The proposal response must include a full description of similar services that the Offeror has performed.

Similar documents
RFP SB09-PO1617 Taos Guided Tours with Licensed Transportation Page 1

New Mexico Bidder s Number

TAOS COUNTY HOUSING AUTHORITY

REQUEST FOR PROPOSALS. LEASE OF REAL PROPERTY 4.8 acres with utiliities 2301 E. Gilmore Road PROPOSAL GIL Proposal Due Date & Time

INVITATION TO BID (ITB) Road Materials Crushed Caliche Roosevelt County Road Department. ITB No Released: Feb. 25, 2018

INVITATION TO BID. PO Box N. Main Street Clovis, NM

TOWN OF TAOS PURCHASING OFFICE 400 CAMINO DE LA PLACITA TAOS, NEW MEXICO 87571

Design and Delivery of Playground Equipment and Parts for repair and/or replacement

Central Consolidated School District

REQUEST FOR PROPOSAL Asbestos Inspection, Project Design and Monitoring

City of Bowie Private Property Exterior Home Repair Services

REQUEST FOR PROPOSALS FOR MARKETING & PUBLIC OUTREACH PROFESSIONAL SERVICES. As Requested by

KANSAS PUBLIC EMPLOYEES RETIREMENT SYSTEM REQUEST FOR PROPOSALS

Invitation to Bid: MM-SM Playground Safety Audits

VILLAGE OF SCARSDALE, NEW YORK REQUEST FOR PROPOSALS PROFESSIONAL AUDITING SERVICES. February 3, 2017

HOBBS MUNICIPAL SCHOOLS P.O. Box 1030 Hobbs, New Mexico REQUEST FOR PROPOSAL

REQUEST FOR QUALIFICATIONS NATURAL RESOURCES, TECHNICAL AND/OR ENGINEERING SERVICES FOR MINING PERMIT APPLICATIONS RFQ#

SEALED BID. September 29, 2017

NORTH CENTRAL SOLID WASTE AUTHORITY REQUEST FOR PROPOSAL (RFP) FOR LIMITED LEGAL SERVICES RFP # INSTRUCTION TO OFFERORS

EUSTACE INDEPENDENT SCHOOL DISTRICT REQUEST FOR QUALIFICATIONS TOTAL CAMPUS ENERGY OPTIMIZATION SERVICES

2018 Recreation Center Dectron Unit - R22 Refrigerant

RFP # FACILITIES MANAGEMENT SERVICES

THE PROVISION OF CRACK SEAL MATERIAL 2017/2018 NOTICE TO BIDDERS. This entire Bid Package, which includes the following:

Oppenheimer Upper Equestrian Pavilion -- MAJ 16-MJ0067 California Polytechnic State University San Luis Obispo, CA 93407

City of Albany REQUEST FOR PROPOSALS FOR THE PROVISION OF FOOD CONCESSION SERVICES IN CITY HALL. RFP Number December 4, 2013

The Minnesota Workers Compensation Assigned Risk Plan (MWCARP) Actuarial Services Request For Proposals

REQUEST FOR PROPOSAL RFP #14-03

City of Albany, New York

2017 HUD Sidewalk and ADA Ramp Project, Phase II start construction 09/2017 and be completed by 12/2017.

The Minnesota Workers Compensation Assigned Risk Plan (MWCARP) Legal Defense Services Request For Proposals

HADDON TOWNSHIP BOARD OF EDUCATION 500 RHOADS AVENUE WESTMONT, NJ REQUEST FOR PROPOSAL

INVITATION TO BID (ITB)

CAMERON INDEPENDENT SCHOOL DISTRICT REQUEST FOR QUALIFICATIONS ENERGY SAVING PERFORMANCE CONTRACT TOTAL CAMPUS ENERGY OPTIMIZATION SERVICES

December 12, To Whom It May Concern: Enclosed please find our Request for Professional Services.

Patchogue Road Culvert Crossing IFB ADDENDUM #1 07/13/2015. Addendum #1 addresses the questions submitted by contractors.

