HomeMy WebLinkAboutItem #05 Award of RFP#07-001
AGENDA ITEM COVER SHEET
Contact Name:
Contact Number:
Joyce Tolbert
1516
Meeting Date: June 5, 2007
Item # 5
~:~:~~=~; Director: C1 t~~~~ ~
City Manager: ~ =-___
Subject: Award of RFP #07-001 Banking, Treasury Management, and Purchasing Card Services
Background Summary:
Proposals were solicited from qualifying banks to submit a response to the City of Ocoee Request for Proposals (RFP) to
provide Banking Services for the City of Ocoee. The city will enter into a contract for services including depository, account
maintenance, investment, capital financing, and purchasing card services.
Issue:
Award of Banking Services contract to the top-ranked bank recommended by the Selection Committee.
Recommendations
Staff recommends that the City Commission award the contract for RFP #07-001 Banking and Treasury Management Services
to Suntrust Bank in the amount of the fees stated in their proposal, to including their alternate proposal for purchasing card
services. The committee also recommends possibly contracting with the other local banks that responded to this RFP for
miscellaneous Investments or Savings services; and authorize the Mayor, City Clerk, and Staff to execute all necessary
contract documents.
Attachments:
1. RFP #07-001
2. Suntrust Bank Proposal
3. Wachovia Bank Proposal
4. M&I (United Heritage) Proposal
5. Colonial Bank Proposal
6. RFP Checklist
7. RFP Evaluation Totals
Financial Impact:
Type of Item: (please mark with an "x'?
Public Hearing
For Clerk's Deat Use:
Ordinance First Reading
Ordinance Second Reading
Resolution
X Commission Approval
Discussion & Direction
_____ Consent Agenda
Public Hearing
_____ Regular Agenda
Original Document/Contract Attached for Execution by City Clerk
X Original Document/Contract Held by Department for Execution
Reviewed by City Attorney
Reviewed by Finance Dept.
Reviewed by ( )
@
N/A
N/A
N/A
2
Citv Manager
Robert Frank
Commissioners
Garv Hood. District 1
Scott Anderson. District 2
Rusty Johnson. District 3
Joel Keller. District 4
Mayor
S. Scott Vandergrift
STAFF REPORT
FROM:
The Honorable Mavor and City Commissioners
Joyce Tolbert, Purchasing Ageril~
May 29, 2007
TO:
DATE:
RE:
Award ofRFP #07-001 Banking, Treasury Management, and Purchasing Card Services
ISSUE
Award of Banking Services contract to the top-ranked bank recommended by the Selection Committee.
BACKGROUND/DISCUSSION
Proposals were solicited from qualifying banks to submit a response to the City of Ocoee Request for Proposals (RFP) to
provide Banking Services for the City of Ocoee. The city will enter into a contract for services including depository, account
maintenance, investment, capital financing, and purchasing card services.
The Finance Department reviewed the four (4) proposal packages and all were considered responsive. Complete copies of all
proposals are available in the Finance Department for review. The RFP Selection Committee, consisting of five (5) members,
evaluated the proposals: Wanda Horton, Finance Director; Pam Brosonski, Finance Manager; Jamie Croteau, Assistant City
Manager; David Wheeler, City Engineer; and Cathy Sills, Customer Service Supervisor.
The public RFP Selection Committee meeting was held on May 16, 2007 to evaluate the four (4) responses. The Selection
Committee evaluated and ranked the banks from 0-500 points on specific evaluation criteria. The Selection Committee
recommends contracting with the top-ranked bank for banking and treasury management services, to include their alternate
proposal for purchasing card services. The committee also recommends possibly contracting with the other local banks that
responded to this RFP for miscellaneous Investments or Savings services. The Respondents and their rankings are as follows:
1. Suntrust Bank
2. Wachovia Bank
3 M&I Marshall & Ilsley Bank (United Heritage)
4. Colonial Bank
458 Points
415 Points
367 Points
345 Points
City Manager
Robert Frank
Commissioners
Gary Hood, District 1
Scott Anderson, District 2
Rusty Johnson, District 3
Joel F. Keller, District 4
Mayor
S. Scott Vandergrift
CITY OF OCOEE
REQUEST FOR PROPOSALS
RFP #07-001
BANKING, TREASURY MANAGEMENT, AND
PURCHASING CARD SERVICES
City of Ocoee . 150 N Lakeshore Drive. Ocoee, Florida 34761
phone: (407) 905-3100. fax: (407) 656-3501 . www.ci.ocoee.fl.us
RFP DOCUMENTS
3 thru 4
5 thru 8
9 thru 15
16
16
Legal Advertisement
Introduction
General Terms & Conditions
*Summary of Litigation
* Addenda Acknowledgment
SCOPE OF SERVICES/PROPOSAL FORM
17 thru 23
24
25
26
Scope of Services
*Response Form
*Fee Proposal Form
*Company Information/Signature Sheet
*Submit with Proposal
End Table of Contents
RFP #07-001 Banking
2
LEGAL ADVERTISEMENT
Ocoee City Commission
Sealed proposals will be accepted for REQUEST FOR PROPOSALS (RFP) #07-001,
BANKING, TREASURY MANAGEMENT, AND PURCHASING CARD SERVICES, no later
than 2:00 P.M., local time, on May 2, 2007. Proposals received after that time will not be
accepted or considered, and will be returned unopened. No exceptions will be made. The City
reserves the right to reject any and all proposals and waive informalities.
The City of Ocoee requests sealed proposals from qualifying banks to provide banking,
treasury management, and purchasing card services. The City will enter into a contract for
services including depository, account maintenance, investment, capital financing, and
purchasing card services. The City desires to establish a banking relationship with a qualified
bank(s) to provide the services. The City may consider awarding a separate contract for
purchasing card services apart from that of the other banking services. It is essential that the
winning bank(s) and the City maintain open and frequent two-way communication, provide and
receive timely responses, establish services and service levels by contract or written
agreement provide and receive fair pricing and compensation, and maintain high ethical
standards.
Each Respondent shall submit one (1) original and five (5) copies of the required proposal
documents, in a sealed envelope plainly marked on the outside with the appropriate RFP
number and closing date and time. Proposals will be received at the City of Ocoee, Attn:
Purchasing Agent, 150 N. Lakeshore Drive, Ocoee, Florida 34761-2258. Proposals will be
publicly opened and read aloud in the City Hall Conference Room on the above-appointed
date at 2:01 PM, local time, or as soon thereafter as possible.
Interested Firms may secure a copy of the documents through Demandstar by accessing the
City's website at www.cLocoee.fl.us under Finance/Purchasing, or copies are available from the
Purchasing Agent for a non-refundable reproduction and/or administrative fee of $20.00.
Checks should be made payable to the City of Ocoee. Copies via e-mail are not available and
partial sets of RFP documents will not be issued.
To ensure fair consideration for all Respondents, companies interested in providing the required
services may be disqualified if they have contacts with the Mayor, City Commissioners, or any
City staff, other than the Purchasing Agent concerning the RFP during the submission or
selection process.
Award of Contract: The City of Ocoee reserves the right to waive technicalities or irregularities,
reject any or all proposals, and/or accept that proposal that is in the best interest of the City,
price, qualifications and other factors taken into consideration. The City reserves the right to
award the Contract to the Respondent, which, in the sole discretion of the City, is the most
responsive and responsible Respondent, price, qualifications and other factors considered.
Pursuant to Section 287.133(2)(a), Florida Statutes, interested individuals or firms who have
been placed on the convicted vendor list following a conviction for public entity crimes may not
submit a Proposal on a contract to provide services for a public entity, may not be awarded a
RFP #07-001 Banking 3
consultant contract and may not transact business with a public entity for services, the value of
which exceeds CATEGORY TWO for a period of 36 months from the date of being placed on
the convicted vendor list.
No fax or electronic submissions will be accepted.
City Clerk
April 1, 2007
RFP #07-001 Banking
4
CITY OF OCOEE
REQUEST FOR PROPOSALS (RFP) #07-001
BANKING, TREASURY MANAGEMENT, AND PURCHASING CARD SERVICES
Proposal Instructions:
A. Sealed proposals for RFP #07-001 will be received by the City of Ocoee, hereinafter
called "The City", by any person, firm, corporation or agency submitting a RFP for
the services proposed, hereinafter called "Respondent". Each Respondent shall
furnish the information required on the proposal form supplied and each
accompanying sheet thereof on which an entry is made. Proposals submitted on
any other format shall be disqualified. Please check your prices before submission
of proposal as no changes will be allowed after proposal closing date. Proposals
must be typewritten or handwritten using ink. Do not use pencil. No erasures
permitted. Mistakes may be crossed out and the correction typed adjacent and must
be initialed and dated by person signing the proposal. Proposal documents must be
signed by a legally responsible representative, officer, or employee and should be
properly witnessed and attested. All proposals should also include the name and
business address of any person, firm or corporation interested in the proposal either
as a principal, member of a firm or general partner. If the respondent is a
corporation, the proposal should include the name and business address of each
officer, director, and holder of 10% or more of the stock of such corporation.
B. Any questions or concerns regarding this RFP should be addressed in writing to the
Finance/Purchasing Department, City of Ocoee, FL, Attention: Joyce Tolbert,
Purchasing Agent (407) 905-3100, extension 1516 and fax (407) 656-3501 or email
itolbert@cLocoee.fl.us, and shall be received not later than April 18, 2007. Any
clarifications/changes will be through written addenda only, issued by the
Purchasing Agent. Respondents should not contact City staff, with the exception of
the Purchasing Agent, or other City consultants for information regarding this RFP
before the bid award date. Any contact with any other member of the City Staff, City
Commission, or its Agents during the bid, award, and protest period may be grounds
for disqualification.
