University of Illinois at Urbana-Champaign
RFP #1TLC1601
Request for Proposal: Outside Counsel for Legal Services
Renewal Info
Published Tuesday June 18, 2019
Renewal entered into with:
Vendor: Baker & McKenzie LLP
Amount: An estimated $762,667
Renewal: 2nd of 2, 7/1/2019 through 6/30/2020
Pricing Changes: 
None
Service/Product Changes: 
Baker & McKenzie continues to be awarded under the following categories: international transactions and activities, tax, information technology, legislative affairs and lobbying, and, finance and commercial transactions.
Potential Future Renewals: None
Vendor: Barnes & Thornburg LLP
Amount: An estimated $146,670
Renewal: 2nd of 2, 7/1/2019 through 6/30/2020
Pricing Changes: 
None
Service/Product Changes: 
Barnes & Thornburg LLP continues to be awarded under the following category: finance and commercial transactions.
Potential Future Renewals: None
Vendor: Chapman & Cutler LLP
Amount: An estimated $88,000
Renewal: 2nd of 2, 7/1/2019 through 6/30/2020
Pricing Changes: 
None
Service/Product Changes: 
Chapman & Cutler LLP continues to be awarded under the following category: tax.
Potential Future Renewals: None
Vendor: Clark Baird Smith LLP
Amount: An estimated $440,000
Renewal: 2nd of 2, 7/1/2019 through 6/30/2020
Pricing Changes: 
1.13% increase
Service/Product Changes: 
Clark Baird Smith LLP continues to be awarded under the following category: labor and labor relations.
Potential Future Renewals: None
Vendor: Drinker Biddle & Reath LLP
Amount: An estimated $999,999
Renewal: 2nd of 2, 7/1/2019 through 6/30/2020
Pricing Changes: 
2.99% average increase
Service/Product Changes: 
Drinker Biddle & Reath LLP continues to be awarded under the following categories: general business and operational matters, research administration and compliance, estate and trust, and, international transactions and activities.
Potential Future Renewals: None
Vendor: Dunn Law Firm LLP
Amount: An estimated $950,000
Renewal: 2nd of 2, 7/1/2019 through 6/30/2020
Pricing Changes: 
0.38% increase
Service/Product Changes: 
Dunn Law Firm LLP continues to be awarded under the following category: immigration.
Potential Future Renewals: None
Vendor: Fragomen, Del Rey, Bernsen & Loewy LLC
Amount: An estimated $950,000
Renewal: 2nd of 2, 7/1/2019 through 6/30/2020
Pricing Changes: 
20.12% increase
Service/Product Changes: 
Fragomen, Del Ray, Bernsen & Loewy LLC continues to be awarded under the following category: immigration.
Potential Future Renewals: None
Vendor: Franczek Radelet P.C.
Amount: An estimated $999,999
Renewal: 2nd of 2, 7/1/2019 through 6/30/2020
Pricing Changes: 
None
Service/Product Changes: 
Franczek Radelet PC is now known as Franczek P.C. Franczek P.C. has assumed the award under the following categories: athletics, student issues, governance, employment relations, and, legislative affairs and lobbying.
Potential Future Renewals: None
Vendor: Freeborn & Peters LLP
Amount: An estimated $44,000
Renewal: 2nd of 2, 7/1/2019 through 6/30/2020
Pricing Changes: 
None
Service/Product Changes: 
Freeborn & Peters LLP continues to be awarded under the following category: Legislative Affairs and Lobbying
Potential Future Renewals: None
Vendor: Gray Miller Persh LLP
Amount: An estimated $49,900
Renewal: 2nd of 2, 7/1/2019 through 6/30/2020
Pricing Changes: 
None
Service/Product Changes: 
Gary Miller Persh LLP continues to be awarded under the following category: communications.
Potential Future Renewals: None
Vendor: Holland & Knight LLP
Amount: An estimated $249,335
Renewal: 2nd of 2, 7/1/2019 through 6/30/2020
Pricing Changes: 
None
Service/Product Changes: 
Holland & Knight LLP continues to be awarded under the following categories: information technology, construction, and, athletics.
Potential Future Renewals: None
Vendor: Ice Miller LLP
Amount: An estimated $88,000
Renewal: 2nd of 2, 7/1/2019 through 6/30/2020
Pricing Changes: 
None
Service/Product Changes: 
Ice Miller LLP continues to be awarded under the following category: utilities and energy.
Potential Future Renewals: None
Vendor: Jackson Lewis P.C.
Amount: An estimated $528,000
Renewal: 2nd of 2, 7/1/2019 through 6/30/2020
Pricing Changes: 
1.76% increase
Service/Product Changes: 
Jackson Lewis P.C. continues to be awarded under the following categories: employment relations, and, labor and labor relations.
Potential Future Renewals: None
Vendor: Jenner & Block LLP
Amount: An estimated $999,999
Renewal: 2nd of 2, 7/1/2019 through 6/30/2020
Pricing Changes: 
N/A; pricing changed from a blended rate to standard hourly rates by title.
Service/Product Changes: 
Jenner & Block LLP continues to be awarded under the following categories: governance, communications, and, general business and operational matters.
Potential Future Renewals: None
Vendor: Laner Muchin, Ltd
Amount: An estimated $440,000
Renewal: 2nd of 2, 7/1/2019 through 6/30/2020
Pricing Changes: 
3.33% increase
Service/Product Changes: 
Laner Muchin, Ltd continues to be awarded under the following category: labor and labor relations.
Potential Future Renewals: None
Vendor: Marshall Gerstein Borun LLP
Amount: An estimated $220,000
Renewal: 2nd of 2, 7/1/2019 through 6/30/2020
Pricing Changes: 
9.72% increase
Service/Product Changes: 
Marshall Gerstein Borun LLP continues to be awarded under the following category: intellectual property (non-litigation).
Potential Future Renewals: None
Vendor: Mayer Brown LLP
Amount: An estimated $777,333
Renewal: 2nd of 2, 7/1/2019 through 6/30/2020
Pricing Changes: 
4.57% average increase
Service/Product Changes: 
Mayer Brown LLP continues to be awarded under the following categories: finance and commercial transactions, international transactions and activities, communications, estate and trust, and, tax.
Potential Future Renewals: None
Vendor: Michael Best & Friedrich LLP
Amount: An estimated $220,000
Renewal: 2nd of 2, 7/1/2019 through 6/30/2020
Pricing Changes: 
5.67% increase
Service/Product Changes: 
Michael Best & Freidrich LLP continues to be awarded under the following category: intellectual property (non-litigation).
Potential Future Renewals: None
Vendor: Miller, Canfield, Paddock & Stone, PLC
Amount: An estimated $88,000
Renewal: 2nd of 2, 7/1/2019 through 6/30/2020
Pricing Changes: 
N/A; hourly rates changed from a standard hourly rate by title to a blended hourly rate.
Service/Product Changes: 
Miller, Canfield, Paddock & Stone, PLC continues to be awarded under the following category: utilities and energy.
Potential Future Renewals: None
Vendor: Neal & Leroy LLC
Amount: An estimated $234,670
Renewal: 2nd of 2, 7/1/2019 through 6/30/2020
Pricing Changes: 
None
Service/Product Changes: 
Neal & Leroy LLC continues to be awarded under the following category: real property.
Potential Future Renewals: None
Vendor: Pugh, Jones & Johnson P.C.
Amount: An estimated $586,667
Renewal: 2nd of 2, 7/1/2019 through 6/30/2020
Pricing Changes: 
None
Service/Product Changes: 
Pugh, Jones & Johnson P.C. continues to be awarded under the following category: general business and operational matters.
Potential Future Renewals: None
Vendor: Quarles & Brady LLP
Amount: An estimated $440,000
Renewal: 2nd of 2, 7/1/2019 through 6/30/2020
Pricing Changes: 
5.52% average increase
Service/Product Changes: 
Quarles & Brady LLP continues to be awarded under the following categories: estate and trust, research administration and compliance, real property, and, information technology.
Potential Future Renewals: None
Vendor: Arnstein & Lehr LLP
Amount: An estimated $440,000
Renewal: 2nd of 2, 7/1/2019 through 6/30/2020
Pricing Changes: 
1.75% average increase
Service/Product Changes: 
This award was assigned to Saul Ewing Arnstein & Lehr LLP in the 5/9/2018 notice. Saul Ewing Arnstein & Lehr LLP continues to be awarded under the following categories: construction, and, student issues.
Potential Future Renewals: None
Comments:
Assignments in effect for this renewal period
- Franczek Radelet P.C. to Franczek P.C. (new assignment)
- Arnstein & Lehr LLP to Saul Ewing Arenstein & Lehr LLP (previously published)

