901236 Service of Process RFP for CPS

Total Page:16

File Type:pdf, Size:1020Kb

901236 Service of Process RFP for CPS

**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

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. COUNTY OF ALAMEDA

REQUEST FOR PROPOSAL No. 901236 for Service of Process

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: John Butchart, Procurement & Contracts Specialist

Phone Number: (510) 208-9602

E-mail Address: [email protected]

RESPONSE DUE by 2:00 p.m. on Friday, October 17 at Alameda County, GSA–Procurement & Support Services 1401 Lakeside Drive, Suite 907 Oakland, CA 94612

Alameda County is committed to reducing environmental impacts across our entire supply chain.

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

Revision 2014-03-25 If printing this document, please print only what you need, print double-sided, and use recycled- content paper. COUNTY OF ALAMEDA REQUEST FOR PROPOSAL No. 901236 SPECIFICATIONS, TERMS & CONDITIONS for Service of Process

TABLE OF CONTENTS Page

I. STATEMENT OF WORK 4 A. INTENT 4 B. SCOPE4 C. BIDDER QUALIFICATIONS 5 D. SPECIFIC REQUIREMENTS 5 E. DELIVERABLES / REPORTS 11 II. CALENDAR OF EVENTS 11 F. NETWORKING / BIDDERS CONFERENCES 12 III. COUNTY PROCEDURES, TERMS, AND CONDITIONS 13 G. EVALUATION CRITERIA / SELECTION COMMITTEE 13 H. CONTRACT EVALUATION AND ASSESSMENT 17 I. NOTICE OF RECOMMENDATION TO AWARD 18 J. TERM / TERMINATION / RENEWAL 19 K. QUANTITIES 19 L. PRICING 19 M. AWARD 20 N. METHOD OF ORDERING 21 O. INVOICING 21 P. ACCOUNT MANAGER / SUPPORT STAFF 22 IV. INSTRUCTIONS TO BIDDERS 22 Q. COUNTY CONTACTS 22 R. SUBMITTAL OF BIDS 23 S. RESPONSE FORMAT 26

ATTACHMENTS EXHIBIT A - BID RESPONSE PACKET EXHIBIT B - INSURANCE REQUIREMENTS EXHIBIT C - VENDOR BID LIST EXHIBIT D - MONTHLY SERVICE BY ZIP CODE EXHIBIT E - INFORMATION SECURITY PROVISIONS EXHIBIT F - CONFIDENTIALITY STATEMENT Specifications, Terms & Conditions for Service of Process

I. STATEMENT OF WORK

A. INTENT

The intent of this Request for Proposal (RFP) is to describe the services required and to solicit bids. The RFP specifications, terms and conditions describe Service of Process required by the County Department of Child Support Services (DCSS). Bidders who are licensed and qualified to provide Service of Process or ‘legal processes’ on an as needed basis for DCSS are invited to bid. Legal Processes are defined as any court order that takes jurisdiction over a person or property.

The County intends to award a three (3) year contract (with option to renew) to 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

Alameda County’s Department of Child Support Services requires approximately two hundred and twenty (220) services of process per month – see Exhibit D, Monthly Service by ZIP Code. Services may require same day, out-of-County, or out-of-State service. Services are in the area of child support services. Service of Process requirements are mandated by State and Federal laws and regulations, and County resolutions, ordinances and policies.

This RFP is requested by the Department of Child Support Services (DCSS). Other County Departments are requesting similar services on a separate Request for Quotation.

The following is a list of services currently being provided: 1. Service of Appeals and Writs 2. Service of Court Orders 3. Locate of parties 4. Mailing of Service documents and copies of Due Diligence to defendants 5. Service of Notices of Motion 6. Service of Order to Show Cause 7. Pick up and drop off of service documents 8. Service of Private Notices of Motion

RFP No. 901236 Page 4 Specifications, Terms & Conditions for Service of Process

9. Service income withholding orders and bank levies 10. Service of process in Alameda County, other counties, and out of state 11. Service of Summons and Complaints 12. Service of Summons and Petition

C. BIDDER QUALIFICATIONS

1. Bidder shall be regularly and continuously engaged in the business of providing service of process for at least two (2) years in the specific area of Child Protection Services.

2. Bidder must be in possession of a permanent identification card issued by the Alameda County Clerk-Recorder Office. Pursuant to Business and Professions code, Section 22355 (a) process server applicants are required to submit their fingerprint card along with their application. The Clerk-Recorder’s Office issues a permanent identification card to the process server applicant after The Clerk- Recorder has received clearance on an applicant’s background check.

3. Contractor and employees who perform Service of Process in California must be registered and bonded in the State of California (State). Process Servers outside California must be licensed and/or registered according to the appropriate law in the State where service is attempted.

4. Contractor must be able to provide professional Service of Process of court documents in compliance with all local, State and Federal laws.

D. SPECIFIC REQUIREMENTS

1. GENERAL REQUIREMENTS

a. Contractor must agree to and abide by all provisions of the Information Security Provisions in Exhibit E.

b. Contractor and each of its employees who may have access to the confidential or sensitive data of the County will be required to sign a confidentiality statement, Exhibit F, attesting to the fact that he/she is aware of the confidential data and the penalties for unauthorized use and disclosure under applicable state and federal law thereof. This statement shall be renewed and signed annually. Copies of signed confidentiality statements must be made available and forwarded to County’s information security contact upon request.

c. Documents to be served will be picked up twice a week, on Tuesdays and Thursdays, by 5:00 p.m., from the Department of Child Support Services

RFP No. 901236 Page 5 Specifications, Terms & Conditions for Service of Process

located at 5669 Gibraltar Dr., Pleasanton, Ca 94588. If the regular pick up day falls on a holiday, the Contractor will pick up the documents the day before. Department’s holidays are listed on the County website: http://www.acgov.org/government/holidays.htm . d. The Department of Child Support Services will attach to the documents to be served a “Services Instructions sheet” which will provide the Contractor with the name and description (photo if available) of the individual or company to be served and the residence and/or business address where the documents are to be served. A court date will also be provided if the matter is scheduled for a hearing. e. After receipt of Summons and Complaint documents to be served, Contractor will attempt service within five (5) business days for the local service area, seven (7) business days for the non-local service area, and seven (7) business days for out-of-state serves. The three (3) Service Areas are defined as: Local Service Area - Alameda, Contra Costa, San Francisco, Santa Clara and San Mateo counties; Non-Local Service Area - Counties outside of the defined local service area, but within California; Out-of- State Service Area - outside of California. f. When the Department has given a serve by date notice, the Contractor will attempt to serve or substitute serve (also referred to as “sub-serve”, or “sub-service”) documents by the specified date on the Services Instructions sheet. g. The Contractor will return completed proofs of service and in the case of sub-service, declarations of due diligence to the Department within five (5) business days after the service, if the service is within the local service area. h. Service of rush documents will be completed within two (2) business days for local and three (3) business days for non-local areas. If the service is unsuccessful, the Contractor will notify the Department within two (2) business days. i. The Contractor will provide the Department with an accurate description of the person served and the address where the service was accomplished on the proof of service form. When service cannot be completed, the Contractor will return the documents and note on the ”Non service

