€¦  · web viewrlf shall fulfill all responsibilities associated with the case assignment and...

67
**IMPORTANT NOTICE** The format of this RFP has been simplified. Only the following pages require signatures: 1. Exhibit A – Bid Response Packet, Bidder Information and Acceptance page a. Must be signed by Bidder 2. Exhibit A – Bid Response Packet, SLEB Partnering Information Sheet a. Must be signed by Bidder b. Must be signed by SLEB Partner if subcontracting to a SLEB

Upload: others

Post on 08-Feb-2020

0 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: €¦  · Web viewRLF shall fulfill all responsibilities associated with the case assignment and must adhere to County’s policies, procedures and defense guidelines. RLF shall

**IMPORTANT NOTICE**

The format of this RFP has been simplified. Only the following pages require signatures:

1. Exhibit A – Bid Response Packet, Bidder Information and Acceptance pagea. Must be signed by Bidder

2. Exhibit A – Bid Response Packet, SLEB Partnering Information Sheeta. Must be signed by Bidder b. Must be signed by SLEB Partner if subcontracting

to a SLEB

Please read EXHIBIT A – Bid Response Packet carefully, INCOMPLETE BIDS WILL BE REJECTED. Alameda County will not accept submissions or documentation after the bid response due date.

Page 2: €¦  · Web viewRLF shall fulfill all responsibilities associated with the case assignment and must adhere to County’s policies, procedures and defense guidelines. RLF shall

COUNTY OF ALAMEDAREQUEST FOR PROPOSAL No. 901037

for

Legal Defense Representation

For complete information regarding this project, see RFP posted at http://www.acgov.org/gsa_app/gsa/purchasing/bid_content/contractopportunities.jsp or

contact the County representative listed below. Thank you for your interest!

Contact Person: Jeff Thomas, Contracts Specialist II

Phone Number: (510) 208-9613

E-mail Address: [email protected]

RESPONSE DUEby

2:00 p.m.on

January 18, 2013at

Alameda County, GSA–Purchasing1401 Lakeside Drive, Suite 907

Oakland, CA 94612

Alameda County is committed to reducing environmental impacts across our entire supply chain. If printing this document, please print only what you need, print double-sided, and use recycled-content paper.

1401 Lakeside Drive, Suite 907 Oakland, CA 94612Phone: 510-208-9600 Website: http://www.acgov.org/gsa/departments/purchasing/

I:\PURCHASING\Contracting Opportunities\Purchasing\Legal Defense Representation (901037)\RFP_LegalDefenseRep.doc Revision 2012-11-02

Page 3: €¦  · Web viewRLF shall fulfill all responsibilities associated with the case assignment and must adhere to County’s policies, procedures and defense guidelines. RLF shall

COUNTY OF ALAMEDAREQUEST FOR PROPOSAL No. 901037

SPECIFICATIONS, TERMS & CONDITIONSfor

Legal Defense Representation

TABLE OF CONTENTSPage

I. STATEMENT OF WORK 4A. INTENT 4B. SCOPE4C. VENDOR QUALIFICATIONS 4D. SPECIFIC REQUIREMENTS 5E. TRIAL PREPARATION/CASE RESOLUTION 9F. DESIGNATION OF RLF POSITIONS FOR BILLING PURPOSES 10G. AUDITING 10H. REPORTING REQUIREMENTS OF RLF 10

II. CALENDAR OF EVENTS 11I. NETWORKING / BIDDERS CONFERENCES 12

III. COUNTY PROCEDURES, TERMS, AND CONDITIONS 12J. EVALUATION CRITERIA / SELECTION COMMITTEE 12K. CONTRACT EVALUATION AND ASSESSMENT 17L. NOTICE OF INTENT TO AWARD 17M. TERM / TERMINATION / RENEWAL 18N. QUANTITIES 18O. PRICING 18P. AWARD 19Q. METHOD OF ORDERING 20R. INVOICING 21S. ACCOUNT MANAGER / SUPPORT STAFF 21

IV. INSTRUCTIONS TO BIDDERS 22T. COUNTY CONTACTS 22U. SUBMITTAL OF BIDS 22V. RESPONSE FORMAT 25

ATTACHMENTS

Exhibit A – Bid Response PacketExhibit B – Insurance RequirementsExhibit C – Vendor List

Page 4: €¦  · Web viewRLF shall fulfill all responsibilities associated with the case assignment and must adhere to County’s policies, procedures and defense guidelines. RLF shall

Specifications, Terms & Conditionsfor Legal Defense Representation

I. STATEMENT OF WORK

A. INTENT

It is the intent of these specifications, terms and conditions to describe the legal defense representation work requested. The CAO (County of Alameda Administrator’s Office) is seeking qualified and competent outside counsel(s) to represent the County in ongoing and possible future litigation when needed.

The County intends to award a three-year contract (with option to renew) to the bidder(s) selected as the most responsible bidder(s) whose response conforms to the RFP and meets the County’s requirements.

It is the intent of these specifications, terms and conditions to procure the most environmentally preferable products with equivalent or higher performance and at equal or lower cost than traditional products. Specific requirements from the County’s Sustainability Program that are related to this Bid are included in the appropriate Bid sections.

B. SCOPE

The County of Alameda administers its claims (tort, including bad faith, civil rights, employment practices, medical malpractice, property damage and coverage) through a Third Party Administrator (TPA). These claims are insured through the County’s Risk Pool (self-insurance) and participation in various California State Association of Counties - Excess Insurance Authority (CSAC-EIA) programs.

Litigation shall be handled by a panel of outside legal defense firms and attorneys within County Counsel’s Office (CCO) in coordination with the County’s Risk Management Unit (RMU) and the TPA. The primary role of outside legal defense counsel shall be to fully represent the County, as may be coordinated through the CCO and RMU, in various pre-litigation and litigated cases. Specialized law firms with areas of expertise, such as employment or coverage, will also be considered for panel counsel. The representation must be authorized by means of prior written approval by the TPA, in coordination with RMU. The County has approximately fifty (50) new litigated cases per year that may require assignment to outside counsel.

C. VENDOR QUALIFICATIONS

1. Vendor Minimum Qualifications

a. Prospective Law Firm (PLF) shall be regularly and continuously engaged in the business of practicing law for at least ten (10) years at the time they submit their bid.

RFP No. 901037Page 4

Page 5: €¦  · Web viewRLF shall fulfill all responsibilities associated with the case assignment and must adhere to County’s policies, procedures and defense guidelines. RLF shall

Specifications, Terms & Conditionsfor Legal Defense Representation

b. Bidder shall be a lawyer licensed by the State of California and the American Bar Association.

c. Bidder shall possess all permits, licenses and professional credentials necessary to supply product and perform services as specified under this RFP.

D. SPECIFIC REQUIREMENTS

Retained law Firm(s) (RLF) shall defend all claims or actions, including prejudgment and post-judgment proceedings at the trial and appellate court level, referred by the County, arising from alleged liability of the County under the following terms and conditions:

2. RLF shall be familiar with and competent in Public Liability Law and qualified to defend County as required by law for all claims or actions filed against County.

3. RLF shall fulfill all responsibilities associated with the case assignment and must adhere to County’s policies, procedures and defense guidelines.

4. RLF shall have an ethical responsibility to report any cases referred by County which RLF in accordance with the State of California (State) Bar guidelines, determines to be a conflict of interest. RLF will not represent County in any such case absent a written waiver from the client.

5. RLF shall not undertake the representation of a client in the pursuit of a claim against the County or other public entity that is also a member of CSAC-EIA without first obtaining a written waiver and consent from the RMU. Any request for a conflict waiver must be made in writing to the RMU and CCO, and then the RMU and CCO shall make a determination of any potential conflict. RLF will be bound by the RMU and CCO determination of conflict or resign from the defense panel.

6. RLF shall designate a full partner who shall be available during regular business hours to meet with the County on cases or issues pertaining to any retainer arising as a result of this RFP.

7. RLF shall provide a Preliminary Case Management Plan and Estimated Cost Budget upon being assigned a case by the County.

a. Upon referral and after reviewing the case file, and within seven (7) days after assignment, RLF will contact TPA representative. The attorney and the representative will agree upon a preliminary case management plan. The attorney shall memorialize the agreed upon plan and provide a copy of said plan to RMU, TPA, and CCO representatives.

RFP No. 901037Page 5

Page 6: €¦  · Web viewRLF shall fulfill all responsibilities associated with the case assignment and must adhere to County’s policies, procedures and defense guidelines. RLF shall

Specifications, Terms & Conditionsfor Legal Defense Representation

b. One element of this plan will be the preparation by RLF, at no cost to the County, of an estimated case budget, which shall be sent to the RMU, TPA, and CCO. The estimated case budget will provide the first indication of the cost estimated to defend the County. RLF shall update the initial estimate as changed circumstances dictate. Each law firm billing thereafter shall show the accumulated bills on a given case compared with the original or updated estimated case budget.

c. Case Evaluation and Plan

RLF shall provide a written Plan to RMU, TPA, and CCO representatives no later than ninety (90) days from the date of receiving the case with a copy to the affected department, thirty (30) days for instances of medical malpractice. The case evaluation shall not restate or duplicate information previously provided. If more time is required to prepare and submit a meaningful case evaluation and plan, an extension of time shall be requested from RMU or TPA, with copies to both parties. In future reports, RLF must state the date of the initial report.

This evaluation and plan must include the following elements:

(1) Statement of facts.

(2) Statement of the issues, including identification of any unusual or potentially precedent setting issues.

(3) Additional recommended investigations.

(4) Alleged injuries and damages claimed.

(5) Plaintiff’s contentions.

(6) A list of defenses to be raised and discussion of likelihood of success of defenses.

(7) Discovery requirements, including the identification of parties and witnesses of County employees or officials and assistance needed to depose, interview, obtain statements or secure interrogatories and records needed to be produced.

(8) Estimated time needed for new legal issues that require original research.

RFP No. 901037Page 6

Page 7: €¦  · Web viewRLF shall fulfill all responsibilities associated with the case assignment and must adhere to County’s policies, procedures and defense guidelines. RLF shall

Specifications, Terms & Conditionsfor Legal Defense Representation

(9) Liability evaluation, including: (1) anticipated liability, (2) plaintiff comparatives, (3) co-defendant(s) liability, (4) settlement value and (5) the basis utilized to calculate recommended settlement value.

(10) Anticipated litigation and case management strategies.

(11) Known anticipated expert witnesses needed. (Pre-approval is required by County representative).

(12) Fast Track cases shall require reports as follows:

Case Evaluation and plan

Ninety (90) days after assignment

Status updates Seven (7) days after Case Management Conference

Status updates Ten (10) days before arbitrationStatus updates Five (5) days after arbitration

award

(13) The names of the attorney or attorneys and paralegal assigned to handle the case.

