HomeMy WebLinkAboutVII(F) Discussion/ Action Re: Qualifications For Investment Banking Services Agenda 4-7-98
Item VII F
"CENTER OF GOOD LIVING-PRIDE OF WEST ORANGE" MAYOR•COMMISSIONER
S.SCOTT VANDERGRIFT
niOcoee COMMISSIONERS
CITY OF OCOEE DANNY HOWELL
150 N.LAxEsxoRE DR[vE SCOTT ANDERSON
SCOTT A.GLASS
OCOEE,FLORIDA 34761-2258 NANCY J.PARKER
C U...00
v (407)656-2322
ny �. CITY MANAGER
vfG/p0� ELLIS SHAPIRO
MEMORANDUM
TO: The Honorable Mayor and Board of City Commissioners
FROM: Wanda Horton, Finance Director
DATE: April 2, 1998
RE: REQUEST FOR QUALIFICATIONS FOR INVESTMENT
BANKING SERVICES
As part of our on going process of reviewing qualifications and keeping current with an ever
changing financial market, staff proposes to solicit responses from qualified institutions for the
above referenced services. The City currently has an excellent relationship with our current
underwriters, William Hough and Company, however, with a current low interest rate
environment and with upcoming capital improvements over the next few years we feel it is in the
City's best interest to review investment banking qualifications at this time. It is staff's intent to
expand our investment banking team to provide the City with greater flexibility.
Attached is a draft of the Request for Qualifications (RFQ) for Investment Banking Services. We
propose to advertise this on April 12, 1998. A review committee has been appointed by the City
Manager to review responses to this RFQ and make a recommendation to the City Commission.
Action Requested
Staff requests that the City Commission appoint a member to serve on the selection committee for
the review of responses for investment banking services.
Lb
CITY OF OCOEE, FLORIDA
REQUEST FOR QUALIFICATIONS
FOR
INVESTMENT BANKING
A. SUBMITTAL
1. The City of Ocoee, Florida(the"City") shall receive Request for Qualifications
("RFQ")until April 24, 1998, at 1:30 P.M. EST, from qualified institutions for the
purpose of securing investment banking services to assist the City in financing their
capital improvement program.
2. All submittals must be received by the City at the location stated in paragraph 4 not
later than 1:30 P.M. on April 24, 1998. Any submittal received after the above stated
time and date shall not be considered. It shall be the sole responsibility of the Proposer
to have its package delivered to the Ocoee City Hall by U.S. mail, hand delivery, or
any other method available to them; however, facsimile or telegraphic submittals will
not be accepted. Delay in delivery shall not be the responsibility of the City.
Submittals received after the deadline shall not be considered, and may be returned
only at the Proposer's expense.
3. Each Proposer shall examine all documents and shall determine all matters relating to
the interpretation of such documents.
4. One (1) original and five (5) signed copies of the RFQ must be submitted to the Ocoee
City Hall in one package, clearly marked on the outside, "Request for Qualifications
for Investment Banking Services for the City of Ocoee", with opening time and date,
and sent or delivered to:
City of Ocoee
Attn: Joyce Meridith, Buyer
150 North Lakeshore Drive
Ocoee, Florida 34761-2258
In addition,two (2)copies of the RFQ should be delivered to:
Mr. Mark Galvin
• First Union Capital Markets,
a Division of Wheat First Securities,Inc.
20 N. Orange Avenue, 1st floor
Orlando,Florida 32801
5. The RFQ shall clearly indicate the legal name, Federal taxpayer identification number,
address, and telephone number of the Proposer. The person signing the RFQ on behalf
of the Proposer shall have the authority to bind the Proposer to the submitted proposal.
6. The City shall not be liable for any expenses incurred in the preparation or presentation
of the proposals.
7. The City reserves the right to accept or reject any or all proposals, to waive
irregularities and technicalities, and to request resubmission or toreadvertise for all or
any part of the services. The City shall be the sole judge of the submittals and the
resulting negotiated agreement that is in the City's best interest, and the City's decision
shall be final.
9. The successful proposal shall be required to execute an agreement, in form and content
acceptable to the City, indemnifying and holding harmless the City, its officials,
officers, employees, and agents from all claims.
10. Proposers, their agents, and associates shall refrain from contacting or soliciting
any City staff or City Commissioners regarding this RFQ during the selection
process. Failure to comply with this provision may result in the disqualification of
the proposer. All request for clarification or additional information should be
made to:
Ms. Wanda Horton
Finance Director
(407) 656-2322 ext. 150
or
Mark Galvin
City's Financial Advisor
(407) 649-5504
B. PROPOSAL- SUBMITTALS
1. Any Person submitting a response to this Request for Qualifications must execute the
enclosed form PUR. 7068, SWORN STATEMENT UNDER SECTION 287.133 (3)
(a), FLORIDA STATUTES, ON PUBLIC ENTITY CRIMES, including proper
check(s), in the space(s), in the space(s)provided, and enclose it with his/her Proposal.
Corrections to the form will not be allowed after the opening time and date. Failure to
complete this form in every detail and submit it with your proposal will result in
immediate disqualification of your company.
