOLICITATION Miami -Dade Canty reserves the right to cancel. in whole or in part, any Invitation to Bid when it is in the best interest of the County. 13 AWARD OF BID SOLICITATION A This Bid may be awarded to the responsible Bidder meeting all requiemets as set forth in the solicitation. The Ceara), reserves the right to reject any and all Bids, to waive irregularities or technicalities and to re -advertise for all or any partofthis Bid. Solicitation as deemed in is best interest The County shall be the sole judge of its best interest B. When there are multiple line items in a solicitation, the County reserves the right to award on an individual item basis, any combination of items, total low Bid or in whichever manner deemed in the best interest of the Corny. C. The County reserves the right to reject any and all Bids if it is determined that prices are excessive, best offers are determined to be unreasonable, or it is otherwise determined to be in the Comity's best interest to do so. D. The County reserves the right to negotiate prices with the low bidder, provided that the scope of work of this solicitation remains the same. E. Award of this Bid Solicitation will only be made to firtro that have completed the Miami -Dade County Business Entity Registration Application and that satisfy all necessary legal requremer s to do business with Miami -Dade County. Firms domiciled in Miami - Dade County must present a copy of their Miami -Dade County issued Occupational license. F. Pursuant to County Code Section 2-8.1(g), the Bidder's performance as a prime contractor or subcontractor on previous County onntraets shall be taken into account in evaluating the Bid received for this Bid Solicitation. G. To obtain a copy of the Bid tabulation Bidder(s) shall enclose an Revised 06/07/05 MIAMI-DADE COUNTY BID NO.:6524-4/1r 'TR SECTION 1 GENERAL TERMS AND CONDITIONS appropriately sized self-addressed stamped envelope. Bid results will not be given by telephone or facsimile. Please allow ten (10) calendar days after Bid opening for mailing. IL The Bid Solicitation. any addenda and/or properly executed modifications, the purchase order, and any change order(s) shall constitute the contract. L In accordance with Resolution R-157488 the Director of Bids and Contracts Division will decide all tie Bids. J. Award of this Bid may be predicated on compliance with and submittal of all required documents as stipulated in the Bid Solicitation 1.6. CONTRACT EXTENSION A. The County reserve, the right to exercise ice option to extend a contract for up to one hundred-cig)dy (180) calendar days beyond the current contract period and will notify the contractor in writing of the extension. B. Thu contract may be extended beyond the initial one hundred. eighty (180) day extension period upon mutual agreement between the County and the successful Bidder(s) upon approval by the Board of County Commissioners. 1.7. WARRANTY All warranties, express and implied shall be made available to the County for goods and services covered by this Bid Solicitation. All goods furnished shall be fully guaranteed by the successful Bidder against factory defects and workmanship. At no expense to the County, the successful Bidder shall correct any and all apparent and latent defects that may ocaw within the manufacturer's standard warranty. The Special Conditions of the Bid Solicitation may supersede the manufacturer's standard warranty. 1.& ESTIMATED QUANTITIES Estimated quantities or dollar are. for Bidder's guidance only: (a) estimates are loved on the County's anticipated needs and/or usage during a previous contract period • and: (b) the County rnsy use these estimates to determine the low Bidder. Estimated quantities do not contemplate or include possible additional guaranies that may be ordered by other governs t quasi -government or non-profit entities utilizing this contract under the Joint Purchase portion of the County User Areas Program (UAP) described in -Section 2.21 of this contract solicitation and the resulting contract, if that section is pruerd in this solicitation document No guarantee is expressed or implies as to quantities or dollars that will be used during the contract period The County is not obligated to place my order. for the given amount subsequent to the award of this Bid Solicitation. 1.9. NON -EXCLUSIVITY It is the intern of the County to enter into an agreement with the successful Bidder that will satisfy its needs as describe herein However, the County reserves the right as deemed in its best interest to perform, or case to be performed the work and services, or any portion thereof heroin described in any mamter it saes fit, including bid not limited to: award of other contracts, use of any contractor, or perform the work with its own employets. 1.10. LOCAL PREFERENCE The evaluation of competitive bids is subject to Section 2-8.5 of the Miami -Dade County Code, which, except where contrary to federal and state law, or any other funding source requirements, provides that preference be given to local businesses. A local business shall be defined as: 1. a business that has a valid occupational license, issued by Miami -Dade County at least one year prior to bid or proposal submission, that is appropriate for the goods, services or construction to be purchased; 2. a business that bars physical business address located within the limits of Miami -Dade County from which the vendor -III- operates or performs business. Post Office Boxes are not verifiable and shall not be used for the purpose of establishing said physical address; and 3, a business that condibutes to the economic development and well -boring of Miami -Dade County in a verifiable and measurable way. This may include but not be limited to the retention and expansion of employment opportunities and the support and increase in me County's tax base. To satisfy this requirement, the vendor shall affirm in writing its compliance with either of the following objective criteria as of the bid or proposal submission date stated in the solicitation: vendor has at least ten (10) permanent full time employees, or part time employees equivalent to 10 