Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution R-2003-267Temp Reso #10269-October 8, 2003 Revision: October 15, 2003 Revision: October 16, 2003 Page 1 CITY OF TAMARAC, FLORIDA RESOLUTION NO. R-2003- �;' A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA, AUTHORIZING THE APPROPRIATE CITY OFFICIALS TO AWARD RFP 03-26R, "UNDERWRITING AND FINANCIAL ADVISORY SERVICES", TO AND TO EXECUTE THE AGREEMENT FOR PROFESSIONAL SERVICES WITH KIRKPATRICK PETTIS SMITH & POLIAN INC., FOR FINANCIAL ADVISORY SERVICES, IN AN AMOUNT NOT TO EXCEED FIFTEEN THOUSAND DOLLARS ($15,000), IN CONJUNCTION WITH THE PROPOSED ISSUANCE OF UTILITIES REVENUE BONDS, PROVIDING FOR CONFLICTS; PROVIDING FOR SEVERABILITY; AND PROVIDING FOR AN EFFECTIVE DATE. IWHEREAS, the City has determined a need for financial advisory services for the proposed issuance of Utilities Revenue Bonds; and WHEREAS, the City of Tamarac publicly advertised RFP 03-26R, "Underwriting and Financial Advisory Services" on Sept. 9 and Sept. 14, 2003, a copy of said RFP is attached hereto as Exhibit 1; and WHEREAS, eleven (11) firms were solicited, and six (6) responses were received, from the following firms: 1. Dunlap & Associates, Inc. 2. First Southwest Company 3. Kirkpatrick Pettis Smith & Polian, Inc. 4. Public Financial Management 5. Wachovia Bank, N.A. 6. William R. Hough & Company; and WHEREAS, an Evaluation and Selection Committee, consisting of the Assistant City Manager, Director of Finance, and the Finance and Policy Officer Temp Reso #1 0269-October 8, 2003 Revision: October 15, 2003 Revision: October 16, 2003 Page 2 conducted an extensive evaluation of each proposal to determine each firm's responsiveness to the City's requirements; and WHEREAS, the Evaluation and Selection Committee determined that Kirkpatrick Pettis Smith & Polian, Inc. and William R. Hough & Company were ranked as the top two (2) firms on the basis of experience, including experience with Florida financings, marketing strategy, innovative technique and cost of services, a copy of said evaluation total ranking is attached hereto as Exhibit 2; and WHEREAS, the Municipal Securities Rulemaking Board (MSRB) Rule G- 23(d) does not allow the same firm to provide both financial advisory and underwriting services, thereby necessitating a separate award and contract for each service; and I WHEREAS Kirkpatrick Pettis provided the lowest cost for financial advisory services; and WHEREAS, the Evaluation and Selection Committee entered into the contract negotiation phase with Kirkpatrick Pettis Smith & Polian, Inc.; and WHEREAS, a mutually acceptable agreement has been negotiated between the City and Kirkpatrick Pettis Smith & Polian, Inc., a copy of said agreement is attached hereto as Exhibit 3; and WHEREAS, the Director of Finance and the Purchasing and Contracts Manager recommend that RFP 03-26R, "Underwriting and Financial Advisory Services" be awarded to, and an agreement executed with, Kirkpatrick Pettis Smith & Polian, Inc. for Financial Advisory services in an amount not to exceed Temp Reso #1 0269-October 8, 2003 Revision: October 15, 2003 Revision: October 16, 2003 Page 3 fifteen thousand dollars ($15,000) in conjunction with the proposed issuance of Utilities Revenue Bonds; and WHEREAS, the City Commission of the City of Tamarac, Florida deems it to be in the best interest of the citizens and residents of the City of Tamarac to award RFP-03-26R to, and execute an Agreement with, Kirkpatrick Pettis Smith & Polian, Inc. to provide Financial Advisory services for the proposed issuance of Utilities Revenue Bonds. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA: SECTION 1: The foregoing "WHEREAS" clauses are hereby ratified and confirmed as being true and correct and are hereby made a specific part of this Resolution. SECTION 2-. The award of RFP 03-26R, "Underwriting and Financial Advisory Services", to and the execution of the Agreement for Professional Services hereto attached as Exhibit 3 with Kirkpatrick Pettis Smith & Polian, Inc. in an amount not to exceed fifteen thousand dollars ($15,000) for providing Financial Advisory services in the proposed issuance of Utilities Revenue Bonds is hereby approved. SECTION 3: All resolutions or parts of resolutions in conflict herewith are hereby repealed to the extent of such conflict. SECTION 4: If any clause, section, other part or application of this Resolution is held by any court of competent jurisdiction to be unconstitutional or invalid, in part or application, it shall not affect the validity of the remaining portions or applications of this Resolution. Temp Reso #1 0269-October 8, 2003 Revision: October 15, 2003 Revision: October 16, 2003 Page 4 SECTION 5: This Resolution shall become effective immediately upon its passage and adoption. PASSED, ADOPTED AND APPROVED this 26 th day of November, 2003. ATTEST: MARION SWENSON, CIVIC CITY CLERK I HEREBY CERTIFY that I have approved this RESOLUTION as to form. MITCHELL S. KRAFT CITY ATTbRNEY ,JOE SCHREIBER, MAYOR RECORD OF COMMISSION VOTE: MAYOR SCHREIBER DIST 1: COMM. PORTNER DIST 2: COMM. FLANSBAUM-TAL DIST 3: COMM. SULTANOF DIST 4: V/M ROBERTS I I TR 10269 EXHIBIT 3 of Tamarac Purchasing and Contracts Division AGREEMENT FOR PROFESSIONAL SERV THIS AGREEMENT made and entered into this A= d . ay of 20k by and between the City of Tamarac, a municipal corporation of the State of Florida with principal offices located at 7525 NW 88h Avenue, Tamarac FL 33321, hereinafter referred to as CITY, and Kirkpatrick Pettis, Smith, Polian, Inc., a Nebraska corporation with offices located at 3504 Lake Lynda Drive, Suite 155, Orlando FL 32817, hereinafter referred to as CONSULTANT: WHEREAS, the CITY intends to utilize a Financial Advisor to oversee the issuance of Utilities Revenue Bonds, Series 2003; and, WHEREAS, the CITY requires certain professional services in connection with said Financial Advisory services; and, WHEREAS, the CONSULTANT represents that it is capable and prepared to provide such Services: NOW THEREFORE, in consideration of the promises contained herein, the parties hereto agree as follows: ARTICLE 1 - EFFECTIVE DATE The effective date of this Agreement shall be upon notice to proceed and is transaction -specific, as contained in the scope of Request for Proposals (RFP) 03-26R. ARTICLE 2 - SERVICE TO BE PERFORMED BY CONSULTANT The CONSULTANT shall perform the services in accordance with the provisions contained in the request for proposals as specifically stated in the general Scope of Services, including