RFP No. 901236 Page 6 Specifications, Terms & Conditions for Service of Process

report” why service was not completed at the address given by the Department including dates, times and locations of attempts. j. Substituted service may only be attempted after satisfaction of the due diligence requirement from Section 415.20(b) of the Code of Civil Procedure that includes a minimum of three separate attempts of personal service. These attempts at personal service must occur at dates and times significantly different from one another, and they must occur at dates and times determined by local rules of the Alameda County Superior Court. k. If service cannot be accomplished at the address provided, the server will attempt to obtain a forwarding address from the current residents, neighbors and apartment managers. The server will then attempt to make service at the new address. If additional research is needed to locate and serve the documents, the Contractor will return the documents as soon as possible to the Department. The Department will perform further research and will issue another Request for Service at the time new positive location information has been found. l. If documents are not served, the Contractor will return the documents with serve by dates, after due diligence has been performed: no later than five (5) business days for local and seven (7) business days for non-local service, after attempted service and/or prior to the “serve by” date indicated on the Services Instructions sheet, whichever comes first. If a ”serve by” date is not indicated on the Services Instructions sheet, the documents will be returned within 30 days of the date sent for service. m. The source of all “bad address” returns must be documented in order for Contractor to receive payment. n. The Contractor will provide wage and levy writ of execution service for Alameda, Contra Costa, San Francisco, Santa Clara and San Mateo counties. This service will include opening a file with the Sheriff, service of the writ, mailing copies to the judgment debtor and returning the proof of service to the Sheriff within five (5) business days. o. The Contractor will respond within 24 hours to inquiries about the status of a service request from Department staff.

RFP No. 901236 Page 7 Specifications, Terms & Conditions for Service of Process

p. The monthly invoices are to be provided in both electronic and paper copies. The Contractor will respond within 24 hours to inquiries about the status of a service request from Department staff.

q. The Contractor will provide the Department with access to real time status updates on all cases pending service.

r. The Contractor agrees to cooperate in assuring process servers are available to testify at any court hearing in which service is contested at no additional cost to the Department.

s. The Department will identify a Department designee. The Contractor shall not perform services not listed on the bid form that are subject to fees or charges without prior approval of the aforementioned Department designee.

t. Contractor will not bill postage or mailing expense for process services to the County. All postage or mailing charges will be paid for directly by Contractor.

2. ADMINISTRATIVE SAFEGUARD REQUIREMENTS

a. DATA OWNERSHIP: Contractor shall protect the confidential or sensitive information being provided under this agreement and treat it as the exclusive property of the County. Confidential and sensitive information shall not be made open to the public. Contractor shall take special precautions to protect County information from loss and unauthorized use, disclosure, modification, or destruction. b. INCIDENT REPORTING: Contractor shall immediately notify the County of any information security breach involving information accessed or obtained under this agreement as soon as practical, but no more than three (3) business days after discovery. Contractor shall provide all appropriate information via email to facilitate the required reporting requirements. c. USE OF INFORMATION: Contractor shall agree that the information furnished or secured pursuant to any agreement entered into as a result of this RFP shall be used solely for the purposes described in this RFP and shall agree to implement policies and procedures to ensure the confidentiality of such information. Contractor shall agree that information obtained under any agreement entered into as a result of this

RFP No. 901236 Page 8 Specifications, Terms & Conditions for Service of Process

RFP shall not be reproduced, published, sold or released in original or any other form for any purpose other than identified in this RFP. d. STATEMENT OF CONFIDENTIALITY: Contractor and each of its employees who may have access to the confidential or sensitive data of the County shall be required to sign and adhere to the terms of a confidentiality statement (Exhibit F) attesting to the fact that he/she is aware of the confidential data and the penalties for unauthorized use and disclosure under applicable state and federal law thereof. This statement shall be renewed and signed annually. Copies of signed confidentiality statements must be made available and forwarded to County’s information security contact upon request. e. EMPLOYEE ACCESS TO INFORMATION: Contractor shall keep information in the strictest confidence and only make it available to authorized personnel on a business “need-to-know” basis and only for the purposes authorized under any agreement entered into as a result of this RFP. The term “need-to-know” refers to those authorized persons who need information to perform their official duties in connection with the purpose as described in the Agreement. The parties recognize their mutual responsibilities to protect the confidentiality of the information in their custody as provided by law and ensure such information is disclosed only to those individuals and of such purpose, as authorized by the respective laws.

3. PHYSICAL SAFEGUARD REQUIREMENTS

a. ACCESS AUTHORIZATION RECORDS: Contractor shall maintain records of all authorized users and authorization level of access granted to the information obtained under this agreement with the purpose as described in this RFP. b. ACCESS CONTROL: Contractor shall maintain and secure any of its computer systems (network, hardware, software and applications) used in the performance of this RFP. c. SECURE AREAS: Computer monitors, printers, hard copy printouts or any other forms of information accessed or obtained under the performance of any agreement entered into as a result of this RFP must be placed so that they may not be viewed by the public or other unauthorized persons as described in the RFP d. SECURE STORAGE: Information in all forms, such as but not limited to tapes, cartridges, or other removable media, must be stored in areas

RFP No. 901236 Page 9 Specifications, Terms & Conditions for Service of Process

physically secure from access by unauthorized persons as described in this RFP. e. MEDIA PROTECTION: Contractor shall employ the use of encryption for all confidential information stored on media such as, but not limited to, portable computing devices, CDs, DVDs, USB flash drives, tapes, and cartridges in its custody. f. DESTRUCTION OF RECORDS: All records received by Contractor under any agreement entered into as a result of this RFP shall be returned or destroyed, including information stored on magnetic tapes, discs, and other medium, using confidential destruction methods, such as secure shredding, burning, degaussing, erasing, or other certified or witnessed destruction when they are no longer needed for the business purpose for which they were obtained or within thirty (30) calendar days of termination or end of contract.

4. INFORMATION SECURITY REQUIREMENTS

a. ELECTRONIC TRANSMISSION: All confidential information transmitted by Contractor over a public network shall be encrypted. b. UNIQUE IDENTIFICATION: Contractor’s network security architecture must be able to identify uniquely all access to information obtained and used in the performance of this agreement. c. CHANGE CONTROL: All changes to computer systems, hardware, software, applications, storage media, and network components used for storing and/or accessing information in the performance of this agreement must be approved by County in writing prior to implementation. d. SCREEN-LOCKING: Computers capable of accessing information for the performance of this agreement must not be left unattended and logged on, unless secured by a screen-locking process or mechanism to prevent unauthorized access, or secured in a locked room not accessible to unauthorized personnel. e. AUDITING: Contractor shall maintain an audit trail and record data access of authorized users and authorization level of access granted to information, based on job function. Said logs must be made available to the County’s information security contact upon request.

RFP No. 901236 Page 10 Specifications, Terms & Conditions for Service of Process

E. DELIVERABLES / REPORTS

1. The Contractor will return completed proofs of service and in the case of sub-serv ice, declarations of due diligence to the Department within five (5) business days after the service, if the service is within the local service area. If documents are n ot served, the Contractor will return the documents with serve by dates, after du e diligence has been performed: no later than five (5) business days for local and seven (7) business days for non-local service, after attempted service and/or prio r to the “serve by” date indicated on the Services Instructions sheet, whichever c omes first. If a ”serve by” date is not indicated on the Services Instructions sheet, the documents will be returned within 30 days of the date sent for service.

