Loading...
HomeMy WebLinkAbout08/16/2005, C9 - REQUEST FOR PROPOSALS FOR LABOR RELATIONS SERVICES council -acien6a RepoRt C CITY OF SAN LUIS OBISPO FROM: Monica Irons,Director of Human Resources SUBJECT: REQUEST FORTROPOSALS FOR LABOR RELATIONS SERVICES CAO RECOMMENDATIONS: I Approve the Request for Proposals for-labor relatiorts services, Specification No. 90597. 2. Authorize distribution of the Request for Proposals. 3. Authorize.the City Administrative Officer to award a contract if contract prices are within the cost estimate of$40,000.. DISCUSSION The City of San Luis Obispo has contracted with the firm of William Avery & Associates since, 1989 for labor relations services.. Four labor relations consulting firms were interviewed prior to selecting William Avery & Associates and the contract has been renewed periodically since that time. Services provided have included negotiations with bargaining units, grievance handling and processing, and labor relations advice and consultation. While William Avery & Associates has provided necessary and timely service to the City over the past several years, staff feels it is prudent to once again examine labor relations options to ensure the best possible service to the City. Since the initial contract with William Avery & Associates, many staff changes have taken place at the City bringing new skills, experience, and perspectives. Staff believes it is time to ensure that the labor relations tions consultant offers the most complementary skill set to that of internal staff. The request for proposal process ensures that staff articulates their expectations clearly and the evaluation on of proposals will be centered upon complementary skills and the ability to work with staff on longer term labor relations strategies. FISCAL IMPACT The 2005-01 Financial Plan includes an appropriation of $40,000 for consultant services for negotiations with the various labor groups. Council Agenda Report—Request for proposals for Labor Relations Services Mage 2 ALTERNATIVES 1. Continue the status quo: Given the discussion Above,, staff feels it prudent to eiarnine options to ensure the best possible service to the City. Since a, request for-proposal Will be sent to William Avery& Associates, this may ultimately be the outcome. 2. Conduct negotiations in-house. Due to the complex nature of 'labor relations laws and regulations, it is prudent to hire an outside consultant to advise Human Resources staff and the CAO on labor relations strategies and participate at the bargaining table. ATTACHMENTS 1. Request for Proposal GAagenda Fepoas\Labor Relations RTP Approval.doe - ATTACHMENT 1 f city of j san lues oBispo 990 Palm-Street a San Luis Obispo,CA 93401 Notice Requesting Proposals for Labor Relations Services The City of San Luis Obispo is requesting sealed proposals for a broad array of labor relations services pursuant to Specification No. 90597. All proposals must be received.by the Department of Finance and Information Technology by 5:00 p.m. on Monday, September 12, 2005 when they will.be opened publicly in the City Hall Council Chambers,990 Palm Street, San Luis Obispo,CA 93401. Proposals received after said time will not be considered. To guard against premature opening, each proposal shall be submitted to the Department of Finance and Information Technology in a sealed envelope plainly marked with the proposal title, specification number, proposer name, and time and date of the proposal opening. Proposals .shall be submitted using the forms provided in the specification package. Specification packages and additional information may be obtained by contacting Human Resources Director Monica.lrons at(805)781-7252. ® The City of San Luis Obispo is committed to including disabled persons in all of our services,programs and activities. Telecommunications Device for the Deaf(80 5)781-7410. eq - 3 -TACHMENT 1 .Specification No. 9059 TABLEOF • A. Description of Work 1 B. General Terms and Conditions 3 Proposal Requirements Contract.Award and Execution Contract Performance C. Special Terms and Conditions 7 Contract Term Estimated Quantities Proposal Content Proposal Evaluation and Selection Proposal Review and Award Schedule Unrestrictive'Brand Names Start and Completion of Work Accuracy of Specifications D. Agreement 11 E. Insurance Requirements 13 'TACHMENT 9 Section A DESCRIPTION The City of San Luis Obispo is seeking the services of a labor relations firm to provide expert consultation; representation, negotiation, investigation, and management training services. The County of San Luis Obispo is seeking similar services and the two, separate