PROPOSALS SHALL INCLUDE:
1. A letter of transmittal stating the Proposer's understanding of the work to be performed and
the names and titles of the persons who will be authorized to make representations for the
Proposer(two page limit).
2. General information about the Proposer, including location of the office(s) from which the
work will be performed, the name of the contact person and other members of the financing
team (six page limit).
3. A discussion of the Proposer's marketing strategy and distribution capabilities, include
number of offices, sales professionals nationally and in Florida(three page limit).
4. Provide separate lists of the Proposer's refunding experience either as senior managed or
financial advisor both nationally and in Florida over the last five years. Your response
should also include a summary table by year and role.
5. A description of Proposer's quantitative capabilities, unique or innovative financing
concepts, and, or products that may be beneficial to the City that your firm has used or
proposed in the last six months for other municipal clients. (three page limit)
6. Provide separate lists of the Proposer's underwriting and financial advisory experience both
nationally and in Florida over the last five years. Include for each financing the following
information: Issue size, Issuer name, dated date, gross spread by components, tic., and your
firms role. Your response should also include a summary table by year and role.
7. Identify three (3) clients the City may contact as references with respect to the firm's work
performance. For each reference include contact person's name, title, address and phone
number.
8. Provide the names of three law firms that may be retained as underwriter's counsel should
your firm be appointed as senior manager.
9. A description of any litigation or regulatory action filed against the Proposer in the last five
(5)years; and the resolution thereof.
10. Include the "sworn statement" pursuant to section 287.13(3a)(a). Florida Statutes, on public
entities crimes.
11. Provide any additional information you feel would assist the City in evaluating your
proposal. (three page limit)
C. SELECTION CRITERIA
The City desires to select the Proposer(s) that demonstrates the ability to provide the highest
quality of service at the best cost. To accomplish this goal, the City's criteria for selection shall
include, but not be limited to the following:
1. Quality, quantity and relevance of Proposer's experience and resources.
2. Ability to meet requirements.
3. Completeness of proposal.
Evaluation of proposals will be made by an Evaluation Committee. All respondents to this
request will be notified in writing as to the final outcome of this process. It is anticipated that
notifications will be mailed within 45 days of the contract being awarded.
D. NEGOTIATIONS AND CONTRACT AWARD
It is the City's goal to select the top ranked firm as senior manager. The City also reserves the
right to designate co-managers from the second and third ranked firms. The terms of.the
engagement will be for a two year period with the City retaining the option to renew the
engagement.
After the evaluation is completed, the City will attempt to negotiate an agreement with the top-
ranked Proposer which will be in the best interest of the City.
If no agreement is reached with the top-ranked Proposer, negotiations will be terminated and
initiated with the second-ranked Proposer, and so on,until an agreement is reached.
The City reserves the right, before awarding the contract, to require a Proposer to submit such
evidence of qualification as it may deem necessary. The City shall be the sole judge of the.
competency of the Proposers.
Upon the successful negotiation of an agreement, a formal contract will be prepared and
submitted to the City Commission for approval, and executed by both parties.
The City reserves the right to name co-managers, rotate senior managers and to comprise it's
financing team as it deems appropriate.
PUBLIC ENTITY CRIME INFORMATION STATEMENT:
All invitations to bid as defined by Section 287.012(11), Florida Statutes, requests for
proposals as defined by Section 287.012(16), Florida Statutes, and any contract document
described by Section 287.058, Florida Statutes, shall contain a statement informing
persons of the provisions of paragraph (2)(a) of Section 287.133, Florida Statutes, which
reads as follows:
" A person or affiliate who has been placed on the convicted vendor list following a
conviction for a public entity crime may not submit a bid on a contract to provide any
goods or services to a public entity, may not submit a bid on a contract with a public
entity for the construction or repair of public building or public work, may not submit
bids on leases of real property to a public entity, may not be awarded or perform work as
a contractor, supplier, subcontractor, or consultant under a contract with any public entity,
and may not transact business with any public entity in excess of the threshold amount
provided in Section 287.017, for CATEGORY TWO for a period of 36 months from the
date of being placed on the convicted vendor list."
All vendors who submit a Bid or Request for Proposal to the City of Ocoee are
guaranteeing that they have read the previous statement and by signing the bid documents
are qualified to submit a bid under Section 287.133, (2)(a), Florida Statutes.
so
•
REQUEST FOR QUALIFICATIONS
FOR INVESTMENT BANKING SERVICES
FOR THE CITY OF OCOEE
Responses to a Request for Qualifications will be received by the City of Ocoee for Investment
Banking Services. Copies of the required submittal will be furnished upon request by contacting
Joyce Meridith at (407) 656-2322. All proposals must be received by 1:30 P.M. on April 24,
1998 at the Ocoee City Hall, 150 North Lakeshore Drive, Ocoee, Florida 34761. No facsimile or
telegraphic submittal will be accepted. The City of Ocoee reserves the right to reject any or all
responses to the Request for Qualifications.
FURTHER INFORMATION MAY BE OBTAINED BY CALLING (407) 656-2322, EXT. 150
City Clerk April 12, 1998