the additional services required of the Financial Advisor as referenced in RFP 03-26R, and as may be specifically designated and additionally authorized by the CITY. Such additional authorizations will be in the form of a Purchase Order. Each Purchase Order will set forth a specific Scope of Services, amount of compensation and completion date. ARTICLE 3 - COMPENSATION The CITY shall pay CONSULTANT in accordance with the provisions contained in RFP 03-26R as specifically stated in the Fee Proposal, Financial Advisor Compensation, which is attached hereto and incorporated by reference as part of this Agreement. ARTICLE 4 - STANDARD OF CARE CONSULTANT shall exercise the same degree of care, skill, and diligence in the performance of the Services as is ordinarily provided by a professional under similar circumstances and CONSULTANT shall, at no additional cost to the CITY, re -perform services which fail to satisfy the foregoing standard of care. Although CONSULTANT shall perform the Services diligently, competently, professionally and in good faith, CONSULTANT does not guarantee that bonds can be issued at a particular interest rate. ARTICLE 5 - INDEMNIFICATION CONSULTANT shall, in addition to any other obligation to indemnify the CITY and to the fullest extent permitted by law, protect, defend, indemnify and hold harmless the �3 City of Tamarac Purchasing and Contracts Division CITY, their agents, elected officials and employees from and against all claims, actions, liabilities, losses (including economic losses), costs arising out of any actual or alleged: a). Bodily injury, sickness, disease or death, or injury to or destruction of tangible property including the loss of use resulting therefrom, or any other damage or loss arising out of or resulting, or claimed to have resulted in whole or in part from any actual or alleged act or omission of the CONSULTANT, any subconsultant, if utilized under this agreement, and anyone directly or indirectly employed by any of them, of anyone for whose acts any of them may be liable in the performance of the WORK; or b). violation of law, statute, ordinance, governmental administration order, rule, regulation, or infringement of patent rights by CONSULTANT in the performance of the Work; or c). liens, claims or actions caused by the CONSULTANT or any subconsultant under workers compensation acts; disability benefit acts, other employee benefit acts or any statutory bar. Any cost of expenses, including reasonable attorney's fees, incurred by the CITY to enforce this agreement shall be borne by the CONSULTANT. Upon completion of all Services, obligations and duties provided for in this Agreement, or in the event of termination of this Agreement for any reasons, the terms and conditions of this Article shall survive indefinitely. ARTICLE 6 - INDEPENDENT CONTRACTOR CONSULTANT undertakes performance of the Services as an independent contractor and shall be wholly responsible for the methods of performance. The CITY shall have no right to supervise the methods used, but the CITY shall have the right to observe such performance. CONSULTANT shall work closely with the CITY in performing Services under this Agreement. ARTICLE 7 - COMPLIANCE WITH LAWS In performance of the Services, CONSULTANT will comply with applicable regulatory requirements including federal, state, and local laws, rules regulations, orders, codes, criteria and standards. This includes, without limitation, compliance with MSRB Rule G-23 (Activities of Financial Advisors). ARTICLE 8 - INSURANCE During the performance of the Services under this Agreement, CONSULTANT shall maintain the following insurance polices, and provide originals or certified copies of all policies, and shall be written by an insurance company authorized to do business in Florida. 1 Worker's Compensation Insurance: The CONSULTANT shall procure and maintain for the life of this Agreement, Workers' Compensation Insurance covering all employees with limits meeting all applicable state and federal laws. This coverage shall include Employer's Liability with limits meeting all applicable state and federal laws. This coverage must extend to any subconsultant, if utilized under this Agreement, that does not have their own Workers' Compensation and Employer's Liability Insurance. The policy must contain a waiver of subrogation in favor of the City of Tamarac, executed by the insurance company. Sixty-(60) days notice of cancellation is required and must be provided to the City of Tamarac via Certified Mail. 2 1,19TIk\ City of Tamarac Purchasing and Contracts Division 2. Comprehensive General Liability: The CONSULTANT shall procure and maintain, for the life of this Agreement, Comprehensive General Liability Insurance. This coverage shall be on an "Occurrence" basis. Coverage shall include Premises and Operations; Independent Contractors' Products and Completed Operations and Contractual Liability with specific reference of Article 5 of this Agreement. This policy shall provide coverage for death, personal injury or property damage that could arise directly or indirectly from the performance of this Agreement. The Minimum Limits of Coverage shall be $1,000,000 per occurrence, Combined Single Limit for Bodily Injury Liability and Property Damage Liability. The CITY must be named as an additional insured unless Owners and Contractors' Protective Coverage is also provided, or required. Sixty (60) days written notice must be provided to the CITY via Certified Mail in the event of cancellation. 3. Business Automobile Liability: The CONSULTANT shall procure and maintain, for the life of the Agreement, Business Automobile Liability Insurance. 4. Professional Liability (Errors and Omissions) Insurance: $1,000,000 The minimum limits of coverage shall be $1,000,000 per Occurrence, Combined Single Limit for Bodily Injury Liability and Property Damage Liability. This coverage shall be an "Any Auto" type policy. The CITY must be listed as an Additional Insured under the Policy. Sixty-(60) days written notice must be provided to the CITY via Certified Mail in the event of cancellation. In the event that subconsultants, if utilized under this agreement, used by the CONSULTANT do not have insurance, or do not meet the insurance limits, CONSULTANT shall indemnify and hold harmless the CITY for any claim in excess of the subconsultants' insurance coverage, arising out of negligent acts, errors or omissions of the subconsultants. CONSULTANT shall not commence work under this Agreement until all insurance required as stated herein has been obtained and such insurance has been approved by the CITY. ARTICLE 9 - CITY'S RESPONSIBILITIES The CITY shall be responsible for providing access to all project sites, and providing information on hand that are available in the files of the CITY the exception of the City Attorney's files that are subject to confidentiality. It is agreed that CONSULTANT may use and reasonably rely, without further inquiry or any duty to verify independently, on information provided by the CITY. ARTICLE 10 -TERMINATION OF AGREEMENT The obligation to continue Services under this Agreement may be terminated for cause by either party upon seven (7) days'written notice of substantial failure by the other party to perform in accordance with the terms hereof through no fault of the terminating party. 