Combination of Previous Awards
Throughout the life of this award, Drinker Biddle & Reath and Fragomen, Del Rey, Bernsen & Loewy have been awarded these categories in multiple award notices. This proposed renewal reflects the combined value of spend estimated under these categories for these vendors.

Compliance with PA 100-391
This renewal has been reviewed in compliance with the BEP Act (30 ILCS 575); specifically the requirements regarding compliance with goals on the contract being renewed and reviewing goal levels on renewal as set forth in PA 100-391. Each contract has had an aspirational goal established which will be reviewed with each task order referral request.

A summary of the awardees by categories has been attached under the title 1TLC1601-SummaryofAwards-06-2019.xlsx

The buyer for this procurement is now Daniel Szajna, (217) 333-2650.
The State Purchasing Officer for this procurement is now Geno Marchizza.

The University award process may be delayed up to thirty days as this award goes through a state approval process.
Renewal Info
Published Monday June 25, 2018
Renewal entered into with:
Vendor: Franczek Radelet P.C.
Amount: An estimated $1,188,000
Renewal: 1st of 2, 7/1/2018 through 6/30/2019
Pricing Changes: 
None
Service/Product Changes: 
None
Potential Future Renewals: $1,188,000
Vendor: Gray Miller Persh LLP
Amount: An estimated $49,900
Renewal: 1st of 2, 7/1/2018 through 6/30/2019
Pricing Changes: 
None
Service/Product Changes: 
None
Potential Future Renewals: $49,900
Vendor: Arnstein & Lehr LLP
Amount: An estimated $440,000
Renewal: 1st of 2, 7/1/2018 through 6/30/2019
Pricing Changes: 
None
Service/Product Changes: 
None
Potential Future Renewals: $440,000
Vendor: Jackson Lewis P.C.
Amount: An estimated $528,000
Renewal: 1st of 2, 7/1/2018 through 6/30/2019
Pricing Changes: 
Utilities and Energy- Primary Award- 12.03% increase
Service/Product Changes: 
None
Potential Future Renewals: $528,000
Vendor: Quarles & Brady LLP
Amount: An estimated $440,000
Renewal: 1st of 2, 7/1/2018 through 6/30/2019
Pricing Changes: 
None
Service/Product Changes: 
None
Potential Future Renewals: $440,000
Vendor: Mayer Brown LLP
Amount: An estimated $777,333
Renewal: 1st of 2, 7/1/2018 through 6/30/2019
Pricing Changes: 
Finance & Commercial Transactions-Primary Award-3.61% increase, Estate & Trust-Secondary Award-3.64% increase, International Transactions & Activities-Secondary Award-3.73% increase, Communications- Secondary Award-3.76% increase,Tax-Tertiary Award-3.59%
Service/Product Changes: 
None
Potential Future Renewals: $777.33
Vendor: Dunn Law Firm LLP
Amount: An estimated $950,000
Renewal: 1st of 2, 7/1/2018 through 6/30/2019
Pricing Changes: 
None
Service/Product Changes: 
None
Potential Future Renewals: $950,000
Vendor: Drinker Biddle & Reath LLP
Amount: An estimated $601,335
Renewal: 1st of 2, 7/1/2018 through 6/30/2019
Pricing Changes: 
General Business and Operational Matters- Primary Award- 8.47%, Research Administration and Compliance- Primary Award- 8.65%
Service/Product Changes: 
None
Potential Future Renewals: $601,335
Vendor: Jenner & Block LLP
Amount: An estimated $1,232,000
Renewal: 1st of 2, 7/1/2018 through 6/30/2019
Pricing Changes: 
None
Service/Product Changes: 
None
Potential Future Renewals: $1,232,000
Vendor: Holland & Knight LLP
Amount: An estimated $249,335
Renewal: 1st of 2, 7/1/2018 through 6/30/2019
Pricing Changes: 
None
Service/Product Changes: 
None
Potential Future Renewals: $249,335
Vendor: Michael Best & Friedrich LLP
Amount: An estimated $220,000
Renewal: 1st of 2, 7/1/2018 through 6/30/2019
Pricing Changes: 
None
Service/Product Changes: 
None
Potential Future Renewals: $220,000
Vendor: Baker & McKenzie LLP
Amount: An estimated $762,667
Renewal: 1st of 2, 7/1/2018 through 6/30/2019
Pricing Changes: 
None
Service/Product Changes: 
None
Potential Future Renewals: $762,667
Vendor: Seyfarth Shaw LLP
Amount: An estimated $88,000
Renewal: 1st of 2, 7/1/2018 through 6/30/2019
Pricing Changes: 
Category- Employment Relations- Secondary Award- Rate changed from standard hourly rate to blended rate which was accepted by the department. Evaluation rankings and awardees for this category would have remain unchanged.
Service/Product Changes: 
None
Potential Future Renewals: $88,000
Vendor: Pugh, Jones & Johnson P.C.
Amount: An estimated $586,667
Renewal: 1st of 2, 7/1/2018 through 6/30/2019
Pricing Changes: 
None
Service/Product Changes: 
None
Potential Future Renewals: $586,667
Vendor: Hinshaw & Culbertson LLP
Amount: An estimated $909,333
Renewal: 1st of 2, 7/1/2018 through 6/30/2019
Pricing Changes: 
Construction- Tertiary Award-increase 24.54%, Governance- Tertiary Award- 7.01% increase, Real Property- Tertiary Award- 5.19% increase
Service/Product Changes: 
None
Potential Future Renewals: $909,333
Vendor: Neal & Leroy LLC
Amount: An estimated $234,670
Renewal: 1st of 2, 7/1/2018 through 6/30/2019
Pricing Changes: 
None
Service/Product Changes: 
None
Potential Future Renewals: $234,670