(14) The name of the designated trial attorney, when and if it appears the case will go to trial.

d. RLF shall agree that all work product including motions, exposure identification, legal research, opinion letters, etc., are the property of the client, the County, and may be copied and provided by the County to attorneys either employed or retained by the County and/or County’s insurance carrier. This provision is not a waiver of the attorney/client privilege.

e. RLF shall agree to utilize the services of County contracted contractors such as court reporters, investigators, and copy services when requested. The lists of approved contractors will be provided by RMU or TPA.

f. RLF, as requested, shall provide the RMU, TPA, and CCO representative copies of all information and correspondence relating to each claim. They shall include communications between RLF and any department, service company, and/or plaintiff attorneys. RLF will also provide copies of all case status correspondence to the RMU, TPA, and CCO.

RFP No. 901037Page 7

Page 8: €¦  · Web viewRLF shall fulfill all responsibilities associated with the case assignment and must adhere to County’s policies, procedures and defense guidelines. RLF shall

Specifications, Terms & Conditionsfor Legal Defense Representation

g. RLF shall notify County of claims with potential liability value over fifty thousand dollars ($50,000) as soon as it becomes evident that the case does have merit or may result in a settlement to the County of over fifty thousand dollars ($50,000).

h. RLF shall obtain authority for and approval of all settlement offers before being submitted to the plaintiff’s counsel, the court or mediator/arbitrator. Settlements under fifty thousand dollars ($50,000) can only be approved by RMU. All settlements of fifty thousand dollars ($50,000) or more must receive the prior approval of the Board of Supervisors.

i. RLF shall notify County of all proposed settlements over fifty thousand dollars ($50,000) well in advance of offer to plaintiff’s counsel, court or arbitrator/mediator. County will schedule a departmental meeting and then a Board of Supervisors' closed session to allow the Board to review the case, under the litigation exception to the Brown Act. RLF shall submit (at least two weeks before the departmental meeting) a concise summary outlining the case and the reason and amount requested for settlement. RLF shall provide a designated partner familiar with the case, upon request, to answer all Board and staff questions; and, at the request of County, shall attend the joint departmental meeting and/or Board of Supervisors' session.

j. RLF shall agree that only Partners, as quoted on Exhibit A, listed in PLF’s proposal and deemed acceptable by RMU and TPA, will try County cases unless approval is received in writing from an authorized RMU or TPA representative.

k. When RLF receives a claim against the County, that claim will be assigned to a Partner as the handling attorney.

l. The names and titles of all attorneys and any paralegals that bill the County for legal services shall be stated in PLF’s initial proposal and amended in as necessary. Attorneys assigned to County cases, but not on the personnel list submitted on PLF’s proposal, shall have at least equivalent experience to those initially proposed by RLF in its Case Evaluation and Plan as described in Section C, Item 2g of this RFP above. Any changes to personnel working on County cases, from those initially proposed, must be approved by RMU and the TPA in writing. Time needed to bring newly assigned attorneys or paralegals up to speed on a case shall not be billed to or paid by County.

RFP No. 901037Page 8

Page 9: €¦  · Web viewRLF shall fulfill all responsibilities associated with the case assignment and must adhere to County’s policies, procedures and defense guidelines. RLF shall

Specifications, Terms & Conditionsfor Legal Defense Representation

m. Upon case resolution, RLF shall submit final concise case analysis and reasons for disposition to County. This submission will include copies of pertinent documents evidencing the disposition.

n. Should either the RLF or the County choose to terminate any retainer awarded as a result of this RFP, RLF shall, at County’s discretion, continue to provide legal services as to any case referred to them prior to the notice of termination and shall be compensated upon the same terms and conditions as herein set forth. However, the County retains the option of withdrawing any pending cases from further representation by RLF, pursuant to State Bar requirements, and shall compensate RLF for reasonable legal services provided to date of termination. RLF shall promptly return any files and work product related to matters withdrawn or transferred.

o. RLF shall not undertake any action(s), without RMU and CCO concurrence, which could result in Court-imposed sanctions. The County will not pay sanctions unless the County caused the imposition of the sanction.

p. RLF shall disclose any legal malpractice claims against any member of the Prospective Law Firm (PLF) for the last ten (10) years in its proposal. Thereafter, RLF shall disclose any malpractice claims imposed or incurred by any member of RLF to RMU and CCO.

q. RLF shall undertake a planned effort to educate the RMU staff and other designated County staff in tort law and in claims resolution procedures. As requested, RLF shall conduct liability seminars on topics selected by County at no cost to County. If requested, RLF shall advise and assist the RMU staff to develop and implement effective risk control programs and materials.

E. TRIAL PREPARATION/CASE RESOLUTION

It is recognized that some cases do not settle until trial is imminent. RLF shall confer with RMU, TPA and CCO to determine how each case can be reasonably and promptly resolved without unnecessary costs. The following guidelines should assist in reaching this objective:

8. Discovery

a. Every discovery procedure shall be undertaken to accomplish a calculated purpose. The method of discovery utilized should be that which will obtain the information at the least cost and in the most efficient manner.

RFP No. 901037Page 9

Page 10: €¦  · Web viewRLF shall fulfill all responsibilities associated with the case assignment and must adhere to County’s policies, procedures and defense guidelines. RLF shall

Specifications, Terms & Conditionsfor Legal Defense Representation

RLF shall not schedule depositions without first giving due consideration to the value of sworn or other recorded testimony in lieu of a deposition. Unless special circumstances exist, deposition transcripts should not be ordered unless or until it is reasonably certain that the case will be tried. Discovery should be initiated timely and, where necessary, early in the case.

9. Use of Experts

a. Experts shall be retained by RLF only after discussion with and approval of RMU or TPA. The discussion should include the objectives of retaining the expert, the expert’s qualifications and fees, the anticipated benefits, and a determination of the point in time when the expert’s use may be most effective. Use of independent investigators by RLF will not be approved unless a clear legal strategy and need exists.

10. Motion Practice

a. No motion should be prepared or filed without the prior authorization of RMU, TPA or CCO. Demurrers and motions for summary judgment should be discussed early in appropriate cases with RMU, TPA or CCO.

F. DESIGNATION OF RLF POSITIONS FOR BILLING PURPOSES

If a person is designated as a paralegal, the County retains the right to audit the work performed and determine whether such work was performed by a paralegal and doing paralegal activities, e.g., a paralegal should not customarily do clerical work which is overhead expense. The same rule will apply to partners versus associates. If a person’s position is incorrectly designated (in the opinion of the County’s auditors), bills will be reduced accordingly.

G. AUDITING

11. The County has the right to audit RLF’s books and records related to any County case. The audit applies to all matters referred from or handled for or on behalf of the County.

12. The County reserves the right to seek reimbursement for services or costs for invoices inappropriately billed and paid.

H. REPORTING REQUIREMENTS OF RLF

13. All communication from RLF, following the initial case reports, shall narrowly address the issues or plans in the matter affected by a significant or substantial

RFP No. 901037Page 10

Page 11: €¦  · Web viewRLF shall fulfill all responsibilities associated with the case assignment and must adhere to County’s policies, procedures and defense guidelines. RLF shall

Specifications, Terms & Conditionsfor Legal Defense Representation

development or significant or substantial new, different or additional information. In general, RLF shall observe the following guidelines for reporting:

a. Reports shall be as concise as possible.

b. Timely and pertinent status reports will be submitted addressing only new and significant activity.

c. Contents of documents attached will not be reiterated in detail but instead only point out key information and explain its significance to the case.

d. It is preferred that RLF send all communications via e-mail.

e. Copies of discovery demands and motions to compel need not be forwarded, unless requested by RMU, TPA or CCO.

f. Pleadings seeking relief from or against the County and responsive pleadings need not be forwarded unless requested by RMU, TPA or CCO.

g. Copies of any legal research memoranda shall be forwarded if requested by RMU, TPA or CCO.

h. Voluminous records need only be summarized for County purposes, and only upon request by RMU, TPA or CCO.

II. CALENDAR OF EVENTS

EVENT DATE/LOCATIONRequest Issued November 29, 2012Written Questions Due by 5:00 p.m. on December 14, 2012Networking/Bidders Conference #1

December 13, 2012 @ 2:00 -4:00 PM

at: General Services AgencyConference Room 11071401 Lakeside DriveOakland, CA 94612

Networking/Bidders Conference #2

December 14, 2012 @ 2:00-4:00 PM

at: Public Works AgencyConference Room4825 Gleason Dr.Dublin, CA 94568

Addendum Issued January 3, 2013Response Due January 18, 2013 by 2:00 p.m.Evaluation Period January 18-February 24, 2013Vendor Interviews February 19-22, 2013

RFP No. 901037Page 11

Page 12: €¦  · Web viewRLF shall fulfill all responsibilities associated with the case assignment and must adhere to County’s policies, procedures and defense guidelines. RLF shall

Specifications, Terms & Conditionsfor Legal Defense Representation

Board Letter Issued March 29, 2013Board Award Date April 16, 2013Contract Start Date June 1, 2013

Note: Award and start dates are approximate.

A. NETWORKING / BIDDERS CONFERENCES

Networking/bidders conferences will be held to:

14. Provide an opportunity for Small Local Emerging Businesses (SLEBs) and large firms to network and develop subcontracting relationships in order to participate in the contract(s) that may result from this RFP.

15. Provide an opportunity for bidders to ask specific questions about the project and request RFP clarification.

16. Provide bidders an opportunity to view a site, receive documents, etc. necessary to respond to this RFP. use as required, modify or delete

17. Provide the County with an opportunity to receive feedback regarding the project and RFP.

All questions will be addressed, and the list of attendees will be included, in an RFP Addendum following the networking/bidders conference(s).

Potential bidders are strongly encouraged to attend networking/bidders conference(s) in order to further facilitate subcontracting relationships. Vendors who attend a networking/bidders conference will be added to the Vendor Bid List. Failure to participate in a networking/bidders conference will in no way relieve the Contractor from furnishing goods and/or services required in accordance with these specifications, terms and conditions. Attendance at a networking/bidders conference is highly recommended but is not mandatory.

III. COUNTY PROCEDURES, TERMS, AND CONDITIONS

A. EVALUATION CRITERIA / SELECTION COMMITTEE

All proposals will be evaluated by a County Selection Committee (CSC). The County Selection Committee may be composed of County staff and other parties that may have expertise or experience in legal defense services. The CSC will select a contractor in accordance with the evaluation criteria set forth in this RFP. The evaluation of the proposals shall be within the sole judgment and discretion of the CSC.

RFP No. 901037Page 12

Page 13: €¦  · Web viewRLF shall fulfill all responsibilities associated with the case assignment and must adhere to County’s policies, procedures and defense guidelines. RLF shall

Specifications, Terms & Conditionsfor Legal Defense Representation

All contact during the evaluation phase shall be through the GSA–Purchasing Department only. Bidders shall neither contact nor lobby evaluators during the evaluation process. Attempts by Bidder to contact and/or influence members of the CSC may result in disqualification of Bidder.