C. Proposals must be received as one (1) original and five (5) copies by the Finance
Department not later than 2:00 P.M., local time, on May 2, 2007. Proposals
received by the Finance/Purchasing Department after the time and date specified
will not be considered, but will be returned unopened. "Postage Due" items will not
be accepted. Proposals or any information transmitted by fax or e-mail will not be
accepted. Proposals shall be delivered in a sealed envelope, clearly marked with
the RFP number, title, and closing date and time to:
City of Ocoee Finance Department
Attention: Purchasing Agent
150 N Lakeshore Drive
Ocoee, FL 34761-2258
RFP #07-001 Banking
5
D. Pre-Proposal Conference: None Scheduled.
E. Proposals will be reviewed by a selection committee appointed by the City Manager
and will be ranked in accordance with the established evaluation criteria. Date, time,
and location of any scheduled selection committee meeting(s) for this RFP will be
noticed publicly. The selection committee shall recommend ranking of the proposals
and recommendation for selection to the City Commission for approval. Please be
aware that all City Commission meetings are duly noticed public meetings and all
documents submitted to the City as a part of a bid constitute public records under
Florida law.
F. All Respondents shall thoroughly examine and become familiar with the this RFP
package and carefully note the items specifically called for in this RFP which must be
submitted.
G. Submission of a proposal shall constitute an acknowledgment that the
Respondent has complied with the instructions of this RFP. The failure or
neglect of a Respondent to receive or examine a document shall in no way relieve it
from any obligations under its proposal or the contract. No claim for additional
compensation will be allowed which is based upon a lack of knowledge or
understanding of any of the Contract Documents or the scope of services. Proposals
shall be in compliance with the contract documents/scope of services. All costs to
prepare and submit proposals shall be the responsibility of the Respondent and
no reimbursement of any kind shall be reimbursed by the City.
H. Any response by the City to a request for information or correction will be made in the
form of a written addendum which will be mailed, e-mailed or faxed by Demandstar to
all parties to whom the RFP package have been issued. It shall be the responsibility
of each Respondent to obtain a copy of all issued Addenda. The City reserves the
right to issue Addenda, concerning date and time of proposal closing, at any time up
to the date and time set for proposal closing. In this case, proposals that have been
received by the City prior to such an addendum being issued, will be returned to the
respondent, if requested, unopened. In case any respondent fails to acknowledge
receipt of any such Addendum in the space provided in the RFP documents, its
bid will nevertheless be construed as though the Addendum had been received
and acknowledged. Submission of a proposal will constitute acknowledgment
of the receipt of the RFP Documents and all Addenda. Only interpretations or
corrections provided by written Addenda shall be binding on the City. Respondents
are cautioned that any other source by which a respondent receives information
concerning, explaining, or interpreting the RFP Documents shall not bind the City.
I. Any of the following causes may be considered as sufficient for the disqualification
and rejection of a proposal:
a) Submission of more than one (1) proposal for the same work by an individual, firm,
partnership or corporation under the same or different name. For purposes of this
subparagraph, firms, partnerships or corporations under common control may be
considered to be the same entity;
RFP #07-001 Banking 6
b) Evidence of collusion between or among the Respondents;
c) Being in arrears on any existing contracts with the City, or litigation with the City or
having defaulted on a previous contract with the City;
d) Poor, defective or otherwise unsatisfactory performance of work for the City or any
other party on prior projects which, in the City's judgment and sole discretion, raises
doubts as to the Respondent's ability to properly perform the services; or
e) Any other cause which, in the City's judgment and sole discretion, is sufficient to
justify disqualification of Respondent or the rejection of its proposal.
J. CONVICTED VENDOR LIST (PUBLIC ENTITY CRIME). 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 proposal on an award to provide any goods or services to a public
entity, may not submita proposal on an award with a public entity for the construction or
repair of a public building or public work, may not submit proposals on leases of real
property to a public entity, may not be awarded or perform work as a Contractor,
Supplier, Subcontractor, or Consultant under an award 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 ($25,000.00 and greater) for a period of 36 months
from the date of being placed on the convicted vendor list. [See Florida State Statute
287.133 (2) (a).
K. FLORIDA PUBLIC RECORDS LAW. In accordance with Chapter 119 of the Florida
Statutes, and, except as may be provided by Chapter 119 of the Florida Statutes and
other applicable State and Federal Laws, all Respondents should be aware that the
proposal and the responses thereto are in the public domain and are available for public
inspection. Respondents are requested, however, to identify specifically any information
contained in their proposal which they consider confidential and/or proprietary and
which they believe to be exempt from disclosure, citing specifically the applicable
exempting law. All proposals received in response to this request of proposal become
the property of the City of Ocoee and will not be returned. In the event of an award, all
documentation produced as part of the contract will become the exclusive property of
the City.
No proposal may be withdrawn and all proposed prices shall remain firm for a
period of ninety (90) days after the time and date scheduled for the proposal
deadline. A request for withdrawal or modification of a proposal may be
submitted to the Purchasing Agent, in writing, at any time prior to the deadline for
submitting bids. After expiration of the deadline for receiving bids, no bid may be
withdrawn or modified.
The City reserves the right to accept or reject any or all proposals, to waive
informalities or irregularities, to request clarification of information submitted in
any proposal, or to re-advertise for new proposals. The City may accept any item
or group of items of any proposal, unless the respondent qualifies his/her
proposal by specific limitations.
RFP #07-001 Banking
7
Award, if made, will be to the most responsible and responsive respondent
whose proposal, in the City's opinion, will be most advantageous to the City,
price and other factors considered. The City reserves the right, to aid it in
determining which proposal is responsible, to require a respondent to submit
such evidence of respondent's qualifications as the City may deem necessary,
and may consider any evidence available to the City of the financial, technical,
and other qualifications and abilities of a respondent, including past performance
(experience) with the City and others. The City Commission shall be the final
authority in the award of any and all proposals.
(remainder of page left blank intentionally)
RFP #07-001 Banking
8
RFP #07-001 GENERAL TERMS & CONDITIONS:
1. BID SECURITY:
None Required.
2. PERFORMANCE AND PAYMENT BONDS:
None Required.
3. PATENT INDEMNITY:
Except as otherwise provided, the successful respondent agrees to indemnify the City
and its officers, agents, and employees against liability, including costs and expenses
for infringement upon any letters patent of the United States arising out of the
performance of this Contract.
Further, the Respondent shall fully indemnify, defend, and hold harmless the City and
its officers, agents, and employees from any suits, actions, damages, and costs of every
name and description, including attorneys' fees, arising from or relating to violation or
infringement of a trademark, copyright, patent, trade secret, unpatented invention, or
intellectual property right. If the bidder uses any design, device, or materials covered by
letters, patent, or copyright, it is mutually agreed and understood without exception that
the bid price shall include all royalties or cost arising from the use of such design,
device, or materials.
4. PRICING:
Pricing should be provided as indicated on the Scope of Work/Price Proposal Form
attached, to include any alternate proposals. Please note that alternate proposals will
not be accepted unless specifically called for on the Scope of Services/Price Proposal
Form. Cost of preparation of a response to this proposal is solely that of the
Respondent and the City assumes no responsibility for such costs incurred by the
Respondent.
By submission of this proposal, the Respondent certifies, and in the case of a joint
proposal, each party thereto certifies as to its own organization, that in connection with
this procurement:
a) The prices in this RFP have been arrived at independently, without consultation,
communication, or agreement for the purpose of restricting competition, as to any
matter relating to such prices with any other Respondents or with any competitor;
b) Unless otherwise required by law, the prices which have been provided in this RFP
have not been knowingly disclosed by the Respondent and will not knowingly be
RFP #07-001 Banking 9
disclosed by the Respondent prior to opening, directly or indirectly to any other
Respondent or to any competitor;
c) No attempt has been made or will be made by the Respondent to induce any other
person or firm to submit or not to submit a proposal for the purpose of restricting
competition. Every contract, combination or conspiracy in restraint of trade or
commerce in this State is unlawful (Florida Statutes, Section 542.18 and all
applicable federal regulations);
5. PROTESTS:
The City's Finance/Purchasing Department will consider Protests seeking contract
award, damages, and/or any other relief. Any Respondent seeking to file a Bid Protest
SHALL use the following procedures:
1. A Respondent SHALL file a written Protest under this Article, or be barred any
relief.
2. A Protest: (a) must be in writing (oral protests will NOT be acknowledged); (b)
the content of the Protest shall fully state the factual and legal grounds for the protest
and the legal basis for the relief requested; and (c) The Protest shall be filed with the
Purchasing Agent not later than three (3) calendar days after the posting of the notice of
intent to award or recommendation of award by staff.
3. After a Protest has been properly filed with the City, the City, by and through its
Finance/Purchasing Department shall make a determination on the merits of the protest
not later than five (5) business days after receipt of the protest. If the City denies the
protest, the City may proceed with the award of the Contract unless enjoined by order of
a Court of competent jurisdiction.
4. A Protest shall be limited to the following grounds: (a) issues arising from the
procurement provisions of the Project Manual and/or the Proposal Package or Contract
Documents; and/or (b) applicable federal, state or local law.
6. DRUG-FREE WORKPLACE:
If applicable, provide a statement concerning the respondent's status as a Drug-Free
Work Place or evidence of an implemented drug-free workplace program.
7. CONTRACT:
a) The successful Respondent, hereinafter referred to as Banker will be required to
enter into a contract with the City.
b) The City may in its sole discretion award any additional services, whether in the
existing areas, or in any addition to the existing areas, or any additional area, to any
third party, or such services may be performed by the City's employees. Banker will be
RFP #07-001 Banking
10
expected to cooperate with any or all other Bankers who may be performing services for
the City.
8. CERTIFICATION OF NON-SEGREGATED FACILITIES
The respondent certifies that it does not and will not maintain or provide for the
Respondent's employees any segregated facilities at any of the Respondent's
establishments and that the Respondent does not permit the Respondent's employees
to perform their services at any location, under the Respondent's control, where
segregated facilities are maintained. The Respondent agrees that a breach of this
certification will be a violation of the Equal Opportunity clause in any contract resulting
from acceptance of this Proposal. As used in this certification, the term "segregated
facilities" means any waiting room, work areas, time clocks, locker rooms and other
storage and dressing areas, parking lots, drinking facilities provided for employees
which are segregated on the basis of race, color, religion, national origin, habit, local
custom, or otherwise. The Respondent agrees that (except where the Respondent has
obtained identical certification from proposed contractors for specific time periods) the
Respondent will obtain identical certifications from proposed subcontractors prior to the
award of such contracts exceeding $10,000 which are not exempt from the provisions of
the Equal Opportunity clause, and that the Respondent will retain such certifications in
the Respondent files.
