REQUEST FOR QUALIFICATIONS (RFQ) Spanish Interpretation & Translation Services

Similar documents
Memorandum. Request for Proposals (RFP): Integrated Ticketing Feasibility Study

REQUEST FOR PROPOSAL Interregional Transportation Demand Management Action Plan

REQUEST FOR QUALIFICATIONS. For ON-CALL DESIGN ENGINEERING SUPPORT SERVICES. For DESIGN ENGINEERING DIVISION STOCKTON, CALIFORNIA MAY 21, 2018

DISADVANTAGED BUSINESS ENTERPRISE RACE-NEUTRAL IMPLEMENTATION AGREEMENT FOR HUMBOLDT COUNTY

Request for Qualifications: Continuing Services For Central Florida Regional Planning Council

CALIFORNIA DEPARTMENT OF TRANSPORTATION DISADVANTAGED BUSINESS ENTERPRISE IMPLEMENTATION AGREEMENT

REQUEST FOR QUALFICATIONS. ALLEGHENY COUNTY AIRPORT AUTHORITY OUTDOOR MEDIA/ADVERTISING SALES PROGRAM December 7, 2018

REQUEST FOR PROPOSALS For On-Call Construction Inspection Services CITY OF SAN MATEO, CALIFORNIA

Request for Qualifications

PHASE 1 STAFF FACILITIES LOCKER ROOM

Request for Proposals For Media and Public Relations Services for HAMPTON REDEVELOPMENT AND HOUSING AUTHORITY HRHA/HR

MASS TRANSPORTATION AUTHORITY FLINT, MI DISADVANTAGE BUSINESS ENTERPRISE PROGRAM (DBE) GOAL SETTING FOR FY

DISADVANTAGED BUSINESS ENTERPRISE (DBE) PROGRAM FOR

REQUEST FOR PROPOSAL Compensation Consulting

CALIFORNIA DEPARTMENT OF TRANSPORTATION DISADVANTAGED BUSINESS ENTERPRISE IMPLEMENTATION AGREEMENT FOR LOCAL AGENCIES

REQUEST FOR QUALIFICATIONS: ACCOUNTING &/OR AUDIT SERVICES

REQUEST FOR QUALIFICATIONS AND LETTER OF INTEREST REGARDING DEVELOPMENT OF TRANSPORTATION PLANNING REPORT (TPR) FOR FUTURE DESIGN OF BUCKNER LANE

SOUTH JERSEY TRANSPORTATION PLANNING ORGANIZATION NOTICE OF REQUEST FOR PROPOSALS FOR FY 2011 AIR QUALITY ASSISTANCE 12/17/10

Request for Qualifications

Request for Proposal. Brand Ambassador Media Consultant. Notice: 11/12/2018. Due 11/27/2018 by 2:00pm

Cheyenne Wyoming RFP-17229

CITY OF MOBILE REQUEST FOR QUALIFICATIONS LANDSCAPE ARCHITECTURAL SERVICES THREE MILE CREEK GREENWAY TRAIL: PHASE I (TRICENTENNIAL PARK)

PROCUREMENT POLICY SAN MATEO COUNTY TRANSIT DISTRICT

Request for Proposals. For. Colstrip Economic Diversification Strategy Implementation Coordinator

CITY OF PORT ORCHARD DEPARTMENT OF PUBLIC WORKS REQUEST FOR QUALIFICATION (RFQ)

ARCHITECT OF RECORD & DSA CLOSEOUT CERTIFICATION SERVICES RFQ# 029

REQUEST FOR QUALIFICATIONS (RFQ) FOR 2015 PROFESSIONAL SERVICES ON-CALL LIST

REQUEST FOR PROPOSAL: 8/25/2012 NUMBER OF COPIES TO SUBMIT: TWO (2) Page 1

REQUEST FOR PROPOSAL

PORT OF SOUTH WHIDBEY PUBLIC WORKS INVITATIONS TO SUBMIT STATEMENT OF QUALIFICATIONS ON-CALL ENGINEERING SERVICES

WILLIAMS COUNTY HIGHWAY COMPLEX REQUEST FOR QUALIFICATIONS CONSTRUCTION MANAGER AT-RISK. January 2nd, PO Box E.