The CSC will evaluate each proposal meeting the qualification requirements set forth in this RFP. Bidders should bear in mind that any proposal that is unrealistic in terms of the technical or schedule commitments, or unrealistically high or low in cost, will be deemed reflective of an inherent lack of technical competence or indicative of a failure to comprehend the complexity and risk of the County’s requirements as set forth in this RFP.

Bidders are advised that in the evaluation of cost it will be assumed that the unit price quoted is correct in the case of a discrepancy between the unit price and an extension.

As a result of this RFP, the County intends to award a contract to the responsible bidder(s) whose response conforms to the RFP and whose bid presents the greatest value to the County, all evaluation criteria considered. The combined weight of the evaluation criteria is greater in importance than cost in determining the greatest value to the County. The goal is to award a contract to the bidder(s) that proposes the County the best quality as determined by the combined weight of the evaluation criteria. The County may award a contract of higher qualitative competence over the lowest priced response.

The basic information that each section should contain is specified below, these specifications should be considered as minimum requirements. Much of the material needed to present a comprehensive proposal can be placed into one of the sections listed. However, other criteria may be added to further support the evaluation process whenever such additional criteria are deemed appropriate in considering the nature of the goods and/or services being solicited.

Each of the Evaluation Criteria below will be used in ranking and determining the quality of bidders’ proposals. Proposals will be evaluated according to each Evaluation Criteria, and scored on the zero to five-point scale outlined below. The scores for all Evaluation Criteria will then be added, according to their assigned weight (below), to arrive at a weighted score for each proposal. A proposal with a high weighted total will be deemed of higher quality than a proposal with a lesser-weighted total. The final maximum score for any project is five hundred fifty (550) points, including the possible fifty (50) points for local and small, local and emerging, or local preference points (maximum 10% of final score).

The evaluation process may include a two-stage approach including an initial evaluation of the written proposal and preliminary scoring to develop a short list of bidders that

RFP No. 901037Page 13

Page 14: €¦  · Web viewRLF shall fulfill all responsibilities associated with the case assignment and must adhere to County’s policies, procedures and defense guidelines. RLF shall

Specifications, Terms & Conditionsfor Legal Defense Representation

will continue to the final stage of oral presentation and interview and reference checks. The preliminary scoring will be based on the total points, excluding points allocated to references, oral presentation and interview.

If the two-stage approach is used, the 12 bidders receiving the highest preliminary scores and with at least 200 points will be invited to an oral presentation and interview. Only the bidders meeting the short list criteria will proceed to the next stage. All other bidders will be deemed eliminated from the process. All bidders will be notified of the short list participants; however, the preliminary scores at that time will not be communicated to bidders.

The zero to five-point scale range is defined as follows:

0 Not AcceptableNon-responsive, fails to meet RFP specification. The approach has no probability of success. If a mandatory requirement this score will result in disqualification of proposal.

1 PoorBelow average, falls short of expectations, is substandard to that which is the average or expected norm, has a low probability of success in achieving objectives per RFP.

2 Fair Has a reasonable probability of success, however, some objectives may not be met.

3 Average

Acceptable, achieves all objectives in a reasonable fashion per RFP specification. This will be the baseline score for each item with adjustments based on interpretation of proposal by Evaluation Committee members.

4 Above Average / Good

Very good probability of success, better than that which is average or expected as the norm. Achieves all objectives per RFP requirements and expectations.

5 Excellent / Exceptional

Exceeds expectations, very innovative, clearly superior to that which is average or expected as the norm. Excellent probability of success and in achieving all objectives and meeting RFP specification.

The Evaluation Criteria and their respective weights are as follows:

Evaluation Criteria WeightA. Completeness of Response:

Responses to this RFP must be complete. Responses that do not include the proposal content requirements identified within this RFP and subsequent Addenda and do

Pass/Fail

RFP No. 901037Page 14

Page 15: €¦  · Web viewRLF shall fulfill all responsibilities associated with the case assignment and must adhere to County’s policies, procedures and defense guidelines. RLF shall

Specifications, Terms & Conditionsfor Legal Defense Representation

not address each of the items listed below will be considered incomplete, be rated a Fail in the Evaluation Criteria and will receive no further consideration.

Responses that are rated a Fail and are not considered may be picked up at the delivery location within 14 calendar days of contract award and/or the completion of the competitive process.

B. Financial Stability (See Exhibit A – Bid Response Packet) Pass/FailC. Debarment and Suspension:

Bidders, its principal and named subcontractors are not identified on the list of Federally debarred, suspended or other excluded parties located at www.sam.gov . Pass/Fail

D. Cost:The points for Cost will be computed by dividing the amount of the lowest responsive bid received by each bidder’s total proposed cost.

While not reflected in the Cost evaluation points, an evaluation may also be made of:1. Reasonableness (i.e., does the proposed pricing

accurately reflect the bidder’s effort to meet requirements and objectives?);

2. Realism (i.e., is the proposed cost appropriate to the nature of the products and services to be provided?); and

3. Affordability (i.e., the ability of the County to finance the equipment/system and services).

Consideration of price in terms of overall affordability may be controlling in circumstances where two or more proposals are otherwise adjudged to be equal, or when a superior proposal is at a price that the County cannot afford. 330330 Points

E. Relevant Experience:Proposals will be evaluated in this category in regard to qualifications to perform the work, as opposed to the hourly rate charged, and the PLF’s responses to the questions below:1. Is PLF’s experience in litigation similar to that of the

County? (5 Points)2. Are PLF’s attorney’s resumes complete and do they

50 Points

RFP No. 901037Page 15

Page 16: €¦  · Web viewRLF shall fulfill all responsibilities associated with the case assignment and must adhere to County’s policies, procedures and defense guidelines. RLF shall

Specifications, Terms & Conditionsfor Legal Defense Representation

demonstrate backgrounds that would be desirable for the successful handling of cases similar to those of the County? (10 Points)

3. What is the extent of the background the firm has in the variety of the types of cases handled by the County? Does the firm possess specific types of experience that other firms do not? (15 Points)

4. What is the number of tried jury cases and disposition of same? Greater than 5 jury cases is desirable. (10 Points)

5. What is the PLF’s overall approach to defense of public entity litigation; past experience and motion/settlement approaches to save litigation and defense costs? (10 Points)

F. References (See Exhibit A – Bid Response Packet) Negative responses on a majority of questions on reference interview will be considered a fail. Pass/Fail

G. Overall Proposal 10 PointsH. Oral Presentation and Interview:

Following evaluation of the written proposals, PLF’s may be invited to an oral presentation and interview. The scores at that time will not be communicated to PLF. The oral presentation by each PLF shall not exceed sixty (60) minutes in length. The oral interview will consist of standard questions asked of each of the PLFs and specific questions regarding their specific proposal. The proposals may then be re-evaluated and re-scored based on the oral presentation and interview. 10 Points

SMALL LOCAL EMERGING BUSINESS PREFERENCE

Local Preference- Points equaling five percent (5%) of bidder’s total score, for the above Evaluation Criteria, will be added. This will be the bidder’s final score for purposes of award evaluation. Five Percent (5%)Small and Local or Emerging and Local Preference- Points equaling five percent (5%) of bidders total score, for the above Evaluation Criteria, will be added. This will be the bidder’s final score for purposes of award evaluation. Five Percent (5%)

B. CONTRACT EVALUATION AND ASSESSMENT

RFP No. 901037Page 16

Page 17: €¦  · Web viewRLF shall fulfill all responsibilities associated with the case assignment and must adhere to County’s policies, procedures and defense guidelines. RLF shall

Specifications, Terms & Conditionsfor Legal Defense Representation

During the initial sixty (60) day period of any contract, which may be awarded to Contractor, the CSC and/or other persons designated by the County will meet with the Contractor to evaluate the equipment/system performance and to identify any issues or potential problems.

The County reserves the right to determine, at its sole discretion, whether:

18. Contractor has complied with all terms of this RFP; and

19. Any problems or potential problems with the proposed equipment/system were evidenced which make it unlikely (even with possible modifications) that such proposed equipment/system have met the County requirements.

If, as a result of such determination, the County concludes that it is not satisfied with Contractor, Contractor’s performance under any awarded contract and/or Contractor’s goods and/or services as contracted for therein, the Contractor will be notified of contract termination effective forty-five (45) days following notice. Contractor shall be responsible for the removal of equipment/system and shall return County facilities to their pre-installation state at no charge to the County. The County will have the right to invite the next highest ranked bidder to enter into a contract. The County also reserves the right to re-bid this project if it is determined to be in its best interest to do so.

C. NOTICE OF INTENT TO AWARD

20. At the conclusion of the RFP response evaluation process (“Evaluation Process”), all bidders will be notified in writing by e-mail or fax, and certified mail, of the contract award recommendation, if any, by GSA – Purchasing. The document providing this notification is the Notice of Intent to Award.

The Notice of Intent to Award will provide the following information:

a. The name of the bidder being recommended for contract award; and

b. The names of all other parties that submitted proposals.

21. At the conclusion of the RFPRFP process, debriefings for unsuccessful bidders will be scheduled and provided upon written request and will be restricted to discussion of the unsuccessful offeror’s bid.

a. Under no circumstances will any discussion be conducted with regard to contract negotiations with the successful bidder.

b. Debriefing may include review of successful bidder’s proposal with redactions as appropriate.

RFP No. 901037Page 17

Page 18: €¦  · Web viewRLF shall fulfill all responsibilities associated with the case assignment and must adhere to County’s policies, procedures and defense guidelines. RLF shall

Specifications, Terms & Conditionsfor Legal Defense Representation

1. The submitted proposals shall be made available upon request no later than five (5) business days before approval of the award and contract is scheduled to be heard by the Board of Supervisors.

D. TERM / TERMINATION / RENEWAL

22. The term of the contract, which may be awarded pursuant to this RFP, will be 3 years.

23. By mutual agreement, any contract which may be awarded pursuant to this RFP, may be extended for two additional one year terms at agreed prices with all other terms and conditions remaining the same.

E. QUANTITIES

Quantities listed herein are annual estimates based on past usage and are not to be construed as a commitment. No minimum or maximum is guaranteed or implied.

F. PRICING

24. Prices quoted shall be firm for the first 36 months of any contract that may be awarded pursuant to this RFP.

25. Unless otherwise stated, Bidder agrees that, in the event of a price decline, the benefit of such lower price shall be extended to the County.

26. All prices are to be F.O.B. destination. Any freight/delivery charges are to be included.

27. Any price increases or decreases for subsequent contract terms may be negotiated between Contractor and County only after completion of the initial term.

28. All prices quoted shall be in United States dollars and "whole cent," no cent fractions shall be used. There are no exceptions.