Vendor: Barnes & Thornburg LLP
Amount: An estimated $146,670
Renewal: 1st of 2, 7/1/2018 through 6/30/2019
Pricing Changes: 
None
Service/Product Changes: 
None
Potential Future Renewals: $146,670
Vendor: Fragomen, Del Rey, Bernsen & Loewy LLC
Amount: An estimated $595,670
Renewal: 1st of 2, 7/1/2018 through 6/30/2019
Pricing Changes: 
None
Service/Product Changes: 
None
Potential Future Renewals: $595,670
Vendor: Kempster, Corcoran, Quiceno & Lenz-Calvo
Amount: An estimated $800,000
Renewal: 1st of 2, 7/1/2018 through 6/30/2019
Pricing Changes: 
None
Service/Product Changes: 
None
Potential Future Renewals: $800,000
Vendor: Clark Baird Smith LLP
Amount: An estimated $440,000
Renewal: 1st of 2, 7/1/2018 through 6/30/2019
Pricing Changes: 
None
Service/Product Changes: 
None
Potential Future Renewals: $440,000
Vendor: Laner Muchin, Ltd
Amount: An estimated $440,000
Renewal: 1st of 2, 7/1/2018 through 6/30/2019
Pricing Changes: 
None
Service/Product Changes: 
None
Potential Future Renewals: $440,000
Vendor: Freeborn & Peters LLP
Amount: An estimated $44,000
Renewal: 1st of 2, 7/1/2018 through 6/30/2019
Pricing Changes: 
None
Service/Product Changes: 
None
Potential Future Renewals: $44,000
Vendor: Ice Miller LLP
Amount: An estimated $88,000
Renewal: 1st of 2, 7/1/2018 through 6/30/2019
Pricing Changes: 
Utilities and Energy- Primary Award- Decrease of 3.24%
Service/Product Changes: 
None
Potential Future Renewals: $88,000
Vendor: Greenberg Traurig
Amount: An estimated $117,335
Renewal: 1st of 2, 7/1/2018 through 6/30/2019
Pricing Changes: 
Research Administration and Compliance- Tertiary Award- 4.71% Increase
Service/Product Changes: 
None
Potential Future Renewals: $117,335
Vendor: Miller, Canfield, Paddock & Stone, PLC
Amount: An estimated $88,000
Renewal: 1st of 2, 7/1/2018 through 6/30/2019
Pricing Changes: 
None
Service/Product Changes: 
None
Potential Future Renewals: $88,000
Vendor: Chapman & Cutler LLP
Amount: An estimated $88,000
Renewal: 1st of 2, 7/1/2018 through 6/30/2019
Pricing Changes: 
None
Service/Product Changes: 
None
Potential Future Renewals: $88,000
Vendor: Marshall Gerstein Borun LLP
Amount: An estimated $220,000
Renewal: 1st of 2, 7/1/2018 through 6/30/2019
Pricing Changes: 
Intellectual Property- Tertiary Award- .57% increase
Service/Product Changes: 
None
Potential Future Renewals: $220,000
Comments: Please see the attached Excel spreadsheet for a listing of all the renewals and categories. Renewals are as follows: Category 1: Athletics: Primary- Franczek Radelet P.C., Secondary- Did Not Renew Tertiary- Holland & Knight LLP. Category 2: Communications- Primary- Gray Miller Persh, Secondary- Mayer Brown LLP, Tertiary- Jenner & Block. Category 3: Construction- Primary-Saul Ewing, Arnstein & Lehr LLP, Secondary- Holland & Knight LLP, Tertiary- Hinshaw & Culbertson LLP, Category 4: Employment Relations- Primary- Jackson Lewis P.C., Secondary- Seyfarth Shaw LLP, Tertiary- Franczek Radelet P.C., Category 5: Estate & Trust: Primary- Quarles & Brady LLP, Secondary- Mayer Brown LLP, Tertiary- Drinker, Biddle & Reath LLP. Category 6 Finance & Commercial Transactions- Primary: Mayer Brown LLP, Secondary- Barnes & Thornburg LLP, Tertiary- Baker & McKenzie LLP. Category 7: General Business & Operational Matters- Primary-Drinker, Biddle & Reath LLP, Secondary- PUgh Jones & Johnson P.C., Tertiary- Jenner & Block. Category 8: Governance- Primary- Jenner & Block, Secondary- Franczek Radelet P.C. Tertiary- Hinshaw & Culbertson LLP. Category 9: Immigration- Primary- Dunn Law Firm LLP, Secondary- Fragomen, Del Rey, Bernsen & Loewy, Tertiary- Kempster, Corcoran, Quicens & Lenz-Calvo. Category 10: Information Technology- Primary- Holland & Knight LLP, Secondary- Baker & McKenzie LLP, Tertiary- Quarles & Brady LLP, Category 11: Intellectual Property (Non-Litigation)- Primary- Michael Best & Friedrich LLP, Secondary- Did Not Renew, Tertiary- Marshall Gerstein & Borun LLP, Category 12: International Transactions & Activities- Primary- Baker & McKenzie LLP, Secondary- Mayer Brown LLP, Tertiary- Drinker Biddle & Reath LLP. Category 13: Labor & Labor Relations- Primary- Clark Baird Smith LLP, Secondary- Laner Muchin, Tertiary- Jackson Lewis P.C., Category 14: Legistlative Affairs & Lobbrying- Primary- Freeborn & Peters LLP, Secondary- Baker & McKenzie LLP, Tertiary- Franczek Radelet P.C. Category 15: Real Property- Primary- Neal & Leroy LLC, Secondary- Quarles & Brady LLP, Tertiary- Hinshaw & Culbertson LLP. Category 16: Research Administration & Compliance- Primary- Drinker Biddle & Reath LLP, Secondary- Quarles & Brady LLP, Tertiary- Greenberg Traurig LLP. Category 17: Student Issues- Primary- Franczek Radelet P.C. Secondary- Saul Ewing Arnstein & Lehr LLP. Cateogory 18: Tax- Primary- Baker & McKenzie LLP, Secondary- Chapman & Cutler LLP, Tertiary- Mayer Brown LLP. Category 19: Utilities & Energy- Primary- Ice Miller LLP, Secondary- Miller, Canfield, Paddock & Stone P.L.C.
The State Purchasing Officer for this procurement is now Aaron M. Finder.