The non-discriminatory guidelines as promulgated in Section 202, Executive Order
11246, and as amended by Executive Order 11375 and as amended, relative to Equal
Opportunity for all persons and implementations of rules and regulations prescribed by
the U.S. Secretary of labor, are incorporated herein.
9. STATEMENT OF AFFIRMATION AND INTENT:
The Respondent declares that the only persons or parties interested in their proposal
are those named herein, that this proposal is, in all respects, fair and without fraud and
that it is made without collusion with any other vendor or official of the City of Ocoee.
Neither the Affiant nor the above named entity has directly or indirectly entered into any
agreement, participated in any collusion, or otherwise taken any action in restraint of
free competitive pricing in connection with the entity's submittal for the above project.
This statement restricts the discussion of pricing data until the completion of
negotiations and execution of the Agreement for this project.
The Respondent certifies that no City Commissioner, other City Official or City
employee directly or indirectly owns assets or capital stock of the Responding entity, nor
will directly or indirectly benefit by the profits or emoluments of this proposal. (For
purposes of this paragraph, indirect ownership or benefit does not include ownership or
benefit by a spouse or minor child.)
The Respondent certifies that no member of the entity's ownership or management is
presently applying for an employee position or actively seeking an elected position with
the City. In the event that a conflict of interest is identified in the provision of services,
the Respondent agrees to immediately notify the City in writing.
RFP #07-001 Banking
11
The Respondent further declares that a careful examination of the scope of services,
instructions, and terms and conditions of this RFP has occurred, and that the proposal
is made according to the provisions of the RFP documents, and will meet or exceed the
scope of services, requirements, and standards contained in the RFP documents.
Respondent agrees to abide by all conditions of the negotiation process. In
conducting negotiations with the City, Respondent offers and agrees that if this
negotiation is accepted, the Respondent will convey, sell, assign, or transfer to the City
all rights, title, and interest in and to all causes of action it may now or hereafter acquire
under the Anti-trust laws of the United States and the State of Florida for price fixing
relating to the particular commodities or services purchased or acquired by the City. At
the City's discretion, such assignment shall be made and become effective at the time
the City tenders final payment to the Respondent. The proposal constitutes a firm and
binding offer by the Respondent to perform the services as stated.
10. PUBLIC ENTITY CRIME 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
proposals 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 bidders that 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.
11. STANDARD INSURANCE TERMS & CONDITIONS:
The Contractor shall not commence any work in connection with an Agreement until all of the
following types of insurance have been obtained and such insurance has been approved by the
City, nor shall the Contractor allow any Subcontractor to commence work on a subcontract until
all similar insurance required of the subcontractor has been so obtained and approved. Policies
other than Workers' Compensation shall be issued only by companies authorized by subsisting
certificates of authority issued to the companies by the Department of Insurance of Florida
RFP #07-001 Banking 12
which maintain a Best's Rating of "A" or better and a Financial Size Category of "VII" or better
according to the A.M. Best Company. Policies for Workers' Compensation may be issued by
companies authorized as a group self-insurer by F.S. 440.57, Florida Statutes.
a) Loss Deductible Clause: The City shall be exempt from, and in no way liable for, any sums
of money which may represent a deductible in any insurance policy. The payment of such
deductible shall be the sole responsibility of the General Contractor and/or subcontractor
providing such insurance.
b) Workers' Compensation Insurance: The Contractor shall obtain during the life of this
Agreement, Worker's Compensation Insurance with Employer's Liability Limits of
$500,000/$500,000/$500,000 for all the Contractor's employees connected with the work of
this project and, in the event any work is sublet, the Contractor shall require the
subcontractor similarly to provide Workers' Compensation Insurance for all of the latter's
employees unless such employees are covered by the protection afforded by the Contractor.
Such insurance shall comply fully with the Florida Workers' Compensation Law. In case any
class of employees engaged in hazardous work under this contract for the City is not
protected under the Workers' Compensation statute, the Contractor shall provide, and cause
each subcontractor to provide adequate insurance, satisfactory to the City, for the protection
of the Contractor's employees not otherwise protected.
· Include Waiver of Subrogation in favor of the City of Ocoee
c) Contractor's Public Liability and Property Damaqe Insurance: The Contractor shall obtain
during the life of this Agreement COMMERCIAL AUTOMOBILE COVERAGE, this policy
should name the City of Ocoee as an additional insured, and shall protect the Contractor and
the City from claims for damage for personal injury, including accidental death, as well as
claims for property damages which may arise from operations under this Agreement whether
such operations be by the Contractor or by anyone directly or indirectly employed by the
Contractor, and the amounts of such insurance shall be the minimum limits as follows:
1) Automobile Bodily Iniury Liability & Property Damaqe Liability
· $1,000,000 Combined single limit per occurrence (each person, each accident)
· All covered automobile will be covered via symbol 1
· Liability coverage will include hired & non-owned automobile liability
· Include Waiver of Subrogation in favor of The City of Ocoee
2) Comprehensive General Liability (Occurrence Form) - this policy should name the City of
Ocoee as an additional insured and should indicate that the insurance of the Contractor is
primary and non-contributory.
· $2,000,000 GENERAL AGGREGATE
· $2,000,000 PRODUCTS-COMPLETED OPERATIONS AGGREGATE
· $1,000,000 PER OCCURRENCE
· $1,000,000 PERSONAL & ADVERTISING INJURY
· Include Waiver of Subrogation in favor of the City of Ocoee
3) Subcontractor's Comprehensive General Liability, Automobile Liability and Worker's
Compensation Insurance: The Contractor shall require each subcontractor to procure and
maintain during the life of this subcontract, insurance of the type specified above or insure
the activities of these subcontractors in the Contractor's policy, as specified above.
4) Owner's Protective Liability Insurance: As applicable for construction projects, providing
coverage for the named insured's liability that arises out of operations performed for the
named insured by independent contractors and are directly imposed because of the named
insured's general supervision of the independent contractor. The Contractor shall procure
and furnish an Owner's Protective Liability Insurance Policy with the following limits:
RFP #07-001 Banking
13
$1,000,000, and per occurrence, $2,000,000. Aggregate and naming the City of Ocoee as
the Named Insured.
5) Contractual Liability: If the project is not bonded, the Contractor's insurance shall also
include contractual liability coverage to insure the fulfillment of the contract. NOTE: PUBLIC
LIABILITY INSURANCE AND AUTOMOBILE LIABILITY INSURANCE, THE CITY SHALL
BE NAMED AS ADDITIONAL INSURED.
· $1,000,000 PER OCCURRENCE
· $2,000,000 AGGREGATE
6) Commercial Umbrella:
· $1,000,000 PER OCCURRENCE
· $2,000,000 Aggregate
· Including Employer's Liability and Contractual Liability
7) Builders Risk:
· $100,000 Any (1) Location
· $1,000,000 Any (1) Occurrence
8) Certificates of Insurance: Certificate of Insurance Form (see sample attached), naming the
City of Ocoee as an additional insured will be furnished by the Contractor upon notice of
award. These shall be completed by the authorized Resident Agent and returned to the
Office of the Purchasing Agent. This certificate shall be dated and show:
9) The name of the Insured contractor, the specific job by name and job number, the name of
the insurer, the number of the policy, its effective date, its termination date.
10) Statement that the Insurer shall mail notice to the Owner at least thirty (30) days prior to any
material changes in provisions or cancellation of the policy, except ten (10) days written
notice of cancellation for non-payment of premium.
(remainder of page left blank intentionally)
RFP #07-001 Banking
14
BCQBO.
CERTIFICATE OF LIABILITY INSURANCE
JlROOUCE-tl
OPID J
FRAZE-1 11 04 04
THIS CERTIFICATE IS ISSUEO M A MATTER OF INFORMATION
ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
INSViteO -,--~",,---~--'---'
I INSURERS AFFORDING COVERAGE i NAlC ·
'-'~~"-- .. ~.. ;~~~~-- ":~'~==--~.~----I-==='_=::-=
f"~~..~_~.,______,,__~__.m,__~u.'.,.m,,,__,-~----_._..Im,,-"--~_.
~.!'..!'~~.~..._ _uu__..-._",~~__.._.m._, _._,.._.____._ --,---,-,-~-----"-"
I IW&1RER E:
Contractor's Name
Address
COVERAGES
fHE POUCtES O~ INSURANCE liSTED BELOW HA\tE BEEN tSSUFJJ TO THE lNSi,..;-RE~ HAMED A&OVE FOR THE Petley PERIQO INOICATED NOTWITH$TANDlNG
!.Ny REQUIREMENT, TERM OJ;! CONDITION OF ANY CQHTlV.CT OR OTHER DOCUMENT .....ITH FlESPECr TO WHICH TYIS CERTlf'!CATE MAY BE I$SUEO ~
iMAV lI'EATAIN THE INSURANCE AFFORDED av THE POliCIES DESC.R\8EO HERElN 1$ SU&JfiCT TO All "lHE TfFlMS. EXClUSIONS AND COt<<)11IONS OF 5UCl~
POliCIES AOGREGA TE \-IMIlS SHOWN MAY 1-lAV'E B~EN REOUCED BY "AiD CLAIMS
CT~----,.,.;.-;;-;;;.;;,;~,;;,. - - : ~ ---~;;.;.;- T"mI'I"~~'W:"~f.~.,,&;'TRlllT--' - 'LlMITS'- -- ------
GENERAL llMlUTY ' \ EAOl OCCURRENCE S 1 , 0 0 0 I 000
I X t~-""~MERClAlG.N.~LI'."'TY ' ~gH(':;;;;':~ · 50,000----
~ _-I-__J Cl.'oIMS~ [!] OCCUR MEDEXPtAnyon.~I'IOf'l $ 5~~
~: rPERSONAl'AOVINJURY .1,000,000
I - -----~--~- I IOENE~~GGRE("",~-S2,OOO/OOO
[' ..,.. ~.GEN."~G;;Ea:;:-TELI"';;:~1 :'''''''~~';;;;AG~;OOO,OOO
t r POLlCY iXl ~i LOC I
-r ' .AUTOMOBILE LIABILITY
I h I CQM8INE05INGLEL:MIT S 1 000 000
, l!.~ ANVAUTO lIEJI~~_~_~
I ! I ALl. OWNED AllTOS BOO NJ R
i"--j SCHEOUlEO AU'TOS I (Pel' ~IU If 5
!~J HtREO "'UTOS r-..-.-........---,.--.-...----..--~--
clCj NON-OWNED'UTOS ! rp~~l~~~~__~__
.--_..~
I
, PROPE1ilTY OA"-,GE
,{~Iecid~l)
\ AUlO ONLY. EA A_r:C.-2..OENT ___$________~
! OT)olER THAN .~A AC~
AUTO ONLY: AGG S
I EACHOCCURRE~ &1,000,000
t-:;-C;;;;;-';'n 12,000.000
,------,-
f------------------..-
~-,-_.,._._---,--,.._~--_.-
_ X iT~.tIw~I~Ll_~~~__.,__..___
~?.:.::..~CH AC~~!!.~______~~..Q.P..!._~Q_.
i E.L OI5~~~..:...~i!(PLO~~ 500 ,2.9_Q.