REQUEST FOR PROPOSAL

Request for Proposal

Request for Proposal # Executive Recruitment Services

SERVICE AGREEMENT CONTRACT NO.

Request for Proposals

REQUEST FOR PROPOSALS PROVIDE INVESTMENT ADVISOR SERVICES

REQUEST FOR PROPOSALS (RFP) FULL COST ALLOCATION STUDY AND USER FEE STUDY. City of Foster City, California. Financial Services Department

Disadvantaged Business Enterprise in Federal-Aid Construction for Non-Traditional Contracts

COWLEY COUNTY, KANSAS REQUEST FOR PROPOSAL. SALARY STUDY SUBMITTAL DEADLINE June 1, 2012 RFP NUMBER

Tax Credit Assistance Program (TCAP)

January 18, Request for Proposals. for

SAN JOAQUIN COUNTY GENERAL PLAN Volume I: Countywide General Plan

WEST VALLEY SANITATION DISTRICT

CITY OF PORT ORCHARD DEPARTMENT OF PUBLIC WORKS REQUEST FOR QUALIFICATION (RFQ) Pavement Repair Projects Ad Ready Design (PS&E) August 2018

Excellent project-management and relationship-development skills. Ability to work cooperatively with organizational and community stakeholders.

SOUTH GRANVILLE WATER AND SEWER AUTHORITY, NORTH CAROLINA

Request for Proposal # Grinding and Processing Services for Yard/Pallet Waste

ST. LOUIS COUNTY REQUEST FOR PROPOSAL FINANCIAL ADVISORY SERVICES

Advertising Services Agreement

Kings County Association of Governments

PLACER COUNTY TRANSPORTATION PLANNING AGENCY ATTORNEY SERVICES

Title VI/Nondiscrimination Technical Assistance Guide for Subrecipients

Hobart & William Smith Colleges 300 Pulteney St. Geneva, NY Request for Bids (RFB)

Request for Proposals. For. Consultation/Facilitation Services for Developing Deer Management Plan. Due Date: Monday, September 22, 2014, 2:00 PM

ADDENDUM No. 1. ITB No LED Video Wall. Due: May 25, 2017 at 10:00 A.M. (Local Time)

REQUEST FOR QUALIFICATIONS (RFQ) FOR TRANSPORTATION PLANNING CONSULTING SERVICES

DANTE HALL SERVICE AGREEMENT CONTRACT NO.

Request for Qualifications for General Contractors. 8th & Cooper Multi-use Project

Proposal Response Date: March 18, 2019, at 1:00p.m.

LEGAL ADVERTISEMENT CITY OF WINTER GARDEN REQUEST FOR QUALIFICATIONS (RFQ) RFQ #EN DESIGN CRITERIA PROFESSIONAL SERVICES

CITY OF KIRKLAND REQUEST FOR PROPOSALS BUSINESS RETENTION CONSULTANT JOB # CM

SAN JOAQUIN COUNCIL OF GOVERNMENTS

COUNTY OF WISE, VIRGINIA REQUEST FOR QUALIFICATIONS FOR PROFESSIONAL CONSULTING SERVICES BROWNFIELDS GRANT. Date of Issue: September 25, 2017

CITY OF ESCONDIDO REQUEST FOR PROPOSALS FOR PROFESSIONAL AUDITING SERVICES FOR FISCAL YEARS THROUGH REQUEST FOR PROPOSAL #16-03

HILLSBOROUGH CITY SCHOOL DISTRICT REQUEST FOR STATEMENT OF QUALIFICATIONS AND REQUEST FOR PROPOSAL

PROFESSIONAL SERVICES CONTRACT FOR DATABASE DESIGN

REQUEST FOR PROPOSALS PROVIDE DIGITAL SIGNAGE SOLUTION

SUBPART A GENERAL REQUIREMENTS

REQUEST FOR QUALIFICATIONS. Environmental Consulting Services To Support Brownfields Revolving Loan Fund Program

REQUEST FOR PROPOSAL FOR AUDIT SERVICES City of Yreka, California Dated February 08, 2018

Request for Proposal

MCR Health Services Inc. Request for Qualifications For Construction Manager/General Contractor Services RFQ GC 2015