2. Contractor must provide a semiannual usage report with the quantities and ty pes of services performed within Alameda County and outside of the County.

3. Contractor must provide a monthly report including invoice number, date serv ed, document type served, Department’s case number, and fee charged. The monthly invoices are to be provided in both electronic and paper format.

4. The Contractor will respond within 24 hours to inquiries about the status of a service request from Department staff.

II. CALENDAR OF EVENTS

EVENT DATE/LOCATION Request Issued August 26, 2014 Written Questions Due by 5:00 p.m. on September 19, 2014 Networking/Bidders Thursday, September 18 @ at: Department of Child Conference #1 10:00 a.m. Support Services Paul Stewart Conference Room 5669 Gibraltar Drive Pleasanton, CA 94588

RFP No. 901236 Page 11 Specifications, Terms & Conditions for Service of Process

Networking/Bidders Friday, September 19 @ at: 1401 Lakeside Drive Conference #2 10:00 a.m. Room 1107, 11th Floor, Oakland CA 94612 (Online conference option enabled for OR remotely @ remote participation) http://gsaalamedacounty.ad obeconnect.com/admin/sho w-event-catalog

Addendum Issued October 1, 2014 Response Due October 17, 2014 by 2:00 p.m. Evaluation Period October 20 – October 25, 2014 Vendor Interviews November 3 – November 7, 2014 Board Letter October 28, 2014 Recommending Award Issued Board Consideration December 16, 2014 Award Date Contract Start Date January 1, 2015 Note: Award and start dates are approximate.

A. NETWORKING / BIDDERS CONFERENCES

5. The bidders conference held on September 19, 2014 will have an online conferen ce option enabled for remote participation. Bidders can opt to participate via a co mputer with a stable internet connection (the recommended Bandwidth is 512Kb ps) at http://gsaalamedacounty.adobeconnect.com/admin/show-event-catalog. I n order to get the best experience, the County recommends that bidders who par ticipate remotely use equipment with audio output such as speakers, headsets, o r a telephone. Bidders may also attend this conference in person.

6. Networking/bidders conferences will be held to:

a. Provide an opportunity for bidders to ask specific questions about the proj ect and request RFP clarification.

b. Provide bidders an opportunity to view a site, receive documents, etc. nec essary to respond to this RFP.

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

RFP No. 901236 Page 12 Specifications, Terms & Conditions for Service of Process

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

8. Potential bidders are strongly encouraged to attend networking/bidders conferen ce(s) in order to further facilitate subcontracting relationships. Vendors who atte nd 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 Contr actor from furnishing goods and/or services required in accordance with these sp ecifications, terms and conditions. Attendance at a networking/bidders conferen ce is highly recommended but is not mandatory.

III. COUNTY PROCEDURES, TERMS, AND CONDITIONS

A. EVALUATION CRITERIA / SELECTION COMMITTEE

Please note that Small Local Emerging Business (SLEB) requirements are waived due to federal funding and will not be part of the evaluation process. All proposals that pass the initial Evaluation Criteria which are determined on a pass/fail basis (Completeness of Response, Financial Stability, and Debarment and Suspension) 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 service of process. The CSC will score and recommend a Contractor in accordance with the evaluation criteria set forth in this RFP. Other than the initial pass/fail Evaluation Criteria, the evaluation of the proposals shall be within the sole judgment and discretion of the CSC.

All contact during the evaluation phase shall be through the GSA–Procurement & Support Services 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

RFP No. 901236 Page 13 Specifications, Terms & Conditions for Service of Process 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 (500) points.

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 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 five 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:

Non-responsive, fails to meet RFP specification. The approach 0 Not Acceptable has no probability of success. If a mandatory requirement this score will result in disqualification of proposal. 1 Poor Below average, falls short of expectations, is substandard to that which is the average or expected norm, has a low

RFP No. 901236 Page 14 Specifications, Terms & Conditions for Service of Process

probability of success in achieving objectives per RFP. Has a reasonable probability of success, however, some 2 Fair objectives may not be met. Acceptable, achieves all objectives in a reasonable fashion per RFP specification. This will be the baseline score for each item 3 Average with adjustments based on interpretation of proposal by Evaluation Committee members. Very good probability of success, better than that which is Above Average / 4 average or expected as the norm. Achieves all objectives per Good RFP requirements and expectations. Exceeds expectations, very innovative, clearly superior to that Excellent / which is average or expected as the norm. Excellent probability 5 Exceptional of success and in achieving all objectives and meeting RFP specification.

The Evaluation Criteria and their respective weights are as follows:

Evaluation Criteria Weight A. 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 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. Pass/Fail Financial Stability (See Exhibit A – Bid Response Packet) Pass/Fail 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

RFP No. 901236 Page 15 Specifications, Terms & Conditions for Service of Process

B. 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 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. 25 Points C. Relevant Experience: Proposals will be evaluated against the RFP specifications and the questions below: 1. Do the individuals assigned to the project have experience on similar projects? 2. Are résumés complete and do they demonstrate backgrounds that would be desirable for individuals engaged in the work the project requires? 3. How extensive is the applicable education and experience of the personnel designated to work on the project? 25 Points D. References (See Exhibit A – Bid Response Packet) If a short list process is used for a solicitation, references are only performed on the short list vendors and the score is not included in the preliminary short list score 10 Points E. Overall Proposal 10 Points

RFP No. 901236 Page 16 Specifications, Terms & Conditions for Service of Process

F. Oral Presentation and Interview: The oral presentation by each bidder shall not exceed sixty (60) minutes in length. The oral interview will consist of standard questions asked of each of the bidders and specific questions regarding the specific proposal. The proposals may then be re-evaluated and re-scored based on the oral presentation and interview. 10 Points G. Understanding of the Responsibilities: Proposals will be evaluated against the RFP specifications and the questions below: 1. Has proposer demonstrated a thorough understanding of the purpose and scope of the program? (2 points) 2. How well has the proposer identified pertinent issues and potential problems related to the program? (2 points) 3. Has the proposer demonstrated that it understands the deliverables the County expects it to provide? (2 points) 4. How well are the General Requirements addressed? (3 points) 5. Is the proposer prepared to physically and administratively secure private information? (3 points) 12 Points H. Methodology: Proposals will be evaluated against the RFP specifications and the questions below: 1. Does the methodology depict a logical approach to fulfilling the requirements of the RFP? (4 points) 2. Does the methodology match and contribute to achieving the objectives set out in the RFP? (4 points) 8 Points

B. CONTRACT EVALUATION AND ASSESSMENT

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 performance of services and to identify any issues or potential problems.

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

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

RFP No. 901236 Page 17 Specifications, Terms & Conditions for Service of Process

10. Any problems or potential problems with the proposed services were evidenced which make it unlikely (even with possible modifications) that such services 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 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 returning County facilities to their original 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 RECOMMENDATION TO AWARD

11. 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 co ntract award recommendation, if any, by GSA – Procurement & Support Services. The document providing this notification is the Notice of Recommendation to Aw ard.