~EASE.POLtCYll"'111 -' 500,000
QAAAGE UABIL1TY
ANY AliTO
IX
l!
I I!XCUWwtReLLA LJ,ASlllTY
.lC_ OCCUR '-1 CLAIMS.....DE
~=] DEOUCTIBLE
, RETENTiON
! WORKERS COMPENSATlOH AND
: EMP\.O'fERS' I..l/tJtILITY
I -'NY PROPR.IETOWPARTNEPlEXECUTIVE
I QFr:ICEAiMEMBfR f.xCLUDEJJ?
~k*t:=V~~.oNS eel&.\'
IOTl1fR
! Builders Risk
r
I
Any 1 Loc
An 1 Occ
100, OCO
1,000,000
OesCRIPnoN OF O"ERATlQNS I LO<:....TK)NS I VEHICLE.! I !XCLU!tOHS ADDEO 8Y ENDORSEMENT I SPECIAl 'RO~
The insurance evidencsd by this certificate shall .name the certificate
holders as an additional insured on the Genersl Liability' Umbrella
Liability. Workers' Compsnsation, Employers' Liability' General Liability
shall contain a Waiver of Subrogation in favor of the csrtificste holder.
The certificate holder is added a. a IBlEd ira.nrl fir B::iild:r.3 RUk.
CANCELLATION
City of Ocoee
150 N. Laksshore Drive
Oeoee FL 34761-2258
oeo REO 1 SHOULD ItJf'( 0' THI A80V1! oese RJBeO "Ol 'CleS BE CA./IIC!LI..I!O al!~RETHI! E)l,PlAA TIO"
DAn; THEJtEO". THe lSSL.1tlia 1:N5~EA WilL ENDEAVOA TO flWl. ~ ~YS WRrrT!.fIl
t<<>'nC! TO 'THI!; CERTlACAH! HOLDER NAMED 'TO nil! lln, aUT F.lJlURE TO 00 5O!tHA.lL
IMPOSE HOoeUOATION OR UASILITY OF ANY KlHDUPON TH! INSUJtDt. ITS AGE,.>.T! OR
IlIIPRESEHT...TIVa
AUTHORlli!~NlATIV'E
i
ACORD 25 (200111)8)
S~PL. t:
il> "'CORD CORPORATION 198'
RFP #07-001 Banking
15
12. SUMMARY OF LITIGATION:
Provide a summary of any litigation, claim(s), bid or contract dispute(s) filed by or
against the Respondent in the past five (5) years which is related to the services that
the Respondent provides in the regular course of business. The summary shall state
the nature of the litigation, claim, or contact dispute, a brief description of the case, the
outcome or projected outcome, and the monetary amounts involved. If none, please so
state.
(Attach additional sheets if necessary)
13. ACKNOWLEDGMENT OF ADDENDA:
Respondent acknowledges receipt of the following addenda:
No.
No.
No.
Dated
Dated
Dated
(remainder of page left blank intentionally)
RFP #07-001 Banking
16
CITY OF OCOEE
REQUEST FOR PROPOSALS (RFP) #07-001
BANKING, TREASURY MANAGEMENT, AND
PURCHASING CARD SERVICES
The City of Ocoee requests sealed proposals (RFP) from qualifying banks to provide banking,
treasury management, and purchasing card services. The City will enter into a contract for
services including depository, account maintenance, investment, capital financing, and
purchasing card services. The City desires to establish a banking relationship with a qualified
bank(s) to provide the services. The City may consider awarding a separate contract for
purchasing card services apart from that of the other banking services. It is essential that the
winning bank(s) and the City maintain open and frequent two-way communication, provide and
receive timely responses, establish services and service levels by contract or written
agreement provide and receive fair pricing and compensation, and maintain high ethical
standards.
A proposing bank shall positively affirm its capability to provide the specified services or shall
note any exception(s) on the Scope of Services Response Form. Banks are invited to
propose reasonable alternatives to the requested services but must be clearly indicated as
such. The successful respondent shall provide the City with on line access that achieves or
exceeds the safety, security and encryption standards established by the information and
technology industry. The successful respondent should schedule adequate time for transition,
conversion, training and implementation operations to be fully operational by the inception
date- August 1, 2007. This implementation schedule should be submitted as part of the
response to this RFP.
Contract Period
All services shall be provided for a four-year period with a one-year renewal by the mutual
agreement of all parties. The winning bank shall provide services during the optional one-year
renewal period at the same costs, terms and conditions provided for the initial four-year period
of the contract.
Bank Qualifications
Only banks meeting the criteria set forth in chapter 280, Florida Statutes, the Florida Security
for Public Deposits Act (Act) shall be considered. The winning bank must be a qualified public
depositor as set forth in the Act at the time of proposal and maintain this status throughout the
life of the contract. A proposing bank shall provide evidence of its status as a qualified public
depository in their response to this RFP.
Only banks with a full service branch within five miles of the street address of Ocoee City Hall
shall be considered. The bank should provide a map of its branch locations in Orange County.
The successful respondent(s) shall provide deposit deadline schedules for each of its
branches within the service area. A ledger cutoff time of 2:00 p.m. or later, Monday through
Thursday and 5:00 p.m. or later on Friday shall be provided by the successful respondent(s). A
proposing bank shall provide the names and experience of the Relationship Manager and
Treasury Management Officer to be assigned to the City.
RFP #07-001 Banking
17
SCOPE OF SERVICES
Services
1. The city desires to establish demand deposit accounts to meet the banking
requirements of the City. Describe how interest will be calculated and credited to the
city accounts. The City's current account structure appears in the Accounts section of
this RFP.
2. The City collects cash and checks on a daily basis. Deposits to the bank are made
daily. Please answer the following questions regarding deposits:
. Does the bank provide the deposit bags and is there a fee for the bags?
. Does the bank provide multiple part deposit tickets?
. How does the bank calculate availability of deposited funds?
. What is the time frame for return of the validated deposit ticket?
. What is the procedure for reporting deposit adjustments?
. What is the banks policy on notification and adjustment for counterfeit
bills?
. Returned items shall be automatically redeposited a second time. What is
the time frame for copies of these items to be available to the city?
· Can the bank provide detailed return items on-line to the City? How
many concurrent users for viewing account balances activity does your
system allow?
3. The City desires to negotiate a wire transfer agreement. Funds would be disbursed via
wire transfer upon on-line request of an authorized person.
4. Banks should have the capability to provide on-line access to account reports. Describe
your on-line reporting system including:
. What current day reporting is available through the reporting system?
· How many business days is data stored on the reporting system and available
for city access?
. What technical specifications will be required of the City's system?
. Is special software required?
· The city is considering deposit reconciliation services on a web-based banking
system. Describe the service offered by the bank.
5. Banks should have the ability to accept and send ACH transactions and provide on-line
notification of ACH deposits the same day. The City currently receives receipts through
the ACH and Fedwire systems. Receipts are from payment card settlements, federal
and state agencies, and maturing investments. Electronic payments are made for
payroll direct deposit, procurement cards, federal and state tax liabilities, and purchases
of investment securities.
6. The city desires to negotiate a stop payment agreement. The agreement shall reflect a
lifetime stop payment order. Banks should provide the ability to place on line and
RFP #07-001 Banking 18
telephone stop payments, and on line access to information on cleared and stop
payment checks.
7. The successful respondent shall provide a monthly account statement. The reporting
period shall be the full calendar month. Statements shall be delivered by mail no later
than the 15th day of the following month and/or available on line. The bank shall provide
debit and credit memos to the City the same day the bank posts the memo to the City's
accounts.
8. The successful respondent shall provide a quarterly account analysis statement for
each of the City's accounts. This statement should show average balances and
average net collected balances, along with itemized quarterly activity of each account,
and services activity cost associated with each. These statements will be the basis for
the bank's compensation.
9. Overdraft protection shall be provided to the City. The city does not anticipate utilizing
this service but desires the service to be available if ever needed.
10.ln order to maximize the efficiency of idle cash balances in the accounts, only banks
with the capability to provide overnight sweep facilities shall be considered. The
successful respondent(s) shall agree to automatically invest collected balances in all
accounts as of the end of the banking day in approved investment instruments. A
proposing bank shall provide one of the following overnight investments: repurchase
agreement, NOW account, or money market mutual fund. Daily investment receipts or
trade tickets must be provided for all overnight investment transactions which include a
thorough description of any collateral securities.
. A repurchase agreement shall utilize the prototype master repurchase agreement
developed by The Bond Market Association. Only short-term US Treasuries and
federal agency debentures having remaining days to maturity less than three
years shall be permitted collateral.
· Now accounts shall be collateralized as public deposits as set forth in Chapter
280, Florida Statutes.