entities; envision they may select the same consultant-, but this is not a guarantee since the two agreements will be negotiated separately. About the City of San Luis Obispo and its Labor Environment San Luis Obispo is a Charter City with a Council-Mayor-Administrative Officer form of government. The City currently employees approximately 350 full-time regular employees and a temporary work force of approximately 100 to 200 seasonal employees. Employees are represented by the following associations and the City Charter outlines provisions for binding arbitration for employees represented by the San Luis Obispo Police Officers' Association and the Firefighters' Union, Local 3523: Association Contract Terni Status #of ern. to ees Police Officer's (POA) Expired 06/30/2004 Contract to Council 65 _ 8/16/05 Police Staff Officer's Expired 6/30/2004 In negotiations 18 (SLOPSOA) Firefighters',Local 3523 7/1%U1-12/31/05 46 (Fire) - - Fire Battalion Chiefs7/1/2004— 12/31/05 3 _(BCs) — — General Employees 111/05 — 12/31/05 142 (SLOCEA) Conf dential unrepresented Discussions in 4 December M_ anagement unrepresented Discussions in 68 December Core Services Required • Advise entity's labor relations staff on strategies to support and reach labor relations objectives. • Act as principal representative and chief negotiator at meet and confer sessions within the scope of representation. • Work with labor relations staff to determine settlements or impasse and advise staff on I ppropriate strategies and processes. • Act as entity's principal representative at impasse proceedings which may include mediation and arbitration. • Communicate regularly with employee relations staff and senior management to ensure seamless lines of communication and actions that are consistent with entity's philosophy on labor relations. r C 1 5 4TTACHMENT I • Advise staff on grievances;issues;practices; and the resolution process. • Provide information on best practices from other agencies in the areas of wages, benefits, hours, and working conditions. Conduct personnel investigations as required and provide guidance to human resources staff on internal personnel investigations. • Work cooperatively with the entity's legal staff and assist in preparation of litigation and defense as needed. • Act as entity's principal representative at PERB hearings. Contract Term Provide proposed terms and conditions for termination of contract by either party. Entity would prefer a minimum of two-year commitment with options for renewal. Fees Include in the proposal compensation and reimbursement fees for services rendered, including: • Negotiations • Meet and confer • . Strategic planning, consultation,preparation of competitive data,etc. • Personnel investigations • Research In consideration of the variety of services, one or more of the following terms may be accepted:. • Monthly retainer • Hourly rate • Per diem • Expenses Professional_References Please provide three professional references. Include with each reference, the name, entity, address, and daytime telephone number of the reference. -2- n Section B ATTACHMENT 1 GENERAL TERMS , CONDITIONS PROPOSAL REQUIREMENTS 1. Requirement to Meet All Provisions. Each individual or firm submitting a proposal (proposer) shall meet all of the terms; and conditions of the Request for Proposals (RFP) specifications package. By virtue of its proposal submittal, the proposer acknowledges agreement with and acceptance of all provisions of the RFP specifications. 2. Proposal Submittal. Each proposal must be submitted on the form(s) provided in the specifications and accompanied by any other required submittals or supplemental materials. Proposal documents shall be enclosed in an envelope that shall be sealed and addressed to the Department of Finance and Information Technology, City of San Luis Obispo, 990 Palm Street; San Luis Obispo, CA, 93401. In order to guard against premature opening, the proposal should be clearly labeled with the proposal title, specification number, name of proposer; and date and time of proposal opening. No FAX submittals will be accepted. 3. Insurance Certif cate. Each proposal must include a certificate of insurance showing: a. The insurance carrier and'its A.M. Best rating. b. Scope of coverage and limits. C. Deductibles and self-insured retention. The purpose of this submittal is to generally assess the adequacy of the proposer's insurance coverage during proposal evaluation; as discussed under paragraph 12 below, endorsements are not required until contract award. The City's insurance requirements are detailed in Section E. 4. Proposal Quotes and Unit Price Extensions. Proposal prices must be for the unit indicated in the proposal. 