FTE ('Tull -time equivalent" employees working 40 haws per week). that live in Miami -Dade County,. or at leant 25% of its employees that live in Miami - Dade County, or vendor contributes to the County's tax bar a by paying either real property taxes or tangible personal property taxes to Mumi•Dade County, or some other verifiable and measurable contribution to the ec000rmc development and well-being of Miami - Dade County. When the bid from a Miami -Dade local business is within 10% of the lowest prig submitted by a ram -local business, the local business and the non -local low bidder shall have the oppa rawly to submit a best and Baal bid equal to or lower than the amount of the low bid previously• submitted by the non -local business. (a) (b) (c) At this time, these is an interloca1 agreement in effect between Miami - Dade and Broward Counties until September 2005. Therefore, a vendor which meets the requirements of (1) and (2) above far Broward County shall be considered a local business pursuant start to this Section. 1.11. CONTINUATION OF WORK Any work that commences prior to and will extend beyond the expiration date of the current contract period shall, unless terminated by mutual written agreement between the County and the successful Bidder, continue until completion at the same prices, tans and oonditiona. 1.12. BID PROTEST A. A recommendation for contract award or rejection of award may be protested by a Bidder in accodance with the procedures contained in Section 2.8.3 and 2-8.4 of the County Code, as amended and as established in Administrative Order No3-21. B. To initiate a Bid protest, the protesta shall present to the Clak of the Board a non-refundable filing fear, payable to the Clerk of the Board, in accordance with the schedule provided below: Award Amount PBtns Fce 523,0004100,000 5300 S100,0314500,000 51,000 5500,00145 million S3,000 Over S5 million S5,000 In the event a Bidder wishes to protest any part of the General Conditions, Special Conditions and/or Technical Specifications contained in the Bid Solicitation it must file a notice of protest in writing with the issuing department no later than 48 hours prior to the Bid opening date and hour specified in the solicitation Failure to fete a timely notice of protest will constitute a waiver of proceedings. C. For award recommendations greater than S 100,000 the following shall apply: When a letter of intent to award a Bid Solicitation has been communicated (mail, fixed or entailed) to each competing Bidder Revised 06/07/05 MIAMI-DADE COUNTY BID NO.:6524-4/10 TR SECTION 1 GENERAL TERLVIS AND CONDITIONS and filed with the Clerk of the Board, a Bidder wishing to protest said award recommendation sba11 file a protest with the clerk of the Board within ten (10) working days of the data of award recommendation letter. Within two (2) days of that filing, the protester shall provide the County Attorney and each Bidder with a copy of each document that was tiled with the protest. Failure to timely file the written protest shall constitute. a waiver of the right to protest the award recommendation. D. For award recommendations from S25,000 to S100,000 the following shall apply: Each Monday, in the lobby of the Stephen P. Clark Center, i,v.sted s. 111 N.W. L' Street award rerv,.nmendat'ions are. potted Participants may also call the Awards line at 305.375- 4724, or 800-510-4724, or the contact person as identified on the cover page of the Bid Solicitation. Any Bidder wishing to protest such recommendations shell file a protest with the Clerk of the Board within five (5) working days of the posting and submit a S500 non-refundable filingfce. 1.13. RULES, REGULATIONS AND LICENSES The successful Bidder shall comply with all laws and regulations applicable to provide the goods and/or services specified in this Bid Solicitation. The Bidder shall be familiar with all federal, stale and local laws nut may in affect the goods and/or services offered. 1.14. PACKAGING - Unless otherwise specified in the Special Conditions or Technical Specifications, all containers shall be suitable for shipment and/or storage and comply with Resolution No. 738-92 • 1.1S. SUBCONTRACTING Unless otherwise.specified in this Bid Solicitation, the nnnr uful Bidder shall not subcontract any portion of th c work without the prior written consent of the County. The ability to subcontract may be further limited by the Special Conditions. Subcontracting without the prior consent of the County may result in termination of the contras for default. When Subcontracting is allowed the Bidder shall comply with County Resolution No. 1634-93, Section 10.34 of the County Code and County Ordinance No. 97.35. 1.16 ASSIGNMENT • The successful Bidder shall not assign, transfer, hypothecate, or otherwise dispose of this contact, including any rights, title a interest therein, or its power to execute such contract to any person, company or corporation without the prior written consort of the County. 1.17. DELIVERY Unless otherwise specified in the Bid Solicitation, prices quoted shell be F.O.B. Destination. Freight shall be included in the proposed price. 1.18. RESPONSIBILITY AS EMPLOYER The employee(s) of the Successful Bidder shall be considered to be at all times its employee(s), and not an employee(s) or agent(s) of the County or any of its departments. The successful Bidder shall provide compaent and physically employee(') capable of performing the work as requited The County may require the eecr.sstul Bidder to remove any employee it deems unacceptable. All employees of the successful Biddy shall wear proper identification. 