The University award process may be delayed up to thirty days as this award goes through a state approval process.
Change Order
Published Wednesday May 9, 2018
Vendor: Arnstein & Lehr LLP
Change Order Amount: $0

The contract originally entered into with Arnstein & Lehr LLP has been assigned to Saul Ewing Arnstein & Lehr LLP. All terms and conditions of the original contract remain in effect. The assignment will not change the estimated award amount that was previously published for Arnstein & Lehr LLP. Saul Ewing Arnstein & Lehr LLP meets all requirements for contracting with the university.
The University award process may be delayed up to thirty days as this award goes through a state approval process.
Award Info Published Monday May 7, 2018
Awarded to:
Vendor: Chapman & Cutler LLP, Chicago, IL
Amount: An estimated $17,000
Terms:
An estimated start date of 5/9/2018 through 6/30/2018
Renewals:
2 one-year
Potential Future Renewals: $176,000
Vendor: Mayer Brown LLP, Chicago, IL
Amount: An estimated $17,000
Terms:
An estimated start date of 5/9/2018 through 6/30/2018
Renewals:
2 one-year
Potential Future Renewals: $176,000
Vendor: Kempster, Corcoran, Quiceno & Lenz-Calvo, Chicago, IL
Amount: An estimated $238,000
Terms:
An estimated start date of 5/9/2018 through 6/30/2018
Renewals:
2 one-year
Potential Future Renewals: $1,900,000
Vendor: Quarles & Brady LLP, Chicago, IL
Amount: An estimated $9,000
Terms:
An estimated start date of 5/9/2018 through 6/30/2018
Renewals:
2 one-year
Potential Future Renewals: $88,000
Vendor: Jackson Lewis P.C., Chicago, IL
Amount: An estimated $84,000
Terms:
An estimated start date of 5/9/2018 through 6/30/2018
Renewals:
2 one-year
Potential Future Renewals: $880,000
Vendor: Greenberg Traurig, Chicago, IL
Amount: An estimated $23,000
Terms:
An estimated start date of 5/9/2018 through 6/30/2018
Renewals:
2 one-year
Potential Future Renewals: $234,667
Vendor: Marshall Gerstein Borun LLP, Chicago, IL
Amount: An estimated $42,000
Terms:
An estimated start date of 5/9/2018 through 6/30/2018
Renewals:
2 one-year
Potential Future Renewals: $440,000
Number of Unsuccessful, Responsive Respondents: 10
Comments:
An award is being made to multiple firms in order to assure adequate service availability pursuant to 44 Ill. Adm. Code 4.2036(b), standard procurement rules. Vendors are shown below as the tertiary recipients with other awardees (secondary, tertiary, etc.) may receive orders in the event the primary vendor is unable to provide the services. Secondary Award- Category 18- Tax- Chapman & Cutler LLP,Tertiary Award- Category 18- Tax: Mayer Brown LLP, Category 9- Immigration: Kempster, Corcoran , Quiceno & Lenz-Calvo, Cateogory 10- Information Technology: Quarles & Brady LLP, Category 13- Labor & Labor Relations: Jackson Lewis P.C., Category 16: Research Administration & Compliance: Greenberg Traurig LLP, Category 11: Intellectual Property: Marshall Gerstein and Borun LLP.
The State Purchasing Officer for this procurement is now Aaron M. Finder.
The University award process may be delayed up to thirty days as this award goes through a state approval process.
Award Info Published Wednesday April 11, 2018
Awarded to:
Vendor: Franczek Radelet P.C., Chicago, IL
Amount: An estimated $26,000
Terms:
An estimated start date of 3/25/2018 through 6/30/2018
Renewals:
2 one-year
Potential Future Renewals: $264,000
Vendor: Hinshaw & Culbertson LLP, Chicago, IL
Amount: An estimated $174,000
Terms:
An estimated start date of 3/25/2018 through 6/30/2018
Renewals:
2 one-year
Potential Future Renewals: $1,818,666
Vendor: Baker & McKenzie LLP, Chicago, IL
Amount: An estimated $28,000
Terms:
An estimated start date of 3/25/2018 through 6/30/2018
Renewals:
2 one-year
Potential Future Renewals: $293,333
Vendor: Jenner & Block LLP, Chicago, IL
Amount: An estimated $124,000
Terms:
An estimated start date of 3/25/2018 through 6/30/2018
Renewals:
2 one-year
Potential Future Renewals: $1,290,666
Vendor: Drinker Biddle & Reath LLP, Chicago, IL
Amount: An estimated $93,000
Terms:
An estimated start date of 3/25/2018 through 6/30/2018
Renewals:
2 one-year
Potential Future Renewals: $968,000
Vendor: Holland & Knight LLP, Chicago, IL
Amount: An estimated $23,000
Terms:
An estimated start date of 3/25/2018 through 6/30/2018
Renewals:
2 one-year
Potential Future Renewals: $234,667
Number of Unsuccessful, Responsive Respondents: 10
Comments:
An award is being made to multiple firms in order to assure adequate service availability pursuant to 44 Ill. Adm. Code 4.2036(b), standard procurement rules. Vendors are shown below as the tertiary recipients with other awardees (secondary, tertiary, etc.) may receive orders in the event the primary vendor is unable to provide the services. Category: 14- Legislative Affairs & Lobbying- Franczek Radelet P.C. Catgory 4- Employment Relations- Franczek Radelet P.C.- Category 3- Construction- Hinshaw & Culbertson LLP, Category 8: Governance- Hinshaw & Culbertson LLP, Category 15: Real Property- Hinshaw & Culbertson LLP, Category 6 - Finance & Commercial Transactions- Baker & McKenzie LLP,Category 2: Communications- Jenner & Block LLP, Category 7: General Business & Operational Matters- Jenner & Block LLP, Category 5- Estate & Trust- Drinker, Biddle & Reath LLP, Category 12: International Transactions & Activities- Drinker, Biddle & Reath LLP. Category 1: Athletics- Holland & Knight LLP
The State Purchasing Officer for this procurement is now Ben Bagby.
The University award process may be delayed up to thirty days as this award goes through a state approval process.
Change Order
Published Tuesday February 27, 2018
Vendor: Fragomen, Del Rey, Bernsen & Loewy LLC
Change Order Amount: $1,837,333