5. Proposal Withdrawal and Opening. A proposer may-withdraw its proposal, without prejudice prior to the time specified for the proposal opening, by submitting a written request to the Director of Human Resources for its withdrawal, in which event the proposal will be returned to the proposer unopened. No proposal received after the time specified or at any place other than that stated in the "Notice Requesting Proposals" will be considered. All proposals will be opened and declared publicly. Proposers or their representatives are invited to be present at the opening of the proposals. 6. Submittal of One Proposal Only. No individual or business entity of any kind shall be allowed to make or file, or to be interested in more than one proposal, except an alternative proposal when specifically requested; however, an individual or business entity that has submitted a sub- proposal to a proposer submitting a proposal, or who has quoted prices on materials to such proposer, is not thereby disqualified from submitting a sub-proposal or from quoting prices to other proposers submitting proposals. 7. Communications. All timely requests for information submitted in writing will receive a written response from the City. Telephone communications with City staff are not encouraged, but will be permitted. However, any such oral communication shall not be binding on the City. -3- C9 - 7 ACHMENT 1 CONTRACT AWARD AND EXECUTION 8. Proposal Retention and Award. The City reservesthe right to retain all proposals for a period of 60 days for examination and comparison. The City also reserves the right to waive non-substantial irregularities in any proposal,to reject any or all proposals,to reject or delete one part of a proposal and accept the other, except to the extent that proposals are qualified by specific limitations. See the "special terms and conditions" in Section C of these specifications for proposal evaluation and contract award criteria: 9. Competency and Responsibility of Proposer. The City reserves full discretion to determine the competence and responsibility, professionally and/or financially, of proposers. Proposers will provide, in a timely manner, all information that the City deems necessary to make such a decision. 10. Contract.Requirement. The proposer to whom award is made (Contractor) shall execute a written contract with the City within ten (10) calendar days after notice of the award has been sent by mail to it at the address given in its proposal. The contract shall be made in the form adopted by the City and incorporated in these specifications. 11. Insurance Requirements. The Contractor shall provide proof of insurance in the form, coverages and amounts specified in Section E of these specifications within 10 (ten) calendar days after notice of contract award.as a precondition to contract execution. CONTRACT PERFORMANCE 12. Ability to Perform. The Contractor warrants that it possesses, or has arranged through subcontracts,all capital and other equipment, labor,materials,and licenses necessary to carry out and complete the work hereunder in compliance with any and all federal, state, county, city, and special district laws,ordinances, and regulations. 13. Laws to be Observed. The Contractor shall keep itself fully informed of and shall observe and comply with all applicable state and federal laws and county and City of San Luis Obispo ordinances,regulations and adopted codesduring its performance of the work. 14. Payment of Taxes. The contract prices shall include full compensation for all taxes that the Contractor is required to pay. 15. Permits and Licenses. The Contractor shall procure all pen-nits and licenses, pay all charges and fees,and give all notices necessary. 16. Safety Provisions. The Contractor shall conform to the rules and regulations pertaining to safety established by OSHA and the California Division of Industrial Safety. 17. Immigration Act of 1986. The Contractor warrants on behalf of itself and all subcontractors engaged for the performance of this work that only persons authorized to work in the United States pursuant to the Immigration Reform and Control Act of 1986 and other applicablelaws shall be employed in the performance of the work hereunder. 18. Contractor Non-Discrimination. In the performance of this work, the Contractor agrees that it will not engage in, nor permit such subcontractors as it may employ, to engage in discrimination -4- CR - g ATTACHMENT 1 in employment of persons because of age, race, color, sex, national origin or ancestry, sexual orientation,or religion of such persons. 