1.19. INDEMNIFICATION The successful Bidder shall indemnify and hold harmless the Canty and is officers, employees, agents and instrumentalities from any and all liability, losses or damages, including attorney's fees and costs of defense, which the County or as officers, employees, agents or instrumentalities may inert as a result of claims, demands, suits, causes of actions or proceedings of any kind or nature arising out of, rr6ung to or resulting from the performance of the agreement by the aurc osful Bidder or its employees, agents, servants partners, principals a subcontractors. The successful Bidder shall pay all claims end losses in - IV - connection therewith, and shall investigate and defend all claims, suits or actions of any kind or none in the name of the County, where applicable, including appellate proceedings, and shall pay all toss, judgments. and attorney's fees which may be incurred thereon. The successful Bidder expressly understands and agrees that any insurance prtectioo required by this Agreement or otherwise provided by the successful Bidder shall in no way limit the responsibility to indemnify, keep and save hamlesa and defend the County or its officers, employees, agents and instrumentalities as herein provided 110. COLLUSION Where two (2) or more related parties, u defined herein, each submit a Aid for env contract, .each Aida dull he nrmrmed to he collusive. The foregoing presumption may be rebutted by the presentation of evidence as to the extent of ownership, control and management of such related parties in preparation and submittal of such Bids Related parties shall mean Bidder or the principals thereof which have a direct or indirect ownership interest m another Bidder for the. same contract et in which a parent company or the principals thereof of one (1) Bidder have a direct or indirect ownership interest in another Bidder for the same contract Furthermore, any prier understanding, agreement, or commotion between two or more corporations, firms, or persons submitting a bid for the same materials, supplies, services, or equipment shall also be presumed to be collusive Bids found to be collusive shall be rejected. Bidders who have been found to have engaged in collusion may be considered non -responsible, and may be suspended or debarred, and any contract resulting from collusive Bidding may be terminated for default. 1-21. MODIFICATION OF CONTRACT The contract may be modified by mutual consent, in writing through the issuance of a modification to the contract, purchase order, change ads or award shed, as appropriate. 1.22. TERMINATION FOR CONVENIENCE The County, at its sole discretion, reserves the right to terminate this contract without cause upon thirty (30)• days written notice. Upon receipt of such notice, the successful Bidder shall not incur any additional costs under this. contract The County shall be liable only for reasonable costs incurred by the successful Bidder prior to notice of termination. The County shall be the sole judge of "reasonable costs." 1.23. TERMINATION FOR DEFAULT The County reserves the right to terminate this contract, in part or in whole, or place the vendor on probation in the event the successful Bidder fails to perform in accordance with the terms and oonditiaa aped herein. The Canty further reserves the right to suspend or debar the successful Bidder in accordance with the appropriate -County ordinances, resolutions and/or administrative orders. The vendor will be notified by letter of the County's intent to terminate. In the event of termination for default, the County. may procure the required goods and/or services from any source and use any method deemed in its best interest. All re -procurement cost shall be bane by the successful Bidder. 1.24. FRAUD AND MISREPRESENTATION Pursuant to Section 2.8.1.4 of the Miami -Dade County Code, any individual, corporation or other entity that attemnpo to meet its contractual obligations with the Canty through fraud, misrepresentation or material misstatement, may be debarred for up to five (5) years. The County as a further sanction may terminate or cancel any other contras with such individual, corporation or entity. Such individual or entity shall be responsible for all direct or indirect costs associated with termination or cancellation, including attorney's fees. 115. ACCESS TO RECORDS The County reserves the right to require the Contractor to submit to an audit by Audit and Management Services or otber auditor of the County's choosing at the Contractor's expense. The Connector shah provide access to all of is records, which relate directly or indirectly to this Agreement al its place of business during regular business hours Revised 06/07/05 MIAMI-DADE COUNTY BID NO.:6524-4/1P 'TR SECTION 1 GENERAL TERMS AND CONDITIONS The Contractor shall retain all reoords pertaining to this Agreement and upon request make them available to the County for throe years following expratioo of the Agreement. The Contractor agrees to provide such assistance as may be necessary to facilitate thc review or audit by the County to ensure compliance with applicable accounting and financial standards. 1.26' OFFICE OF THE INSPECTOR GENERAL Miami -Dade County has established the Office of the !bisector General, which is authorized and empowered to review past, present, and proposed County and Public Health Trust programs, contracts, transactions, accounts, records and.. programs. The Inspector General (IG) hes thc power to subpoena witnesses, admmnirsta oaths, require Inc production of records and monitor existing projects and programs. The Inspector General may, ors a random basis, perform audits on all County contracts. The coo of random audits shall be incorporated into the oodract price of all contacts and shall be one quarter (1/4) of one (I) percent of the contract price, except as otherwise provided in Section 2- 1076(cX8) of the County Code. 1.27 PRE -AWARD INSPECTION The County may conduct a pre -award inspection of the bidder's site or hold a pre -award qualification hearing to determine if the biddy is capable of performing the requirements of this bid solicitation. 