The secondary award amounts for the category of Immigration were posted incorrectly for Fragomen, Del Rey, Bernsen & Leowy LLC below. The initial award amount should be $713,000 and the Potential Future Renewals should be $1,191,333
The State Purchasing Officer for this procurement is now Ben Bagby.
The University award process may be delayed up to thirty days as this award goes through a state approval process.
Award Info Published Thursday November 2, 2017
Awarded to:
Vendor: Bryan Cave LLP, Chicago, IL
Amount: An estimated $67,000
Terms:
An estimated start date of 10/30/2017 through 6/30/2018
Renewals:
2 one-year
Potential Future Renewals: $234,667
Vendor: Fragomen, Del Rey, Bernsen & Loewy LLC, Chicago, IL
Amount: An estimated $67,000
Terms:
An estimated start date of 10/30/2017 through 6/30/2018
Renewals:
2 one-year
Potential Future Renewals: $234,667
Number of Unsuccessful, Responsive Respondents: 10
Comments:
An award is being made to multiple firms in order to assure adequate service availability pursuant to 44 Ill. Adm. Code 4.2036(b), standard procurement rules. Vendors are shown below as the secondary recipient with other awardees (secondary, tertiary, etc.) may receive orders in the event the primary vendor is unable to provide the services. Category 1- Athletics, Category 9- Immigration.
The State Purchasing Officer for this procurement is now Ben Bagby.
The University award process may be delayed up to thirty days as this award goes through a state approval process.
Award Info Published Thursday June 1, 2017
Awarded to:
Vendor: Mayer Brown LLP, Chicago, IL
Amount: An estimated $448,000
Terms:
An estimated start date of 6/10/2017 through 6/30/2018
Renewals:
2 one-year
Potential Future Renewals: $1,085,333
Vendor: Holland & Knight LLP, Chicago, IL
Amount: An estimated $73,000
Terms:
An estimated start date of 6/10/2017 through 6/30/2018
Renewals:
2 one-year
Potential Future Renewals: $176,000
Vendor: Seyfarth Shaw LLP, Chicago, IL
Amount: An estimated $73,000
Terms:
An estimated start date of 6/10/2017 through 6/30/2018
Renewals:
2 one-year
Potential Future Renewals: $176,000
Vendor: Barnes & Thornburg LLP, Chicago, IL
Amount: An estimated $121,000
Terms:
An estimated start date of 6/10/2017 through 6/30/2018
Renewals:
2 one-year
Potential Future Renewals: $293,333
Vendor: Pugh, Jones & Johnson P.C., Chicago, IL
Amount: An estimated $482,000
Terms:
An estimated start date of 6/10/2017 through 6/30/2018
Renewals:
2 one-year
Potential Future Renewals: $1,173,333
Vendor: Franczek Radelet P.C., Chicago, IL
Amount: An estimated $482,000
Terms:
An estimated start date of 6/10/2017 through 6/30/2018
Renewals:
2 one-year
Potential Future Renewals: $1,173,333
Vendor: Baker & McKenzie LLP, Chicago, IL
Amount: An estimated $74,000
Terms:
An estimated start date of 6/10/2017 through 6/30/2018
Renewals:
2 one-year
Potential Future Renewals: $176,000
Vendor: McGuireWoods LLP, Chicago, IL
Amount: An estimated $181,000
Terms:
An estimated start date of 6/10/2017 through 6/30/2018
Renewals:
2 one-year
Potential Future Renewals: $440,000
Vendor: Laner Muchin, Ltd, Chicago, IL
Amount: An estimated $362,000
Terms:
An estimated start date of 6/10/2017 through 6/30/2018
Renewals:
2 one-year
Potential Future Renewals: $880,000
Vendor: Quarles & Brady LLP, Chicago, IL
Amount: An estimated $290,000
Terms:
An estimated start date of 6/10/2017 through 6/30/2018
Renewals:
2 one-year
Potential Future Renewals: $704,000
Vendor: Arnstein & Lehr LLP, Chicago, IL
Amount: An estimated $289,000
Terms:
An estimated start date of 6/10/2017 through 6/30/2018
Renewals:
2 one-year
Potential Future Renewals: $704,000
Vendor: Miller, Canfield, Paddock & Stone, PLC, Chicago, IL
Amount: An estimated $73,000
Terms:
An estimated start date of 6/10/2017 through 6/30/2018
Renewals:
2 one-year
Potential Future Renewals: $176,000
Number of Unsuccessful, Responsive Respondents: 10
Comments:
An award is being made to multiple firms in order to assure adequate service availability pursuant to 44 Ill. Adm. Code 4.2036(b), standard procurement rules. Vendors are shown below as the secondary recipient with other awardees (secondary,tertiary, etc.) may receive orders in the event the primary vendor is unable to provide the services. Category 2- Communications, Category 5- Estate & Trust and Category 12 - International Transactions & Activities: Mayer Brown LLP, Category 3 - Construction: Holland & Knight LLP, Category 4- Employment Relations: Seyfarth Shaw LLP, Category 6- Finance & Commercial Transactions: Barnes & Thornburg LLP, Category 7- General Business & Operational Matters: Pugh Jones & Johnson P.C., Category 8- Governance: Franczek Radelet P.C., Category 10- Information Technology & Category 14- Legislative Affairs & Lobbying: Baker & McKenzie LLP, Category 11- Intellectual Property (non-litigation): McGuireWoods LLP, Category 13- Labor & Labor Relations: Laner Muchin Ltd, Category 15: Real Property & Category 16- Research Administration & Compliance: Quarles & Brady LLP, Category 17- Student Issues: Arnstein & Lehr LLP, Category 19: Utilities & Energy: Miller, Canfield, Paddock & Stone, PLC