19. Payment Terms. The City's payment terms are 30 days from the receipt of an original invoice and acceptance by the City of the materials, supplies, equipment or services provided by the Contractor(Net 30). 20, Audit. The City shall have the option of inspecting and/or auditing all records and other written materials used by Contractor in preparing its invoices to City as a condition precedent to any payment to Contractor. 21. Interests of Contractor. The Contractor covenants that it presently has no interest, and shall not acquire any interest—direct, indirect or otherwise—that would conflict in any manner or degree with the performance'of the work hereunder. The Contractor further covenants that, in the performance of this work, no subcontractor or person having such an interest shall be employed. The Contractor certifies that no one who has or will have any financial interest in performing this work is an officer or employee of the City. It is hereby expressly agreed that, in the performance of the work hereunder, the Contractor shall at all times be deemed an independent contractor and not an agent or employee of the City. 22. Hold Harmless and Indemnification. The Contractor agrees to defend, indemnify, protect and hold the City and its agents, officers and employees harmless from and against any and all claims asserted or liability established for damages or injuries to any person or property, including injury to the Contractor'semployees, agents or officers that arise from or are connected with or are caused or claimed to be caused by the acts or omissions of the Contractor, and its agents, officers or employees, in performing the work or services herein, and all expenses of investigating and defending against same; provided, however, that the Contractor's duty to indemnify and hold harmless shall not include any claims or liability arising from the established sole negligence or willful misconduct of the City, its agents, officers or employees. 23. Contract Assignment. The Contractor shall not assign,transfer, convey or otherwise dispose of the contract, or its right, title or interest, or its power to execute such a contract to any.individual or business entity of any kind without the previous written consent of the City. 24. Termination. If, during the term of the contract, the City determines that the Contractor is not faithfully abiding by any term or condition contained herein, the City may notify the Contractor in writing of such defect or failure to perform. This notice must give the Contractor a 10 (ten) calendar day notice of time thereafter in which to perform.said work or cure the deficiency. If the Contractor has not performed the work or cured the deficiency within the 10 (ten) days specified in the notice, such shall constitute a breach of the contract and the City may terminate the contractimmediately by written notice to the Contractor to said effect. Thereafter, neither party shall have any further duties, obligations, responsibilities, or rights under the contract except, however, any and all obligations of the Contractor's surety shall remain in full force and effect, and shall not be extinguished, reduced, or in any manner waived by the termination thereof. In said event, the Contractor shall be entitled to the reasonable value of its services performed from the beginning date in which the breach occurs up to the day it received the City's Notice of Termination, minus any offset from such payment representing the City's damages from such ATTACHMENT 1 breach. "Reasonable value" includes fees or charges for goods or services as of the last milestone or task satisfactorily delivered or completed by the Contractor as may be set forth in the Agreement payment schedule;compensation for any other.work, services or goods performed or provided by the Contractor shall be based solely on the City's assessment of the value of the work-in-progress in completing the overall workscope: The City reserves the right to delay any such payment until completion or confirmed abandonment of the project, as may be determined in the City's sole discretion, so as to permit a full and complete accounting of costs. In no event, however, shall the Contractor be entitled to receive in excess of the compensation quoted in its proposal. -6- C�-IC I ATTACHMENT 1 Section C SPECIAL TERMS AND CONDITIONS 1. Proposal Content. Your proposal must include the following information: Work Program a. Description of your approach to completing the work. b. Statement of philosophy regarding the practice of municipal labor