The Notice of Recommendation 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.

12. At the conclusion of the RFP response evaluation process, debriefings for unsucce ssful bidders will be scheduled and provided upon written request and will be res tricted to discussion of the unsuccessful offeror’s bid.

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

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

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

RFP No. 901236 Page 18 Specifications, Terms & Conditions for Service of Process

D. TERM / TERMINATION / RENEWAL

14. The term of the contract, which may be awarded pursuant to this RFP, will be three (3) years.

15. The County has and reserves the right to suspend, terminate or abandon the exec ution of any work by the Contractor without cause at any time upon giving to the Contractor prior written notice. In the event that the County should abandon, ter minate or suspend the Contractor’s work, the Contractor shall be entitled to pay ment for services provided hereunder prior to the effective date of said suspensi on, termination or abandonment. The County may terminate the contract at any time without written notice upon a material breach of contract and substandard or unsatisfactory performance by the Contractor. In the event of termination wit h cause, the County reserves the right to seek any and all damages from the Cont ractor. In the event of such termination with or without cause, the County reserv es the right to invite the next highest ranked bidder to enter into a contract or re- bid the project if it is determined to be in its best interest to do so.

16. The County may, at its sole option, terminate any contract that may be awarded as a result of this RFP at the end of any County Fiscal Year, for reason of non-appr opriation of funds. In such event, the County will give Contractor at least thirty (3 0) days written notice that such function will not be funded for the next fiscal peri od. In such event, the County will return any associated equipment to the Contra ctor in good working order, reasonable wear and tear excepted.

17. By mutual agreement, any contract which may be awarded pursuant to this RFP, may be extended for an additional two-year term at agreed prices with all other t erms 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

18. Prices quoted shall be firm for the first thirty-six (36) months of any contract that may be awarded pursuant to this RFP.

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

RFP No. 901236 Page 19 Specifications, Terms & Conditions for Service of Process

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

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

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

23. 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.

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

25. 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 l ess than the general prevailing rate of per diem wages for work of a similar chara cter 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 local ity, 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 o f 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 execut e this contract.

G. AWARD

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

27. The committee will recommend award to the bidder who, in its opinion, has sub mitted the proposal that best serves the overall interests of the County and attai ns the highest overall point score. Award may not necessarily be made to the bid der with the lowest price.

28. The County reserves the right to reject any or all responses that materially differ f rom any terms contained in this RFP or from any Exhibits attached hereto, to wai ve 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 ma de solely at the discretion of the County.

RFP No. 901236 Page 20 Specifications, Terms & Conditions for Service of Process

29. The County reserves the right to award to a single or multiple Contractors.

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

31. Board approval to award a contract is required.

32. A contract must be negotiated, finalized, and signed by the recommended award ee prior to Board approval.

33. Final Standard Agreement terms and conditions will be negotiated with the select ed bidder. Bidder may access a copy of the Standard Services Agreement templat e, which can be found online at:

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

The template contains minimal Agreement boilerplate language only.

34. 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

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

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

37. Contractor shall adapt to changes to the method of ordering procedures as requir ed by the County during the term of the contract.

38. Change orders shall be agreed upon by Contractor and County and issued as need ed in writing by County.

I. INVOICING

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

40. County will use best efforts to make payment within thirty (30) days following rec eipt and review of invoice and upon complete satisfactory receipt of product and performance of services.

RFP No. 901236 Page 21 Specifications, Terms & Conditions for Service of Process

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

42. Invoices shall contain County PO number, remit to address and invoice number, date served, document type served, Department’s case number, and fee charged.

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

44. Payments will be issued to and invoices must be received from the same Contract or whose name is specified on the POs.

45. The County will pay Contractor monthly or as agreed upon, not to exceed the tot al amount quoted in the bid response.

J. ACCOUNT MANAGER / SUPPORT STAFF

46. Contractor shall provide a dedicated competent account manager who shall be re sponsible 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 B idder’s response to this RFP and any contract which may arise pursuant to this RF P.

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

48. Contractor account manager shall be familiar with County requirements and stan dards and work with the Department of Child Support Services to ensure that est ablished standards are adhered to.

IV. INSTRUCTIONS TO BIDDERS

A. COUNTY CONTACTS

GSA–Procurement & Support Services 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– Procurement & Support Services 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.

RFP No. 901236 Page 22 Specifications, Terms & Conditions for Service of Process

All questions regarding these specifications, terms and conditions are to be submitted in writing, preferably via e-mail by 5:00 p.m. on September 18 to:

John Butchart, Procurement & Contracts Specialist Alameda County, GSA–Procurement & Support Services 1401 Lakeside Drive, Suite 907 Oakland, CA 94612 E-Mail: [email protected] PHONE: (510) 208-9602

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

49. All bids must be SEALED and must be received at the Office of the Purchasing Age nt of Alameda County BY 2:00 p.m. on the due date specified in the Calendar of E vents.

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 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 Procurement & Support Services department's timestamp shall be considered the official timepiece for the purpose of establishing the actual receipt of bids.

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

Service of Process for Department of Child Support Services RFP No. 901236 Alameda County, GSA– Procurement & Support Services 1401 Lakeside Drive, Suite 907 Oakland, CA 94612

RFP No. 901236 Page 23 Specifications, Terms & Conditions for Service of Process

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.

51. Bidders are to submit four (4) original hardcopies of bid (Exhibit A – Bid Response Packet, including additional required documentation), with original ink signatures, plus one (1) copy of their proposal. Original proposal is to be clearly marked “OR IGINAL” with copies to be marked “COPY”. All submittals should be printed on pl ain 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 th e 30% post-consumer recycled content recommendation will have no impact on t he 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.

52. BIDDERS SHALL NOT MODIFY BID FORM(S) OR QUALIFY THEIR BIDS. BIDDERS SH ALL 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.

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

54. All costs required for the preparation and submission of a bid shall be borne by Bi dder.

55. Only one bid response will be accepted from any one person, partnership, corpor ation, or other entity; however, several alternatives may be included in one respo nse. 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.

56. All other information regarding the bid responses will be held as confidential until such time as the County Selection Committee Agency has completed its evaluatio n, a recommended award has been made by the County Selection Committee, an

RFP No. 901236 Page 24 Specifications, Terms & Conditions for Service of Process

d the contract has been fully negotiated with the recommended awardee named in the recommendation to award/non-award notification(s). The submitted prop osals shall be made available upon request no later than five (5) calendar days be fore the recommendation to award and enter into contract is scheduled to be he ard by the Board of Supervisors. All parties submitting proposals, either qualified or unqualified, will receive mailed recommendation to award/non-award notifica tion(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 “Co ntracting Opportunities” website, mentioned above.

57. 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 th e order or contract, be open to public inspection.-

58. California Government Code Section 4552: In submitting a bid to a public purcha sing 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 m ay have under Section 4 of the Clayton Act (15 U.S.C. Sec. 15) or under the Cartwr ight 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 se rvices by the bidder for sale to the purchasing body pursuant to the bid. Such ass ignment shall be made and become effective at the time the purchasing body ten ders final payment to the bidder.