29. Price quotes shall include any and all payment incentives available to the County.

30. Bidders are advised that in the evaluation of cost, if applicable, it will be assumed that the unit price quoted is correct in the case of a discrepancy between the unit price and an extension.

RFP No. 901037Page 18

Page 19: €¦  · Web viewRLF shall fulfill all responsibilities associated with the case assignment and must adhere to County’s policies, procedures and defense guidelines. RLF shall

Specifications, Terms & Conditionsfor Legal Defense Representation

31. Federal and State minimum wage laws apply. The County has no requirements for living wages. The County is not imposing any additional requirements regarding wages.

32. Prevailing Wages: Pursuant to Labor Code Sections 1770 et seq., Contractor shall pay to persons performing labor in and about Work provided for in Contract not less than the general prevailing rate of per diem wages for work of a similar character in the locality in which the Work is performed, and not less than the general prevailing rate of per diem wages for legal holiday and overtime work in said locality, which per diem wages shall not be less than the stipulated rates contained in a schedule thereof which has been ascertained and determined by the Director of the State Department of Industrial Relations to be the general prevailing rate of per diem wages for each craft or type of workman or mechanic needed to execute this contract.

G. AWARD

33. Proposals will be evaluated by a committee and will be ranked in accordance with the RFP section entitled “Evaluation Criteria/Selection Committee.”

34. The committee will recommend award to the bidder who, in its opinion, has submitted the proposal that best serves the overall interests of the County and attains the highest overall point score. Award may not necessarily be made to the bidder with the lowest price.

35. Small and Emerging Locally Owned Business: The County is vitally interested in promoting the growth of small and emerging local businesses by means of increasing the participation of these businesses in the County’s purchase of goods and services.

As a result of the County’s commitment to advance the economic opportunities of these businesses, Bidders must meet the County’s Small and Emerging Locally Owned Business requirements in order to be considered for the contract award. These requirements can be found online at:

http://acgov.org/auditor/sleb/overview.htm

For purposes of this bid, applicable industries include, but are not limited to, the following NAICS Code(s): 541110 as having no more than $10,000,000 over the last three (3) years.

RFP No. 901037Page 19

Page 20: €¦  · Web viewRLF shall fulfill all responsibilities associated with the case assignment and must adhere to County’s policies, procedures and defense guidelines. RLF shall

Specifications, Terms & Conditionsfor Legal Defense Representation

An emerging business, as defined by the County, is one that has less than one-half (1/2) of the preceding amount and has been in business less than five (5) years.

36. The County reserves the right to reject any or all responses that materially differ from any terms contained in this RFP or from any Exhibits attached hereto, to waive informalities and minor irregularities in responses received, and to provide an opportunity for bidders to correct minor and immaterial errors contained in their submissions. The decision as to what constitutes a minor irregularity shall be made solely at the discretion of the County.

37. The County reserves the right to award to a single or multiple contractors.

38. The County has the right to decline to award this contract or any part thereof for any reason.

39. Board approval to award a contract is required.

40. A contract must be negotiated, finalized, and signed by the intended awardee prior to Board approval.

41. Final Standard Agreement terms and conditions will be negotiated with the selected bidder. Bidder may access a copy of the Standard Services Agreement template can be found online at:

http://www.acgov.org/gsa/purchasing/standardServicesAgreement.pdf

The template contains minimal Agreement boilerplate language only.

42. The RFP specifications, terms, conditions and Exhibits, RFP Addenda and Bidder’s proposal, may be incorporated into and made a part of any contract that may be awarded as a result of this RFP.

H. METHOD OF ORDERING

43. A written PO and signed Standard Agreement contract will be issued upon Board approval.

44. POs and Standard Agreements will be faxed, transmitted electronically or mailed and shall be the only authorization for the Contractor to place an order.

45. POs and payments for products and/or services will be issued only in the name of Contractor.

RFP No. 901037Page 20

Page 21: €¦  · Web viewRLF shall fulfill all responsibilities associated with the case assignment and must adhere to County’s policies, procedures and defense guidelines. RLF shall

Specifications, Terms & Conditionsfor Legal Defense Representation

46. Contractor shall adapt to changes to the method of ordering procedures as required by the County during the term of the contract.

47. Change orders shall be agreed upon by Contractor and County and issued as needed in writing by County.

I. INVOICING

48. Contractor shall invoice the requesting department, unless otherwise advised, upon satisfactory receipt of product and/or performance of services.

49. Payment will be made within thirty (30) days following receipt of invoice and upon complete satisfactory receipt of product and performance of services.

50. County shall notify Contractor of any adjustments required to invoice.

51. Invoices shall contain County PO number, invoice number, remit to address and itemized products and/or services description and price as quoted and shall be accompanied by acceptable proof of delivery.

52. Contractor shall utilize standardized invoice upon request.

53. Invoices shall only be issued by the Contractor who is awarded a contract.

54. Payments will be issued to and invoices must be received from the same Contractor whose name is specified on the POs.

J. ACCOUNT MANAGER / SUPPORT STAFF

55. Contractor shall provide a dedicated competent account manager who shall be responsible for the County account/contract. The account manager shall receive all orders from the County and shall be the primary contact for all issues regarding Bidder’s response to this RFP and any contract which may arise pursuant to this RFP.

56. Contractor shall also provide adequate, competent support staff that shall be able to service the County during normal working hours, Monday through Friday. Such representative(s) shall be knowledgeable about the contract, products offered and able to identify and resolve quickly any issues including but not limited to order and invoicing problems.

57. Contractor account manager shall be familiar with County requirements and standards and work with the Risk Management Unit to ensure that established standards are adhered to.

RFP No. 901037Page 21

Page 22: €¦  · Web viewRLF shall fulfill all responsibilities associated with the case assignment and must adhere to County’s policies, procedures and defense guidelines. RLF shall

Specifications, Terms & Conditionsfor Legal Defense Representation

58. Contractor account manager shall keep the County Specialist informed of requests from departments as required.

IV. INSTRUCTIONS TO BIDDERS

A. COUNTY CONTACTS

GSA–Purchasing is managing the competitive process for this project on behalf of the County. All contact during the competitive process is to be through the GSA–Purchasing Department only.

The evaluation phase of the competitive process shall begin upon receipt of sealed bids until a contract has been awarded. Bidders shall not contact or lobby evaluators during the evaluation process. Attempts by Bidder to contact evaluators may result in disqualification of bidder.

All questions regarding these specifications, terms and conditions are to be submitted in writing, preferably via e-mail by 5:00 p.m. on December 14, 2012 to:

Jeff Thomas, Contracts Specialist IIAlameda County, GSA–Purchasing1401 Lakeside Drive, Suite 907Oakland, CA 94612E-Mail: [email protected]: (510) 208-9613

The GSA Contracting Opportunities website will be the official notification posting place of all Requests for Interest, Proposals, Quotes and Addenda. Go to http://www.acgov.org/gsa_app/gsa/purchasing/bid_content/contractopportunities.jsp to view current contracting opportunities.

B. SUBMITTAL OF BIDS

59. All bids must be SEALED and must be received at the Office of the Purchasing Agent of Alameda County BY 2:00 p.m. on the due date specified in the Calendar of Events.

NOTE: LATE AND/OR UNSEALED BIDS CANNOT BE ACCEPTED. IF HAND DELIVERING BIDS PLEASE ALLOW TIME FOR METERED STREET PARKING OR PARKING IN AREA PUBLIC PARKING LOTS AND ENTRY INTO SECURE BUILDING.

Bids will be received only at the address shown below, and by the time indicated in the Calendar of Events. Any bid received after said time and/or date or at a

RFP No. 901037Page 22

Page 23: €¦  · Web viewRLF shall fulfill all responsibilities associated with the case assignment and must adhere to County’s policies, procedures and defense guidelines. RLF shall

Specifications, Terms & Conditionsfor Legal Defense Representation

place other than the stated address cannot be considered and will be returned to the bidder unopened.

All bids, whether delivered by an employee of Bidder, U.S. Postal Service, courier or package delivery service, must be received and time stamped at the stated address prior to the time designated. The Purchasing Department's timestamp shall be considered the official timepiece for the purpose of establishing the actual receipt of bids.

60. Bids are to be addressed and delivered as follows:

Legal Defense RepresentationRFP No. 901037Alameda County, GSA–Purchasing1401 Lakeside Drive, Suite 907 *Oakland, CA 94612

Bidder's name, return address, and the RFP number and title must also appear on the mailing package.

*PLEASE NOTE that on the bid due date, a bid reception desk will be open between 1:00 p.m. – 2:00 p.m. and will be located in the 1st floor lobby at 1401 Lakeside Drive.

61. Bidders are to submit one (1) original hardcopy bid (Exhibit A – Bid Response Packet, including additional required documentation), with original ink signatures, plus five (5) copy of their proposal. The submittal should be printed on plain white paper, and must be either loose leaf or in a 3-ring binder (NOT bound). It is preferred that all proposals submitted shall be printed double-sided and on minimum 30% post-consumer recycled content paper. Inability to comply with the 30% post-consumer recycled content recommendation will have no impact on the evaluation and scoring of the proposal.

Bidders must also submit an electronic copy of their proposal. The electronic copy must be in a single file (PDF with OCR preferred), and shall be an exact scanned image of the original hard copy Exhibit A – Bid Response Packet, including additional required documentation. The file must be on disk or USB flash drive and enclosed with the sealed original hardcopy of the bid.

62. BIDDERS SHALL NOT MODIFY BID FORM(S) OR QUALIFY THEIR BIDS. BIDDERS SHALL NOT SUBMIT TO THE COUNTY A SCANNED, RE-TYPED, WORD-PROCESSED, OR OTHERWISE RECREATED VERSION OF THE BID FORM(S) OR ANY OTHER COUNTY-PROVIDED DOCUMENT.

RFP No. 901037Page 23

Page 24: €¦  · Web viewRLF shall fulfill all responsibilities associated with the case assignment and must adhere to County’s policies, procedures and defense guidelines. RLF shall

Specifications, Terms & Conditionsfor Legal Defense Representation

63. No email (electronic) or facsimile bids will be considered.

64. All costs required for the preparation and submission of a bid shall be borne by Bidder.

65. Only one bid response will be accepted from any one person, partnership, corporation, or other entity; however, several alternatives may be included in one response. For purposes of this requirement, “partnership” shall mean, and is limited to, a legal partnership formed under one or more of the provisions of the California or other state’s Corporations Code or an equivalent statute.

66. All other information regarding the bid responses will be held as confidential until such time as the County Selection Committee has completed its evaluation, an intended award has been made by the County Selection Committee, and the contract has been fully negotiated with the intended awardee named in the intent to award/non-award notification(s). The submitted proposals shall be made available upon request no later than five (5) business days before approval of the award and contract is scheduled to be heard by the Board of Supervisors. All parties submitting proposals, either qualified or unqualified, will receive mailed intent to award/non-award notification(s), which will include the name of the bidder to be recommended for award of this project. In addition, award information will be posted on the County’s “Contracting Opportunities” website, mentioned above.