3 of Tamarac Purchasing and Contracts Division CITY shall have the right to terminate this Agreement or suspend performance thereof without cause for the CITY's convenience upon written notice to CONSULTANT, and CONSULTANT shall terminate or suspend performance of Services on a schedule acceptable to CITY. In the event of termination or suspension for CITY's convenience, CITY shall pay CONSULTANT for all Services performed through the date of notice of termination or suspension or as otherwise provided in said schedule acceptable to the CITY. 4 Z cf Tamarac Purchasing and Contracts Division 07 ARTICLE I I - NONDISCLOSURE OF PROPRIETARY INFORMATION CONSULTANT shall consider all nonpublic, confidential and proprietary information provided by CITY and all reports, studies, calculations, and other documentation resulting from the CONSULTANT's performance of the Services to be proprietary unless such information is available from public sources. CONSULTANT shall not publish or disclose proprietary information for any purpose other than the performance of the Services without the prior written authorization of CITY or in response to legal process. ARTICLE 12 - UNCONTROLLABLE FORCES Neither the CITY nor CONSULTANT shall be considered to be in default of this Agreement if delays in or failure of performance shall be due to Uncontrollable Forces, the effect of which, by the exercise of reasonable diligence, the non -performing party could not avoid. The term "Uncontrollable Forces" shall mean any event which results in the prevention or delay of performance by a party of its obligations under this Agreement and which is beyond the reasonable control of the nonperforming party. It includes, but is not limited to fire, flood, earthquakes, storms, lightning, epidemic, war, riot, civil disturbance, sabotage, and governmental actions. Neither party shall, however, be excused from performance if nonperformance is due to forces, which are preventable, removable, or remediable, and which the nonperforming party could have, with the exercise of reasonable diligence, prevented, removed, or remedied with reasonable dispatch. The nonperforming party shall, within a reasonable time of being prevented or delayed from performance by an uncontrollable force, give written notice to the other party describing the circumstances and uncontrollable forces preventing continued performance of the obligations of this Agreement. ARTICLE 13 - GOVERNING LAW AND VENUE This Agreement shall be governed by the laws of the State of Florida. Any and all legal action necessary to enforce the Agreement will be held in Broward County and the Agreement will be interpreted according to the laws of Florida. ARTICLE 14 - MISCELLANEOUS 14.1 Nonwaiver A waiver by either CITY or CONSULTANT of any breach of this Agreement shall not be binding upon the waiving party unless such waiver is in writing. In the event of a written waiver, such a waiver shall not affect the waiving party's rights with respect to any other or further breach. The making or acceptance of a payment by either party with knowledge of the existence of a default or breach shall not operate or be construed to operate as a waiver of any subsequent default or breach. 14.2 Severability Any provision in this Agreement that is prohibited or unenforceable in any jurisdiction shall, as to such jurisdiction, be ineffective to the extent of such prohibition or unenforceability without invalidating the remaining provisions hereof or affecting the validity or enforceability of such provisions in any other jurisdiction. The nonenforcement 5 Purchasing and Contracts Division CIty of Tamarac of any provision by either party shall not constitute a waiver of that provision nor shall it affect the enforceability of that provision or of the remainder of this Agreement. The provisions of this section shall not prevent the entire Agreement from being void should a provision, which is of the essence of the Agreement, be determined to be void. ARTICLE 15 - INTEGRATION AND MODIFICATION This Agreement is adopted by the CITY and CONSULTANT as a complete and exclusive statement of the terms of the Agreement between the CITY and CONSULTANT regarding the matters set forth herein. This Agreement supersedes all prior agreements, contracts, proposals, representations, negotiations, letters or other communications between the CITY and CONSULTANT pertaining to the Services, whether written or oral. The Agreement may not be modified unless such modifications are evidenced in writing signed by both the CITY and CONSULTANT. ARTICLE 16 - SUCCESSORS AND ASSIGNS The CITY and CONSULTANT each binds itself and its directors, officers, partners, successors, executors, administrators, assigns and legal representatives to the other party to this Agreement. This Agreement shall be binding on each party's legal successors in interest, but neither party may assign all or any part of this Agreement without the prior written consent of the other party. ARTICLE 17 - CONTINGENT FEES The CONSULTANT warrants that it has not employed or retained any company or person, other than a bona fide employee or consultant working solely for the CONSULTANT to solicit or secure this Agreement and that it has not paid or agreed to pay any person, company, corporation, individual or firm, other than a bona fide employee or consultant working solely for the CONSULTANT, any fee, commission, percentage, gift or any other consideration contingent upon or resulting from the award or making of this Agreement. ARTICLE 18 - TRUTH -IN -NEGOTIATION CERTIFICATE Execution of this Agreement by the CONSULTANT shall act as the execution of a truth-i n- negotiation certificate certifying that