· Money market mutual funds shall be Securities and Exchange Commission
qualified constant net asset value money market mutual funds with authorized
investments in only US Treasuries and federal agencies. The fund shall be rated
AAA, AAAm, or AAAg by Standard and Poors. A prospectus shall be provided
for each money market mutual fund proposed.
11. To facilitate employee use of payroll direct deposit, only banks with the capabilities to
provide workplace banking shall be considered. The workplace banking program
should include a checking account and a savings account for City employees with no
maintenance fees and no minimum balance requirements, and a no fee check and A TM
card.
RFP #07-001 Banking
19
12. To facilitate timely access and reduce record storage requirements, only banks with the
capability to provide electronic imaging services shall be considered. Images shall be
available on CD-ROM and downloadable from its web-based banking system. Imaged
items shall include but not be limited to paid checks (front and back), deposit items, and
debit and credit memos. The bank shall provide the timetable for the availability of
imaged documents.
13. The city is considering Electronic Check Presentation to convert deposit items to ACH
transactions to reduce float time. This service is not currently utilized by the City.
Please provide a brief description of the service, user requirements, the banks capability
to provide the service, benefits compared to manual processing, and a schedule of
service and related charges.
14. The city currently accepts credit card payments for utility services through a third party.
Please describe the bank's ability to assist in collecting payments over the Web
including:
. Who is the provider?
. Does the system process both credit card and debit card transaction?
. Does the system have telephone customer support?
. Is the system flexible allowing some customization?
15. Provide the proposed fees for the banking services as indicated on the Fee Proposal
Form. Prices must be guaranteed for the four year term of the contract. Indicate if
there are anyone time charges for setting up new services. List any additional fees for
additional services not specifically requested that relate to conversion, training, and/or
other banking services.
Payment for BankinQ Services
Monthly fees for banking services shall be accumulated and automatically withdrawn from the
city's accounts on a quarterly basis. Each respondent shall provide an analysis comparing
service fees paid by compensating balances verses direct fees for each of the proposed
services. The city reserves the right on an annual basis to change between compensating
balances and direct fees.
Treasury ManaQement Services
The city also transacts some investment activity other than overnight sweep with our current
bank. Describe any treasury management or securities advisory services offered? Describe
how the bank interacts with investment managers. Please indicate any fees associated with
these services. The city has an investment policy. Please provide a list of current
governmental clients in the Central Florida area.
PurchasinQ Card Services- (Alternate)
The City currently utilizes a purchasing card system under contract with Bank of America. The
city has approximately 163 active purchasing cards. An average of 646 transactions is
initiated on the purchasing cards monthly resulting in total monthly average expenditures of
$121,000. The average purchasing card transaction amount is $1~0.
RFP #07-001 Banking
20
Banks should provide a brief overview of their card program to include the following
information:
. Are card limits controlled by the city via the internet or are they programmed by the
respondent?
. What is the implementation process for the card program?
. Describe the rebate program offered. Are the rebates tiered? Are any transactions
exempt from the rebate calculation? If so, why?
. Does the program offer fraud protection?
. Provide examples of reports generated by the purchasing card program. Can reports
be customized?
. Describe the process for online reporting for weekly reconciliations.
. Is online cardholder maintenance available? If yes, briefly describe the process.
Accounts
The City currently maintains six (6) accounts. The city requires the same structure currently in
place. The City may open new accounts or close existing accounts to facilitate efficiency and
legally required flow of funds at the costs, terms and conditions resulting from the successful
award of this RFP.
Pooled Operating- this account receives most of the general government and utility
fund revenues of the City. Deposits may be in the form of cash, checks, credit and debit
card, Fedwire, and ACH transfers. Disbursements are by check or wire transfer. This
account purchases and sells investment securities and sweeps overnight balances.
This account averages 465 transactions per month including overnight investment
transactions.
Special Pooled Operating- this account is used primarily to manage proceeds from
debt issues and enable debt service payment transactions. Deposits are usually checks
or wire transfers. Disbursements are by check or wire transfer. This account purchases
and sells investment securities and sweeps overnight balances. This account averages
70 transactions per month including overnight investment transactions
Payroll-this account is used for bi-weekly and monthly payroll activity. Deposits are by
check. Disbursements are by check or direct deposit. ACH transactions for payroll
deductions are processed in this account. Currently the City processes appr()ximately
500 direct deposit transactions ($660,000) and 150 check transactions ($120,000)
monthly.
E-bay- this account is used to receive funds from the sale of surplus items on e-bay.
Activity in this account averages $20,000 annually.
Community Redevelopment Agency- this account is used for management and
improvements for the CRA. Deposits are by ACH and checks. Disbursements are by
checks. This account sweeps overnight balances.
Tax Account- this is a clearing account to process payroll taxes. Deposits are by
check or transfer and disbursements are by ACH.
RFP #07-001 Banking
21
Information ReQuested from the Respondent
Submissions shall be limited to a total of fifty (50) 8.5"x 11" pages (excluding front and back
covers, dividers, and all forms included in this RFP), single-sided, portrait orientation, 12-point
font. The person signing the RFP on behalf of the Respondent shall have the legal authority to
bind the Respondent to the submitted Proposal.
In order to simplify the review process and obtain the maximum degree of comparison, the bank
must use the following format in responding to the RFP.
A. Title Page
Include the title "Proposal for Banking, Treasury Management, and
Purchasing Card Services", the name of the Bank, local address, telephone
number, name of the contact person, and the date.
B. Table of Contents
Illclude a clear identification of the material by section and page number.
C. Letter of Transmittal
Limit to two or three pages, excluding required forms, and include the following:
1. Affirmation of bank qualifications as stated in the RFP.
2. State the name and experience of the Relationship Manager and Treasury
Management Officer who will be authorized to make representations for the
firm, their title, address, and telephone number.
3. State whether the firm is local, regional, national, or international.
4. State the location of the office from which the work is to be done and the
number of professional staff at that office.
5. Include the Scope of Services Response Form in this section.
6. Include the Company Information Form in this section.
7. Include Page 16 of this RFP in this section.
D. Banking - Include Information on the requested service in this section.
E. Treasury Management - Include Information on the requested service in
this section.
F. Purchasing Cards (Alternate) -Include Information on the requested
service in this section.
G. Fee Proposal Plan - Include the form included with this RFP.
Selection Process
RFP #07-001 Banking
22
The criteria for making an award recommendation are as follows:
. Service Capability- the ability to provide the services requested or reasonable
alternatives; exceptions to desired criteria in the wire transfer and stop payment
services agreements; exceptions taken to other requested service specifications; and
location of bank branches. 35 Points
. Cost: the calculation of total extended charges and estimated annual cost; calculation
of earnings credit and combined net collected balance carry forward; net overnight
sweep investment rates. 40 Points
. Quality: the implementation schedule and ease or complication of software (degree of
training required). 25 Points
The short listed firms may be invited for oral interviews prior to final selection. After the
committee has evaluated the short listed firms, the City Commission shall select the highest-
ranked qualified firm or will document the reason for not selecting the highest-ranked firm. The
City reserves the right to accept or reject any or all proposals, to waive informalities or
irregularities, to request clarification of information submitted in any proposal, or to re-advertise
for new proposals. The City may accept any item or group of items of any proposal.
The City will make an Award, in its absolute and sole discretion to the most responsible and
responsive Respondent whose proposal, in the City's opinion, will be most advantageous to
the City, price and other factors considered. The City reserves the right, to aid it in determining
which proposal is responsible, to require a Respondent to submit such evidence of
qualifications as the City may deem necessary, and may consider any evidence available to
the City of the financial, technical, and other qualifications and abilities of a Respondent,
including past performance (experience) with the City and others. The City Commission shall
be the final authority in the award of any and all proposals.
No proposal may be withdrawn and all proposed prices shall remain firm for a period of ninety
(90) days after the time and date scheduled for the proposal deadline.
RFP #07-001 Banking
23
REQUEST FOR PROPOSALS (RFP) #07-001
BANKING, TREASURY MANAGEMENT, AND PURCHASING CARD SERVICES
SCOPE OF SERVICES
RESPONSE FORM
Proposing Bank:
Section Positive Exception
Contract Period
Qualified Public Depository
Geographic Proximity
Electronic Banking
Identify Relationship Manager
Identify Treasury Manager
Interest Calculation
Returned Items
Debit and Credit Memos
Deposit Reconciliation
Wire Transfers In/Out
ACH Transactions
On Line Account Reports
Check Reconciliation
Stop Payments
Monthly Account Statements
Quarterly Account Analysis
Overdraft Protection
Overnight Sweep
Workplace Banking
Electronic Imaging Services
Electronic Check Presentation
Treasury Management Services
Merchant Services
Implementation Schedule
Governmental Client List
Purchasing Cards
On Line Card Limits
Customized Reporting
On Line Cardholder Maintenance
On Line Reconciliations (reporting)
RFP #07-001 Banking
24
REQUEST FOR PROPOSALS (RFP) #07-001
BANKING, TREASURY MANAGEMENT, AND PURCHASING CARD SERVICES
FEE PROPOSAL FORM
Proposing Bank:
Service Estirnated UnifCos( i yPSI '"
Volume .'...'
Monthlv ",",. ."",..>., ...,
Balance Services:
Overdraft Charge 0
FDIC expense 324
Average monthly ledger balance 323,957
Average monthly collected balance 214,080
Demand Deposit Services:
Account maintenance 6
Checks Paid 495
Number of deposits 8,879
Deposit Bags 25
Cash Deposits 74
Returned Checks Represented 27
Returned Items 17
Stop Payments 1
Wire Transfers:
Incoming 1
Outcoming 1
ACH Monthly Maintenance 2
ACH File Transmissions, Self 4
Consumer PPD Debits Originated 728
Consumer PPD Credits Originated 805
ACH Represents 4
ACH Returned Items 2
Bank Transfers between Accounts 6
Account Reconciliation 6
Check Sort Items 495
Monthly Account Statements 6
Sweep Transactions 3
Overdraft Items 0
RFP #07-001 Banking
25
RFP #07-001 COMPANY INFORMATION/SIGNATURE SHEET
FAILURE TO COMPLY WITH THESE RFP INSTRUCTIONS WILL RESULT IN DISQUALIFICATION OF YOUR
PROPOSAL. PLEASE SIGN BELOW ATTESTING THAT YOU HAVE READ AND UNDERSTAND ALL RFP
INSTRUCTIONS AND THAT THE PRICES REFLECTED ON THE "SCOPE OF SERVICES/PRICE PROPOSAL
FORM" ARE ACCURATE AND WITHOUT COLLUSION.