59. Bidder expressly acknowledges that it is aware that if a false claim is knowingly su bmitted (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 remedi es set forth in the California False Claim Act. It may also be considered fraud and the Contractor may be subject to criminal prosecution.

60. The undersigned Bidder certifies that it is, at the time of bidding, and shall be thr oughout the period of the contract, licensed by the State of California to do the ty pe 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 fo r in the Bid Documents.

61. The undersigned Bidder certifies that it is not, at the time of bidding, on the Calif ornia Department of General Services (DGS) list of persons determined to be eng aged in investment activities in Iran or otherwise in violation of the Iran Contracti ng Act of 2010 (Public Contract Code Section 2200-2208).

RFP No. 901236 Page 25 Specifications, Terms & Conditions for Service of Process

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

C. RESPONSE FORMAT

63. Bid responses are to be straightforward, clear, concise and specific to the informa tion requested.

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

65. Bid responses, in whole or in part, are NOT to be marked confidential or propriet ary. 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 disclosu re. County shall not be liable in any way for disclosure of any such records. Pleas e refer to the County’s website at: http://www.acgov.org/gsa/departments/purc hasing/policy/proprietary.htm for more information regarding Proprietary and Co nfidential Information policies.

RFP No. 901236 Page 26 EXHIBIT A BID RESPONSE PACKET

RFP No. 901236 – Service of Process

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 3 COPIES 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 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, 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. 901236 Page 1 BIDDER INFORMATION AND ACCEPTANCE

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

2. The undersigned is authorized, offers, and agrees to furnish the articles and/or services specified in acc ordance with the Specifications, Terms & Conditions of the Bid Documents of RFP No. 901236 – Service of Process.

3. The undersigned has reviewed the Bid Documents and fully understands the requirements in this Bid in cluding, 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 tha t its Bid, if accepted by County, will be the basis for the Bidder to enter into a contract with County in a ccordance 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 t he County’s website:

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

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

6. The undersigned acknowledges that Bidder will be in good standing in the State of California, with all t he necessary licenses, permits, certifications, approvals, and authorizations necessary to perform all ob ligations 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 a nd, if applicable, the site condition. By the submission of a Bid, the Bidder certifies that if awarded a co

Exhibit A – RFP No. 901236 Page 2 ntract they will make no claim against the County based upon ignorance of conditions or misunderstan ding of the specifications.

8. Patent indemnity: Vendors who do business with the County shall hold the County of Alameda, its offic ers, agents and employees, harmless from liability of any nature or kind, including cost and expenses, f or infringement or use of any patent, copyright or other proprietary right, secret process, patented or u npatented 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 R esponse 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 ce rtificate and additional insured certificate, naming the County of Alameda, which meets the minimum i nsurance requirements, as stated in the RFP.

Exhibit A – RFP No. 901236 Page 3 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. 901236 Page 4 BID FORM – 901236 SERVICE OF PROCESS

COST SHALL BE SUBMITTED ON EXHIBIT A AS IS. NO ALTERATIONS OR CHANGES OF ANY KIND ARE PERMITTED. Bid responses that do not comply will be subject to rejection in total. The cost quoted b elow shall include all taxes and all other charges, including travel expenses and postage, and is the cos t the County will pay for the three-year term of any contract that is a result of this bid.

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

Bidder hereby certifies to County that all representations, certifications, and statements made by Bid der, 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.

Exhibit B, Bid Form Schedule of Fees for RFP 901236 Service of Process for Alameda County Department of Child Support Services (A) (B) ( C ) (D) LOCATION OF LOCAL ONE TIME SERVICES FEE ESTIMATED EXTENSION

SERVICE AREA ANNUAL B X C QUANTITY 1 Alameda Point 120 2 Antioch 60 3 Berkeley 48 4 Concord 12 5 Dublin 48 6 Emeryville 48 7 Fremont 72 8 Hayward 252 9 Livermore 72 10 Oakland 980 11 Pleasanton 24 12 Redwood City 12 13 Richmond area 24 14 San Francisco 132 15 San Jose 120 16 San Leandro 264 17 San Lorenzo 108 LOCATION OF NON-LOCAL SERVICES AREA 18 Manteca 12 19 Modesto 12 20 Stockton 60 21 Tracy 12 22 Vacaville 12

Exhibit A – RFP No. 901236 Page 5 ( C ) LOCATION OF OUT-OF-STATE ESTIMATED (D) SERVICES AREA (B) ANNUAL EXTENSION ONE TIME SERVICES FEE QUANTITY B X C 23 Las Vegas, Nevada 72 Mountlake Terrace, 24 Washington State 24

LOCATE CHARGES 25 Field Locate 60 26 Office Locate 10

One time 72 Hour Expedite Fee QUANTITY

27 Local Service Area 12 28 Non-Local Service Area 6

29 Out-of-State Service Area 3

Total (sum of Column D, rows 1-29):

Bidder agrees that the price(s) quoted are the maximum they will charge during the term of any contract awarded.

REQUIRED DOCUMENTATION AND SUBMITTALS

Exhibit A – RFP No. 901236 Page 6 All of the specific documentation listed below is required to be submitted with the Exhibit A – Bid R esponse Packet in order for a bid to be deemed complete. Bidders shall submit all documentation, i n the order listed below and clearly label each section with the appropriate title (i.e. Table of Conte nts, Letter of Transmittal, Key Personnel, etc.).

1. Table of Contents: Bid responses shall include a table of contents listing the individual s ections of the proposal and their corresponding page numbers. Tabs should separate ea ch of the individual sections.

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

3. Exhibit A – Bid Response Packet: Every bidder must fill out and submit the complete Ex hibit A – Bid Response Packet.

(a) Bidder Information and Acceptance:

(1) Every Bidder must submit a signed page 4 of Exhibit A.

(b) References:

(1) Bidders must use the templates on pages 9-10 of this Exhibit A – Bid Response Packet to provide references. (2) 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. (3) 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.

(c) Additional Information Sheet: Bidders must acknowledge this sheet by checking it, whether or not they provide suggestions for additional services they provide that might be of interest to CPS

Exhibit A – RFP No. 901236 Page 7 (d) Exceptions, Clarifications, Amendments:

(1) 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 11 of this Exhibit A – Bid Response Packet. (2) THE COUNTY IS UNDER NO OBLIGATION TO ACCEPT ANY EXCEPTIONS, AND SUCH EXCEPTIONS MAY BE A BASIS FOR BID DISQUALIFICATION.

4. Key Personnel: Bid responses shall include a complete list of all key personnel associate d with the RFP. This list must include all key personnel who will provide services/trainin g to County staff and all key personnel who will provide maintenance and support servic es. 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.

5. Description of the Proposed Services: Bid response shall include a description of the ter ms and conditions of services to be provided during the contract term. The description shall contain a basis of estimate for services including:

(a) Best method of communicating (such as use of a central dispatcher, or direct client-to-process server dialogue; how authorization of rush service, locate charges, or subcontractors outside of local service areas will be handled).