the wage rates and costs used to determine the compensation provided for in this Agreement are accurate, complete and current as of the date of the Agreement. The said rates and cost shall be adjusted to exclude any significant sums should the CITY determine that the rates and costs were increased due to inaccurate, incomplete or noncurrent wage rates or due to inaccurate representations of fees paid to outside consultants. The CITY shall exercise its rights under this "Certificate" within one (1) year following payment. ARTICLE 19 - OWNERSHIP OF DOCUMENTS CONSULTANT shall be required to work in harmony with the CITY and its other consultants relative to providing information requested in a timely manner and in the specified form. Any and all documents, records, disks, original drawings, or other 6 of Tarnarac Purchasing and Contracts Division , Z-4!6" information shall become the property of the CITY upon completion for it's use and distribution as may be deemed appropriate by the CITY. ARTICLE 20 - NOTICE Any notice, demand, communication, or request required or permitted hereunder shall be in writing and delivered in person or sent by certified mail, postage prepaid as follows: CITY City Manager City of Tamarac 7525 NW 88th Avenue Tamarac, Florida 33321-2401 With a copy to the City Attorney at the same address. CONSULTANT: Jeffrey T. Larson, Senior Vice President Kirkpatrick Pettis, Smith, Polian Inc. 3504 Lake Lynda Drive, Suite 155 Orlando, FL 32817 PH: 407-482-2327 Notices shall be effective when received at the address specified above. Changes in the respective addresses to which such notice may be directed may be made from time to time by any party by written notice to the other party. Facsimile is acceptable notice effective when received, however, facsimiles received (i.e.; printed) after 5:00 p.m. or on weekends or holidays, will be deemed received on the next business day. The original of the notice must additionally be mailed as required herein. Nothing contained in this Article shall be construed to restrict the transmission of routine communications between representatives of CONSULTANT and CITY. 7 of Tamarac Parcnasing and Contracts Division IN WITNESS WHEREOF, the parties hereby have made and executed this Amendment to Agreement on the respective dates under each signature, the City of Tamarac signing by and through its Mayor and City Manager, and Kirpatrick Pettis Smith & Polian, Inc., signing by and through its Senior Vice President, duly authorized to execute same. ATTEST: Marion Swenson, CMC City Clerk CITY OF TAMARAC Joe Schreiber, Mayor Date Jeffrey t�Milf6r, City Manager Date I -;; 1. - �- / 0�'s Approved asjo form anpf�gal sufficiency: Date ATTEST: (Corporate Secretary) Type/Print Name of Corporate Secy (CORPORATE SEAL) MitchelILS. KraftL City Attorney Date Kirkpatrick, Peftis, Smith, Polian Inc. Company Name A ignaju�b,.kf qenior Vice President Jeffrey T. Larson Type/Print Name of Senior Vice President Date F1 Purchasing and Contracts Division of Tamarac CORPORATE ACKNOWLEDGEMENT STATE OF FLORIDA :SS COUNTY OF : I HEREBY CERTIFY that on this day, before me, an Officer duly authorized in the State aforesaid and in the County aforesaid to take acknowledgments, personally appeared Jeffrey T. Larson, Senior Vice President of Kirkpatrick, Pettis, Smith, Polian Inc., a Nebraska Corporation, to me known to be the person(s) described in and who executed the foregoing instrument and acknowledged before me that he/she executed the same. " It - WITNESS my hand and official seal this -1�) 1-. dayof 20,---.. -�tT Signature of Notary Public Shwft Skrrbo State of Florida at Large rjMY CommW" D01980" ** Expkw Momh 30, 2W? Print, Type or Stamp Name of Notary Public Zl-�Personally known to me or F-1 Produced Identification Type of I.D. Produced DID take an oath, or DID NOT take an oath. 9 TR 10269 EXHIBIT I REQUEST FOR PROPOSALS rr TA 0 10000, ;k 19 R ba Va 9 91, 9 RFP 03-26R UNDERWRITING AND FINANCIAL ADVISORY SERVICES r1i K Eli lQU r, k r_- LJ L-1 City of Tamarac r, Purchasing Division 9 7525 NW 881h Avenue w Room 108 L- Tamarac, Florida 33321-2401 (954) 724-2450 01 IZZ L K: tz L 61 L L 0 of: TA R1 Purchasing and Contracts Division DATE: September 5, 20D3 City of Tamarac "Cornmitied to Excellence ... Aiwoys" REQUEST FOR PROPOSALS ALL INTERESTED PARTIES- RFP NO. 03-26R The City of Tamarac, Florida, hereinafter referred to as CITY, will receive sealed Proposals at the office of the Purchasing & Contracts Manager, City Hall, 7525 NW 88th Avenue, Tamarac, Florida 33321-2401, for furnishing the services described below: UNDERWRITING AND FINANCIAL ADVISORY SERVICES, UTILITIES REVENUE BONDS, SERIES 2003 Sealed Proposals must be received by the Purchasing and Contracts Manager, either by mail or hand delivery, no later than 4:00 p.m. local time on Wednesday, September 24, 2003. Any Proposals received after 4:00 p.m. local time on said date will not be accepted under any circumstances. Any uncertainty regarding the time a Proposal is received will be resolved against the Offeror. Proposals are subject to all terms and conditions contained in this RFP. The City of Tamarac reserves the right to retain all proposals submitted regardless of whether that proposal is selected. Submission of a proposal indicates acceptance by the firm of the conditions contained in this request for proposals, unless clearly and specifically noted in the proposal submitted and confirmed in the contract between the City of Tamarac and the firm selected - There is no expressed or implied obligation for the City of Tamarac to reimburse responding firms for any expenses incurred in preparing proposals in response to this request. CITY reserves the right to reject any or all Proposals, to waive any informalities or irregularities in any Proposals received, to re -advertise for Proposals, to award in whole or in part to one or more Offeror's, or take any other such actions that may be deemed to be in the best interests of the CITY. Documents may be obtained from the Purchasing and Contracts Office at the above address. For inquiries, contact the Purchasing Office at (954) 724-2450. James Nicotra, CPPB Interim Purchasing and Contracts Manager Publish Sun Sentinel: 09/07/03 & 09/14/03 7U5 NW 88th Avenue 0 lomcroc, �lcrldc 33321-2401 0 1954; 724-2450 N Fox (954) 724-2408 z www,t-.marac.org z1va CpODI!irity EmDloyer REQUEST FOR PROPOSALS RFP 03-26R UNDERWRITER AND FINANCIAL ADVISORY SERVICES, UTILITIES REVENUE BONDS, SERIES 2003 I . Submission of Proposals The City of