1.28 PROPRIETARY/CONFIDENTIAL INFORMATION Bidden are hereby notified that all information submitted as part o1, or in support of bid submittals will be available for public inspection after opening of bids in oompliance with Chapter 119 of the Florida Statutes; popularly know as the "Public Record Law." The bidder shall not submit any information in response to this invitation. which the bidder considers to be a trade secret, proprietary or confidentiaL The submission of any information to the County in connection with this invitation shall be deemed conclusively to be a waiver of any trade secret or Aber protection, which would otherwise be available to the bidder. In the event that the bidder submits information to the County in violation of this restriction, either inadvertently or intentionally, and clearly identifies that information in the bid as protected or confidential, the County shall endeavor to redact and rerun that information to the bidder as quickly as possible, and if appropriate, evaluate the balance of the bid. The redaction or return of information ptrsuad to this clause may render a bid too -responsive. 1.29. HEALTH INSURANCE PORTABILITY AND ACCOUNTABILITY ACT (HIPAA) Any person or entity that performs or assists Miami -Dade County with a function or activity involving the use or disclosure of "individually identifiable health information (ICI) and/or Protected Health Information (PIED) shall comply with the Health Insurance Portability and Accountability Act (HIPAA) of 1996 and the Miami -Dade County Privacy Standards Administrative Order. HIPAA mandates for privacy, security and electrode transfer standards, that include but are not limited to: 1. Use of information only for performing services required by the contract or as required by law, 2. Use of appropriate safeguards to paved non -permitted disclosures; 3. Reporting to Miami -Dade County of any non -permitted use or disclosure; 4. Assurances that any agents and subcorinctors agree to the same restrictions and conditions that apply to the Bidder/Proposer and reasonable assurances that IIHI/PHI will be held confidential; 5. Making Protected Health Information (PHI) available to the customer, 6. Making PHI available to the customer for review and amendment; and incorporating any amendments requested by the customer, 7. Making PHI available to Miami -Dade Courtly for an accounting of disclosures; and 8. Making internal practices, book, and records related to PHI available to Miami -Dade County for compliance audits PHI shall maintain its protected scants regardless of the form and method of transmission (papa records, and/or electronic transfer of data). The Bidder/ Proposer must give its customers written notice of its privacy information practices including specifically, a description of the types of uses and disclosures that would be made with protected health information 1.3i C+snxf'IIit COlitr ITY TRANSIT SYSTEM SALES SURTAX When proceeds from the Charter Courtly Transit System Sales Surtax levied pwsuant to Section 29.121 of the Code of Miami -Dade County are used to pay for all or some part of the cost of this contract, no award of a Blanket Purchase Order (BPO) for Transit/Public Works as pert of a multi -department contract, nor an award of a contract solely for the use 'of Transit/Public Works shall be effective and thereby give rise to a contractual relationship with the County for Transit/Public Works purchases unless and until both the following have occurred; 1) the County Commission award, the contact, and such award becomes final (either by expiration of 10 days after such award without veto by the Mayor, or by Commission override of a veto); and, 2) either, ,i) the Citizens' Independent Transportation Trust (CITT) has approved inclusion of Transit/Public W aka in this contract, or, i) in response to the CfT'1's disapproval, the County Commisaioa reaffirms Transit/Public Work', inclusion in the 000tract by two-thirds (2/3) vote of the Commission's membership and such reaffirmation becomes final. 131 LOBBYIST CONTINGENCY FEES A) In accordance with Section 2-11.1(3) of the Code of Miami -Dade County ty after May, 16, 2003, oo person may, in whole or in part, pay, give or agree to pay or give a contingency fee to another person. No person may, in whole or in part, receive or agree to receive a contingency fee. • B) A contingency fee is a fee, bonus, commission or non -monetary benefit as compensation which is dependant on or in any way contingent upon the passage, defeat, cc modification of. 1) any ordinance, resolution, action or decision of the County Commission; 2) any action, decision or recommendation of the County Manager or any Cowry board or committer, or 3) any action, decision or recommendation of any County personnel during the time period of the entire decision - making process regarding such action, decision or recommendation which forseeably will be heard or reviewed by the County Commission a a County board or committee. 132 COMMISSION AUDITOR —ACCESS TORECORDS Pursuant to Ordinance No. 03-2, all vendors receiving an award of the contract resulting Irons this solicitation will grant access to the Commission Auditor to all financial and performance related records, property, and equipment purchased in whole or in part with government funds Revised 06/07/05 MIAMI-DADE COUNTY BID NO.:6524-4/10 -r '8 .iECTION 1 GENERAL TERMS AND CONDITIONS . VI - Revised 06/07/05 MIAMI-DADE COUNTY BID NO.: 6524-4/' 1TR SECTION 2 SPECIAL CONDITIONS 2.1 PURPOSE: TO ESTABLISH A CONTRACT FOR THE COUNTY: The purpose of this Invitation To Bid is to establish a contract for the purchase of Translating and Interpreting Services in conjunction with the County's needs on an as needed when needed basis. 2.2 SMALL BUSINESS CONTRACT MEASURES FOR SOLICITATIONS GREATER THAN $50,000 (Bid Preference) A Small Business Enterprise (SBE) bid preference applies to this solicitation. A 10% percent bid preference shall apply to contracts $1 million or less and 5% percent on contracts greater than $1 million. A SBE/Micro Business Enterprise must be certified by the Department of Business Development (DBD) for the type of goods and/or services the Enterprise provides in accordance with the applicable Commodity Code(s) for this solicitation. For certification information, contact the Department of Business Development at 305-375-3111 or access www.miamidade.gov/dbd. The SBE/Micro Business Enterprise must be certified by bid submission deadline, at contract award and for the duration of the contract to remain eligible for the preference. 