REQUEST FOR QUALIFICATIONS (RFQ) FOR PROFESSIONAL CONSULTING ENGINEERING SERVICES FOR LAND ACQUISITION CONSULTANT. March 24 th, 2019 RFQ

City of Federal Way REQUEST FOR PROPOSAL SACAJAWEA SEWER LIFT STATION OVERHAUL

LONE TREE SCHOOL BELL SYSTEM

California Code of Regulations Add Article 9. Plan-Based Enrollers ( 6700 et seq.) Title 1. Investment Chapter 12. California Health Benefit Exchange

RFP NAME: AUDITING SERVICES

Please return by July 9, 10:00 AM Central Time to:

Quick Call for Proposals. State of Minnesota. Minnesota Department of Transportation. Quick Call for Proposals ( Quick Call )

Issued: October 3, 2016 Proposals Due: November 28, 2016

REQUEST FOR QUALIFICATIONS STATEMENTS

REQUEST FOR PROPOSALS Comprehensive User Fee Study and Full Cost Allocation Plan

CAPITOL REGION PURCHASING COUNCIL REQUEST FOR PROPOSAL (RFP) FOR E-PROCUREMENT SYSTEM. Issue Date: January 14, 2019

Request for Qualifications No Professional Property Appraisal Services

CONSTRUCTION MANAGEMENT SERVICES FOR A NEW STUDENT SUCCESS CENTER GREAT BAY COMMUNITY COLLEGE PORTSMOUTH, NH. Project GBC14-03CM MARCH 4, 2014

REQUEST FOR QUALIFICATIONS Contra Costa County Schools Insurance Group Executive Director

NORWALK-LA MIRADA UNIFIED SCHOOL DISTRICT

Request for Proposal Financial Advisory Services 2013 RFP NO.: 7211

FORT WAYNE ALLEN COUNTY AIRPORT AUTHORITY REQUEST FOR PROPOSALS Air Service Development Consultant

Request for Proposal ACTUARIAL CONSULTING SERVICES

Title VI/ Nondiscrimination TECHNICAL ASSISTANCE GUIDE FOR SUBRECIPIENTS

Request for Proposals

Regional School District No. 8 REQUEST FOR PROPOSALS FOR AUDITING SERVICES LEGAL NOTICE. REQUEST FOR PROPOSALS - Regional School District No.

REQUEST FOR QUALIFICATIONS

ISSUE DATE: November 8, 2018 DUE DATE: November 28, 2018, 1:00 PM

UCR Campus Planning. Capital Asset Strategies REQUEST FOR QUALIFICATIONS ON-CALL NON-PROJECT SPECIFIC ENVIRONMENTAL CONSULTING SERVICES APRIL 2018

Request for Proposal # Postage Meter Lease & Maintenance Service

Notice of Request for Proposals

Request for Proposals for Waste Reduction Business Assistance Services

Transcription:

REQUEST FOR QUALIFICATIONS (RFQ) Spanish Interpretation & Translation Services Date Issued: January 12, 2017 Response Due Date: January 30, 2017 by 4:00 p.m. Contact: Send Statements of Qualifications to: Rebecca Calija, CC Spanish RFQ Manager of Administrative Services San Joaquin Council of Governments 555 E. Weber Avenue Stockton, CA 95202 Questions: Questions may be directed to Christine Corrales at 209-235-0128 or by email at corrales@sjcog.org. The RFQ is available online at www.sjcog.org/rfp.

I. PROJECT OVERVIEW San Joaquin County is a diverse region in which over 40% of residents speak a language other than English at home. The 2016 update to the San Joaquin Council of Governments (SJCOG) Limited English Proficiency (LEP) Plan found that 26% of those residents speak Spanish, making up the most significant population of LEP individuals in the region. In order to ensure meaningful access to services provided by SJCOG, the agency determined that vital documents and information about services must be provided in Spanish. SJCOG is soliciting Statements of Qualification from experienced interpreters and translators to provide professional services for public engagement, community outreach, education, marketing, and advertising initiatives. SJCOG seeks contractors to provide an array of as-needed, culturally and linguistically competent language services. This may include in-person consecutive and simultaneous interpretation at public meetings and workshops, interpretation of oral communication to and from English and Spanish, and translation of written, electronic and multi-media material to assist SJCOG in meeting the language access needs of residents and visitors. The purpose of this RFQ is to invite interested organizations and individuals to demonstrate their background, qualifications, competence, and capabilities, which will be used to establish a shortlist of up to five Spanish interpreters/translators that can be utilized at any time through June 30, 2020. In order to be considered, responses must demonstrate experience in related areas described above and project experience shall be provided to reflect the record of performance and operation in this field for a three (3) year period of time immediately preceding this RFQ. Short list selection does not guarantee work. SJCOG is a joint-powers authority comprised of the County of San Joaquin and the cities of Stockton, Lodi, Manteca, Tracy, Ripon, Escalon, and Lathrop. SJCOG serves as the regional transportation planning agency, which provides a forum for regional decision-making on issues such as growth, transportation, environmental management,