Tamarac, Florida ("City") is soliciting qualifications and proposals from investment banking firms and management consultant firms to serve either as Senior Managing Underwriter or Financial Advisor for the City's proposed issuance of Utilities Revenue Bonds, Series 2003. All financings are subject to Commission approval but are part of the City's Capital Improvement Plan to purchase and construct equipment and infrastructure related to the Water Treatment Plant and Distribution system and the Stormwater system, The City expects to issue 20 year bonds in the $10 million range. Debt service is to be funded by Utility rates and Stormwater fees. The City will review the qualifications and proposals submitted by each firm to determine the most qualified firm, The specified number of written proposals should be submitted to: James Nicotra, CPPB Interim Purchasing and Contracts Manager City of Tamarac 7525 N.W. 88"' Ave Tamarac, FL 33321-2401 (5 Copies) Copies of the qualifications and proposals must be delivered to the address listed above, and received no later than 4:00 p.m. on Wednesday, September 24, 2003. Late proposals will not be accepted. Proposals must be plainly marked "Request for Proposals RFP 03-26R, Underwriting and Financial Advisory Services" on the outside of the package. 2. Additional Information It is the responsibility of the proposer to inquire about and clarify any aspect of the RFP that is not understood. Questions and requests for clarification should be directed to Jim Nicotra at 954-724-2443. 3. Provosal Timetable The City has established a preliminary timetable for reviewing the responses. The schedule is subject to change, September 05, 2003 - RFP Issued September 24, 2003 - Responses Due (4:00pm) October 03, 2003 - Evaluation of Responses by Selection Committee October 06, 2003 - Commence Negotiations with highest ranked firm(s) October 2003 - Award of Contract(s) c -n 4. General Terms and Conditions Proposals should be prepared simply and economically and should provide complete and concise responses that satisfy the requirements of this RFP. The City shall not be liable for any expenses incurred in the preparation or presentation of the proposals. Joint proposals will not be accepted. 5. Proposal Format Proposals must be consistent with the terms and conditions of this RFP as further described herein. No printed brochures or materials other than written responses to the questions outlined in this RFP should be submitted. 6. Legal Requirements Federal, State, and local laws, ordinances, rules and regulations that in any manner affect the items covered herein apply, Lack of knowledge by the Proposers shall in no way be cause for relief from responsibility. Proposers are to be in full compliance with the following laws, specifically, but not limited to: (i) Conflict of Interest, (ii) Government in Sunshine Laws, and (iii) Florida Public Records Law. Proposers doing business with the City are prohibited from discriminating against any employee, applicant, or client because of handicap, race, creed, national origin, sex or age with regard to but not limited to the following: employment practices, rates of pay or other compensation methods and training selection. 7. Public Records Responses to the RFP shall be confidential pursuant to the Florida Statues, Chapter 119, entitled Public Records 119.07 (2)(m). 8. Conditions of Award The City intends to award the project to the firms whose proposals, in the City's sole opinion, are most advantageous to the City based upon the criteria set forth in the RFP. The City reserves the right to reject any and all proposals received and to request clarification of information from any source, The City also reserves the right to waive any irregularity or informality if it is deemed to be advantageous to do so. 9. Background The City of Tamarac is located in southeast Florida in the northwest portion of Broward County. The City has a population of 56,000 and a geographical area of about 12 square miles. It provides a full range of municipal services, authorized by statute and charter, including water, sewer, and stormwater utilities. The City of Tamarac is operated legislatively by a Mayor elected at large and four Commissioners elected by district. The City Manager, as chief executive officer, manages the operatibrs of the City and reports directly to the City Commission, With the exception of the City Attorney, all employees report to the City Manager. As of October 1, 2002, the City of Tamarac had two general obligation bonds with approximately $5.8 million outstanding, two revenue bonds with approximately $21.3 million outstanding, and two series of Utility System refunding revenue bonds with approximately $14 million outstanding. 10. Specific Response Requirements Each response should be accompanied by a letter of transmittal not exceeding one page which summarizes the key points of the response and should indicate whether the firm is proposing on Underwriter or Financial Advisor. If a firm is willing to fulfill either position, the response should so indicate. The letter of transmittal must be signed by an officer of the firm who is authorized to commit the firm's resources. Responses should address the following questions or requests for information and be organized so that the specific questions or requests for information each begin on a new page with the question repeated at the top of the page. a) Tax -Exempt Financing Experience: Provide your firm's experience as senior managing underwriter and/or financial advisor including par amount, issue, and issuer for completed tax-exempt financings since October 2000. 1. Total number of financings during this period 2. Total par amount of financings during this period 3. Total number of Florida financings during this period 4. Total paramount of Florida financings during this period b) Tax -Exempt Sales Experience: Please provide the volume and percent of your firm's completed sales (as underwriter and listed separately as Financial Advisor) of tax-exempt securities in the following categories of customers since October 2000. 