(b) Management of turn-around; real time traceability and status reports; experience with various service areas; additional benefits that might be expected (cooperation with other, similar contractors in different jurisdictions, for example). The description must: (1) Specify how the services in the bid response will meet or exceed the requi rements of the County. (2) Explain any special resources, procedures or approaches that make the ser vices of Bidder particularly advantageous to the County. (3) Identify any limitations or restrictions of Bidder in providing the services th at the County should be aware of in evaluating its Response to this RFP

(c) Bid response shall include a proposal that addresses how the bidder will meet or exceed each item described in section D, Specific Requirements:

(1) General Requirements (2) Administrative Safeguard Requirements

Exhibit A – RFP No. 901236 Page 8 (3) Physical Safeguard Requirements (4) Information Security Requirements

6. Financial Statements

(a) Most recent Dun & Bradstreet Supplier Qualifier Report. For information on how to obtain a Supplier Qualifier Report, contact Dun & Bradstreet at http://www.dnb.com/government/contractor-management-portal.html;.

Exhibit A – RFP No. 901236 Page 9 CURRENT REFERENCES

RFP No. 901236 – Service of Process

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:

Exhibit A – RFP No. 901236 Page 10 FORMER REFERENCES

RFP No. 901236 – Service of Process

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:

Exhibit A – RFP No. 901236 Page 11 ADDITIONAL SERVICES

This page is for informational purposes only. It will not be used to evaluate the bid. This information may be considered for negotiation of a standard services agreement. If the Bidder has no additional services or prefers not to address additional services then the following box should be checked as acknowledgement to complete this requirement:

Bidder acknowledges reading this section and has no additional service suggestions.

Describe any additional services your firm would be interested in providing to DCSS:

Description of first additional service:

Description of second additional service:

Use additional pages as necessary.

Exhibit A – RFP No. 901236 Page 12 EXCEPTIONS, CLARIFICATIONS, AMENDMENTS

RFP No. 901236 – Service of Process

Bidder Name:

List below requests for clarifications, exceptions and amendments, if any, to the RFP and associated Bi d 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 bi d disqualification. Reference to: Description Page No. Section Item No.

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

*Print additional pages as necessary

Exhibit A – RFP No. 901236 Page 13 EXHIBIT B INSURANCE 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. 901236 Page 1 EXHIBIT B

COUNTY 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 LIMITS A Commercial General Liability $1,000,000 per occurrence (CSL) Premises Liability; Products and Completed Operations; Bodily Injury and Property Damage Contractual Liability; Personal Injury and Advertising Liability B Commercial or Business Automobile Liability $1,000,000 per occurrence (CSL) All owned vehicles, hired or leased vehicles, non-owned, Any Auto borrowed and permissive uses. Personal Automobile Bodily Injury and Property Damage Liability is acceptable for individual contractors with no transportation or hauling related activities C Workers’ Compensation (WC) and Employers WC: Statutory Limits Liability (EL) EL: $100,000 per accident for bodily injury or Required for all contractors with employees disease

Exhibit B – RFP No. 901236 Page 2 D Endorsements and Conditions : 1. ADDITIONAL INSURED: All insurance required above with the exception of Personal Automobile Liability, Workers’ Compensation and Employers Liability, shall be endorsed to name 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 effected 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 A.M. Best Rating of no less than A:VII or equivalent, shall be admitted to the State of California unless otherwise waived by Risk Management, and 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 furnish 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 - With a copy to Risk Management Unit (125 – 12th Street, 3rd Floor, Oakland, CA 94607)

Exhibit B – RFP No. 901236 Page 3 EXHIBIT C VENDOR BID LIST

RFP No. 901236 – Service of Process

Below is the Vendor Bid List for this project. This Vendor Bid List is being provided for informational purposes to assist bidders in making contact with other businesses as needed to develop relationships to meet the requirements of the RFP. RFP No. 901236 – Service of Process Business Name Contact Contact Cert Address City Zip Email Name Phone Type DigiScan Systems 24301 Inc ( 925 ) 997- Southland Drive, E Syed Iftikar 4981 Suite 212-E HAYWARD 94545- [email protected] Law Office of Ilana ( 510 ) 779- 2601C Blanding E Kohn Ilana Kohn 3038 Ave #305 ALAMEDA 94501- [email protected] Sand Dollar Group, ( 510 ) 229- 10610 Sheldon E LLC Paul Wright 9381 Street OAKLAND 94605- [email protected] CALICO Center Victoria ( 510 ) 895- 524 Estudillo SAN S Gwiasda 0702 Ave LEANDRO 94577- [email protected] City Centre Digital David ( 510 ) 409- 199 Best SAN S Multimedia Moragne 7079 Avenue LEANDRO 94577- [email protected] East Bay Community Law Martha ( 510 ) 548- 2921 Adeline S Center Brown 4040 Street BERKELEY 94703- [email protected] Family Violence Cherri ( 510 ) 208- Law Center S Allison 0220 P.O. Box 22009 OAKLAND 94623- [email protected] HR Management Clarence ( 510 ) 267- 462 Elwood S Corp. Inc. Hunt 0575 Avenue, Suite 9 OAKLAND 94610- [email protected] Interceptor Legal Support Serv David ( 510 ) 419- 55 Santa Clara S INCUMBENT Bardellini 3940 Ave., Suite 120 OAKLAND 94610- [email protected] Jarvis, Fay, Doporto Clare M. ( 510 ) 238- 492 Ninth S & Gibson, LLP Gibson 1400 Street, Suite 310 OAKLAND 94607- [email protected] Knox Ricksen LLP Thomas ( 510 ) 285- 1300 Clay Street 94612- S Fraysse 2500 ste 500 OAKLAND 1427 [email protected] Legal Beagle Raydon ( 510 ) 451- 1430 Franklin S Shippey 5650 St, Ste 210 OAKLAND 94612- [email protected] Professional Process Service Stephen ( 510 ) 451- 405 14TH ST. S INCUMBENT Kosta 5950 #1009 OAKLAND 94612- [email protected] Renne Sloan Charles ( 510 ) 280- 1654-A Solano Holtzman Sakai LLP S Sakai 3920 Avenue ALBANY 94707- [email protected] Gore/Litov C ontact Investigations 6114 La Salle Elizabeth ( 510 ) 835- Avenue PMB OCC for Litov 3503 820 OAKLAND 94611- status [email protected] Abby J. Cohen ( 510 ) 601- 5245 College L Abby Cohen 7319 Ave, Suite 332 OAKLAND 94618- [email protected] Andrea Leslie Auer Andrea ( 510 ) 834- 1611 Telegraph L Leslie Auer 2300 Ave., Suite 1101 OAKLAND 94612- [email protected] Assist Me! Levovina ( 877 ) 722- CASTRO L Runnels 9318 PO Box 20321 VALLEY 94546- [email protected] Avid Consulting Jennifer ( 510 ) 493- 4719 Seneca L Cardenas` 0173 Park Ave FREMONT 94538- [email protected] Compex Legal 1624 Franklin Services, Inc. Richard ( 510 ) 832- Street, Suite L Ragan 3242 1200 OAKLAND 94612- [email protected] D&R Legal Process 39159 Paseo Service, LLC ( 510 ) 797- Padre Pkwy. # 94538- L Jason Burke 9996 112 FREMONT 1600 [email protected] Darryl A. Stallworth Darryl A. ( 510 ) 271- 2355 Broadway, L Stallworth 1900 Suite 303 OAKLAND 94612- [email protected] David E. Halverson David E. ( 510 ) 985- L Halverson 6477 P.O. Box 20711 OAKLAND 94620- [email protected] DORN & WILLIAM ( 510 ) 889- 1290 B ST L ASSOCIATES DORN 6091 SUITE 307 HAYWARD 94541- DORNASSOCIATES(AOL).COM