2.3 INTENTIONALLY OMITTED 2.4 TERM OF CONTRACT: TWELVE (12) MONTHS This contract shall commence on the first calendar day of the month succeeding approval of the contract by the Board of County Commissioners, or designee, unless otherwise stipulated in the Notice of Award Letter which is distributed by the County's Department of Procurement Management, Purchasing Division; and contingent upon the completion and submittal of all required bid documents. The contract shall expire on the last day of the twelve month period. 2.5 OPTION TO RENEW FOR FOUR (4) ADDITIONAL YEAR(S) (With Price Adjustment: The initial contract prices resultant from this solicitation shall prevail for a one (1) year(s) period from the contract's initial effective date. Prior to, or upon completion, of that initial term, the County shall have the option to renew this contract for an additional four (4) year(s) period on a year -by -year basis. Prior to completion of each exercised contract term, the County may consider an adjustment to price based on changes in the following pricing index: Consumer Price Index (CPI) for Other Goods & Services in the Miami/ Ft. Lauderdale Area. It is the vendor's responsibility to request any pricing adjustment under this provision. For any adjustment to commence on the first day of any exercised option period, the vendor's request for adjustment should be submitted 90 days prior to expiration of the 1 MIAMI-DADE COUNTY BID NO.: 6524-4/' 1TR SECTION 2 SPECIAL CONDITIONS then current contract term. The vendor adjustment request should not be in excess of the relevant pricing index change. If no adjustment request is received from the vendor, the County will assume that the vendor has agreed that the optional term may be exercised without pricing adjustment. Any adjustment request received after the commencement of a new option period may not be considered. The County reserves the right to reject any price adjustments submitted by the vendor and/or to not exercise any otherwise available option period based on such price adjustments. Continuation of the contract beyond the initial period, and any option subsequently exercised, is a County prerogative, and not a right of the vendor. This prerogative will be exercised only when such continuation is clearly in the best interest of the County. Should the vendor decline the County's right to exercise the option period, the County may consider the vendor in default which decision may effect that vendor's eligibility for future contracts. NOTE: IF MULTIPLE VENDORS ARE INVOLVED UNDER THE GIVEN CONTRACT, ANY OPTIONS TO RENEW WILL BE RESTRICTED TO THE SPECIFIC ITEMS OF WORK INITIALLY AWARDED TO ANY SPECIFIC VENDOR. 2.6 METHOD OF AWARD: To Two (2) Vendors By Group Award of this contract will be made to the two (2) lowest priced, responsive, responsible vendors on a group -by -group basis. To be considered for award by group, the vendor shall offer prices for all items within a given group. The County will then select the vendors for award for each group by totaling either the unit prices for all of the items within each group, or if so structured, by totaling the extended pricing for each item within each group. If a vendor fails to submit an offer for all items within the group, its offer for that specific group will be rejected. While the award will be made to multiple vendors by group to assure availability, the lowest priced vendor for each group will be given the first opportunity to perform under this contract. Failure to meet any of the requirements listed below may result in the vendor's proposal being declared non -responsive. A. Vendor Requirements 1. The successful bidder shall provide foreign language typesetting and printing services. 2. The successful bidder shall be responsible for all expenses, i.e. travel time, parking expenses. 2 MIAMI-DADE COUNTY BID NO.: 6524-4/" ')TR SECTION 2 SPECIAL CONDITIONS 3. Translators must be familiar with WordPerfect, Microsoft Word or other comparable software program and must be able to access e-mail to send or receive documents. NOTE: The translators to be utilized must be federally and/or State Department certified in the language to be translated. The successful bidder shall be required to submit evidence of certification for each translators providing services, along with proposal package. Requests may be made for the successful bidder(s) to provide translation of written documents with a 24-hour turnaround which is defined as Emergency Service. 2.7 PRICES SHALL BE FIXED AND FIRM FOR THE INITIALTERM OF CONTRACT: If the vendor is awarded a contract under this solicitation, the prices proposed by the vendor shall remain fixed and firm during the term of contract. 2.8 INTENTIONALLY OMITTED 2.9 INTENTIONALLY OMITTED 2.10 INTENTIONALLY OMITTED 2.11 INTENTIONALLY OMITTED 2.12 IN l ENTIONALLY OMITTED 2.13 INTENTIONALLY OMITTED 2.14 INTENTIONALLY OMITTED 2.15 METHOD OF PAYMENT: PERIODIC PAYMENTS FOR SERVICE RENDERED The County shall provide periodic payments for services rendered by the vendor. In order for the County to provide payment, the vendor shall submit a fully documented invoice that provides the basic information set forth below. The invoice shall be submitted to the County department within thirty (30) calendar days after the service has been rendered. It shall be understood that such invoices shall not be submitted for payment until such time as the service has been completed and a County representative has reviewed and approved the service. A11 invoices shall contain the following basic information: I. Vendor Information: 3 MIAMI-DADE COUNTY BID NO.: 6524-4/ ")TR SECTION 2 SPECIAI, CONDITIONS • The name of the business organization as specified on the contract between Miami -Dade County and vendor • Date of invoice • Invoice number • Vendor's Federal Identification Number on file with Miami -Dade County II. County Information: • Miami -Dade County Release Purchase Order or Small Purchase Order Number III. Pricing Information: • Unit price of the goods, services or property provided • Extended total price of the goods, services or property • Applicable discounts IV. Goods or Services Provided per Contract: • • Description Quantity V. Delivery Information: • Delivery terms set forth within the Miami -Dade County Release Purchase Order • Location and date of delivery of goods, services or property VI. Failure to Comply: Failure to submit invoices in the prescribed manner will delay payment. 