1 . Institutions 2. Bond Funds 3. Retail 4. Other (specify) 5. Total c) Capital Position: Please provide the most recent available data (include date) for your firm's total capital and excess net (uncommitted) capital. d) Promect Experience: Provide a narrative summary of your firm's experience with completing transactions for Florida local governments. e) Innovative Techniques: Provide examples of innovative techniques your firm may suggest for this proposed transaction. of f) Marketing Strategy: Briefly describe your firm's marketing strategy and distribution capabilities of tax-exempt securities targeting institutional and local retail buyers as they apply to the City's financing. Provide examples of your interest rates achieved compared to similar issues sold at approximately the same time. g) Personnel: Identify the organizational structure through which the City's engagement will be managed by your firm. Identify and provide the background of the senior banker/advisor who will assume the day-to-day responsibilities for managing and supporting the City's financings. This is the individual who will be expected to regularly represent your firm at all financing meetings. Please indicate others who will serve the City directly with banking responsibility with respect to structuring, pricing, marketing, re- marketing, and analysis of results achieved. Brief biographies of key banking, advising, and marketing personnel should be included. h) Underwriters' Cou n sel: Provide the name and location of three firms, ranked in order of preference, which you would propose to serve as Underwriters'Counsel for the City's engagement. The City's Bond Counsel is Duane Draper of Bryant, Miller and Olive, P.A. i) Disclosure Requirement: Disclose any company or person, other than a bonaficle employee working solely for your firm that your firm has retained to solicit or secure any agreement or contract for underwriting or financial advisor services. Also, disclose if your firm has paid or agreed to pay any person, company, corporation, individual or firm, other than a bonafide employee working solely for your firm, any fee, commission, percentage, gift or other consideration contingent upon or resulting from the award of any type of underwriting or advisor agreement or contract. If arrangements are found to exist and are not disclosed, the City shall have the right to terminate any type of contract or agreement without liability at its sole discretion, to deduct from the contract or agreement price, or otherwise recover, the full amount of such fee, commission, percentage, gift or consideration, k) Litigation: Describe in a separate attachment any pending or threatened securities litigation or regulatory action involving your firm in the last five years, and the resolution thereof. Provide a statement of assurance that your firm or personnel are not presently being investigated or in violation of any statutes or regulatory rules, including those of the Securities and Exchange Commission, Municipal Securities Rule Making Board or National Association of Securities Dealers. 1) Miscellaneous: Provide additional information, if desired, relative to your firm that is relevant to the City (please limit to 1 page) m) Client References: Provide contact information for three clients, including name, mailing address, and phone number, n) Timetable: Provide a proposed timetable for the bond issue o) Collusion: The Proposer, by affixing its signature to this proposal, certifies that its proposal is made without previous understanding, agreement, or connection either with any previous firms or corporations offering a Proposal for the same items, or with the City. The Proposer also certifies that its proposal is in all respects fair, without outside control, collusion, fraud, or otherwise illegal action. 11. Scope of Services The services Underwriter and Financial Advisor should be able to provide incluce, but are not limited to: a) Evaluate the financial resources of the City's utilities systems. b) Describe the repayment sources available to bondholders, c) Review the City's financial, operating, capital improvement and debt service projections and work closely with City staff in developing an optimum, aggregate debt structure. d) In coordination with other members of the project team, develop and maintain a timetable to structure, rate, and sell the bonds. e) Work with bond counsel, disclosure counsel, the City staff, and the project team to draft the Bond Resolution, the Preliminary and Final Official Statement, and other relevant financing documents. f) Structure the financing to meet the needs of the City and meet with acceptance by the rating agencies and the market for tax-exempt bonds. Be available upon reasonable request to meet with the City Commission and the City Staff. In addition, the services the Underwriter should be able to provide include, but are not limited to: Market the bonds at the lowest possible interest rates at the time of marketing for the City, b) Close the issue and deliver net Project Fund proceeds to the City in a timely manner. In addition, the services the Financial Advisor should be able to provide include, but are not limited to. - a) Assist in obtaining the lowest interest rates possible. b) Advise on the condition of bond market and reasonableness of Underwriter's pricing of the bonds. 1C 12. Evaluation Criteria The evaluation of RFPs will be based on the following weighted criteria: a) Experience of the individuals assigned to the project team (20 points). b) Capital position and experience of the firm with Florida financings (20 points). c) Marketing strategy (15 points), d) Innovative techniques (10 points). e) Responsiveness to the specifications of the RFP (5 points). 0 Client references (20 points). 9) Cost for services provided (10 points). It should be clearly understood by the proposers that cost is only one of the criteria to be evaluated by the selection committee and that this RFP is not to be considered a competitive bid. Contracts will not be awarded on the basis of price alone. 