COMPANY NAME
TELEPHONE (INCLUDE AREA CODE)
FAX (INCLUDE AREA CODE)
E-MAIL ADDRESS
IF REMITTANCE ADDRESS IS DIFFERENT
FROM PURCHASE ORDER ADDRESS,
PLEASE INDICATE BELOW:
AUTHORIZED SIGNATURE (manual)
NAME/TITLE (PLEASE PRINT)
STREET ADDRESS
CITY
STATE
ZIP
FEDERAL ID #
~Individual ~ Corporation ~Partnership ~ Other (Specify)
Sworn to and subscribed before me this
day of
,20_
Personally Known
or
Produced Identification
(Type of Identification)
Notary Public - State of
County of
Signature of Notary Public
Printed, typed or stamped
Commissioned name of Notary Public
RFP #07-001 Banking
26
Mayor
S. Scott Vandergrift
center of Good Li
'\,\\e tr/~
Commissioners
Gary Hood, District 1
Scott Anderson, District 2
Rusty Johnson, District 3
Joel Keller, District 4
City Manag-er
Robert Frank
April 20, 2007
ADDENDUM NO: ONE (1)
CITY OF OCOEE
RFP #07-001
BANKING, TREASURY MANAGEMENT, AND
PURCHASING CARD SERVICES
This addendum shall modify and become a part of the original RFP documents for the Banking, Treasury
Management, and Purchasing Card Services. Respondents shall acknowledge receipt of this Addendum
in the space provided in the RFP package. Failure to do so may subject the Respondent to
disqualification.
This addendum is the result of various questions received from interested banks. Questions are listed with
the answers listed in blue and bold. Redundant questions are listed only once.
Clarifications to the RFP documents are as follows:
I . Can the City provide us with sweep statements for each sweep? If not, can you provide us with a
monthly average balance for each sweep? Accounts sweep daily-average for March: Special
Account $3.9 million, Pooled Account $17 million, CRA Account $289,000.
2. On page 22, section C, part 4 has "state the location of the office from which the work is to be
done and the number of professional staff at that office." Do you want the location of where the
local Treasury Management Services will be managed from, or the location of where our
Treasury Management team is corporately, or the location of the banking office that will handle
the daily transactions? The banking office.
3. On page 21, Tax Account, Is the City originating ACH debits or are they being debited by an
outside vendor? The City originates.
4. In what way does the city wish to receive debit and credit memos? Physically (i.e. faxed) or
would Internet banking current day information be sufficient? Faxed.
5. On page 20, under "Payment for Banking Services" it states "Each respondent shall provide an
analysis comparing service fees paid by compensating balances versus direct fees for each of the
proposed services." Is this in addition to the Fee Proposal Form provided? Yes.
6. What is your anticipated merchant revenue or volume? See page 20-Purchasing Card Services
7. May we have copies of two months of merchant statements? Yes, attached.
8. May we have an electronic version of the RFP in Word format? Already posted on
Demandstar.
City ofOcoee. 150 N Lakeshore Drive. Ocoee, Florida 34761
phone: (407) 905-3100. fax: (407) 656-8504 . www.ci.ocoee.fl.us
9. In your Table of Contents you refer to 'D. Banking'; is this referring to the 'Services'
questions beginning on page 18 of the RFP? Yes.
10. How many of the 8,879 checks that you deposit each month are consumer checks and
how many are business checks? Unknown. We do not track by type.
11. Would you consider a Zero Balance Account (ZBA) structure to link your Payroll
Account to your Pooled Cash Account? Yes.
12. Will you be using a detailed RFP scorecard? If so, may we have a copy of the scorecard
used? No. The method of scoring is indicated on page 23.
9fv~~
Purchasing Agent
Attachment: two months merchant statements
2
RFP #07-001 COMPANY INFORMATION/SIGNATURE SHEET
FAILURE TO COMPLY WITH THESE RFP INSTRUCTIONS WILL RESULT IN DISQUALIFICATION OF YOUR
PROPOSAL. PLEASE SIGN BELOW ATTESTING THAT YOU HAVE READ AND UNDERSTAND ALL RFP
INSTRUCTIONS AND THAT THE PRICES REFLECTED ON THE "SCOPE OF SERVICES/PRICE PROPOSAL
FORM" ARE ACCURATE AND WITHOUT COLLUSION.
Sun Trust Bank
COMPANY NAME
(407) 237-5909
TELEPHONE (INCLUDE AREA CODE)
(407) 237-5615
FAX (INCLUDE AREA CODE)
william.c. iones(ii)suntrust.com
E-MAIL ADDRESS
/"'--7-
//'
'-
/
. ....,...-
.'
IF REMITTANCE ADDRESS IS DIFFERENT
FROM PURCHASE ORDER ADDRESS,
PLEASE INDICATE BELOW:
William Jones
NAME/TITLE (PLEASE PRINT)
200 South Oran2:e Avenue
STREET ADDRESS
Orlando FL
CITY STATE
32801
ZIP
FEDERAL ID # 58-0466330
Individual X Corporation _Partnership _Other (Specify)
Sworn to and subscribed before me this :~ [) ~ay of Q~ ' 20 ~7
Personally Known V
or
Produced Identification
(Type ofIdentification)
Notary Public - State of
County of
~.~ Judy Laces!
!~ . My Commission 00285392
~c.. 1
~OF"'o" Expires February 10, 2008
J L.> D'" LA- C6 S:(
Printed, typed or stamped
Commissioned name of Notary Public
7
IY!!~
' ~
SUNTRUST'
Proposal for Banking, Treasury Management, and Purchasing Card Services - City ofOcoee RFP #07-001
REQUEST FOR PROPOSALS (RFP) #07-001
BANKING, TREASURY MANAGEMENT, AND PURCHASING CARD SERVICES
FEE PROPOSAL FORM
Proposing Bank: Sun Trust Bank
Balance Services:
Overdraft Charge 0 $ - $ - $ -
FDIC expense 1 324 $ 0.0090 $ 34.99 $ 759.82
Average monthly ledger balance 323,957 N/A N/A N/A
Average monthly collected balance 214,080 N/A N/A N/A
Demand Deposit Services:
Account maintenance 6 $ 5.0000 $ 360.00 $ 7,818.19
Checks Paid 495 $ 0.0500 $ 297.00 $ 6,450.00
Number of deposits 8,879 $ 0.0750 $ 7,991.10 $ 173,544.26
Deposit Bags 25 $ 0.2000 $ 60.00 $ 1,303.03
Cash Deposits 74 $ 1.1000 $ 976.80 $ 21,213.35
Returned Checks Represented 27 $ 1.0000 $ 324.00 $ 7,036.37
Returned Items 17 $ 2.0000 $ 408.00 $ 8,860.61
Stop Payments 1 $ 15.0000 $ 180.00 $ 3,909.09
Wire Transfers:
Incoming 1 $ 6.0000 $ 72.00 $ 1,563.64
Outcoming 1 $ 9.0000 $ 108.00 $ 2,345.46
ACH Monthly Maintenance 2 $ 15.0000 $ 360.00 $ 7,818.19
ACH File Transmissions, Self 4 $ 15.0000 $ 720.00 $ 15,636.38
Consumer PPD Debits Originated 728 $ 0.0500 $ 436.80 $ 9,486.07
Consumer PPD Credits Originated 805 $ 0.0500 $ 483.00 $ 10,489.40
ACH Represents 4 $ 2.0000 $ 96.00 $ 2,084.85
ACH Returned Items 2 $ 1.0000 $ 24.00 $ 521.21
Bank Transfers between Accounts 6 $ 1.0000 $ 72.00 $ 1,563.64
Account Reconci1iation2 6 $ 40.0000 $ 2,880.00 $ 62,545.51
Check Sort Items 495 $ 0.0100 $ 59.40 $ 1,290.00
Monthly Account Statements (via Online Courier) 6 $ 1.0000 $ 72.00 $ 1,563.64
Sweep Transactions 3 N/A N/A N/A
Overdraft Items 0 $ - $ - $ -
Additional Required Services:
Account Reconciliation - Item Charge 2 495 $ 0.0500 $ 297.00 $ 6,450.00
Total Annual Fees: $ 16,312.09
Proposal for Banking, Treasury Management, and Purchasing Card Services - City ofOcoee RFP #07-001
l.yI~
SUNTRusr
REQUEST FOR PROPOSALS (RFP) #07-001
BANKING, TREASURY MANAGEMENT, AND PURCHASING CARD SERVICES
FEE PROPOSAL FORM
Other Recommended Services:
ZBA Master
ZBA Subsidiary
OTM Info Rptg Maintenance Fee
OTM Previous Day Service/Month
OTM Previous Day Account Maintenance/Account
OTM Previous Day Detail/Item
OTM Same Day ServiceIMonth
OTM Same Day Account Maintenance/Account
OTM Same Day Detail/Item
OTM Wire Service/Month
OTM Stop Payment Module
OTM Stop Payment/Stop
OTM Account Transfer/Per Transfer
OTM Image RetrievallPer Image
Paid Items CD-ROM/Per CD
Paid Items CD-ROM Images/Item
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
10.0000
5.0000
12.0000
6.0000
12.0000
6.0000
10.0000
10.0000
10.0000
25.0000
0.0300
1 FDIC Charge is based on current Sweep expense; if the City were to convert their investment accounts to Muni NOW, the
be $0.0105.
2 We have provided partial reconcilement pricing since it was requested by the City; however we recommend you consider
instead performing your own paid check reconcilement by downloading information through Online Treasury Manager.
This would eliminate these fees and reduce SunTrust's proposal pricing by $3,177.