Exhibit C – RFP No. 901236 Page 1 RFP No. 901236 – Service of Process Business Name Contact Contact Cert Address City Zip Email Name Phone Type Karen Gonzalez Karen ( 510 ) 604- 18301 Via SAN L Gonzalez 7423 Toledo LORENZO 94580- [email protected] LAW OFFICES OF MANUEL ( 510 ) 537- 109 JACKSON L MANUEL A. FARIA FARIA 3533 ST. HAYWARD 94544- [email protected] Procurement ( 925 ) 460- 5820 Stoneridge L Services Associate Dan Plute 0697 Mall Rd. PLEASANTON 94588- [email protected] R. J. Carter Richard ( 510 ) 364- 5332 Holland L Carter 1071 Street OAKLAND 94601- [email protected] Reliance Services Regina ( 510 ) 689- 3545 Harrison L Davis 3446 St., Suite 9 OAKLAND 94611- [email protected] Taylor, Goins & Vernon ( 510 ) 893- 1330 Broadway, L Stallworth LLP Goins 9465 Suite 1701 OAKLAND 94612- [email protected] Wolf Pac Services Michael ( 510 ) 872- CASTRO L Bliss 5260 20120 Anita #3 VALLEY 94546- [email protected]

Exhibit C – RFP No. 901236 Page 2 EXHIBIT D – MONTHLY SERVICE BY ZIP CODE

Service of Process for Alameda County Department of Child Support Services by ZIP for one month

Service Area ZIP Code City Quantity/Month %/Month Designation 94501 Alameda Point Local 10 4.55% 94531 Antioch Local 5 2.27% 94702 Berkeley Local 4 1.82% 94520 Concord Local 1 0.45% 94568 Dublin Local 4 1.82% 94608 Emeryville Local 4 1.82% 94539 Fremont Local 2 0.91% 94536 Fremont Local 4 1.82% 94542 Hayward Local 1 0.45% 94544 Hayward Local 1 0.45% 94541 Hayward Local 2 0.91% 94546 Hayward Local 17 7.73% 89142 Las Vegas, Nevada Out-of-state 6 2.73% 94550 Livermore Local 6 2.73% 95336 Manteca Non-local 1 0.45% 95355 Modesto Non-local 1 0.45% Mountlake Terrace, Out-of-state 2 98043 Washington State 0.91% 94611 Oakland Local 3 1.36% 94609 Oakland Local 4 1.82% 94612 Oakland Local 4 1.82% 94619 Oakland Local 4 1.82% 94606 Oakland Local 5 2.27% 94607 Oakland Local 5 2.27% 94610 Oakland Local 5 2.27% 94605 Oakland Local 6 2.73% 94621 Oakland Local 8 3.64% 94603 Oakland Local 17 7.73% 94601 Oakland Local 24 10.91% 94566 Pleasanton Local 1 0.45% Exhibit D – RFP No. 901236 Page 1 EXHIBIT D – MONTHLY SERVICE BY ZIP CODE

Service of Process for Alameda County Department of Child Support Services by ZIP for one month

Service Area ZIP Code City Quantity/Month %/Month Designation 94588 Pleasanton Local 1 0.45% 94063 Redwood City Local 1 0.45% 94801 Richmond area Local 2 0.91% 94103 San Francisco Local 5 2.27% 94102 San Francisco Local 6 2.73% 95128 San Jose Local 2 0.91% 95112 San Jose Local 3 1.36% 95148 San Jose Local 5 2.27% 94577 San Leandro Local 1 0.45% 94579 San Leandro Local 4 1.82% 94578 San Leandro Local 17 7.73% 94580 San Lorenzo Local 9 4.09% 95210 Stockton Local 1 0.45% 95206 Stockton Non-local 4 1.82% 95376 Tracy Non-local 1 0.45% 95687 Vacaville Non-local 1 0.45% Total: 220 0.9997

Exhibit D – RFP No. 901236 Page 2 Exhibit E – Information Security Provisions, RFP 901236 Service of Process

Alameda DCSS Contract Security Provisions

INFORMATION SECURITY PROVISIONS

In the performance of this contract, the (herein referred to as “Contractor”) agrees to protect all information (including but not limited to electronic files, data, paper documents and forms) or other information designated confidential and provided by the County in order to carry out this agreement, from unauthorized use and disclosure through observance of the same or more effective procedural requirements as used by the Child Support Services (herein referred to as “County”). Contractor further agrees to implement the following minimum administrative, physical, and information security safeguards to comply with the information security requirements provided in Family Code §17212; and Title 22, CCR §111430 and §111440 for the terms and length of this agreement and while in possession of, maintaining, or accessing County information.

1. ADMINISTRATIVE SAFEGUARDS

1. CONTACTS: Information security contacts responsible for security and confidentiality responsibilities related to this agreement. DCSS Contractor Alameda County Dept. Child Support 5669 Gibraltar Drive

Pleasanton, CA. 94588 Phone: Phone:

2. DATA OWNERSHIP: The confidential or sensitive information being provided under this agreement remains the exclusive property of the County. Confidential and sensitive information is not open to the public and requires special precautions to protect from loss and unauthorized use, disclosure, modification, or destruction. 3. INCIDENT REPORTING: All unauthorized or suspected unauthorized access, uses and/or disclosures (incidents) of information obtained under this agreement shall be thoroughly reviewed by each agency. Each agency shall comply with the incident reporting requirements in accordance with Civil Code Section 1798.29 and California State Administrative Manual section 5350. Contractor will immediately notify the County of any information security breach involving information accessed or obtained under this agreement as soon as practical, but no more than three (3) business days of discovery; and provide all appropriate information via email to facilitate the required reporting requirements. 4. USE OF INFORMATION: Contractor acknowledges and agrees that the information furnished or secured pursuant to this agreement shall be used solely for the purposes described in this agreement and shall agree to implement policies and procedures to ensure the confidentiality of such information. Contractor further agrees that information obtained under this agreement will not be reproduced, published, sold or released in original or any other form for any other purpose other than identified in this agreement. 5. STATEMENT OF CONFIDENTIALITY: Contractor and each of its employees who may have access to the confidential or sensitive data of the County will be required to sign a confidentiality

01/15/2009 Page 3 of 55 Exhibit E – Information Security Provisions, RFP 901236 Service of Process

statement attesting to the fact that he/she is aware of the confidential data and the penalties for unauthorized use and disclosure under applicable state and federal law thereof. This statement shall be renewed and signed annually. Copies of signed confidentiality statements must be made available and forwarded to County’s information security contact upon request. 6. EMPLOYEE ACCESS TO INFORMATION: Contractor agrees that information will be kept in the strictest confidence and shall only be made available to authorized personnel on a business “need-to-know” basis and only for the purposes authorized under this agreement. The term “need- to-know” refers to those authorized persons who need information to perform their official duties in connection with the purpose as described in the Agreement. The parties recognize their mutual responsibilities to protect the confidentiality of the information in their custody as provided by law and ensure such information is disclosed only to those individuals and of such purpose, as authorized by the respective laws.