13. Selection Criteria All responses submitted prior to the specified deadline will be reviewed by a selection committee appointed by the City Manager. The City does not intend to hold oral presentations but reserves the option to do so and adjust the selection schedule accordingly. The information requested by the RFP will be evaluated to identify the firms that are best qualified to serve the City as senior managing underwriter and financial advisor, ,I A2. W%n"I �,J,IkT,3.7rs D,visbn REQUEST FOR PROPOSALS RFP 03-26R Underwriting and Financial Advisory Services, Utilities Revenue Bonds, Series 2003 Fee Proposal: Underwriters' ComocnS2tion Underwriter's Discount (per $1000 bonds) $ Reimbursable Expenses* not to exceed $ 'List what is included in reimbursable expenses: Financial Advisor Comoensation Flat Fee $ Reimbursable Expenses* not to exceed $ *List what is included in reimbursable expenses: This Fee Proposal is to be enclosed in a sealed envelope with your submittal. INSTRUCTIONS TO OFFERORS STANDARD TERMS AND CONDITIONS RFP 03-26R 1. DEFINED TERMS Terms used in these Instructions to Offerors are defined and have the meanings indicated as follows: "Offeror" - this term is interchangeable with "Proposer" - "Proposer" - one who submits a Proposal directly to CITY, as distinct from a Sub -Offeror, who submits a Proposal to the Offeror. "Successful Proposer" - the qualified, responsible and responsive Proposer to whom CITY (on the basis of CITY'S evaluation as hereinafter provided) makes an award. "City" - City of Tamarac, a municipal corporation of the State of Florida. "Proposal Documents" - the Request for Proposals (RFP), Instructions to Offerors, Proposer's Submittal, Certification, Certified Resolution, Offeror's Qualifications Statement, Non -Collusive Affidavit, Foreign Corporations Statement, Vendor Drug Free Workplace Statement, and all Addenda issued prior to receipt of Proposals. "Consultant" shall mean the individual(s) or firm(s) to whom the award is made and who executes the Contract Documents. 2. INTERPRETATIONS AND ADDENDA If the Proposer should be in doubt as to the meaning of any of the Proposal Documents, is of the opinion that the Conditions and Specifications contain errors or contradictions or reflect omissions, or has any question concerning the conditions and specifications, they shall submit a written request directed to the Purchasing and Contracts Manager or designee for interpretation or clarification. Such request must reference the date of Proposal opening and Proposal number and should be received by the Purchasing and Contracts Manager or designee at least ten (10) calendar days before the date of the formal opening of the Proposals. Interpretations or clarifications in response to such questions will be issued in the form of written addenda by certified mail, return receipt requested, mailed to all parties recorded by CITY'S Purchasing and Contracts Manager or designee as having received the Proposal Documents. The issuance of a written addendum shall be the only official method whereby such an interpretation or clarification will be made. 3. NON -COLLUSIVE AFFIDAVIT FORM Each Proposer shall complete the Non -Collusive Affidavit and shall submit the form with the Proposal, CITY considers the failure of the Proposer to submit this document to be a major irregularity and may be cause for rejection of the Proposal. �f! Zl! 4. PUBLIC ENTITY CRIMES A person or affiliate who has been placed on the convicted vendor list following a conviction for 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 a public building or public work, may not submit bids on leases of real property to public entity, may not be awarded or perform work as a Consultant, supplier, subconsultant, 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. 5. CONFLICT OF INTEREST The award of any contract hereunder is subject to the provisions of Chapter 112, Florida Statutes. Proposers must disclose with their Proposal the name of any officer, director, partner, proprietor, associate or agent who is also an officer or employee of CITY or any of its agencies. Further, all Proposers must disclose the name of any officer or employee of CITY who owns, directly or indirectly, an interest of five percent (5%) or more in the Proposers firm or any of its branches or affiliate companies. 6. PERFORMANCE BONDS AND INSURANCE Prior to acceptance of the proposal, the Successful Proposer, when required by the Special Conditions, shall submit performance bonds, certificates and/or policies of insurance in the manner, form and amount(s) specified in the Special Conditions. 7. SUMMARY OF FORMS TO BE SUBMITTED WITH PROPOSALS The following is a summary of forms, which should be submitted by the Proposer to be considered responsive. These forms should accompany your firm's submittal, but must be provided with three (3) business days of City's request. a) Certification b) Certified Resolution c) Offeror's Qualification Statement d) Non -Collusive Affidavit e) Foreign Corporation Statement f) Vendor Drug Free Workplace Statement g) Proof of Insurance SUBMISSION OF PROPOSALS 8.1 Proposals must be typed or printed in ink. Use of erasable ink is no', permitted, All corrections to prices made by the Proposer must be initialed. 8.2 Proposals must contain a manual signature of the authorized representative of the Proposer. Proposals should contain an acknowledgment of receipt of all Addenda. The address and telephone number for communications regarding the Proposal must be shown, 8.3 Proposals by corporations must be executed in the corporate name by the President or other corporate officer accompanied by evidence of authority to sign. The corporate address and state of incorporation must be shown below the signature. 8.4 Proposals by partnerships must be executed in the partnership name and signed by a partner, whose title must appear under the signature and the official address of the partnership must be shown below the signature. 8.5 Proposals shall be submitted at or before the time and at the place indicated in the Request for Proposals and shall be submitted in a sealed envelope (faxed proposals will not be accepted under any circumstances). The envelope should be clearly marked on the exterior "Underwriting and Financial Advisory Services", and shall state the name and address of the Proposer and shall be accompanied by any other required documents. No responsibility will attach to the Purchasing and Contracts Office for the premature opening of a Proposal not properly addressed and identified. 8.6 In accordance with Chapter 119 of the Florida Statutes (Public Records Law), and except as may be provided by other applicable state and federal law, the Request for Proposal and the responses thereto are in the public domain. However, the Proposers are requested to identi specifically any information contained in their Proposals which they consider confidential and/or proprietary and which they believe to be exempt from disclosure, citing specifically the applicable exempting law. 8.7 All Proposals received from Proposers in response to the Request for Proposal will become the property of CITY and will not be returned to the Proposers. In the event of Contract award, all documentation produced as part of the Contract shall become the exclusive property of CITY. 9. MODIFICATION AND WITHDRAWAL OF PROPOSALS Proposals may be modified or withdrawn by an appropriate document duly executed (in the manner that a Proposal must be executed) and delivered to the place where Proposals are to be submitted at any time prior to the deadline for submitting Proposals. A request for withdrawal or a modification must be in writing and signed by a person duly authorized to do so. Evidence of such authority must accompany the request for withdrawal or modification. Withdrawal of a Proposal will not prejudice the rights of an Proposer to submit a new Proposal prior to the Proposal opening date and time. After expiration of the period for receiving Proposals, no Proposal may be withdrawn or modified. 