City of Coolidge 130 W. Central Avenue Coolidge, Arizona (520) TDD: (520) / Fax: (520)

PARTNERS PROJECT IDENTIFICATION PROJECT IDENTIFICATION

TOWN OF BARNSTABLE INVITATION FOR BID. Barnstable School Department Hyannis, MA. Refuse Collection and Disposal and Recycling

TRANSLATION SERVICES DEPARTMENT

State College Area School District 131 West Nittany Avenue State College, PA REQUEST FOR PROPOSAL RFP #2010/11-01

REQUEST FOR PROPOSALS (RFP) No. LHFC_RT2017_0818_3 BUILDING DEMOLITION SERVICES REQUEST FOR PROPOSALS FOR DEMOLITION SERVICES

CITY OF SUGAR HILL Request for Proposals Event Audio Services

BROWNSVILLE NAVIGATION DISTRICT OF CAMERON COUNTY, TEXAS PORT OF BROWNSVILLE. Specifications for Bid WD Motor Grader 2018 Boom Mower (Shredder)

ROCKY HILL PUBLIC SCHOOLS REQUEST FOR PROPOSALS FOR AUDITING SERVICES. June 30, 2018

EL PASO COUNTY COMMUNITY COLLEGE DISTRICT POST OFFICE BOX EL PASO, TEXAS GENERAL CONDITIONS OF CONTRACT

COUNTY OF COLE JEFFERSON CITY, MISSOURI

BROWNSVILLE NAVIGATION DISTRICT OF CAMERON COUNTY, TEXAS PORT OF BROWNSVILLE. Specifications for Bid. Crushed Limestone

ARTICLES AND DESCRIPTION. specified) from the day set for submission of bids. When no bid is returned, the vendor is removed from our vendor list.

Request for Bid/Proposal

TOWN OF MANCHESTER REQUEST FOR PROPOSAL RFP NO. 15/16-32 FOR RISK MANAGEMENT CONSULTANT SERVICES PROPOSALS DUE: NOVEMBER 13, 4:00 P.M.

BAYONNE BOARD OF EDUCATION. Insurance Brokerage Services: Property and Casualty and Workmen s Compensation

CITY OF FARMINGTON 800 MUNICIPAL DRIVE FARMINGTON, NEW MEXICO Credit Repair and Financial Literacy Classes RFQ #

TOWN OF MANCHESTER, CONNECTICUT PENSION BOARD REQUEST FOR PROPOSAL #15/16-73

SEALED BID. February 19, 2018

PUBLIC NOTICE NOTICE OF REQUEST FOR BIDS CITY OF HIGHWOOD, ILLINOIS ROADWAY SNOW REMOVAL AND SALT APPLICATION

CITY OF BARTLESVILLE. Notice to Bidders. AUDIT SERVICE CONTRACT Request for Proposal (RFP)

INVITATION TO BID COMMERCIAL FLOORING CONTRACTORS

NAVARRO INDEPENDENT SCHOOL DISTRICT 6450 N. State Hwy 123 Seguin, TX (830)

GUILFORD COUNTY SCHOOLS Invitation for Bids

REQUEST FOR PROPOSALS

Request for Qualifications Number 1470 General Construction Services

Request For Proposal (RFP) for

NOTICE TO BIDDERS CUSTODIAL SUPPLIES

Request for Proposal for Natural Gas Supply

RETAIL ELECTRIC GENERATION SUPPLY SERVICE

Charlotte-Mecklenburg Schools. Request for Qualifications

FOR QUALIFICATIONS FOR THE PROVISION OF PROFESSIONAL SERVICES FOR CALENDAR YEAR 2019 ISSUE DATE: 9, 2018 DUE DATE:

REQUEST FOR PROPOSALS

Champaign Park District: Request for Bids for Playground Surfacing Mulch

Proposal of Offerors Form must be completed in full and returned with the Proposal Offer.

RFP # SPECIAL MAGISTRATE SERVICES FOR CODE ENFORCEMENT CASES

CORAL GABLES RETIREMENT SYSTEM REQUEST FOR PROPOSAL FOR INDEPENDENT AUDIT SERVICES

RFP-FD Replacement Mid-Mount Tower Ladder. Required Submittals

REQUEST FOR PROPOSAL (RFP) ENERGY SAVINGS PERFORMANCE CONTRACTING PROJECT INSTRUCTIONS TO BIDDERS

CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL CEMETERY SIGNAGE. September 2, 2015 at 2:00 p.m.