67. Each bid received, with the name of the bidder, shall be entered on a record, and each record with the successful bid indicated thereon shall, after the award of the order or contract, be open to public inspection.

68. California Government Code Section 4552: In submitting a bid to a public purchasing body, the bidder offers and agrees that if the bid is accepted, it will assign to the purchasing body all rights, title, and interest in and to all causes of action it may have under Section 4 of the Clayton Act (15 U.S.C. Sec. 15) or under the Cartwright Act (Chapter 2, commencing with Section 16700, of Part 2 of Division 7 of the Business and Professions Code), arising from purchases of goods, materials, or services by the bidder for sale to the purchasing body pursuant to the bid. Such assignment shall be made and become effective at the time the purchasing body tenders final payment to the bidder.

69. Bidder expressly acknowledges that it is aware that if a false claim is knowingly submitted (as the terms “claim” and “knowingly” are defined in the California False Claims Act, Cal. Gov. Code, §12650 et seq.), County will be entitled to civil remedies set forth in the California False Claim Act. It may also be considered fraud and the Contractor may be subject to criminal prosecution.

RFP No. 901037Page 24

Page 25: €¦  · Web viewRLF shall fulfill all responsibilities associated with the case assignment and must adhere to County’s policies, procedures and defense guidelines. RLF shall

Specifications, Terms & Conditionsfor Legal Defense Representation

70. The undersigned Bidder certifies that it is, at the time of bidding, and shall be throughout the period of the contract, licensed by the State of California to do the type of work required under the terms of the Contract Documents. Bidder further certifies that it is regularly engaged in the general class and type of work called for in the Bid Documents.

71. The undersigned Bidder certifies that it is not, at the time of bidding, on the California Department of General Services (DGS) list of persons determined to be engaged in investment activities in Iran or otherwise in violation of the Iran Contracting Act of 2010 (Public Contract Code Section 2200-2208).

72. It is understood that County reserves the right to reject this bid and that the bid shall remain open to acceptance and is irrevocable for a period of one hundred eighty (180) days, unless otherwise specified in the Bid Documents.

C. RESPONSE FORMAT

73. Bid responses are to be straightforward, clear, concise and specific to the information requested.

74. In order for bids to be considered complete, Bidder must provide responses to all information requested. See Exhibit A – Bid Response Packet

75. Bid responses, in whole or in part, are NOT to be marked confidential or proprietary. County may refuse to consider any bid response or part thereof so marked. Bid responses submitted in response to this RFP may be subject to public disclosure. County shall not be liable in any way for disclosure of any such records. Please refer to the County’s website at: http://www.acgov.org/gsa/departments/purchasing/policy/proprietary.htm for more information regarding Proprietary and Confidential Information policies.

RFP No. 901037Page 25

Page 26: €¦  · Web viewRLF shall fulfill all responsibilities associated with the case assignment and must adhere to County’s policies, procedures and defense guidelines. RLF shall

EXHIBIT ABID RESPONSE PACKET

RFP No. 901037 – Legal Defense Representation

To: The County of Alameda

From:       (Official Name of Bidder)

AS DESCRIBED IN THE SUBMITTAL OF BIDS SECTION OF THIS RFP, BIDDERS ARE TO SUBMIT ONE (1) ORIGINAL HARDCOPY BID (EXHIBIT A – BID RESPONSE PACKET), INCLUDING ADDITIONAL REQUIRED DOCUMENTATION), WITH ORIGINAL INK SIGNATURES, PLUS FIVE (5) COPY AND ONE (1) ELECTRONIC COPY OF THE BID IN PDF (with OCR preferred)

ALL PAGES OF THE BID RESPONSE PACKET (EXHIBIT A) MUST BE SUBMITTED IN TOTAL WITH ALL REQUIRED DOCUMENTS ATTACHED THERETO; ALL INFORMATION REQUESTED MUST BE SUPPLIED; ANY PAGES OF EXHIBIT A (OR ITEMS THEREIN) NOT APPLICABLE TO THE BIDDER MUST STILL BE SUBMITTED AS PART OF A COMPLETE BID RESPONSE, WITH SUCH PAGES OR ITEMS CLEARLY MARKED “N/A

BIDDERS SHALL NOT SUBMIT TO THE COUNTY A SCANNED, RE-TYPED, WORD-PROCESSED, OR OTHERWISE RECREATED VERSION OF EXHIBIT A – BID RESPONSE PACKET OR ANY OTHER COUNTY-PROVIDED DOCUMENT

ALL PRICES AND NOTATIONS MUST BE PRINTED IN INK OR TYPEWRITTEN; NO ERASURES ARE PERMITTED; ERRORS MAY BE CROSSED OUT AND CORRECTIONS PRINTED IN INK OR TYPEWRITTEN ADJACENT, AND MUST BE INITIALED IN INK BY PERSON SIGNING BID

BIDDER MUST QUOTE PRICE(S) AS SPECIFIED IN RFP

BIDDERS THAT DO NOT COMPLY WITH THE REQUIREMENTS, AND/OR SUBMIT INCOMPLETE BID PACKAGES, SHALL BE SUBJECT TO DISQUALIFICATION AND THEIR BIDS REJECTED IN TOTAL

IF BIDDERS ARE MAKING ANY CLARIFICATIONS AND/OR AMENDMENTS, OR TAKING EXCEPTION TO POLICIES OR SPECIFICATIONS OF THIS RFP, INCLUDING THOSE TO THE COUNTY SLEB POLICY, THESE MUST BE SUBMITTED IN THE EXCEPTIONS, CLARIFICATIONS, AMENDMENTS SECTION OF THIS EXHIBIT A – BID RESPONSE PACKET IN ORDER FOR THE BID RESPONSE TO BE CONSIDERED COMPLETE

Exhibit A – RFP No. 901037Page 1

Page 27: €¦  · Web viewRLF shall fulfill all responsibilities associated with the case assignment and must adhere to County’s policies, procedures and defense guidelines. RLF shall

BIDDER INFORMATION AND ACCEPTANCE

1. The undersigned declares that the Bid Documents, including, without limitation, the RFI, RFP, Addenda, and Exhibits have been read.

2. The undersigned is authorized, offers, and agrees to furnish the articles and/or services specified in accordance with the Specifications, Terms & Conditions of the Bid Documents of RFP No. 901037 –Legal Defense Representation.

3. The undersigned has reviewed the Bid Documents and fully understands the requirements in this Bid including, but not limited to, the requirements under the County Provisions, and that each Bidder who is awarded a contract shall be, in fact, a prime contractor, not a subcontractor, to County, and agrees that its Bid, if accepted by County, will be the basis for the Bidder to enter into a contract with County in accordance with the intent of the Bid Documents.

4. The undersigned acknowledges receipt and acceptance of all addenda.

5. The undersigned agrees to the following terms, conditions, certifications, and requirements found on the County’s website:

Bid Protests / Appeals Process [http://www.acgov.org/gsa/departments/purchasing/policy/bidappeal.htm]

Debarment / Suspension Policy[http://www.acgov.org/gsa/departments/purchasing/policy/debar.htm]

Iran Contracting Act (ICA) of 2010[http://www.acgov.org/gsa/departments/purchasing/policy/ica.htm]

General Environmental Requirements[http://www.acgov.org/gsa/departments/purchasing/policy/environ.htm]

Small Local Emerging Business Program[http://acgov.org/auditor/sleb/overview.htm]

First Source [http://acgov.org/auditor/sleb/sourceprogram.htm]

Online Contract Compliance System[http://acgov.org/auditor/sleb/elation.htm]

General Requirements [http://www.acgov.org/gsa/departments/purchasing/policy/genreqs.htm]

Proprietary and Confidential Information[http://www.acgov.org/gsa/departments/purchasing/policy/proprietary.htm]

Exhibit A – RFP No. 901037Page 2

Page 28: €¦  · Web viewRLF shall fulfill all responsibilities associated with the case assignment and must adhere to County’s policies, procedures and defense guidelines. RLF shall

6. The undersigned acknowledges that Bidder will be in good standing in the State of California, with all the necessary licenses, permits, certifications, approvals, and authorizations necessary to perform all obligations in connection with this RFP and associated Bid Documents.

7. It is the responsibility of each bidder to be familiar with all of the specifications, terms and conditions and, if applicable, the site condition. By the submission of a Bid, the Bidder certifies that if awarded a contract they will make no claim against the County based upon ignorance of conditions or misunderstanding of the specifications.

8. Patent indemnity: Vendors who do business with the County shall hold the County of Alameda, its officers, agents and employees, harmless from liability of an nature or kind, including cost and expenses, for infringement or use of any patent, copyright or other proprietary right, secret process, patented or unpatented invention, article or appliance furnished or used in connection with the contract or purchase order.

9. Insurance certificates are not required at the time of submission. However, by signing Exhibit A – Bid Response Packet, the contractor agrees to meet the minimum insurance requirements stated in the RFP. This documentation must be provided to the County, prior to award, and shall include an insurance certificate and additional insured certificate, naming the County of Alameda, which meets the minimum insurance requirements, as stated in the RFP.

10. The undersigned acknowledges ONE of the following (please check only one box):

Bidder is not local to Alameda County and is ineligible for any bid preference; OR

Bidder is a certified SLEB and is requesting 10% bid preference (Bidder must check the first box in Item 4 above and provide its SLEB Certification Number); OR

Bidder is LOCAL to Alameda County and is requesting 5% bid preference, and has attached the following documentation to this Exhibit:

Copy of a verifiable business license, issued by the County of Alameda or a City within the County; and

Proof of six (6) months business residency, identifying the name of the vendor and the local address. Utility bills, deed of trusts or lease agreements, etc., are acceptable verification documents to prove residency.

Exhibit A – RFP No. 901037Page 3

Page 29: €¦  · Web viewRLF shall fulfill all responsibilities associated with the case assignment and must adhere to County’s policies, procedures and defense guidelines. RLF shall

Official Name of Bidder:      

Street Address Line 1:      

Street Address Line 2:      

City:       State:       Zip Code:      

Webpage:      

Type of Entity / Organizational Structure (check one):

Corporation Joint Venture

Limited Liability Partnership Partnership

Limited Liability Corporation Non-Profit / Church

Other:      

Jurisdiction of Organization Structure:      

Date of Organization Structure:      

Federal Tax Identification Number:      

Primary Contact Information:

Name / Title:      

Telephone Number:       Fax Number:      

E-mail Address:      

SIGNATURE:

Name and Title of Signer:      

Dated this       day of       20     

Exhibit A – RFP No. 901037Page 4

Page 30: €¦  · Web viewRLF shall fulfill all responsibilities associated with the case assignment and must adhere to County’s policies, procedures and defense guidelines. RLF shall

BID FORM

Bidder hereby certifies to County that all representations, certifications, and statements made by Bidder, as set forth in this Bid Form and attachments are true and correct and are made under penalty of perjury pursuant to the laws of California.