2. PHYSICAL SAFEGUARDS

1. ACCESS AUTHORIZATION RECORDS: Contractor shall maintain records of all authorized users and authorization level of access granted to the information obtained under in this agreement with the purpose as described in this agreement. 2. ACCESS CONTROL: Contractor shall maintain and secure any of its computer systems (network, hardware, software and applications) used in the performance of this agreement. 3. SECURE AREAS: Computer monitors, printers, hard copy printouts or any other forms of information accessed or obtained under the performance of this agreement must be placed so that they may not be viewed by the public or other unauthorized persons as described in the agreement. 4. SECURE STORAGE: Information in all forms, such as but not limited to tapes, cartridges, or other removable media, must be stored in areas physically secure from access by unauthorized persons as described in this agreement. 5. MEDIA PROTECTION: Contractor shall employ the use of encryption for all confidential information stored on media such as, but not limited to, portable computing devices, CDs, DVDs, USB flash drives, tapes, and cartridges in its custody. 6. DESTRUCTION OF RECORDS: All records received by Contractor under this agreement shall return or destroy the information, including information stored on magnetic tapes, discs, and other medium, using confidential destruct methods, such as secure shredding, burning, degaussing, erasing, or other certified or witnessed destruct when they are no longer needed for the business purpose for which they were obtained or within thirty (30) calendar days of termination or end of contract.

3. INFORMATION SECURITY

1. ELECTRONIC TRANSMISSION: All confidential information transmitted over a public network shall be encrypted. 2. UNIQUE IDENTIFICATION: Contractor’s network security architecture must be able to identify uniquely all access to information obtained and used in the performance of this agreement. 3. CHANGE CONTROL: All changes to computer systems, hardware, software, applications, storage media, and network components used for storing and/or accessing information in the performance of this agreement must be approved by County in writing prior to implementation.

01/15/2009 Page 4 of 55 Exhibit E – Information Security Provisions, RFP 901236 Service of Process

4. SCREEN-LOCKING: Computers capable of accessing information for the performance of this agreement must not be left unattended and logged on, unless secured by a screen-locking process or mechanism to prevent unauthorized access, or secured in a locked room not accessible to unauthorized personnel. 5. AUDITING: Contractor shall maintain an audit trail and record data access of authorized users and authorization level of access granted to information, based on job function. Said logs must be made available to the County’s information security contact upon request.

01/15/2009 Page 5 of 55 Exhibit F – Confidentiality Statement RFP 901236 Service of Process

STATE OF CALIFORNIA - HEALTH AND HUMAN SERVICES AGENCY DEPARTMENT OF CHILD SUPPORT SERVICES EXHIBIT F - CONFIDENTIALITY STATEMENT DCSS 0593 (03/29/06) The Department of Child Support Services (DCSS) is responsible for securing Child Support information. DCSS takes this responsibility seriously. The information below describes serious consequences you are subject to in the event that you unlawfully access or disclose Child Support information. Child Support information includes data that is obtained from numerous organizations including, but not limited to: the Internal Revenue Service, the California Franchise Tax Board, the California Employment Development Department, and the California State Board of Equalization. This information is confidential. Child Support information also includes DCSS plans, processes, procedures, memoranda, correspondence, research documents, and statistical analysis concerning the DCSS Child Support Program. This information may be confidential. Confidential information in any form (e.g. paper, CDs, DVDs, computer drives, mobile computing devices, etc.) is not public and requires special precautions to protect it from wrongful access, use, disclosure, modification, and destruction. DCSS strictly enforces information security. If you violate DCSS confidentiality policies, you may be subject to administrative, civil, and or criminal action.

You may only access confidential information if you have a specific Child Support business need for that information. You may only disclose confidential information to other individuals that have a specific Child Support business need for that information. If you access confidential information without a Child Support business need or if you disclose confidential information to another person that does not have a Child Support business need, you may be subject to discipline by your department, termination of your or your employer's contract, criminal fines, or imprisonment.  Fines for confidentiality violations range from $1,000 to $20,000.  Imprisonment for confidentiality violations ranges from 1 year to 5 years.  In addition, you may be liable for damages to persons injured by your confidentiality violation.

By your signature and initials below, you acknowledge that confidential Child Support information is subject to strict confidentiality requirements imposed by state and federal law including, but not limited to: Title 26 United States Code sections 7213(a), 7213A, and 7431; Code of Federal Regulations, Title 28, Code of Federal Regulations, part 603; California Penal Code section 502; California Family Code section 17212; California Unemployment Insurance Code sections 1094, 2111, and 2122; California Revenue and Taxation Code sections 7056, 7056.5, 19542, and 19542.1. ______READ AND INITIAL EACH OF THE STATEMENTS PRINTED BELOW______

____I acknowledge that operating any computer providing access to Child Support information constitutes consent to monitoring of all system activity. Evidence of unauthorized use collected during monitoring may be used for adverse or criminal action. Logging on to any system providing access to Child Support information indicates acceptance of the DCSS Information Security Policy.

____I acknowledge responsibility for knowing the classification of Child Support information. If I do not know the classification of specific information, I will seek classification information from my supervisor.

____I acknowledge that wrongful access, use, modification, or disclosure of confidential information may be punishable as a crime and/or result in disciplinary and/or civil action taken against me - including but not limited to: reprimand, suspension without pay, salary reduction, demotion, or dismissal - and/or fines and penalties resulting from criminal prosecution or civil lawsuits and/or termination of contract.

____I acknowledge that wrongful access, inspection, use, or disclosure of confidential information for personal gain, curiosity, or any non-business related reason is a crime under state and federal laws.

____I acknowledge that wrongful access, use, modification, or disclosure of confidential information is grounds for immediate termination of my organization's Child Support related contract.

____I hereby agree to protect Child Support information in any form, (e.g. paper, CDs, DVDs, computer drives, mobile computing devices, etc) by:  Accessing Child Support information only as needed to perform my Child Support business duties.  Never accessing information for curiosity or personal reasons.  Never showing confidential information to or discussion confidential information with anyone who does not have the need to know.  Storing confidential information only in approved locations.  Never removing sensitive or confidential information from the work site without authorization.

01/15/2009 Page 6 of 55 Exhibit F – Confidentiality Statement RFP 901236 Service of Process

____I agree that I will not disclose my password(s) that provide me access to Child Support systems to any other person.

____I agree that I will not duplicate or download confidential Child Support information unless I am authorized to do so. I certify that I have read and initialed the confidentiality statements printed above.

PRINT FULL NAME:______

PRINT EMPLOYER'S FULL NAME:______

SIGNATURE:______DATE:______

01/15/2009 Page 7 of 55

Recommended publications