Austin Independent School District Contract and Procurement Services 1111 West 6th Street Suite A330 Austin, Texas

CITY OF GAINESVILLE REQUEST FOR PROPOSAL

CITY OF GAINESVILLE INVITATION TO BID

Housing Development Corporation of Rock Hill. Request for Proposal. CONSTRUCTION OF THREE NEW HOMES Cottages at Southend

Town of Manchester, Connecticut General Services Department

OFFICE OF THE SUMMIT COUNTY SHERIFF

REQUEST FOR PROPOSALS FOR THE REPLACEMENT OF TRUCK SCALE. for the DUTCHESS COUNTY RESOURCE RECOVERY AGENCY POUGHKEEPSIE, NEW YORK

ATTORNEY-CLIENT MEMORANDUM FOR POTENTIAL ENGAGEMENT OF COUNSEL

Lisa Alderson, Contracts and Procurement Supervisor

REQUEST FOR PROPOSALS. RFP Number: MM-KV. Enterprise Cabling Contractor On Demand

Montgomery Housing Authority 525 South Lawrence Street Montgomery, Alabama 36104

NOTICE TO BIDDERS SOLICITATION IFB #: SA-1815 SANITARY SEWER MAIN LINING (CIPP)

construction plans must be approved for construction by the City PBZ department.

CAMDEN COUNTY EDUCATIONAL SERVICES COMMISSION 225 White Horse Avenue Clementon, New Jersey 08021

REQUEST FOR PROPOSALS CITY OF CONROE PD DISTRIBUTED ANTENNA SYSTEM (DAS) SERVICE FOR CELLULAR ENHANCEMENT

Columbia Public Schools Columbia, Missouri

REQUEST FOR PROPOSALS FINANCIAL STATEMENT AUDIT SERVICES. Cumberland Mountain Community Services Board RFP#: AUDIT Issue Date April 23, 2018

REQUEST FOR PROPOSAL FOR AUDIT SERVICES CITY OF STILLWATER, OK. March 2018

MELBA SCHOOL DISTRICT

SILVER FALLS SCHOOL DISTRICT 4J REQUEST FOR PROPOSALS REAL ESTATE SALES SERVICES

COUNTY OF SONOMA PUBLIC SAFETY REALIGNMENT CONSULTANT SERVICES REQUEST FOR QUALIFICATIONS (RFQ)

REQUEST FOR PROPOSALS CITY OF CONROE OSCAR JOHNSON, JR. COMMUNITY CENTER FEASIBILITY STUDY

REQUEST FOR PROPOSALS FOR PROFESSIONAL ON-CALL SURVEYING SERVICES. As Requested by THE SOUTHERN SANDOVAL COUNTY ARROYO FLOOD CONTROL AUTHORITY

BID FORM (Lump Sum or Unit Price)

SOUTH COLONIE CENTRAL SCHOOL DISTRICT BOARD OF EDUCATION

Transcription:

Town of Taos Request for Proposal (RFP) LEGAL SERVICES INDIGENT DEFENDANTS November 10, 2016 SB05-PO1617 The TOWN OF TAOS (Legal Department) is soliciting proposals for professional services consisting of providing legal defense services to indigent defendants charged with misdemeanor offenses in Taos Municipal Court. Cases are assigned by the Municipal Court Judge when he determines that a defendant is indigent and entitled to legal defense services. The number of cases assigned varies but averages about 30-50 cases per year. Time expended on a case also varies but averages about 4 hours per case. Services include discovery, settlement efforts, and trial. The successful Offeror must be willing to accept all cases assigned by Municipal Judge or Town Attorney and be able to accept cases beginning on or about December 23, 2016. Proposals must be no longer that 8 typed 8.5 x 11 pages, not including any of the required forms or Resident Business or Resident Veteran Business Preference certificates, if applicable. The Offeror must be licensed to practice law in New Mexico and be in good standing. At least 1 year experience in the practice of criminal law or the equivalent is required. Within your proposal, please submit your resume, a copy of your Bar Card, names and contact information of two professional references, your qualifications, legal experience and a short summary detailing why you feel you would be the best candidate to fulfill the Town of Taos requirements. Please also submit proposed hourly rate and flat fee per case rate. The successful Offeror will be required to enter into a Professional Services Agreement with the Town of Taos. The proposal response must include a full description of similar services that the Offeror has performed. The Offeror must be a responsible Offeror that is both ethically and financially in good standing, as determined by the Town. If the Offeror s office has had a contract terminated for default during the past three (3) years, this fact shall be disclosed in the RFP response along with the Offeror s position on the matter(s). If the Offeror has experienced no such terminations for default in the past three years, then it should so indicate. Please include the following information in you submittal: Company name & local business address (Include any regional offices and/or headquarters.) Year established (Include former names and year established, if applicable) Project manager who will be working the project for the company; and Fee/Cost Proposal The cost proposal must include the company name, date and signature of an officer authorized to contract for the work. Price shall be determined by formal negotiations related to scope of work following selection of the most qualified Offeror (NMSA 13-1-112.B). RFP #: SB05-PO1617 LEGAL SERVICES INDIGENT DEFENDANTS: 10/20/2016 Page 1