The State Purchasing Officer for this procurement is now Ben Bagby.
The University award process may be delayed up to thirty days as this award goes through a state approval process.
Award Info Published Wednesday May 17, 2017
Awarded to:
Vendor: Mayer Brown LLP, Chicago, IL
Amount: An estimated $250,000
Terms:
An estimated start date of 4/20/2017 through 6/30/2018
Renewals:
2 one-year
Potential Future Renewals: $293,333
Vendor: Holland & Knight LLP, Chicago, IL
Amount: An estimated $75,000
Terms:
An estimated start date of 4/20/2017 through 6/30/2018
Renewals:
2 one-year
Potential Future Renewals: $88,000
Number of Unsuccessful, Responsive Respondents: 10
Comments:
An award is being made to multiple firms in order to assure adequate service availability pursuant to 44 Ill. Adm. Code 4.2036(b), standard procurement rules. Vendors are shown below as the primary recipient with other awardees (secondary, tertiary, etc.) may receive orders in the event the primary vendor is unable to provide the services. Category 6:- Finance & Commercial Transactions: Primary: Mayer Brown LLP, Category 10:- Information Technology: Holland & Knight LLP. More awards will be forthcoming.
The State Purchasing Officer for this procurement is now Ben Bagby.
The University award process may be delayed up to thirty days as this award goes through a state approval process.
Award Info Published Thursday January 26, 2017
Awarded to:
Vendor: Baker & McKenzie LLP, Chicago, IL
Amount: An estimated $117,000
Terms:
An estimated start date of 1/20/2017 through 6/30/2018
Renewals:
2 one-year
Potential Future Renewals: $176,000
Vendor: Jackson Lewis P.C., Chicago, IL
Amount: An estimated $117,000
Terms:
An estimated start date of 1/20/2017 through 6/30/2018
Renewals:
2 one-year
Potential Future Renewals: $176,000
Vendor: Michael Best & Friedrich LLP, Chicago, IL
Amount: An estimated $292,000
Terms:
An estimated start date of 1/20/2017 through 6/30/2018
Renewals:
2 one-year
Potential Future Renewals: $440,000
Vendor: Baker & McKenzie LLP, Chicago, IL
Amount: An estimated $584,000
Terms:
An estimated start date of 1/20/2017 through 6/30/2018
Renewals:
2 one-year
Potential Future Renewals: $880,000
Vendor: Quarles & Brady LLP, Chicago, IL
Amount: An estimated $59,000
Terms:
An estimated start date of 1/20/2017 through 6/30/2018
Renewals:
2 one-year
Potential Future Renewals: $88,000
Vendor: Freeborn & Peters LLP, Springfield, IL
Amount: An estimated $59,000
Terms:
An estimated start date of 1/20/2017 through 6/30/2018
Renewals:
2 one-year
Potential Future Renewals: $88,000
Vendor: Neal & Leroy LLC, Chicago, IL
Amount: An estimated $312,000
Terms:
An estimated start date of 1/20/2017 through 6/30/2018
Renewals:
2 one-year
Potential Future Renewals: $469,333
Vendor: Ice Miller LLP, Chicago, IL
Amount: An estimated $117,000
Terms:
An estimated start date of 1/20/2017 through 6/30/2018
Renewals:
2 one-year
Potential Future Renewals: $176,000
Vendor: Franczek Radelet P.C., Chicago, IL
Amount: An estimated $467,000
Terms:
An estimated start date of 1/20/2017 through 6/30/2018
Renewals:
2 one-year
Potential Future Renewals: $704,000
Vendor: Drinker, Biddle & Reath LLP, Chicago, IL
Amount: An estimated $156,000
Terms:
An estimated start date of 1/20/2017 through 6/30/2018
Renewals:
2 one-year
Potential Future Renewals: $234,667
Vendor: Drinker, Biddle & Reath LLP, Chicago, IL
Amount: An estimated $778,000
Terms:
An estimated start date of 1/20/2017 through 6/30/2018
Renewals:
2 one-year
Potential Future Renewals: $1,173,333
Vendor: Franczek Radelet P.C., Chicago, IL
Amount: An estimated $156,000
Terms:
An estimated start date of 1/20/2017 through 6/30/2018
Renewals:
2 one-year
Potential Future Renewals: $234,667
Vendor: Arnstein & Lehr LLP, Chicago, IL
Amount: An estimated $117,000
Terms:
An estimated start date of 1/20/2017 through 6/30/2018
Renewals:
2 one-year
Potential Future Renewals: $176,000
Number of Unsuccessful, Responsive Respondents: 10
Comments:
An award is being made to multiple firms in order to assure adequate service availability pursuant to 44 Ill. Adm. Code 4.2036(b), standard procurement rules. Vendors are shown below as the primary recipient with other awardees (secondary, tertiary, etc.) may receive orders in the event the primary vendor is unable to provide the services. Category- Tax: Primary-- Baker & McKenzie LLP, Category- Employment Relations: Primary-- Jackson Lewis P.C., Category- Intellectual Property (non-litigation): Primary-- Michael Best & Friedrich LLP, Category- International Transactions & Activities: Primary-- Baker & McKenzie LLP,Category- Estate & Trust: Primary--Quarles & Brady LLP, Category- Legislative Affairs & Lobbying: Primary--Freeborn & Peters LLP, Category- Real Property: Primary--Neal & Leroy LLC, Category- Utilities & Energy: Primary--Ice Miller LLP, Category- Student Issues: Primary--Franczek Radelet P.C., Category- Research Administration & Compliance: Primary--Drinker, Biddle & Reath LLP, Category- General Business & Operational Matters: Primary--Drinker, Biddle, & Reath LLP, Category- Athletics: Primary--Franczek Radelet P.C., Category- Construction: Primary--Arnstein & Lehr LLP. More awards will be forthcoming.