2.16 INTENTIONALLY OMITTED 2.17 INTENTIONALLY OMITTED 2.18 INTENTIONALLY OMITTED 2.19 INTENTIONALLY OMITTED 2.20 CONTACT PERSONS: For any additional information regarding the terms and conditions of this solicitation and resultant contract, Contact: Martha Perez at (305) 375-3248; email- mdperez@miamidade.gov. 4 MIAMI-DADE COUNTY BID NO.: 6524-4/' OTR .iECTION 2 SPECIAL CONDITIONS 2.21 COUNTY USER ACCESS PROGRAM (UAP) User Access Fee Pursuant to Miami -Dade County Budget Ordinance No. 03-192, this contract is subject to a user access fee under the County User Access Program (UAP) in the amount of two percent (2%). All sales resulting from this contract, or any contract resulting from this solicitation and the utilization of the County contract price and the terms and conditions identified herein, are subject to the two percent (2%) UAP. This fee applies to all contract usage whether by County Departments or by any other governmental, quasi - governmental or not -for -profit entity. The vendor providing goods or services under this contract shall invoice the contract price and shall accept as payment thereof the contract price less the 2% UAP as full and complete payment for the goods and/or services specified on the invoice. The County shall retain the 2% UAP for use by the County to help defray the cost of the procurement program. Vendor participation in this invoice reduction portion of the UAP is mandatory. Joint Purchase Only those entities that have been approved by the County for participation in the County's Joint Purchase and Entity Revenue Sharing Agreement are eligible to utilize or receive Miami -Dade County contract pricing and terms and conditions. The County will provide to approved entities a UAP Participant Validation Number. The vendor must obtain the participation number from the entity prior to filling any order placed pursuant to this section. Vendor participation in this joint purchase portion of the UAP, however, is voluntary. The vendor shall notify the ordering entity, in writing, within 3 work days of receipt of an order, of a decision to decline the order. For all ordering entities located outside the geographical boundaries of Miami -Dade County, the successful vendor shall be entitled to ship goods on an "FOB Destination, Prepaid and Charged Back" basis. This allowance shall only be made when expressly authorized by a representative of the ordering entity prior to shipping the goods. Miami -Dade County shall have no liability to the vendor for the cost of any purchase made by an ordering entity under the UAP and shall not be deemed to be a party thereto. All orders shall be placed directly by the ordering entity with the vendor and shall be paid by the ordering entity less the 2% UAP. Vendor Compliance If a vendor fails to comply with this section, that vendor may be considered in default by Miami -Dade County in accordance with Section 1, Paragraph 1.23 of this contract solicitation and the resulting contract. 5 MIAiMI-DADE COUNTY BID NO.: 6524-4/1 " ThTR ,ECTION 2 SPECIAL CONDITIONS 2.22 AVAILABILITY OF CONTRACT TO OTHER COUNTY DEPARTMENTS Although this Solicitation is specific to a County Department, it is hereby agreed and understood that any County depaitinent or agency may avail itself of this contract and purchase any and all items specified herein from the successful bidder(s) at the contract price(s) established herein. Under these circumstances, a separate purchase order shall be issued by the County, which identifies the requirements of the additional County department(s) or agency (ies). 2.23 DEFICIENCIES IN WORK TO BE CORRECTED BY THE VENDOR The vendor shall promptly correct all apparent and latent deficiencies and/or defects in work, and/or any work that fails to conform to the contract documents regardless of project completion status. All corrections shall be made within five (5) calendar days after such rejected defects, deficiencies, and/or non -conformances are verbally reported to the vendor by the County's project administrator, who may confirm all such verbal reports in writing. The vendor shall bear all costs of correcting such rejected work. If the vendor fails to correct the work within the period specified, the County may, at its discretion, notify the vendor, in writing, that the vendor is subject to contractual default provisions if the corrections are not completed to the satisfaction of the County within five (5) calendar days of receipt of the notice. If the vendor fails to correct the work within the period specified in the notice, the County shall place the vendor in default, obtain the services of another vendor to correct the deficiencies, and charge the incumbent vendor for these costs; either through a deduction from the final payment owed to the vendor or through invoicing. If the vendor fails to honor this invoice or credit memo, the County may terminate the contract for default. 2.24 HOURLY RATE The hourly rate quoted shall be deemed to provide full compensation to the vendor for labor, equipment use, travel time, and any other element of cost or price. This rate is assumed to be at straight -time for all labor, except as otherwise noted. The vendor shall comply with minimum wage standards, and/or any other wage standards specifically set forth in this solicitation and resultant contract, and any other applicable laws of the State of Florida. If overtime is allowable under this contract, it will be covered under a separate item in the special clauses. 2.25 LABOR AND MATERIAL CHARGES -T Deleted: 9 19 The vendor shall provide the County with labor and materials in strict accordance with all solicitation requirements on an as needed, when needed basis. Accordingly, the vendor shall indicate the cost of this labor and materials on the submittal form included within this solicitation. If non-compliance in either regard is evident either from the offer itself or from subsequent evaluation proceedings, the offer shall be considered non -responsive and ineligible for award. 