negotiations. c: Estimated hours for your staff in performing basic labor relations services; including'an estimated proportion of work to be performed by principals; associates and/or support staff. Qualifications d. Experience of your firm in performing similar services; specifically labor negotiations with public.safety associations and personnel investigations. e. Resumes of the individuals who would be assigned to this project, including any sub- consultants; including designation of individual assuming primary responsibility and oversight. f. Standard hourly billing rates for the assigned staff, including any sub-consultants. g. Statement and explanation of any instances where your firm has been removed from a project or disqualified from proposing on a project. Sub*ittal Forms h. Certificate of insurance. i. References from at least three public entities for whom you have provided similar services. j. List of all public entities for whom you or your firm currently provides services, or arelis under.retainer. k. Any other information that Would assist us in making this contract award decision. Compensation 1. Proposed compensation and payment schedule tied to accomplishing key tasks. Proposal Length and Copies In. Proposals should not exceed 20 pages, including attachments and supplemental materials: n. Five copies of the proposal must be submitted. 2. Proposal Evaluation and Selection. Proposals will be evaluated by a review committee based on the following criteria: a. Understanding of the work required by the City. b. Quality, clarity and responsiveness of the proposal. c. Demonstrated competence and professional qualifications necessary for successfully performing the work required by the City. -7- Cq - �� 177ACHMENT 1 d. Recent experience in successfully performing similar services. e. Proposed approach in completing the work. f. References. g. Background and related experience of the specific individuals to be assigned to this project. h. Proposed compensation. As reflected above, contract award will not be based solely on price, but on a combination of factors as determined to be in the best interest of the City. After evaluating the proposals and. discussing them further with the finalists or the tentatively selected contractor, the.City reserves the right to further negotiate the proposed work and/or method and amount of compensation. 3. Proposal Review and Award Schedule. The following is an outline of the anticipated schedule for proposal review and contract award: a. Issue RFP 8/19 b. Receive proposals 9/12 C. Complete proposal evaluation 9/23 d. Conduct finalist interviews 10/14 e. Finalize staff recommendation 10/20 f. Award contract. 11/5 g. Execute contract 11/10 h. Start work 11/15 4. Ownership of Materials. All original drawings, plan documents and other materials prepared by or in possession of the Contractor as part of the work or services under these specifications shall become the permanent property of the City,and shall be delivered to the City upon demand. 5. Release of Reports and Information. Any reports, information, data, or other material given to, prepared by or assembled by the Contractor as part of the work or services under these specifications shall be the property of City and shall not be made available to any individual or organization by the Contractor without the prior written approval of the City. 6. Copies of Reports and Information. If the City requests additional copies of reports,drawings, specifications, or any other material in addition to what the Contractor is required to furnish in limited quantities as part of the work or services under these specifications; the Contractor.shall provide such additional copies as are requested, and the City shall compensate the Contractor for the costs of duplicating of such.copies at the Contractor's direct expense. 7. Required.Deliverable Products. The Contractor will be required to provide: a. Five copies of the proposal addressing all elements of the workscope. City staff will review any documents or materials provided by the Contractor and, where necessary, the Contractor will be required to respond to staff comments and make such changes as deemed appropriate. b. One camera-ready original,unbound, each page printed on only one side, including any original graphics in place and scaled to size, ready for reproduction. -8- ATTACHMENT 1 C. When computers have been used to produce materials subnutted to the City as a part of the workscope,the Contractor must provide the corresponding computer files to the City, compatible with the following programs whenever possible unless