Loading...
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