Job Titles 3 Year Est. No. of Hours (A)

PLF’s Quoted Hourly Rate (B)

3 Year Totals of All Job Titles: (C) A x B = C

Area of Law: Tort/Auto Liability/Property Damage

Partners 3,600 $      $     Senior Associates (five (5) years or more of experience) 11,400 $      $     

Associates (less than five (5) years) 1,500 $      $     

Law Clerks and Paralegals 150 $      $     

Total 3 Year Cost of Tort/Auto Liability/ Property Damage(D): $     

Area of Law: Civil Rights/ Complex Litigation, inclusive of all class actions

Partners 12,000 $      $     Senior Associates (five (5) years or more of experience) 6,000 $      $     

Associates (less than five (5) years) 1,500 $      $     

Law Clerks and Paralegals 300 $      $     

Total 3 Year Cost of Civil Rights/ Complex Litigation, inclusive of all class actions(E): $     

Area of Law: Coverage/ Medical Malpractice/ Employment

Partners 9,000 $      $     Senior Associates (five (5) years or more of experience) 3,000 $      $     

Associates (less than five (5) years) 750 $      $     

Law Clerks and Paralegals 300 $      $     

Total 3 Year Cost of Coverage/ Medical Malpractice/ Employment(F): $     

Total All Areas of Law and Job Titles(D+E+F): $     

Exhibit A – RFP No. 901037Page 5

Page 31: €¦  · Web viewRLF shall fulfill all responsibilities associated with the case assignment and must adhere to County’s policies, procedures and defense guidelines. RLF shall

For Informational Purposes Only

Please check each area of expertise:

Tort/Auto Liability/Property Damage      

Civil Rights/Complex Litigation      

Coverage      

Medical Malpractice      

Employment      

Exhibit A – RFP No. 901037Page 6

Page 32: €¦  · Web viewRLF shall fulfill all responsibilities associated with the case assignment and must adhere to County’s policies, procedures and defense guidelines. RLF shall

REQUIRED DOCUMENTATION AND SUBMITTALS

All of the specific documentation listed below is required to be submitted with the Exhibit A – Bid Response Packet in order for a bid to be deemed complete. Bidders shall submit all documentation, in the order listed below and clearly label each section with the appropriate title (i.e. Table of Contents, Letter of Transmittal, Key Personnel, etc.).

1. Table of Contents: Bid responses shall include a table of contents listing the individual sections of the quotation/proposal and their corresponding page numbers. Tabs should separate each of the individual sections.

2. Letter of Transmittal: Bid responses shall include a description of Bidder’s capabilities and approach in providing its goods and/or services to the County, and provide a brief synopsis of the highlights of the Proposal and overall benefits of the Proposal to the County. This synopsis should not exceed three (3) pages in length and should be easily understood.

3. Key Personnel: Bid responses shall include a complete list of all key personnel associated with the RFP. This list must include all key personnel who will provide services/training to County staff and all key personnel who will provide maintenance and support services. For each person on the list, the following information shall be included:

(a) The person’s relationship with Bidder, including job title and years of employment with Bidder;

(b) The role that the person will play in connection with the RFP;(c) Address, telephone, fax numbers, and e-mail address; (d) Person’s educational background; and(e) Person’s relevant experience, certifications, and/or merits.

4. Description of the Proposed Services: Bid response shall include a description of the terms and conditions of services to be provided during the contract term including response times. The description shall contain a basis of estimate for services including its scheduled start and completion dates, the number of Bidder’s and County personnel involved, and the number of hours scheduled for such personnel. The description shall identify spare or replacement parts that will be required in performing maintenance services, the anticipated location(s) of such spare parts, and how quickly such parts shall be available for repairs. Finally, the description must: (1) specify how the services in the bid response will meet or exceed the requirements of the County; (2) explain any special resources, procedures or approaches that make the services of Bidder particularly advantageous to the County; and (3) identify any limitations or restrictions of Bidder in providing the services that the County should be aware of in evaluating its Response to this RFP.

(a) PLF shall provide the number of jury cases tried by PLF and disposition of same.(b) PLF shall provide PLF’s Martindale and Hubbell Rating.(c) PLF shall provide a work sample of no more than 10 pages.

Exhibit A – RFP No. 901037Page 7

Page 33: €¦  · Web viewRLF shall fulfill all responsibilities associated with the case assignment and must adhere to County’s policies, procedures and defense guidelines. RLF shall

5. Financial Statements

(a) Most recent Dun & Bradstreet Supplier Qualifier Report. For information on how to obtain a Supplier Qualifier Report, contact Dun & Bradstreet at 1-800-700-2733 or www.dnb.com;

6. References:

(a) Bidders must use the templates on pages 11 and 12 of this Exhibit A – Bid Response Packet to provide references.

(b) Bidders are to provide a list of 3 current and 3 former clients. References must be satisfactory as deemed solely by County. References should have similar scope, volume and requirements to those outlined in these specifications, terms and conditions.

Bidders must verify the contact information for all references provided is current and valid.

Bidders are strongly encouraged to notify all references that the County may be contacting them to obtain a reference.

(c) Bidder shall provide on a separate sheet(s), complete reference information for all public institutions or agencies for which it provides or has provided comparable product, systems and services. Each reference shall include the project name and location, the scope of services performed and the name, address, telephone and fax numbers of the person who may be contacted for reference information.

(d) The County may contact some or all of the references provided in order to determine Bidder’s performance record on work similar to that described in this request. The County reserves the right to contact references other than those provided in the Response and to use the information gained from them in the evaluation process.

7. Exceptions, Clarifications, Amendments:

(a) This shall include clarifications, exceptions and amendments, if any, to the RFP and associated Bid Documents, and shall be submitted with your bid response using the template on page 13 of this Exhibit A – Bid Response Packet.

(b) THE COUNTY IS UNDER NO OBLIGATION TO ACCEPT ANY EXCEPTIONS, AND SUCH EXCEPTIONS MAY BE A BASIS FOR BID DISQUALIFICATION.

8. SLEB Partnering Information Sheet:

(a) Every bidder must fill out and submit a signed SLEB Partnering Information Sheet, (found in Exhibit A immediately following this paragraph) indicating their SLEB certification status and, if not certified, the name, identification information, and goods/services to be provided by the SLEB partner(s) with whom the bidder will subcontract to meet the County SLEB participation requirement. If a SLEB

Exhibit A – RFP No. 901037Page 8

Page 34: €¦  · Web viewRLF shall fulfill all responsibilities associated with the case assignment and must adhere to County’s policies, procedures and defense guidelines. RLF shall

subcontractor(s) is named, the Exhibit must be signed by the SLEB(s) according to the instructions.

Exhibit A – RFP No. 901037Page 9

Page 35: €¦  · Web viewRLF shall fulfill all responsibilities associated with the case assignment and must adhere to County’s policies, procedures and defense guidelines. RLF shall

SMALL LOCAL EMERGING BUSINESS (SLEB)PARTNERING INFORMATION SHEET

RFP No. 901037 – Legal Defense Representation

In order to meet the Small Local Emerging Business (SLEB) requirements of this RFP, all bidders must complete this form as required below.

Bidders not meeting the definition of a SLEB (http://acgov.org/auditor/sleb/overview.htm) are required to subcontract with a SLEB for at least twenty percent (20%) of the total estimated bid amount in order to be considered for contract award. SLEB subcontractors must be independently owned and operated from the prime contractor with no employees of either entity working for the other. This form must be submitted for each business that bidders will work with, as evidence of a firm contractual commitment to meeting the SLEB participation goal. (Copy this form as needed.)

Bidders are encouraged to form a partnership with a SLEB that can participate directly with this contract. One of the benefits of the partnership will be economic, but this partnership will also assist the SLEB to grow and build the capacity to eventually bid as a prime on their own.

Once a contract has been awarded, bidders will not be able to substitute named subcontractors without prior written approval from the Auditor-Controller, Office of Contract Compliance (OCC).

County departments and the OCC will use the web-based Elation Systems to monitor contract compliance with the SLEB program (Elation Systems: http://www.elationsys.com/elationsys/index.htm).

BIDDER IS A CERTIFIED SLEB (sign at bottom of page)

SLEB BIDDER Business Name:      

SLEB Certification #:       SLEB Certification Expiration Date:      

NAICS Codes Included in Certification:      

BIDDER IS NOT A CERTIFIED SLEB AND WILL SUBCONTRACT       % WITH THE SLEB NAMED BELOW FOR THE FOLLOWING GOODS/SERVICES:      

SLEB BIDDER Business Name:      

SLEB Certification #:       SLEB Certification Expiration Date:      

SLEB Certification Status: Small / Emerging

NAICS Codes Included in Certification:      

SLEB Subcontractor Principal Name:      

SLEB Subcontractor Principal Signature: Date:      

Upon award, prime contractor and all SLEB subcontractors that receive contracts as a result of this bid process agree to register and use the secure web-based ELATION SYSTEMS. ELATION SYSTEMS will be used to submit SLEB subcontractor participation including, but not limited to, subcontractor contract amounts, payments made, and confirmation of payments received.

Bidder Signature: Date:      

Exhibit A – No. Page 10

Page 36: €¦  · Web viewRLF shall fulfill all responsibilities associated with the case assignment and must adhere to County’s policies, procedures and defense guidelines. RLF shall

CURRENT REFERENCES

RFP No. 901037 – Legal Defense Representation

Bidder Name:      

Company Name:       Contact Person:      Address:       Telephone Number:      City, State, Zip:       E-mail Address:      Services Provided / Date(s) of Service:      

Company Name:       Contact Person:      Address:       Telephone Number:      City, State, Zip:       E-mail Address:      Services Provided / Date(s) of Service:      

Company Name:       Contact Person:      Address:       Telephone Number:      City, State, Zip:       E-mail Address:      Services Provided / Date(s) of Service:      

Company Name:       Contact Person:      Address:       Telephone Number:      City, State, Zip:       E-mail Address:      Services Provided / Date(s) of Service:      

Company Name:       Contact Person:      Address:       Telephone Number:      City, State, Zip:       E-mail Address:      Services Provided / Date(s) of Service:      

Exhibit A – No. Page 11

Page 37: €¦  · Web viewRLF shall fulfill all responsibilities associated with the case assignment and must adhere to County’s policies, procedures and defense guidelines. RLF shall

FORMER REFERENCES

RFP No. 901037 – Legal Defense Representation

Bidder Name:      

Company Name:       Contact Person:      Address:       Telephone Number:      City, State, Zip:       E-mail Address:      Services Provided / Date(s) of Service:      

Company Name:       Contact Person:      Address:       Telephone Number:      City, State, Zip:       E-mail Address:      Services Provided / Date(s) of Service:      

Company Name:       Contact Person:      Address:       Telephone Number:      City, State, Zip:       E-mail Address:      Services Provided / Date(s) of Service:      

Company Name:       Contact Person:      Address:       Telephone Number:      City, State, Zip:       E-mail Address:      Services Provided / Date(s) of Service:      

Company Name:       Contact Person:      Address:       Telephone Number:      City, State, Zip:       E-mail Address:      Services Provided / Date(s) of Service:      

Exhibit A – No. Page 12

Page 38: €¦  · Web viewRLF shall fulfill all responsibilities associated with the case assignment and must adhere to County’s policies, procedures and defense guidelines. RLF shall

EXCEPTIONS, CLARIFICATIONS, AMENDMENTS

RFP No. 901037 – Legal Defense Representation

Bidder Name:      

List below requests for clarifications, exceptions and amendments, if any, to the RFP and associated Bid Documents, and submit with your bid response.