6 MIAMI-DADE COUNTY BID NO.: 6524-4/1 " "1TR JECTION 2 ,SPECIAT, CONDITIONS 2.26 NOTIFICATION PRIOR TO COMMENCEMENT OF WORK SHALL BE TWO (2) DAYS: The County will give a minimum lead time of two (2) calendar days to the vendor prior to the desired starting date for any specific assignment; provided however, that such notification shall be superseded by any emergency work that may be required in accordance with provisions included elsewhere in this solicitation and resultant contract. When possible, longer lead times will be given. 2.27 PRIMARY VENDOR DESIGNATION: While the method of award identified in Section 2.6 of the solicitation prescribes the method for determining the lowest responsive, responsible vendor, the County reserves the right to award this contract to the designated lowest vendor as the primary vendor and to award this contract to the designated second lowest vendor as the secondary vendor. If the County exercises this right, the primary vendor shall be given the first opportunity to perform the service or deliver the goods identified in this contract. If the primary vendor declines this opportunity, the County shall seek the identified goods or services from the secondary vendor. It should be noted that price adjustments, if allowed under the terms and conditions of this bid, may affect the order of designation. 2.28 PURCHASE OF OTHER SERVICES/ ITEMS NOT LISTED WITHIN THIS SOLICITATION BASED ON PRICE QUOTES: While the County has listed all major items within this solicitation which are utilized by County departments in conjunction with their operations, there may be similar items that must be purchased by the County during the term of this contract. Under these circumstances, a County representative will contact the primary vendor to obtain a price quote for the similar items. If there are multiple vendors on the contract, the County representative may also obtain price quotes from these vendors. The County reserves the right to award these similar items to the primary contract vendor, another contract vendor based on the lowest price quoted, or to acquire the items through a separate solicitation. 2.29 WORK ACCEPTANCE This project will be inspected by an authorized representative of the County. This inspection shall be performed to determine acceptance of work and appropriate invoicing. 7 MIAMI-DADE COUNTY BID NO.: 6524-4/l VTR SECTION 3 TECHNICAL SPECIFICATIONS 3.1 SCOPE: Successful bidder(s) to provide translation and interpreting services. All services are a per job basis, however the successful bidder will provide pricing for the following languages per word: A. ROMANCE LANGUAGES French (all dialects), Spanish (all dialects), Italian, Romanian and Portuguese. B. OTHER EUROPEAN German, Greek, Dutch, Yugoslavian, Russian, Polish, Czech, Flemish, Swedish, Norwegian, Bulgarian, Danish and Finnish. C. ORIENTAL AND ARABIC Japanese, Chinese (all dialects), Korean, Hindi, Malay, Burmese, Filipino, Thai, Persian, Turkish, Hebrew and Swahili. NOTE: Each translation should be accompanied by a notarized certificate from the Federal or State Department certified translator attesting to its accuracy and his or her certification to render the translation. 3.2 LOCATION: All translations of test to be held at the following location: National Assessment Institute 5619 South University Drive Davie, Florida 33320 3.3 SPANISH TRANSLATIONS: Spanish translations will have to adhere to the tenets of the "Real Academia de la Lengua Espanola" (Royal Academy of the Spanish Language); other languages will adhere to the tenets of comparable institutions, i.e. French language to the "L'Academie Francaise", etc. 8 Submit Bid To: CLERK OF THE BOARD Stephen P. Clark Center 111 NW 1" Street 17th Floor, Suite 202 Miami, Florida 33128-1983 MIAMI•10 COUNTY OPENING: 2:00 P.M. WEDNESDAY October 12, 2005 BID NO.: 6524-4/10-OTR INVITATION TO BID SECTION 4 BID SUBMITTAL FORM PLEASE QUOTE PRICES F.O.B. DESTINATION, LESS TAXES, DELIVERED IN MIAMI-DADE COUNTY, FLORIDA NOTE: Miami -Dade County is exempt from all taxes (Federal, State, Local). Bid price should be less all taxes. Tax Exemption Certificate furnished upon request. Issued by: DPM Date Issued: 8/4/05 This Bid Submittal Consists of M.P. Bids & Contracts Division Pages 9 Through 12 Sealed bids subject to the Terms and Conditions of this Invitation to Bid and the accompanying Bid Submittal. Such other contract provisions, specifications, drawings or other data as are attached or incorporated by reference in the Bid Submittal, will be received at the office of DPM, Bids and Contracts Division, Vendor Assistance section at the address shown above until the above stated time and date, and at that time, publicly opened for furnishing the supplies or services described in the accompanying Bid Submittal Requirement. TRANSLATING AND INTERPRETING SERVICES FOR A PERIOD OF TWO (2) YEARS WITH COUNTY OPTION TO RENEW FOR THREE (3) ADDITIONAL ONE (1) YEAR PERIODS. A Bid Deposit in the amount of N/A of the total amount of the bid shall accompany all bids A Performance Bond in the amount of N/A of the total amount of the bid will be required upon execution of the contract by the successful bidder and Miami -Dade County DO NOT WRITE IN THIS SPACE ACCEPTED HIGHER THAN LOW NON -RESPONSIVE UNRESPONSIBLE DATE B.C.C. NO BID ITEM NOS. ACCEPTED COMMODITY CODE: 961-75 Martha Perez •"*•"•"" FIRM NAME: RETURN THREE COPIES OF BID SUBMITTAL PAGES ONLY FAILURE TO COMPLETE THE CERTIFICATION REGARDING LOCAL PREFERENCE ON PAGE 12 OF SECTION 4, BID SUBMITTAL FORM SHALL RENDER THE VENDOR INELIGIBLE FOR LOCAL PREFERENCE FAILURE TO SIGN PAGE 12 OF SECTION 4, BID SUBMITTAL FORM, WILL RENDER YOUR BID NON -RESPONSIVE 9 Formatted: Normal, Centered MIAMI-DADE COUNTY BID NO.:6524-4/1e TR FIRM NAME: BID PROPOSAL FOR: TRANSLATING AND INTERPRETING SERVICES Item Description Unit Price Group A- Interpreting Services 1. Romance Languages _ / Per Hour 2. Other European $ / Per Hour 3. Oriental and Arabic $ / Per Hour TOTAL GROUP A (ITEMS 1 THRU 3) $ /PER HOUR Group B-Translating Written Documents: 1. Romance Languages $ / Per Word 2. Other European $ / Per Word 3. Oriental and Arabic $ / Per Word TOTAL GROUP B (ITEMS 1 THRU 3) $ /Per Word OPTION: Emergency Services as per Section 2, Paragraph 2.6 $ /Per Word REQUIRED SUBMITTAL: 1) Bidder must submit evidence of certification for each translator providing services, along with proposal package. 