Proposal for Banking, Treasury Management, and Purchasing Card Services - City of Ocoee RFP #07-001
:J~
, ~
SUNTRusr"
REQUEST FOR PROPOSALS (RFP) #07-001
BANKING, TREASURY MANAGEMENT, AND PURCHASING CARD SERVICES
FEE PROPOSAL FORM
Proposing Bank: WACHOVIA BANK, N.A.
(
\
Estimated
Service Volume Monthly Unit Cost Annual Cost
Balance Services:
Overdraft Charge 0 No Charge No Charge
FDIC expense 324 No Charge No Charge
Average monthly ledger balance 323,957 $0.00 $0.00
Average monthly collected balance 214,080 $0.00 $0.00
Demand Deposit Services:
Account Maintenance 6 $6.50 $468.00
Checks Paid 495 $0.06 $356.40
Number of deposits 8,879 $0.20 $21,309.60
Deposit Bags 25 $0.50 $150.00
Cash Deposited Per $100 74 $0.06 $53.28
Returned Checks Represented 27 $1.00 $324.00
Returned Items 17 $1.50 $306.00
Stop Payment done online 1 $8.00 $96.00
Wire Transfers:
Incoming 1 $6.00 $72.00
Outcoming 1 $6.00 $72.00
ACH Monthly Maintenance 2 $15.00 $360.00
ACH File Transmissions, Self 4 $5.00 $240.00
Consumer PPD Debits Originated 728 $0.06 $524.16
Consumer PPD Credits Originated 805 $0.06 $579.60
ACH Represents 4 $0.06 $2.88
ACH Returned Items/NOCs 2 $1.00 $24.00
Bank Transfers between Accounts 6 $1.00 $72.00
Account Reconcilation 6 $50.00 $3,600.00
Check Sort Items 495 N/A N/A
Monthly Account Statements 6 $0.00 $0.00
Sweep Transactions 3 N/A N/A
Overdraft Items 0 $15.00 $0.00
Other Services:
Deposited Item Rejects
ACH credits
ACH debits
Items Deposited
$0.25
$0.06
$0.06
$0.06
REQUEST FOR PROPOSALS (RFP) #07-001
BANKING, TREASURY MANAGEMENT, AND PURCHASING CARD SERVICES
FEE PROPOSAL FORM
Proposing Bank: WACHOVIA BANK, N.A.
Estimated
Service Volume Monthly Unit Cost Annual Cost
(
\
Non-Standard Cash Processing
Deposit Corrections - Cash/Non-Cash
Change Order
Currency Order - Per Strap
Coin Order - Per roll
Master ZBA Account
Sub ZBA Account
Internal Wire Credit
ACH Reversals/Deletions
Reconcilement Per Item
Reconcilement Online/Alerts
Reconcilement Output Files
Basic Positive Pay
Basic Positive Pay Per Item
Information Reporting Monthly Maintenance
(includes five accounts)
Accounts over five
Online Images
Information Reporting Current/Previous Day Detail
CD ROM Maintenance
CD ROM Per Image
CD ROM - per CD
ACH Fraud Services
ACH Block
ACH Control
ACH Positive Pay
Unauthorized Returns
Add Company IDs
Online Payables
One-Time Implementation Fee
Monthly Maintenance Per Application
Item Printed (includes postage)
1 - 200 items
201 - 399 items
400 - 599 items
$15.00
$0.25
$0.03
$15.00
$0.02
$7.50
$0.02
$1.00
$2.00
$0.50
$0.08
$1 0.00
$1 0.00
$0.20
$7.50
$0.05
$1 0.00
$5.00
$40.00
$0.05
$125.00
$15.00
$15.00
$15.00
$5.00
$1.00
$1,200.00
$35.00
(
$1.80
$1.70
$1.60
REQUEST FOR PROPOSALS (RFP) #07-001
BANKING, TREASURY MANAGEMENT, AND PURCHASING CARD SERVICES
FEE PROPOSAL FORM
Proposing Bank: W ACHOVIA BANK, N.A.
Estimated
Service Volume Monthly Unit Cost Annual Cost
600 - 799 items
800 - 999 items
1,000 - 2,999 items
3,000 - 4,999 items
5,000 - 9,999 items
Per Additional Page Printed
Inserts with payments
ACH Item Orignated
ACH Addenda
$1.50
$1 .40
$1.30
$1.20
$1.10
$0.25
$0.12
$0.26
$0.03
Cost Proposal Form
CITY OF OCOEE
REQUEST FOR PROPOSALS (RFP) #07-002
INTEGRATED RECORDS MANAGEMENT INFORMATION SYSTEM
FOR PUBLIC ADMINISTRATION AND PUBLIC SAFETY
Range of Costs associated with the applications described in Section 2, General
Requirements:
Item #1: Application Software License Fees
None-For Current Services.*
Item #2: Implementation, Training and Support Services Costs:
None-For Current Services implemented.*
Item #3: Annual Software Maintenance Costs for Five (5) Years:
No-For Current Services. Software costs for any future services may require a software
maintenance fee; however, it is unknown at this time. *
(
Item #4: Other Anticipated Costs (i.e. travel, data file conversions, etc)
Please refer to the, "Fee Proposal Form" in Section V for other services offered to the City. *
Wachovia Bank. N.A.
Company Name
Corrie Bowman. Vice President
Authorized Officer (print)
tt~~
Authorized Signature
April 30. 2007
Date
*If new services are requested that are not referenced in this RFP, charges may apply.
Cc
RFP #07-002 COMPANY INFORMATION/SIGNATURE SHEET
FAILURE TO COMPLY WITH THESE RFP INSTRUCTIONS WILL RESULT IN
DISQUALIFICATION OF YOUR PROPOSAL. PLEASE SIGN BELOW ATTESTING THAT YOU
HAVE READ AND UNDERSTAND ALL RFP INSTRUCTIONS AND THAT THE PRICES
REFLECTED ON THE "SCOPE OF SERVICES/PRICE PROPOSAL FORM" ARE ACCURATE AND
WITHOUT COLLUSION.
W ACHOVIA BANK, N.A.
COMPANY NAME
(813) 276-6536
TELEPHONE (INCLUDE AREA CODE)
(813) 276-6413
FAX (INCLUDE AREA CODE)
kristine.aldersonauwachovia.com
E-MAIL ADDRESS
IF REMITTANCE ADDRESS IS DIFFERENT
FROM PURCHASE ORDER ADDRESS,
PLEASE INDICATE BELOW:
Kristine Alderson-Officer
NAME/TITLE (PLEASE PRINT)
Main Contact / Address for the City:
Wachovia Bank, N.A.
Corrie Bowman, Vice President
800 N. Magnolia Avenue
Orlando Florida 32803
(407) 649-5638
(407) 649-5554 (Fax)
100 South Ashley Drive. Suite 930
STREET ADDRESS
Tampa, Florida 33602
CITY STATE ZIP
f*~cY
FEDERAL ID # 22-1147033
Individual X Corporation _Partnership _Other
(Specify)
Sworn to and subscribed before me this c "::t"}l-ldayof ~ f 41- , 20123:.
Personally Known / or
Produced Identification
(Type ofIdentification)
~
Printed, typed or stamped
Commissioned name of Notary Public
~ KIRK SORCE
. :.\ MY COMMISSION 1# DO 367838
~j EXPIRES: November 1, 2008
~~. Bonded Thru Notary Public Underwriters
~
~
~
~
~
~
~
.
.
.
~
.
.
.
.
.
.
.
.
.
~
.
.
.
.
.
.
.
.
.
.
.
.
.
.
.
.
.
.
.
.
.
.
"
n
,.
.'
RFP #07-007 COMPANY INFORMATION / SIGNATURE SHEET
FAILURE TO COMPLY WITH THESE RFP INSTRUCTIONS WILL RESULT IN
DISQUALIFICATION OF YOUR PROPOSAL. PLEASE SIGN BELOW ATTESTING
THAT YOU HAVE READ AND UNDERSTAND ALL RFP INSTRUCTIONS AND THAT
THE PRICES REFLECTED ON THE "SCOPE OF SERVICES/PRICE PROPOSAL
FORM" ARE ACCURATE AND WITHOUT COLLUSION.
M&I Marshall & IIslev Bank (407) 648-2120
COMPANY NAME TELEPHONE (INCLUDE AREA CODE)
(407) 648-0886
FAX (INCLUDE AREA CODE)
ioanne.stanae@micorp.com
E-MAIL ADDRESS
IF REMITTANCE ADDRESS IS DIFFERENT
(manual) FROM PURCHASE ORDER ADDRESS,
PLEASE INDICATE BELOW:
l J nne M. Stan e
Senior Vice President I Market Manaaer - Orlando Reaion
NAMEITITLE (PLEASE PRINT)
2250 N. Oranae Blossom Trail
STREET ADDRESS
Orlando FL 32804
CITY STATE ZIP
FEDERAL 10 # M&I Bank: 39-0452805 M&I Corporation: 39-0968604
Individual -1-Corporation _Partnership _Other (Specify)
1st day of ~(tkl ,2007.
or
Notary Public - State of f\o i,n~
County of ~roJ' rC1C
(Type of Identification)
~~
Commissioned name of Notary Public
Page 7
r
"
n
PRICING PROPOSAL - APRIL 2007
Demand Deposit Services
Maintenance Fee 6 5.00 30 $ 9,212.98
FDIC Collection for FICO 324 Pass Thru
Special Handling - per type 1 35.00 35 $ 10,748.48
Return Items 17 3.00 51 $ 15,662.07
Return Items with Reclear 27 6.00 162 $ 49,750.11
Debits 0.20 0 $
Credits 40 0.20 8 $ 2,456.80
ACH Debits 4 0.15 1 $ 307.10
ACH Credits 0.15 0 $
Tax Payment Service - per payment 4.00 0 $
Checks Paid (Truncated) 495 0.10 50 $ 15,354.97
Uncollected Funds Usage Prime + 6 $
Overdrafts per Item Returned 34.00 0 $
Overdrafts per Item Paid 34.00 0 $
Overdrafts per Day 6.00 0 Direct Charge
Deposited Items - Unencoded
On-Us 0.07 0 $
Local Clearings 0.07 0 $
RCPC 8,879 0.07 622 $ 191,015.87
Transit 0.07 0 $
Rejects 0.20 0 $
Subtotal Demand Deposit 959 $ 294,508.39
Account Reconciliation 2
Deposit Plan Base Fee 30.00 0 $
Deposit Plan per Item 0.03 0 $
Subtotal Account Reconciliation 0 $
WebView 3
Base Fee per Account 3 5.00 15 $ 4,606.49
Per Image Retrieval 495 0.045 22 $ 6,756.19
Subtotal WebView 52 $ 11,362.68
WebView - Return Items 3
Base Fee per Account 3 5.00 15 $ 4,606.49
Per Image Retrieval 17 0.045 1 $ 307.10
Subtotal WebView - Return Items 31 $ 9,520.08
Page 34
n
,.