The County is under no obligation to accept any exceptions and such exceptions may be a basis for bid disqualification.

Reference to: DescriptionPage No. Section Item No.

p. 23D 1.c. Vendor takes exception to…

                       

                       

                       

                       

                       

                       

                       

                       

                       

                       

*Print additional pages as necessary

Exhibit A – No. Page 13

Page 39: €¦  · Web viewRLF shall fulfill all responsibilities associated with the case assignment and must adhere to County’s policies, procedures and defense guidelines. RLF shall

EXHIBIT BINSURANCE REQUIREMENTS

Insurance certificates are not required at the time of submission; however, by signing Exhibit A – Bid Packet, the bidder agrees to meet the minimum insurance requirements stated in the RFP, prior to award. This documentation must be provided to the County, prior to award, and shall include an insurance certificate and additional insured certificate, naming the County of Alameda, which meets the minimum insurance requirements, as stated in this Exhibit B – Insurance Requirements.

The following page contains the minimum insurance limits, required by the County of Alameda, to be held by the contractor performing on this RFP:

*** SEE NEXT PAGE FOR COUNTY OF ALAMEDA MINIMUM INSURANCE REQUIREMENTS ***

Exhibit B – RFP No. 901037Page 1

Page 40: €¦  · Web viewRLF shall fulfill all responsibilities associated with the case assignment and must adhere to County’s policies, procedures and defense guidelines. RLF shall

EXHIBIT BCOUNTY OF ALAMEDA MINIMUM INSURANCE REQUIREMENTS

Without limiting any other obligation or liability under this Agreement, the Contractor, at its sole cost and expense, shall secure and keep in force during the entire term of the Agreement or longer, as may be specified below, the following insurance coverage, limits and endorsements:

TYPE OF INSURANCE COVERAGES MINIMUM LIMITSA Commercial General Liability

Premises Liability; Products and Completed Operations; Contractual Liability; Personal Injury and Advertising Liability; Abuse, Molestation, Sexual Actions, and Assault and Battery

$1,000,000 per occurrence (CSL)Bodily Injury and Property Damage

B Commercial or Business Automobile LiabilityAll owned vehicles, hired or leased vehicles, non-owned, borrowed and permissive uses. Personal Automobile Liability is acceptable for individual contractors with no transportation or hauling related activities

$1,000,000 per occurrence (CSL)Any AutoBodily Injury and Property Damage

C Workers’ Compensation (WC) and Employers Liability (EL)Required for all contractors with employees

WC: Statutory LimitsEL: $100,000 per accident for bodily injury or disease

D Professional Liability/Errors & Omissions Includes endorsements of contractual liability and defense and indemnification of the County

$1,000,000 per occurrence$2,000,000 project aggregate

E Endorsements and Conditions : 1. ADDITIONAL INSURED: ALL INSURANCE REQUIRED ABOVE WITH THE EXCEPTION OF PROFESSIONAL LIABILITY, PERSONAL

AUTOMOBILE LIABILITY, WORKERS’ COMPENSATION AND EMPLOYERS LIABILITY, SHALL PROVIDE AN ADDITIONAL INSURANCE ENDORSEMENT PAGE THAT NAMES AS ADDITIONAL INSURED: COUNTY OF ALAMEDA, ITS BOARD OF SUPERVISORS, THE INDIVIDUAL MEMBERS THEREOF, AND ALL COUNTY OFFICERS, AGENTS, EMPLOYEES AND REPRESENTATIVES.

2. DURATION OF COVERAGE: All required insurance shall be maintained during the entire term of the Agreement with the following exception: Insurance policies and coverage(s) written on a claims-made basis shall be maintained during the entire term of the Agreement and until 3 years following termination and acceptance of all work provided under the Agreement, with the retroactive date of said insurance (as may be applicable) concurrent with the commencement of activities pursuant to this Agreement.

3. REDUCTION OR LIMIT OF OBLIGATION: All insurance policies shall be primary insurance to any insurance available to the Indemnified Parties and Additional Insured(s). Pursuant to the provisions of this Agreement, insurance affected or procured by the Contractor shall not reduce or limit Contractor’s contractual obligation to indemnify and defend the Indemnified Parties.

4. INSURER FINANCIAL RATING: Insurance shall be maintained through an insurer with a minimum A.M. Best Rating of A- or better, with deductible amounts acceptable to the County. Acceptance of Contractor’s insurance by County shall not relieve or decrease the liability of Contractor hereunder. Any deductible or self-insured retention amount or other similar obligation under the policies shall be the sole responsibility of the Contractor.

5. SUBCONTRACTORS: Contractor shall include all subcontractors as an insured (covered party) under its policies or shall maintain separate certificates and endorsements for each subcontractor. All coverages for subcontractors shall be subject to all of the requirements stated herein.

6. JOINT VENTURES: If Contractor is an association, partnership or other joint business venture, required insurance shall be provided by any one of the following methods:– Separate insurance policies issued for each individual entity, with each entity included as a “Named Insured (covered party), or at

minimum named as an “Additional Insured” on the other’s policies.– Joint insurance program with the association, partnership or other joint business venture included as a “Named Insured.

7. CANCELLATION OF INSURANCE: All required insurance shall be endorsed to provide thirty (30) days advance written notice to the County of cancellation.

8. CERTIFICATE OF INSURANCE: Before commencing operations under this Agreement, Contractor shall provide Certificate(s) of Insurance and applicable insurance endorsements, in form and satisfactory to County, evidencing that all required insurance coverage is in effect. The County reserves the rights to require the Contractor to provide complete, certified copies of all required insurance policies. The require certificate(s) and endorsements must be sent to:

- Department/Agency issuing the contract

Certificate C-2C Page 1 of 1 Form 2003-1 (Rev. 3/31/10)

Exhibit B – RFP No. 901037Page 2

Page 41: €¦  · Web viewRLF shall fulfill all responsibilities associated with the case assignment and must adhere to County’s policies, procedures and defense guidelines. RLF shall

EXHIBIT CVENDOR BID LIST

RFP No. 901037 – Legal Defense Representation

Below is the Vendor Bid List for this project consisting of vendors who have responded to RFI No. 901037, and/or been issued a copy of this RFP. This Vendor Bid List is being provided for informational purposes to assist bidders in making contact with other businesses as needed to develop local small and emerging business subcontracting relationships to meet the requirements of the Small Local Emerging Business (SLEB) Program: http://www.acgov.org/gsa/departments/purchasing/policy/slebpref.htm.

RFP No. 901037 - Legal Defense RepresentationBusiness Name Street Address City State Contact Name Phone Number Email

Andrada & Associates 180 Grand Avenue, Suite 925 Oakland CA Randy Andrada (510) 287-4163 [email protected] & Associates 180 Grand Avenue, Suite 925 Oakland CA Dana Colon (510) 287-4163 [email protected] & Associates Professional Corporation 180 Grand Avenue, Suite 225 Oakland CA Dana Colon 510-287-4175 [email protected] & Associates Professional Corporation 180 Grand Avenue, Suite 225 Oakland CA

Randall (Randy) Andrada 510-287-4163 [email protected]

Atkinson, Andelson, Lova, Ruud & Romo

5776 Stoneridge Mall Road The Atrium, Suite 200

Pleasanton CA Chet Quaide (925) 227-9200 [email protected]

Atkinson, Andelson, Lova, Ruud & Romo

5776 Stoneridge Mall Road The Atrium, Suite 200

Pleasanton CA Paul M. Loya (925) 227-9200 [email protected]

Bertrand, Fox & Elliot 2749 Hyde StreetSan Francsico CA Michael C. Wenzel (415) 353-0999 [email protected]

Bertrand, Fox & Elliot 2749 Hyde St.San Francisco CA Thomas F. Bertrand (415) 353-0999 [email protected]

Bertrand, Fox & Elliot 2750 Hyde St.San Francisco CA Michael C. Wenzel (415) 353-1000 [email protected]

Best Best & Krieger LLP PO Box 1028 Riverside CA Gene Tanaka (925) 977-3300 [email protected], Jensen & Garthe 555 12th Street, Suite 2050 Oakland CA Laura Williams (916) 492-8020 [email protected], Jensen & Garthe 555 12th Street, Suite 1800 Oakland CA Greg Rockwell (510) 834-4350 [email protected], Jensen & Garthe 555 12th Street, Suite 1800 Oakland CA Gregory J. Rockwell 510-834-4350 [email protected]

Borton Petrini, LLP 465 California Street, Suite 1020San Francisco CA G. Kelley Reid, Jr. 415-677-0730 [email protected].