housing, open space, air quality, fiscal management, and economic development. SJCOG also takes a look at population statistics, airport land use, habitat and open space planning, and other regional issues. SJCOG is overseen by a Board of Directors which makes allocations of funding to build transportation improvements. The Board also establishes regional transportation policies and programs. More information can be found at www.sjcog.org. II. ELIGIBILITY SJCOG seeks to identify qualified Spanish interpreters and translators in San Joaquin County who meet the following requirements, in general: Possess technical expertise, knowledge and/or vocabulary in English and Spanish on the general subject areas of public law, government affairs and administration, urban planning, transportation planning, sustainable communities, and public decision-making processes Intimately familiar with the cultures of both the original language and the target language Ability to express thoughts clearly and accurately in Spanish Excellent note-taking skills (when consecutive interpreting) Have access to the necessary equipment and capacity to perform assignments Can provide the required deliverables in desired format, depending on assignment (e.g. Microsoft Word or PowerPoint; Adobe InDesign, Illustrator, Photoshop; video or voice recordings; etc.) Will assign rights to SJCOG to use translated or interpreted media for an unlimited time Certified by a nationally recognized language testing organization for language proficiency in both English and Spanish desirable, but not required. III. GENERAL SCOPE OF SERVICES The scope of services anticipated by this RFQ will be determined on a case-by-case basis, throughout the 3-year period, depending on the assignment. It may include some or all of the following Spanish interpretation and translation services: In-person consecutive or simultaneous interpretation at public meetings and workshops Interpretation of oral communication to and from English and Spanish Translation of written, electronic, website, and multi-media material Travel within San Joaquin County Provision of all equipment One or multiple - day assignments, depending on need

IV. SUBMISSION REQUIREMENTS In response to this RFQ, you must clearly and accurately demonstrate your specialized knowledge and experience required for consideration. Submit a statement of qualifications of along with work samples on CD or DVD that demonstrate your abilities as a Spanish interpreter and/or translator to the address shown as Contact on page 1 of this RFQ. The statement of qualifications should include the following items: 1. Cover letter Please indicate individual authorized to enter into a contract, summary of experience, statement of how you can fulfill the requirements of this RFQ, and three professional references with contact information. 2. Samples of work Samples of work or relevant projects, for example, high quality document translations from English to Spanish, video or voice recording of interpretation services provided, etc. Samples will not be returned. 3. Resume Your resume should include clients and should list three references with details about relevant projects or assignments you completed. 4. Pricing Please include rate schedule for interpretation and translation services. Include not just the hourly rate, but also details on price per word and price per page. If applicable, include costs of similar assignments. 5. DUNS # - The DUNS number identifies an agency as registered to do business with government agencies using federal funds. Please provide your agency DUNS number in your response (if applicable). There is no page limitation but applicants are encouraged to provide straightforward, concise information that satisfies the requirements specified. Emphasis should be on brevity, conformity to instructions, and clarity. V. SELECTION PROCESS/CONTRACT AWARD The interpreter/translator statement responses will be evaluated in the following manner: 1. Understanding of services needed by SJCOG; 2. Experience providing similar language services; 3. Quality of sample work; 4. Ability to provide the required scope of services; and 5. Positive references and background check