The detailed fee proposal will be the basis for final contract negotiations with the selected Offeror. Any cost incurred by the Offeror in preparation, transmittal, presentation of any proposal or material submitted in response to this RFP shall be borne solely by the Offeror. A public log will be kept of the names of all Offerors that submit proposals. Pursuant to Section 13-1-116 NMSA 1978, the contents of any proposal shall not be disclosed to competing Offerors prior to contract award. The Procurement Officer will review proposals for completeness and compliance with requirements. If any proposal submitted is deemed non-responsive, the Procurement Officer will notify the submitter in writing of such determination and the method of protesting that determination. The Procurement Officer reserves the right to amend and/or cancel this request for proposals prior to the time and date of the proposal submission deadline, and the right to reject all offers submitted. The Procurement Officer reserves the right to waive any minor or technical irregularities in any proposal that do not alter the price, quality or quantity of services, systems or items of tangible personal property being offered and the right to reject any proposal mistakenly awarded as a result of clerical, arithmetical, or other error on the part of the Town of Taos. The Procurement Officer reserves the right to correct any bid/proposal awarded erroneously as a result of a clerical error on the part of the Town of Taos. The Procurement Code, Sections 13-1-28 through 13-1-199 NMSA 1978, imposes civil and misdemeanor criminal penalties for its violation. In addition, the New Mexico criminal statutes impose felony penalties for bribes, gratuities and kick-backs. Scope of Procurement The Town of Taos intends to enter into an initial six-month contract with the successful Offeror for the procurement of the services contemplated by this Request for Proposals. Any such contract will be subject to approval by the Town Manager and/or Mayor depending on proposed amount, availability of funds, and other terms and conditions. The parties may renew the initial contract on an annual basis for a maximum of three (3) additional years or any portion thereof for the purpose of continuity of contractual services. In no case will the contract, including all renewals, exceed a total of four (4) years months in duration. Subsequent contracts for the same services will be subject a new RFP process and to Mayor and/or Management approval as called for by law and Town ordinances and policies Proposal Evaluation 1. Proposals will be evaluated and scored according to the following evaluation criteria. Proposals that significantly deviate from the Town s requirements may be found non-responsive without further evaluation. RFP #: SB05-PO1617 LEGAL SERVICES INDIGENT DEFENDANTS: 10/20/2016 Page 2

Evaluation Criteria Points (Weight Factor) Experience and References 30 points Capacity and capability 30 points Evidence of understanding of scope of work and existing conditions 10 points Past record of performance on contracts with government agencies and/or private industry with respect to such factors as control of costs, quality of work, and ability to meet schedules 30 points Resident Business Preference (5 points) or Resident Veteran Business Preference (5, 7, 8 or 10 points) TOTAL POSSIBLE POINTS Up to 10 points 110 points Each Response submitted in response to this RFP shall focus on the above criteria. The Evaluation Committee also may consider past performance of the Offeror on other contracts with the Town or other entities. Responses will be evaluated equally and fairly; no preference will be given to any Offeror based solely on previous experience with the Town or to an incumbent thereof. The Town reserves the right to make additional inquiries and may request the submission of additional information Resident Business Preference New Mexico companies or contractors who wish to obtain a five percent bidding advantage on all contracts are required to obtain a valid resident business certificate or resident contractor certificate issued by the State Taxation and Revenue Department. The application for preference may be downloaded at the following website: http://tax.newmexico.gov/businesses/in-state-veteran-preference-certification.aspx Five (5) percent (%) of the total possible points may be awarded to an Offeror who qualifies as a Resident business. These points are added to the total points received for the Evaluation Criteria. Offeror must attach a copy of your preference certificate if applicable. Resident Veteran Business Preference For the Offeror to receive a Resident Veteran Business Preference, the business shall complete, sign, and include a valid Resident Veteran Business Preference certificate issued by the New Mexico Taxation & Revenue Department. The application for preference may be downloaded at the following website: http://tax.newmexico.gov/businesses/in-state-veteran-preference-certification.aspx Offerors seeking a Resident Veteran Business Preference will be evaluated as follows: Resident Veteran Businesses with annual revenues of $1M or less are to receive a 10% preference on their proposals. RFP #: SB05-PO1617 LEGAL SERVICES INDIGENT DEFENDANTS: 10/20/2016 Page 3