Bryant & Brown Law Office 476 Third Street Oakland CA Meredith E. Brown (510) 836-7563 [email protected] & Brown Law Office 476 Third Street Oakland CA Meredith E. Brown 510-836-7563 [email protected], Williams & Sorensen, LLP 444 South Flower Street

Los Angeles CA April Van Wye 213-236-0600 [email protected]

Burton Employment Law 1939 Harrison Street, Suite 924 Oakland CA Ale Eboreime (510) [email protected]

Burton Employment Law 1939 Harrison St. Suite 924 Oakland CA Jocelyn Burton 510-318-6316 [email protected]

Burton Employment Law 1940 Harrison St. Suite 924 Oakland CA Ale Eboreime [email protected]

BUTY & CURLIANO LLP 555 12TH STREET #1280 Oakland CA MADELINE L. BUTY 510-267-3000 [email protected] Collins Muir + Stewart LLP 750 The City Drive, Suite 400 Orange CA Michael L. Wroniak 714-823-4100 [email protected]

Cooper & Scully, PC 100 California Street, Suite 850San Francisco CA Komal Chokshi 415-956-9700 [email protected]

Cota Cole LLP 2261 Lava Ridge Court Roseville CA Derek Cole 916-780-9009 [email protected] Duncan & Cole 2261 Lava Ridge Court Roseville CA Derek Cole (916) 780-9009 [email protected] & Trachuk 1999 Harrison Street, Suite 700 Oakland CA Tom Trachuk (510) 874-4113 [email protected] & Trachuk 1999 Harrison Street, Suite 700 Oakland CA Tom Trachuk (510) 874-4113 [email protected] Dang & Trachuk 1999 Harrison Street, Suite 700 Oakland CA Tom Trachuk (510) 874-4113 [email protected]

Dannis Woliver Kelley 71 Stevenson Street, 19th FloorSan Francisco CA Amy Levine 415-543-4111 [email protected]

Desouza Law Offices 2397 Shattuck Ave., Suite 202 Berkeley CA Jacqueline deSouza (510) 649-3420 [email protected]

Exhibit C – RFP No. 901037Page 1

Page 42: €¦  · Web viewRLF shall fulfill all responsibilities associated with the case assignment and must adhere to County’s policies, procedures and defense guidelines. RLF shall

RFP No. 901037 - Legal Defense RepresentationBusiness Name Street Address City State Contact Name Phone Number Email

Dimalanta Clark LLP 3260 Blume Drive, Suite 441Richmond CA J. Erick Dimalanta 510-222-7700 [email protected]

Edrington, Schirmer & Murphy LLP

2300 Contra Costa Blvd. Suite 450

Pleasant Hill CA Timothy P. Murphy (925) 827-3300 [email protected]

Erickson, Beasley, Hewitt & Wilson, LLP 483 Ninth Street, Suite 200 Oakland CA Todd Boley (510) 839-3448 [email protected]

Fisher & Phillips LLPOne Embarcadero Center, Suite 2050

San Francisco CA Timothy J. Murphy (415) 490-9011 [email protected]

Fitzgerald Abbott & Beardsley LLP 1221 Broadway - 21st Floor Oakland CA Paul Kotapish 510-419-2219 [email protected] Fitzgerald Abbott & Beardsley LLP 1221 Broadway, 21st Floor Oakland CA Paul Kotapish 510.451.3300 [email protected]

Foley & Lardner LLP 555 California Street, Suite 1700San Francisco CA Gregory W. McClune (415) 434-4484 [email protected]

Foley & Lardner LLP 555 California StreetSan Francisco CA Gregory W. McClune 415-984-9836 [email protected]

Foster & Associates 610 16th Street, Suite 310 Oakland CA Michael W. Foster (510) 763-1900 [email protected] & Associates 610 16th Street, Suite 310 Oakland CA Terri Smith (510) 763-1900 [email protected] Employment Law 3000 Lakeshore Avenue Oakland CA Michael W. Foster (510) 763-1900 [email protected] Kelly Crowley & Jennett 44 Montgomery St, Suite 2080

San Francisco CA Paul Bigley 415-627-9000 [email protected]

Gilbert Kelly Crowley & Jennett 44 Montgomery St, Suite 2080

San Francisco CA Kevin Barrett 415-352-6415 [email protected]

Gilbert Kelly Crowley & Jennett LLP

44 Montgomery Street, Suite 2080

San Francisco CA Paul A. Bigley 415-352-6409 [email protected]

Goddard Law Offices 483 ninth St, Suite 200 Oakland CA Wendell H. Goddard 510-625-7777 [email protected], Altura, Thompson & Abern, LLP 1939 Harrison Street, Suite 800 Oakland CA Clyde Thompson (510) 550-8557 [email protected], Thompson & Abern, LLP 1939 Harrison Street, Suite 800 Oakland CA Clyde A. Thompson 510-763-2324 [email protected] Bridgett Marcus Vlahos & Rudy, LLP 425 Market Street, 26th Flr

San Francsico CA Michelle Klopp (415) 995-5075 [email protected]

Jarvis Fay Deporto and Gibson, LLP 492 Ninth Street, Ste 310 Oakland CA Rick Jarvis 510-238-1400 [email protected]

Jones Day 555 California Street, 26th FlSan Francsico CA John A. Vogt 949-553-7516 [email protected]

Knox Rickson LLP 1300 Clay St, Ste 500 Oakland CA R. Patrick Snook 510-285-2100 [email protected]

Komal Chokshi, Esq. 100 California Street, Suite 850San Francisco CA Komal Chokshi 415-956-9700 [email protected]

Kramer, deBoer, Endelicato & Keane, LLP 425 Market Street, Suite 2200

San Francisco CA Jeffrey S. Kramer (415) 933-7855 [email protected]

Lafayette & Kumagai LLP 100 Spear Street, Suite 600San Francisco CA Susan Kumagai 415-357-4600 [email protected]

Lafayette & Kumagai, LLP 100 Spear St., Ste 600San Francisco CA Susan Kumagai 415-357-4600 [email protected]

Laughlin, Falbo, Levy & Moresi 555 12th Street, Suite 1900 Oakland CA Abel Acosta (510) 628-0496 [email protected] OFFICE OF LINDA L. DAUBE 438 First Street, 4th Floor

Santa Rosa CA Linda Daube 707-578-9530 [email protected]

Law Offices of Arkady Itkin 335 Powell StreetSan Francisco CA Arkady Itkin (415) 640-6745 [email protected]

Liebert Cassidy Whitmore 6033 West Century Blvd.Los Angeles CA Cynthia Orosco 310-981-2057 [email protected]

Lombardi, Loper & Conant, LLP 1999 Harrison Street #2600 Oakland CA Ralph A. Lombardi (510) 433-2600 [email protected]

Low Ball and Lynch 505 Montgomery Street, 7th floorSan Francisco CA Mark Hazelwood 415-981-6630 [email protected]

Meyers Nave 555 12th Street, Ste 1500 Oakland CA Kim E. Colwell 510-808-2000 [email protected]

Meyers Nave 575 Market Street, Suite 2600San Francisco CA Shannon Daggett 415-421-3711 [email protected]

Morrison & Foerster LLP 425 Market StreetSan Francisco CA Debora Telleria 415 268 7882 [email protected]

Morton and Lulofs 180 Grand Ave., Suite 1500 Oakland CA Randy Morton 510-444-5521 [email protected], Deakins, Nash, Smoak & Stewart, P.C.

One Market Plaza, Steuart Tower, Suite 1300

San Francisco CA

Charles L. Thompson IV (415) 536-3430

[email protected]

Ogletree, Deakins, Nash, Smoak & Stewart, P.C.

One Market Plaza, Steuart Tower, Suite 1300

San Francisco CA Danielle Ochs (415) 536-3429

[email protected]

Exhibit C – RFP No. 901037Page 2

Page 43: €¦  · Web viewRLF shall fulfill all responsibilities associated with the case assignment and must adhere to County’s policies, procedures and defense guidelines. RLF shall

RFP No. 901037 - Legal Defense RepresentationBusiness Name Street Address City State Contact Name Phone Number Email

Ogletree, Deakins, Nash, Smoak & Stewart, P.C. Steuart Tower, Suite 1300

San Francisco CA

Danielle Ochs-Tillotson 415-536-3429 [email protected]

Ogletree, Deakins, Nash, Smoak & Stewart, P.C. Steuart Tower, Suite 1301

San Francisco CA Charles Thompson 415-536-3430 [email protected]

Patton Wolan Carlise LLP 1919 Harrison St, Suite 1350 Oakland CA Steve Wolan (510) 987-7500 [email protected] Wolan Carlise LLP 1919 Harrison St, Suite 1350 Oakland CA Michelle Carlucci (510) 987-7500 [email protected], Wolan, Carlise LLP 1999 Harrison, Suite 1350 Oakland CA Andrea Carlise 510-588-7526 [email protected]

Pillsbury & Levinson, LLP600 Montgomery Street, 31st Floor

San Francisco CA Philip L. Pillsbury Jr. 415-433-8000 [email protected]

Rankin, Sproat, Mires, Beaty & Reynolds 1970 Broadway, Suite 1150 Oakland CA Kevin R. Mintz (510) 465-3922 [email protected], Rankin, Sproat, Mires, Beaty & Reynolds 1970 Broadway, Suite 1150 Oakland CA Kevin R. Mintz, Esq 510-465-3922 [email protected] Rankin, Sproat, Mires, Beaty & Reynolds 1970 Broadway, Suite 1150 Oakland CA David T. Shuey, Esq 510-465-3922 [email protected] Sloan Holtzman Sakai LLP 350 Sansome St., Suite 300

San Francisco CA

Ernestine Tayabas-Kim 415-678-3800 [email protected]

Sack Rosendin, LLP One Kaiser Plaza-Suite 340 Oakland CA Dana Sack (510) 286-2200 [email protected] Rosendin, LLP One Kaiser Plaza-Suite 340 Oakland CA Joanne Rosendin (510) 286-2200 [email protected], Jacobsmeyer, Crain, Claffey & Nix LLP 475 14th Street, Suite 230 Oakland CA Kevin L. Shaw (510) 645-7172 [email protected]

Simas & Associates3835 North Freeway Blvd, Ste 228

Sacramento CA Steven L. Simas 916-789-9800 [email protected]

Simas & Associates 11573 Los Osos Valley Rd, Ste BSan Luis Obispo CA Steven L. Simas 805-547-9300 [email protected]

The Law Offices of Jonathan Van Ee 7172 Regional Street No. 342 Dublin CA Jonathan Van Ee 650 799 7562 [email protected] Narayan Law Firm 24301 Southland Drive, Suite 613 Hayward CA Sandy Narayan 510-839-5350 [email protected] Narayan Law Firm 24301 Southland Drive, Suite 613 Oakland CA Emanuela Peccorini (650) 403-0150 [email protected] Narayan Law Firm 24301 Southland Drive, Suite 613 Oakland CA Sandy Narayan 510-839-5350 [email protected]

The Narayan Law Firm 24301 Southland Drive, Suite 613 Hayward CASadhana (Sandy) Narayan (510) 839-5350 [email protected]

The Plaza Law Group 11040 Santa Monica BlvdLos Angeles CA

Eva Plaza 310.478.6611 [email protected]

Valencia & Wilberding 7677 Oakport Street, Ste #520 Oakland CAThomas A. Wilberding (510) 613-8370 [email protected]

Wactor & Wick LLP 180 Grand Ave., Suite 950 Oakland CA Jon K. Wactor (510) 465-5750 [email protected] & Wick LLP 180 Grand Avenue, Suite 950 Oakland CA Jon K. Wactor (510) 465-5750 [email protected], Hamilton & Koenig LLP 50 Francisco Street, Suite 460

San Francisco CA

Serena L. Broussard (415) 986-3339 [email protected]

Walsworth Franklin Bevins & McCall, LLP One City Boulevard West Orange CA Jeffrey Sabini 714.634.2522 [email protected], Hanawalt & Brock 918 Parker Street, 2nd Flr Berkeley CA Jon H. York (510) 841-1171 [email protected]

Exhibit C – RFP No. 901037Page 3