10 Formatted: Normal, Centered MIAMI-DADE COUNTY BID NO.:6524-4/1' TR SECTION 4 BID SUBMITTAL FOR: TRANSLATING AND INTERPRETING SERVICES ACKNOWLEDGEMENT OF ADDENDA INSTRUCTIONS: COMPLETE PART I OR PART II, WHICHEVER APPLIES PART I: LIST BELOW ARE THE DATES OF ISSUE FOR EACH ADDENDUM RECEIVED IN CONNECTION WITH THIS BID Addendum #1, Dated Addendum #2, Dated Addendum #3, Dated Addendum #4, Dated Addendum #5, Dated Addendum #6, Dated Addendum #7, Dated Addendum #8, Dated PART II: ❑ NO ADDENDUM WAS RECEIVED IN CONNECTION WITH THIS BID FIRM NAME: AUTHORIZED SIGNATURE: DATE: TITLE OF OFFICER: 11 MIAMI-DADE COUNTY BID NO.:6524-4/' OTR MIAMIDADE COUNTY BID SUBMITTAL FORM .Bid Title: TRANSLATING AND INTERPRETING SERVICES By signing this Bid Submittal Form the Bidder certifies that it satisfies all legal requirements (as an entity) to do business with the County, including all Conflict of Interest and Code of Ethics provisions in Section 2.11 of the Miami -Dade County Code. Any County employee or member of his or her immediate family seeking to contract with the County shall seek a conflict of interest opinion from the Miami -Dade County Ethics Commission prior to submittal of a Bid response or application of any type to contract with the County by the employee or his or her immediate family and file a copy of that request for opinion and any opinion or waiver from the Board of County Commissioners with the Clerk of the Board. The affected employee shall file with the Clerk of the Board a statement in a form satisfactory to the Clerk disclosing the employee's interest or the interest of his or her immediate family in the proposed contract and the nature of the intended contract at the same time as or before submitting a Bid, response, or application of any type to contract with the County. Also a copy of the request for a conflict of interest opinion from the Ethics Commission and any corresponding opinion, or any waiver issued by the Board of County Commissioners, must be submitted with the response to the solicitation. In accordance with Sec. 2-1 I.1(s) of the County Code as amended, prior to conducting any lobbying regarding this solicitation the Bidder must file the appropriate form with the Clerk of the Board stating that a particular lobbyist is authorized to repress;:. the Bidder. Failure to file the appropriate form in relation to each solicitation may be considered as evidence that the Bidder is not a responsible contractor. The Bidder confirms that this Bid is made without prior understanding, agreement, or connection with any corporation, firm, or person submitting a Bid for the same goods and/or services and in all respects is without collusion, and that the Bidder will accept any resultant award. Further, the undersigned acknowledges that award of a contract is contingent upon vendor registration. Failure to register as a vendor within the specified time may result in your firm not being considered for award. Pursuant to Section 2-8.6, any individual, corporation, partnership, joint venture or other legal entity having an officer, director, or executive who has been convicted of a felony during the past ten (10) years shall disclose this information prior to entering into a contract with or receiving funding from the County. o Place a check mark here to affirm compliance with this disclosure requirement. COUNTY USER ACCESS PROGRAM (UAP): Joint purchase and entity revenue sharing program For the County's information, the bidder is requested to indicate, at 'A' and 'B' below, its general interest in participating in the Joint Purchase Program of the County User Access Program (UAP) described in Section 2.21 of this contract solicitation, if that section is present in this solicitation document. Vendor participation in the Joint Purchase portion of the UAP is voluntary, and the bidder's expression of general interest at 'A' and 'B' below is for the County's information only and shall not be binding on the bidder. A. If awarded this County contract, would you be interest in participating in the Joint Purchase portion of the UAP with respect to other governmental, quasi -governmental or not -for -profit entities located within the geographical boundaries of Miami -Dade County? Yes No and B. If awarded this County contract, would you be interested in participating in the Joint Purchase portion of the UAP with respect to other governmental, quasi -governmental or not -for -profit entities located outside the geographical boundaries of Miami -Dade County? Yes No LOCAL. PREFERENCE CERTIFICATION: The responding vendor hereby attests, by checking one of the following blocks, that it is 0, or is not ❑, a local business. For the purpose of this certification, a "local business" is a business located within the limits of Miami -Dade County (or Broward County in accordance with the Interlocal Agreement between the two counties) that conforms with the provisions of Section 1.10 of the General Terms and Conditions of this solicitation and contributes to the economic development of the community in a verifiable and measurable way. This may include, but not be limited to, the retention and expansion of employment opportunities and the support and increase to the County's tax base. Failure to complete this certification at this time (by checking the appropriate box above) shall render the vendor ineligible for Local Preference. Firm Name: Street Address: Mailing Address (if different): Telephone No. Email Address: Fax No. FEN No. / - / / / / / / Prompt Payment Terms: % days net days * "By signing this document the bidder agrees to all Terms (Please see paragraph 1.2 H of General Terms and Conditions) and Conditions of this Solicitation and the resulting Contract" Signature: (Signature of authorized agent) Print Name: Title: Failure to sign this page shall render your Bid non -responsive. 12