Those interpreters and translators who are selected will be placed on a list of approved service providers that SJCOG can select from. Placement on the list does not guarantee future work. When SJCOG has specific projects, the staff will provide a request for proposal to the approved interpreters/translators to bid upon, or SJCOG may choose to select one interpreter off the list to perform the work. The requests will be sent via email. The actual contract award, if any, will be made by SJCOG. The contract will not be in force until it is awarded and executed by the Board of Directors identified designees. Assignments, if any, will be set forth in a contract for specific services. VI. SUBMITTAL PROCEDURE Please submit three (3) hard copies of your Proposal to: Rebecca Calija, CC RFQ Spanish Manager of Administrative Services San Joaquin Council of Governments 555 E. Weber Avenue Stockton, CA 95202 Submittals must be received by 4:00 p.m. on January 30, 2017. Postmarks and e-mails are not accepted. VII. SOLICITATION DISCLAIMER This request is not a commitment or contract of any kind. SJCOG reserves the right to pursue any and/or all ideas generated by this request. Costs for developing the statements are entirely the responsibility of the applicants and shall not be reimbursed. SJCOG has the right to reject any or all of the Statement(s) of Qualification received as a result of this request. Solicitation of statements in no way obligates SJCOG to contract with any company or individual. VIII. DISADVANTAGED BUSINESS ENTERPRISE (DBE Policy) A recent court decision has spurred policy changes to the federally mandated DBE Program. As a recipient of federal funds, SJCOG participates in this program and will adhere to the recommended policy changes. On May 1, 2006, SJCOG implemented the DBE Race-Neutral Implementation Contract that establishes Annual Anticipated DBE Participation Levels (AADPL) for the Agency and DBE Availability Advisories for Individual Contracts. Although the amended policy no longer requires Contractors to follow Good Faith Efforts Guidelines, Consultants should note that SJCOG strongly encourages

participation in bidding by DBE firms whenever possible. More information on recent policy changes to the federal DBE Program is available on Caltrans website at http://www.dot.ca.gov/hq/bep/ IX. NONDISCRIMINATION SJCOG will never exclude any person from participation in, deny any person the benefit of, or otherwise discriminate against anyone in connection with the award and performance of any contract covered by 49 CFR, Part 26 on the basis of race, color, sex, or national origin. SJCOG will not, directly or through contractual or other arrangements, use criteria or methods of administration that have the effect of defeating or substantially impairing the accomplishment of the objectives of the Caltrans DBE Program Plan with respect to individuals of a particular race, color, sex, or national origin. XI. CONTRACT PROVISIONS Insurance Requirements: Without limiting SJCOG s right to obtain indemnification from the consultant or any third parties, the selected consultant, at its sole expense, shall maintain in full force and affect the following insurance policies throughout the term of the contract, if any will be awarded: A. Comprehensive general liability insurance with coverage of not less than $1,000,000 combined single limit per occurrence of bodily injury, personal injury, and property damage. Comprehensive general liability insurance policies shall name SJCOG, its officers, agents, and employees, individually and collectively, as additional insured, but only insofar as the operations under the terms of the contract are concerned. Such coverage for additional insured shall apply as primary insurance or self-insurance and any other insurance, maintained by SJCOG, its officers, agents, and employees, shall be given excess only and not contributing with insurance provided under the Contractor s policies herein. B. Comprehensive automobile liability insurance with limits for bodily injury of not less than $25,000 per person, $250,000 per accident and for property damages of not less than $50,000, or such coverage with a combined single limit of $250,000. Professional liability insurance of at least $1,000,000 is required. Workers compensation insurance is also required by law. This insurance shall not be canceled or changed without a minimum of thirty (30) days advance, written notice given to SJCOG. The selected consultant shall provide certification of said insurance to SJCOG within twenty-one (21) days of the date of the execution of the contract. Such certification shall show, to SJCOG s sole satisfaction, that such insurance coverage s have been obtained and are in full force; that SJCOG, its officers, agents, and employees individually and collectively as additional insured

(comprehensive and general liability only), but only insofar as the operations under the contract are concerned, that such coverage for additional insured shall apply as primary insurance and any other insurance, or self-insurance, maintained by SJCOG, its officer, agents, and employees, shall be excess only and not contributing with insurance provided under the consultant's policies herein; and that this insurance shall not be canceled or changed without a minimum of thirty (30) days advance, written notice given to SJCOG. In the event the selected consultant fails to keep in effect at all times insurance coverage as herein provided, SJCOG may, in addition to other remedies it may have, suspend or terminate the contract upon the occurrence of such event.