Resident Veteran Businesses with annual revenues of more than $1M but less than $5M are to receive an 8% preference on their proposals. Resident Veteran Businesses with annual revenues of more than $5M are to receive 7% preference on their proposals. The 7%, 8% or 10% as indicated above will be added to the total points received for the Evaluation Criteria. The Resident Veteran Business Preference is separate from the Resident Business Preference and is not cumulative with that preference. However, Resident Veteran Businesses can still receive the resident business Preference once the Resident Veteran Business Preference cap is exceeded. Offeror must attach a copy of your Veterans Preference Certificate and Certification, If applicable. No contractor shall be treated as a resident contractor in the awarding of public works contracts by the Owner unless the contractor has qualified with the New Mexico Department of Taxation & Revenue as a resident contractor pursuant to this section by making application and receiving from them a certification number. It shall be the sole responsibility of the bidders requesting consideration for Resident Bidders Preference or Veterans Preference to apply for Certification; and to receive approval and a certification number, which must be included in the Proposal prior to bid opening deadline date and time. General Submittal Requirements: Please submit one (1) original and three (3) copies of your proposal in a sealed envelope addressed to: Response to Legal Services Indigent Defendants, Attention Sharon Voigt, Procurement Officer, Finance Department, Town of Taos, 400 Camino de la Placita - Room 202, Taos, New Mexico 87571. Proposals must be received before 2:00pm, Tuesday, December 6, 2016. Sharon Voigt Procurement Officer Town of Taos 575.751.2025 svoigt@taosgov.com RFP #: SB05-PO1617 LEGAL SERVICES INDIGENT DEFENDANTS: 10/20/2016 Page 4

FORMS INCLUDED IN THIS SOLICITATION DOCUMENT: (1) Response Form (2) Campaign Disclosure Form (3) Cost Form (to be provided by Offeror) (4) Resident Business Preference Certificate, if applicable (5) Resident Veteran Business Preference Certificate, if applicable Failure to complete and submit these forms with your Response may result in it being deemed non-responsive and rejected without further evaluation *Download solicitations, addenda and forms at http://www.taosgov.com/finance/solicitation.php RFP #: SB05-PO1617 LEGAL SERVICES INDIGENT DEFENDANTS: 10/20/2016 Page 5

RESPONSE FORM Failure to complete this form shall result in your Response being deemed Non-responsive and rejected without further evaluation. TO: Town of Taos: The Undersigned hereby offers and agrees to furnish the goods and/or services in compliance with all terms, scope of work, conditions, specifications, and addenda in the Request for Proposal Request for Proposal. ADDENDA: The undersigned has read, understands and is fully cognizant of the Information to Offerors, Offer and Form of Contract, all Exhibits thereto, together with any written addendum issued in connection with any of the above. The undersigned hereby acknowledges receipt of the following addendum(s):,,, (write none if none). In addition, the undersigned has completely and appropriately filled out all required forms. OBLIGATION: The undersigned, by submission of this Offer, hereby agrees to be obligated, if selected as the Contractor, to provide the stated goods and/or services to the Town, for the term as stated herein, and to enter into a Contract with the Town, in accordance with the Conditions, Scope and Terms, as well as the Form of Contract, together with any written addendum as specified above. COMPLIANCE: The undersigned hereby accepts all administrative requirements of the RFP and will be in compliance with such requirements. By submitting this Response Form, the Offeror represents that: 1) the Offeror is in compliance with any applicable ethics or anti-kickback provisions of the Town s Procurement Ordinance, and 2) if awarded a contract to operate the Concession or provide the Services required in the RFP, the Offeror will comply with the ethics and anti-kickback provisions of the Procurement Ordinance. NONCOLLUSION: The undersigned, by submission of this Response Form, hereby declares that this Response is made without collusion with any other business making any other Response, or which otherwise would make a Response. PERFORMANCE GUARANTEE: The undersigned further agrees that if awarded the Agreement, it will submit to the Town any required performance guarantee (i.e. performance and payment bond). SUBMITTAL REQUIREMENTS: The undersigned certifies it has attached a complete response to each of the submittal requirements listed in the Evaluation Criteria and Submittal Requirements section of this RFP. RFP #: SB05-PO1617 LEGAL SERVICES INDIGENT DEFENDANTS: 10/20/2016 Page 6