The State Purchasing Officer for this procurement is now Ben Bagby.
The University award process may be delayed up to thirty days as this award goes through a state approval process.
Award Info Published Thursday January 5, 2017
Awarded to:
Vendor: Gray Miller Persh LLP, Washington, DC
Amount: An estimated $67,000
Terms:
An estimated start date of 1/10/2017 through 6/30/2018
Renewals:
2 one-year
Potential Future Renewals: $99,800
Number of Unsuccessful, Responsive Respondents: 10
Comments:
An award is being made to multiple firms in order to assure adequate service availability pursuant to 44 Ill. Adm. Code 4.2036(b), standard procurement rules. Vendors are shown below as the primary recipient with other awardees (secondary, tertiary, etc.) may receive orders in the event the primary vendor is unable to provide the services. Category- Communications: Primary: Gray Miller Persh LLP
The State Purchasing Officer for this procurement is now Ben Bagby.
The University award process may be delayed up to thirty days as this award goes through a state approval process.
Award Info Published Tuesday November 29, 2016
Awarded to:
Vendor: Clark Baird Smith LLP, Rosemont, IL
Amount: An estimated $584,000
Terms:
An estimated start date of 12/1/2016 through 6/30/2018
Renewals:
2 one-year
Potential Future Renewals: $880,000
Number of Unsuccessful, Responsive Respondents: 10
Comments:
An award is being made to multiple firms in order to assure adequate service availability pursuant to 44 Ill. Adm. Code 4.2036(b), standard procurement rules. Vendors are shown below as the primary recipient with other awardees (secondary, tertiary, etc.) may receive orders in the event the primary vendor is unable to provide the services. Category 2 - Labor & Labor Relations: Primary- Clark Baird Smith LLP. More awards will be forthcoming.
The State Purchasing Officer for this procurement is now Ben Bagby.
The University award process may be delayed up to thirty days as this award goes through a state approval process.
Award Info Published Monday November 21, 2016
Awarded to:
Vendor: Dunn Law Firm LLP, Bloomington, IL
Amount: An estimated $1,663,000
Terms:
An estimated start date of 11/25/2016 through 6/30/2018
Renewals:
2 one-year
Potential Future Renewals: $1,900,000
Vendor: Jenner & Block LLP, Chicago, IL
Amount: An estimated $778,000
Terms:
An estimated start date of 11/25/2016 through 6/30/2018
Renewals:
2 one-year
Potential Future Renewals: $1,173,333
Number of Unsuccessful, Responsive Respondents: 10
Comments:
An award is being made to multiple firms in order to assure adequate service availability pursuant to 44 Ill. Adm. Code 4.2036(b), standard procurement rules. Vendors are shown below as the primary recipient with other awardees (secondary, tertiary, etc.) may receive orders in the event the primary vendor is unable to provide the services. Category 1: Immigration - Primary Dunn Law Firm LLP, Category 3: Governance - Primary Jenner & Block LLP More awards will be forthcoming.
The State Purchasing Officer for this procurement is now Ben Bagby.
The University award process may be delayed up to thirty days as this award goes through a state approval process.
This notice has been modified
Published Thursday April 16, 2015
Amendment 5 is provided to provide clarification.
This notice has been modified
Published Friday March 27, 2015
Amendment 4 is provided to answer questions and provide clarification.
This notice has been modified
Published Wednesday March 25, 2015
Amendment 3: The RFP openting date has been changed to April 7, 2015.
This notice has been modified
Published Tuesday March 24, 2015
Amendment 2 is provided to answer questions and provide clarification.
This notice has been modified
Published Saturday March 21, 2015
The RFP opening date has been changed to April 2, 2015.
First published Tuesday, March 3, 2015
Sealed proposals will be accepted below until 3:00 PM, Tuesday April 7, 2015:
At the following address:
Purchasing Division
212A Illini Plaza
1817 South Neil Street
Champaign, IL 61820
The University seeks to make multiple awards of contracts with law firms to provide legal advice and related services in a variety of subject area categories. Services may include retaining co-counsel and other subcontractors (e.g., investigators, experts, consultants, accountants, and auditors) determined by the University and the firm to be necessary in formulating legal advice or in preserving the attorney-client or work product privileges. A primary, secondary, tertiary and so-on award will be made for each category with the best qualified firms for that category with which agreement can be reached as to reasonable compensation.