otherwise directed by the project manager: Word Processing Word e Spreadsheets Excel • Desktop Publishing CorelDraw; PageMaker • Computer Aided Drafting(CAD) AutoCAD Computer files must be on CD-ROM disks, formatted for use on IBM-compatible systems. Each diskette must be clearly labeled and have a printed copy of the directory: Alternatively,files may be emailed to the City.. 8. Attendance at Meetings and Hearings. As part of the workscope and included in the contract price is attendance by the Contractor at up to five closed sessions and/or public meetings to present and discuss its findings and recommendations. Contractor shall attend as many "Working" meetings with staff as necessary in performing workscope tasks,. ATTACHMENT 9 Section D O . OF AGREEMENT AGREEMENT THIS AGREEMENT is made and entered into in the City of San Luis Obispo on this - - day of 2005, by and between the CITY OF SAN LUIS OBISPO,a municipal corporation, hereinafter referred to as City,and hereinafter referred to as.Contractor. WITNESSETH: WHEREAS,ondate ,City requested proposals for labor relations services per Specification No. [90597]. WHEREAS, pursuant to said request, Contractor submitted a proposal that was accepted by City for said labor relations services. NOW THEREFORE, in consideration of their mutual promises, obligations and covenants hereinafter contained,the parties hereto agree as follows: I. TERM. The term of this Agreement shall be from the date this Agreement is made and entered,as fust written above,until acceptance or completion of'said services. 2. INCORPORATION BY REFERENCE. City Specification No. [90597] and Contractor's proposal dated ,are hereby incorporated in and made a part of this Agreement. 3. CITY'S OBLIGATIONS. For providing labor relations services.as specified in this Agreement, City will pay and Contractor shall receive therefore,payments based upon the actual services received by City and as bid by Contractor. 4. CONTRACTOR'S OBLIGATIONS. For and in consideration of the payments and agreements hereinbefore mentioned to be made and performed by City, Contractor agrees with City to provide certain professional services as required by this Agreement and the said specification. 5. AMENDMENTS. Any amendment, modification or variation from the terms of this Agreement Shall be in writing and shall be effective only upon approval,by the City Administrative Officer of the City. 6. COMPLETE AGREEMENT. This written Agreement, including all. writings specifically incorporated herein by reference, shall constitute the complete agreement between the parties hereto. No oral agreement, understanding or representation not reduced to writing and specifically incorporated herein shall be of -10- ATTACHMENT 9 any force or effect, nor shall any such oral agreement; understanding or representation be binding upon the parties hereto. 7. NOTICE. All written notices to the parties hereto shall be sent by United States mail, postage prepaid by registered or certified mail addressed as follows: City Director of Human Resources City of San Luis Obispo 990 Palm Street San Luis Obispo,CA 93401 Cofactor [ ] [ l [ l 8. AUTHORITY TO EXECUTE AGREEMENT. Both City and Contractor do covenant that each individual executing this agreement on behalf of each party is a person duly authorized and empowered to execute Agreements for-such party. IN WITNESS WHEREOF, the parties hereto have caused this instrument to be executed the day and year first above written. ATTEST: CITY OF SAN LUIS OBISPO — By: City Clerk City.Administrative Officer APPROVED AS TO FORM: CONTRACTOR City Attorney - - -11- Cq- 15 -"ATTACHMENT 9 INSURANCE REQUIREMENTS Section E Consultant Services The Contractor shall procure and maintain for the duration of the contract insurance against claims for injuries to persons or damages to property which may arise from or in connection with the performance of the work hereunder by the Contractor, its agents,representatives,employees or subcontractors. Minimum Scope of Insurance. Coverage shall be at least as broad as: 1. Insurance Services Office Commercial General Liability coverage(occurrence foram CG 0001). 2. Insurance Services Office form number CA 0001 (Ed. 1/87) covering Automobile Liability,code 1 (any auto). 3. Workers'Compensation insurance as required by the State of California and Employer's Liability Insurance. 4. Errors and Omissions Liability insurance as appropriate to the consultant's profession. Minimum Limits of Insurance. Contractor shall maintain limits no less than: 1. General Liability: $1,000,000 per occurrence for bodily injury, personal injury and property damage. If Commercial General Liability or other form with a general aggregate limit is used, either the general aggregate limit shall apply separately to this project/location or the general aggregate limit shall be twice the required occurrence limit. 