No Response shall be accepted which has not been manually signed in ink in the appropriate space below: I certify, under penalty of perjury, that I have the legal authorization to bind the firm hereunder: For clarification of this offer, contact: Company Name Address City State Zip Signature of Person Authorized to Sign Name: Title: Phone: Fax: Email: Printed Name Title Federal Tax ID Acknowledged before me by (name) as (title) of (company) this (day) of, 200. Notary Signature: My Commission Expires: Affix Seal RFP #: SB05-PO1617 LEGAL SERVICES INDIGENT DEFENDANTS: 10/20/2016 Page 7

Attachment 1 CAMPAIGN CONTRIBUTION DISCLOSURE FORM Pursuant to Chapter 81, Laws of 2006, any prospective contractor seeking to enter into a contract with any state agency or local public body must file this form with the state agency or local public body. The prospective contractor must disclose whether they, a family member or a representative of the prospective contractor has made a campaign contribution to an applicable public official of the state or a local public body during the two years prior to the date on which the contractor submits a proposal or, in the case of a sole source or small purchase contract, the two years prior to the date the contractor signs the contract, if the aggregate total of contributions given by the prospective contractor, a family member or representative of the prospective contractor to the public official exceeds two hundred and fifty dollars ($250) over the two year period. THIS FORM MUST BE FILED BY AND PROSPECTIVE CONTRACTOR WHETHER OR NOT THEY, THEIR FAMILY MEMBER, OR THEIR REPRESENTATIVE HAD MADE ANY CONTRIBUTIONS SUBJECT TO DISCLOSURE. The following definitions apply: Applicable public official means a person elected to an office or a person appointed to complete a term of an elected office, who has the authority to award or influence the award of the contract for which the prospective contractor is submitting a competitive sealed proposal or who has the authority to negotiate a sole source or small purchase contract that may be awarded without submission of a sealed competitive proposal. Campaign contribution means a gift, subscription, loan, advance or deposit of money or other thing of value, including the estimated value of an in-kind contribution, that is made to or received by an applicable public official or any person authorized to raise, collect or expend contributions on that official s behalf for the purpose of electing the official to either statewide or local office. Campaign Contribution includes the payment of a debt incurred in an election campaign, but does not include the value of services provided without compensation or un-reimbursed travel or other personal expenses of individuals who volunteer a portion or all of their time on behalf of a candidate or political committee, nor does it include the administrative or solicitation expenses of a political committee that are paid by an organization that sponsors the committee. Contract means any agreement for the procurement of items of tangible personal property, services, professional services or construction Family member means spouse, father, mother, child, father-in-law, mother-in-law, daughter-inlaw or son-in-law. Pendency of the procurement process means the time period commencing with the public notice of the request for proposals and ending with the award of the contract or the cancellation of the request for proposals. Person means any corporation, partnership, individual, joint venture, association or any other private legal entity. Prospective contractor means a person who is subject to the competitive sealed proposal process set forth in the Procurement Code or is not required to submit a competitive sealed proposal because that person qualifies for a sole source or a small purchase contract. RFP #: SB05-PO1617 LEGAL SERVICES INDIGENT DEFENDANTS: 10/20/2016 Page 8

Representative of a prospective contractor means an officer or director of a corporation, a member or manager of a limited liability corporation, a partner of a partnership or a trustee of a trust of the prospective contractor. DISCLOSURE OF CONTRIBUTIONS applies to contributions made to the following Public Officials: DANIEL R. BARRONE, MAYOR COUNCIL MEMBERS: JUDITH Y. CANTU NATHANIEL EVANS DARIEN D. FERNANDEZ GEORGE "FRITZ" HAHN Contribution made by: Relation to Prospective Contractor: Name of Applicable Public Official: Date Contribution(s) made: Amount(s) of Contributions(s) Nature of Contributions (s) Purpose of Contributions(s) Signature Date Title (position) OR NO CONTRIBUTIONS IN THE AGGREGATE TOTAL OVER TWO HUNDRED FIFTY DOLLARS ($250) WERE MADE to an applicable official by me, a family member or representative. Signature Date Title (Position) RFP #: SB05-PO1617 LEGAL SERVICES INDIGENT DEFENDANTS: 10/20/2016 Page 9