For additional information, contact:
Teri Merrell
212A Illini Plaza
1817 South Neil Street
Champaign, IL 61820
Phone: (217) 244-3732
FAX: (217) 239-6877
State Purchasing Officer - Ben Bagby
Submit two (2) copies of the response as defined in the specifications. The University reserves the right to accept or reject any and all responses or parts thereof. Vendor may expect payment thirty to sixty days after receipt of invoice, unless otherwise stated in the bid documents. This procurement may be contingent on Board of Trustees approval. Illinois Department of Human Rights (IDHR) eligibility number is required on all proposals, if applicable. There is no BEP goal for this procurement.

This transaction is subject to the State Board of Elections registration and certification requirements of Public Act 095-0971.

The State of Illinois has a policy to encourage prospective vendors to hire qualified veterans, minorities, females, persons with disabilities and ex-offenders.

Documents

To obtain any of the following documents, please log into your Bulletin account.

Specification Documents

  • RFP1TLC1601OutsideCounselForLegalServices.docx (243 KB)

Other Public Documents

  • 1TLC1601-SummaryofAwards-06192018.xlsx (11 KB)
  • 1TLC1601-SummaryofAwards-6-2019.xlsx (13 KB)
  • RFP1TLC1601Amendment1.pdf (17 KB)
  • RFP1TLC1601Amendment2.pdf (193 KB)
  • RFP1TLC1601Amendment3.pdf (15 KB)
  • RFP1TLC1601Amendment4.pdf (174 KB)
  • RFP1TLC1601Amendment5.pdf (36 KB)

Conflict of Interest Document

  • 1TLC1601BryanCaveCOI.pdf (424 KB)
  • 1TLC1601COI-MarshallGersteinBorunLLP4202018.pdf (144 KB)
  • 1TLC1601COI02132018DrinkerBiddleReathLLP.pdf (245 KB)
  • 1TLC1601COI02132018QuarlesandBrady.pdf (255 KB)
  • 1TLC1601COI03062017MayerBrownLLP.pdf (204 KB)
  • 1TLC1601COI03122018MayerBrownLLP.pdf (135 KB)
  • 1TLC1601COI03302017BakerMcKenizeLLP.pdf (94 KB)
  • 1TLC1601COI04232018SaulEwingArnstein_Lehr.pdf (136 KB)
  • 1TLC1601COI05232018ClarkBairdSmithLLP.pdf (142 KB)
  • 1TLC1601COI05232018SaulEwingArnsteinLehr.pdf (180 KB)
  • 1TLC1601COI05242018QuarlesandBradyLLP.pdf (152 KB)
  • 1TLC1601COI05302018BarnesandThornburgLLP.pdf (159 KB)
  • 1TLC1601COI05302018MillerCanfieldPaddockStone.pdf (144 KB)
  • 1TLC1601COI06052018ChapmanandCutlerLLP.pdf (183 KB)
  • 1TLC1601COI06052018GreenbergTraurig.pdf (148 KB)
  • 1TLC1601COI06052018JennerandBlock.pdf (185 KB)
  • 1TLC1601COI06052018MichaelBestFredrichLLP.pdf (206 KB)
  • 1TLC1601COI06122018BakerandMcKenzie.pdf (170 KB)
  • 1TLC1601COI06252018MarshallGersteinBorunLLP.pdf (196 KB)
  • 1TLC1601COI2132018-BakerandMcKenzie.pdf (136 KB)
  • 1TLC1601COI2132018-JennerandBlock.pdf (201 KB)
  • 1TLC1601COI2132018HinshawandCulbertson.pdf (174 KB)
  • 1TLC1601COI2132018HuschBlackwellLLP.pdf (139 KB)
  • 1TLC1601COI3222018ChapmanCutler.pdf (154 KB)
  • 1TLC1601COI5182018DrinkerBiddleReathLLP.pdf (157 KB)
  • 1TLC1601COIArnsteinandLehr.pdf (202 KB)
  • 1TLC1601COIArnsteinandLehr02212017.pdf (203 KB)
  • 1TLC1601COIArnsteinandLehrCPO.pdf (203 KB)
  • 1TLC1601COIBakerMcKenzieLLP.pdf (88 KB)
  • 1TLC1601COIBarnesThornburgLLP.pdf (101 KB)
  • 1TLC1601COIClarkBairdSmithLLP.pdf (203 KB)
  • 1TLC1601COIDrinkerBiddleReathLLP.pdf (128 KB)
  • 1TLC1601COIDrinkerBiddleReathLLPPPB.pdf (130 KB)
  • 1TLC1601COIIceMillerLLP.pdf (91 KB)
  • 1TLC1601COIIceMillerLLPPPB.pdf (130 KB)
  • 1TLC1601COIJennerBlockCPO.pdf (79 KB)
  • 1TLC1601COIJennerBlockPPB.pdf (360 KB)
  • 1TLC1601COIMichaelBestFredrichLLP.pdf (88 KB)
  • 1TLC1601COIMillerCanfieldPaddockandStonePLC.pdf (101 KB)
  • 1TLC1601COINealandLeroyLLC.pdf (242 KB)
  • 1TLC1601COINealandLeroyLLCPPB.pdf (123 KB)
  • 1TLC1601COIQuarlesandBradlyLLPCPOSigned.pdf (384 KB)
  • 1TLC1601COIQuarlesandBradyLLPPPB.pdf (140 KB)
  • 1TLC1601COIQuarlesBradyLLP.pdf (185 KB)
  • 1TTLC1601COI06052018NealLeroy.pdf (139 KB)
  • FY20ChapmanCutlerConflictReview.pdf (326 KB)
  • FY20ClarkBairdConflictReview.pdf (247 KB)
  • FY20DrinkerBiddleReathConflictReview.pdf (356 KB)
  • FY20DunnLawFirmConflictReview.pdf (260 KB)
  • FY20FranczekConflictReview.pdf (292 KB)
  • FY20IceMillerConflictReview.pdf (346 KB)
  • FY20JennerBlockConflictReview.pdf (462 KB)
  • FY20MarshallGersteinBorunConflictReview.pdf (297 KB)
  • FY20MichaelBestFrederichConflictReview.pdf (300 KB)
  • UIUCCOI05232018IceMillerLLP.pdf (147 KB)
Log In