2. Automobile Liability: $1,000,000 per accident for bodily injury-and property damage. 3. Employer's Liability: $1,000,000 per accident for bodily injury or disease. 4. Errors and Omissions Liability: $1,000,000 per occurrence. Deductibles and Self-Insured Retentions. Any deductibles or self=insured retentions must be declared to and approved_ by the City. At the option of the City, either: the insurer shall reduce or eliminate such deductibles or self-insured retentions as respects the City, its officers, officials, employees and volunteers; or the Contractor shall procure a bond guaranteeing payment of losses and related investigations,claim administration and defense expenses. Other Insurance Provisions. The general liability and automobile liability policies are to contain, or be endorsed to contain,the following provisions: 1. The City, its officers, officials,employees; agents and volunteers are to be covered as insureds as respects: liability arising out of activities performed by or on behalf of the Contractor; products and completed operations of the Contractor; premises owned, occupied or used by the Contractor; or automobiles owned, Leased, hired or borrowed by the Contractor. The coverage shall contain no special limitations on the scope of protection afforded to the City, its officers, official,employees,agents or volunteers. 2. For any claims related to this project, the Contractor's insurance coverage shall be primary insurance as respects the City, its officers, officials, employees, agents and volunteers. Any insurance or self-insurance maintained by the City, its officers, officials, employees, agents or volunteers shall be excess of the Contractor's insurance and shall not contribute with it. -12- CR _ 1� ATTACHMENT 9 3. The Contractor's insurance shall apply separately to each.insured against whom claim is made or suit is brought,except with respect to the limits of the insurer's liability. 4: Each insurance policy required by this clause shall be endorsed to state that coverage shag not be suspended, voided, canceled by either party, reduced in coverage or in limits except after30 (thirty) days prior written notice by certified mail, return receipt requested, has been given to the City. Acceptability of Insurers. Insurance is to be placed with insurers with a current A.M. Best's rating of no less than ANLL, Verification of Coverage. Contractor shall fumish the City with a certificate of insurance showing maintenance of the required insurance coverage. Original endorsements effecting general.liability and automobile liability coverage required by this clause must also be provided. The endorsements are to be signed by a person authorized by that insurer to bind coverage on its behalf. All endorsements are to be received and approved by the City before work commences. -13 C9 �( � - ATTACHMENT I PROPOSERS UST LABOR RELATIONS SERVICES—_ SPECIFICATION NO.90597 William Avery&Associates Becker&Bell,Inc. William Avery 1 I 667 Broadway 3 1/2 N. Santa Cruz Ave.;Suite A Placerville,CA 95667 Los Gatos,CA 95030 Phone: 530-626-6010 Phone: 408=3994424 Fax: 530-626-8201 Fax: 408-399-4423 Best Best.&Krieger Curiale Dellaverson Hirschfield and.Kraemer 3750 University Avenue,Suite 400 727 Sansome Street Riverside,CA 92501 San Francisco,CA 94111 Phone: 951-686-1450 Phone 415-835-9000 Fax: 951-686-3083 Fax: 415-834-0443 " Goldstein&Petito IEDA Joseph Goldstein Keith Fleming 1880 Century Park east,Suite 1018 P.O. Box 8824 Los Angeles,CA 90067 Emeryville,CA 94662-0824 Phone: 310-553-4746 Phone: 510-653-6765 Fax: 310.282-8070 Fax- 510-658-2609 Kay&Stevens Koff&Associates,Inc. 545 Middlefield Road,Suite 180 GailKoff Menlo Park,CA 94025 18 Crow Canyon Court,Suite 165 Phone 650-327-2672 San Ramon;CA 94583 Fax: 650-688-83. 33 Phone: 925-831-9794 Fax: 925.831-9322 Labor Management Success Liebert Cassidy Whitmore Renee V Mayne 6033 West Century Blvd., Suite 500 P. O.Box 982 Los Angeles,CA 90045 Monterey,CA 93942 Phone: 310-981-2000 Phone/Fax: 831-484-2884 Fax: 310-337-0837 Meyers Nave_ Renee Sloan Holtzman &Sakai,LLP 555 12`'St., Suite 1500 188 The Embarcadero,Suite 200 Oakland,CA 94607 San Francisco,CA 94105 Phone: 510-808.2000 Phone 415-677-1234 Fax: 510-444-1108 Fax: 415-288-4528 Richards Watson Gershon Saskia T. Asamura 355 South Grand Ave., 40�'Floor Los Angeles,CA 90091-3101 Phone: 213-626-8484 Fax: 213-626-0078 C9 – �