"
.",.q ?"'''''!I'1j;'"",~"",:"i-~''l!(7!;.','' '~"'""~~\~;
" , .:~: :':,~/::"", " . '.;' ''': ::',~:':'1,\"<;~;5
i.. ", ., ,'Br:'1":'1if':y:". '" ' , , "'''"'' ~~.,
__.~_......1:.!,;/~~_._~
DepositEdQe (without PC) 4
Monthly Maint. Fee - Per Location 30.00 0 $
Per Item Fee 0.07 0 $
Subtotal DepositEdge $
ACH 5
ACH Returns 2 4.00 8 $ 2,456.80
Subtotal ACH 8 $ 2,456.80
RCK (Return Check Conversion) 6
Base Fee 1 25.00 25 $ 7,677.49
RCK Translation 4 3.50 14 $ 4,299.39
Subtotal ACH 39 $ 11,976.88
InterNetConnect
Balance Reoortina & Modules
Prior Day Balances & Detail 30.00 30 $ 9,212.98
Current Day Balances & Detail 30.00 30 $ 9,212.98
Stop Payment Module 10.00 10 $ 3,070.99
Book Transfer Module 10.00 10 $ 3,070.99
ACH Module 10.00 10 $ 3,070.99
Wire Module 10.00 10 $ 3,070.99
File Upload - ACH 20.00 20 $ 6,141.99
Special Reports - DDA Statement 20.00 0 $
Additional Accounts 5 5.00 25 $ 7,677 .49
Detail Items 583 0.00 0 $
Per ACH Item Originated 1,533 0.05 77 $ 23,646.66
Per Wire Transfer - Outgoing Repetitive 7.50 0 $
Per Wire Transfer - Outgoing Non-Rep. 10.00 10 $ 3,070.99
Per Wire Transfer - Internal Related 5.00 0 $
Per Wire Transfer - International 25.00 0 $
Per Stop Payment 13.00 13 $ 3,992.29
Subtotal InterNetConnect 265 $ 75,239.37
Funds Transfer
Incoming Domestic Wire 5.00 5 $ 1,535.50
Subtotal Funds Transfer 5 $ 1,535.50
Page 35
~
~
.
.
.
.
.
.
.
.
.
.
t
t
t
.
.
.
~
~
~
~
.
~
~
,
,
.
.
.
~
a
.
.
.
.
.
~
t
~
~
~
~
..
n
Currency and Coin Services
Bulk Coin/Curr Dep per $1 (Up to $5,000)
Bulk Coin/Curr Dep per $1 (>$5,000)
Subtotal Currency and Coin
Investment Services
Repo Sweep
Subtotal Investment Services
TOTAL
Current ECR (March):
# of Days in Month (March):
Average Collected Balances:
I"
"
5,000
69,000
o
55
$
$ 16,890.4 7
$ 16,890.47
$ 32,245.44
$ 32,245.44
$ 451,129
0.00
0.0008
55
3
35.00
105
105
I 6
$ 1,469
$ 600,000
$ 1 ,953.76
$ (484.76)
BID INFORMATION
3.834%
31
$ 600,000
Repurchase Aqreement Sweep Account
Pooled Operating Account
Special Pooled Account
Community Redevelopment Agency
Account
ESTIMATED BENEFIT: Interest Earned Monthlv on Collected Balances
Units
Invested
$ 16,692,000
$ 3,830,000
Rate
4.950%
4.950%
Total
$70,175.00
$16,101.74
$1,181.35
$87,458.09
$ 281,000 4.950%
Total Monthly Interest Earned:
Footnotes:
1 The overdraft item fee increases after the 5th negative ledger balance day within the preceding 13-mo. period.
2 The $20 setup fee for accounts set up on ARP intra-cycle will be WAIVED.
3 The one-time setup fee of $20 for each WebView Inquiry and WebView Returns will be WAIVED.
4 The one-time setup fee of $500 for DepositEdge, plus $125 per additional location setup will be WAIVED.
The one-time set up fee of $5 for each additional e-mail address over 5 will be WAIVED.
The expedited shipping of scanners (available for a $50 fee per scanner) will be WAIVED.
5 The one-time setup fee of $25 for ACH service will be WAIVED.
6 The one-time setup fee of $100 for RCK will be WAIVED.
7 Any service not quoted within this proposal will be charged at M&I Bank's standard rates.
Pricing is subject to annual review after the initial four-year contract term.
Upon any material changes in volumes or services, M&I Bank reserves the right to reprice this proposal.
Prices may change with prior notification.
Page 36
,.
.'
REQUEST FOR PROPOSALS (RFP) #07-001
BANKING, TREASURY MANAGEMENT, AND PURCHASING CARD
SERVICES
FEE PROPOSAL FORM
Proposing Bank:
Colonial Bank, N.A.
Service Estimated Unit Cost Annual Cost
Volume
Monthly
Balance Services:
Overdraft Char~e 0
FDIC Expense 324
Average Monthly ledger balance 323,957
A vera~e monthly collected balance 214,080
Demand Deposit Services:
Account Maintenance 6 $10.00 $ 720.00
Checks Paid 495 .10 $ 594.00
Deposits 50 .20 $ 120.00
Items Deposited 8879 .07 $7,458.36
Deposit Ba~s 25 .00 $ 0.00
Cash Deposits 74 .00 $ 0.00
Returned Checks Represented 27 $ 2.00 $ 648.00
Returned Items 17 $ 2.00 $ 408.00
Stop Payments 1 $20.00 $ 240.00
Treasury Management Services
WireBiz (online wire system) 1 $30.00 $ 360.00
Incomin~ 1 $5.00 $ 60.00
Out~oin~ 1 $5.00 $ 60.00
CD-Rom - Monthly per account 6 $20.00 $1,440.00
CD-Rom per item 495 .02 $ 118.80
WebBiz Monthly Maintenance 1 $125.00 $1,500.00
ACH Transactions 80 0.00 $ 0.00
Additional ACH Transactions 1453 .10 $1,743.60
ACH Returns/ NOCs 6 $5.00 $ 360.00
Bank Transfers between accounts 6 $0.00 $ 0.00
Monthly Account Statements 6 $0.00 $ 0.00
TOTAL ANNUAL COST $15,830.76
One Time Implementation Cost for $ 300.00
WebBiz and WireBiz
I
19
r
.'"
RFP #07-001 COMPANY INFORMATION/SIGNATURE SHEET
FAILURE TO COMPLY WITH THESE RFP INSTRUCTIONS WILL RESULT IN
DISQUALIFICATION OF YOUR PROPOSAL. PLEASE SIGN BELOW ATTESTING THAT
YOU HAVE READ AND UNDERSTAND ALL RFP INSTRUCTIONS AND THAT THE
PRICES REFLECTED ON THE "SCOPE OF SERVICES/PRICE PROPOSAL FORM" ARE
ACCURATE AND WITHOUT COLLUSION.
Colonial Bank, N.A.
COMPANY NAME
334 - 676- 5874
TELEPHONE (INCLUDE AREA CODE)
334-676-5876
FAX (INCLUDE AREA CODE)
JhM()rl O. /;it;;~
AUTHORIZED SIGNATURE (MANUAL)
_sharon --'patterson@colonialbank.com
E-MAIL ADDRESS
Sharon O. Patterson
NAME/TITLE (PLEASE PRINT)
100 Colonial Bank Boulevard
STREET ADDRESS
_Montgomery, AL 36117
CITY AL ZIP
FEDERAL ID# 63-0015320
_INDIVIDUAL _x_CORPORA nON _PARTNERSHIP _ OTHER(SPECIFY)
Sworn to and subscribed before me this
Personally Known ~
day of Maj
,2007.
or
Produced Identification
Type of Identification
'lli'~ loveY'ckv~
Print , typed or stamped
Commissioned name of Notary Public
%y Commission '4pires Jan.12, 2011
9
I
I
I
~
RFP #07-001
BANKING, TREASURY MANAGEMENT, AND PURCHASING CARD SERVICES
RESPONDENT CHECKLIST
5/02/2007 2:00 pm
1 Colonial Bank, NA
Missing p.16
Summary of
Litigation
no
Inactive
yes (Alabama)
Inactive
yes (Wisconsin)
yes Active
incorrect FIN
yes submitted
M&I Marshall & IIsley Bank
2 (United Heritage Bank)
yes
yes
3 Suntrust Bank
yes
yes
4 Wachovia Bank, NA
yes
yes
5
6
7
8
9
10
Listed in the order opened.
RFP #07-001
BANKING, TREASURY MANAGEMENT, AND PURCHASING CARD SERVICES
EVALUATION FORM
SELECTION COMMITTEE MEETING 5/16/07
COMBINED TOTALS
M&I MARSHALL &
Evaluation Criteria COLONIAL BANK ILSLEY BANK SUNTRUST BANK WACHOVIA BANK
, " <,'" '/'l:':;,/'i:",/',,'''' ,I,; , ''': ""'("",;;!,"i"ii'i'ii":;i';,":",'",' "I" ", i",,,:iii'i""':,',
IService Capability
(0-175 points) 117 131 161 150
Cost
(0-200 Points) 142 143 181 161
Quality
(0-125 points) 86 93 116 104
Ranking 4 3 1 ~"', ,
COMBINED TOTAL
ALL EVALUATORS 345 367 458 415
(0-500 points)
COMBINED TOTALS....FOR FINANCE DEPT USE ONLY
2