10, REJECTION OF PROPOSALS 10.1 To the extent permitted by applicable state and federal laws and regulations, CITY reserves the right to reject any and all Proposals, to waive any and all informalities not involving price, time or changes in the work with the Successful Proposer, and the right to disregard all nonconforming, non -responsive, unbalanced or conditional Proposals. Proposal will be considered irregular and may be rejected, if they show serious omissions, alterations in form, additions not called for, conditions or unauthorized alterations, or irregularities of any kind. 10.2 CITY reserves the right to reject the Proposal of any Proposer if CITY believes that it would not be in the best interest of the CITY to make an award to that Proposer, whether because the Proposal is not responsive or the Proposer is unqualified or of doubtful financial ability or fails to meet any other pertinent standard or criteria established by CITY. 11, INSURANCE Consultant agrees to, in the performance of work and services under this Agreement, comply with all federal, state, and local laws and regulations now in effect, or hereinafter enacted during the term of this agreement that are applicable to Consultant, its employees, agents, or subconsultants, if any, with respect to the work and services described herein. Consultant shall obtain at Consultant's expense all necessary insurance in such form and amount as required by the City's Risk and Safety Manager before beginning work under this Agreement. Consultant shall maintain such insurance in full force and effect during the life of this Agreement. Consultant shall provide to the City's Risk and Safety Manager certificates of all insurance required under this section prior to beginning any work under this Agreement, Consultant shall indemnify and save the City harmless from any damage resulting to it for failure of either Consultant or any subconsultant to obtain or maintain such insurance. The following are required types and minimum limits of insurance coverage, which the Consultant agrees to maintain during the term of this contract - Lire of Business/ Coverage Commercial General Liability Including: Premises/OpeFaticns Contractual Liability Personal Injury Explosion, Collapse, Underground Hazard Products/Completed Operations Occurrence Aggregate $1,000,000 $1,000,000 rl� 7arr , �:,z- Broad Form Property Damage Cross Liability and Severability of Interest Clause Automobile Liability $1,000,000 $1,000,000 Workers' Compensation & Employer's Statutory Liability Professional Liability (Errors and Omissions) $1,000,000 Insurance The City reserves the right to require higher limits depending upon the scope of work under this Agreement. Neither Consultant nor any subconsultant shall commence work under this contract until they have obtained all insurance required under this section and have supplied the City with evidence of such coverage in the form of an insurance certificate and endorsement. The Consultant will ensure that all subconsultants will comply with the above guidelines and will maintain the necessary coverages throughout the term of this Agreement. All insurance carriers shall be rated at least A-VII per Best's Key Rating Guide and be licensed to do business in Florida. Policies shall be "Occurrence" form. Each carrier will give the City sixty (60) days notice prior to cancellation. The Consultant's liability insurance policies shall be endorsed to add the City of Tamarac as an "additional insured". The Consultant's Workers' Compensation carder will provide a Waiver of Subrogation to the City. The Consultant shall be responsible for the payment of all deductibles and self -insured retentions. The City may require that the Consultant purchase a bond to cover the full amount of the deductible or self -insured retention. If the Consultant is to provide professional services under this Agreement, the Consultant must provide the City with evidence of Professional Liability insurance with, at a minimum, a limit of $2,000,000 per occurrence and in the aggregate. 'Claims -Made" forms are acceptable for Professional Liability. The Successful Consultant agrees to perform the work under the Contract as an independent Consultant, and not as a subconsultant, agent or employee of CITY. 12. INDEMNIFICATION GENERAL INDEMNIFICATION: To the fullest extent permitted by laws and regulations, Successful Proposer shall indemnify, defend, save and hold harmless the CITY, its officers, elected officials, agents and employees, harmless from any and all claims, damages, losses, liabilities and expenses, direct, indirect or consequential arising out of or in consequential arising out of or alleged to have arisen out of or inconsequential arising of the products, goods or services furnished by or operations of the Successful Proposer or their subconsultants, agents, officers, employees or independent Consultants pursuant to the Contract, specifically including but not limited to those caused by or arising out of 1%5t J 7-- (a) any act, omission or default of the Successful Proposer and/or their subconsultants, agents, servants or employees in the provision of the goods and/or services under the Contract; (b) any and all bodily injuries, sickness, disease or death; (c) injury to or destruction of tangible property, including the loss of use resulting there from; (d) the use of any improper materials,- (e) a defective condition in any goods provided pursuant to the Contract, whether patent or latent� (f) the violation of any federal, state, county or municipal laws, ordinances or regulations by Successful Proposer, their subconsultants, agents, servants, independent Consultants or employees; (g) the breach or alleged breach by Successful Proposer of any term, warranty or guarantee of the Contract. The Successful Proposer shall pay all claims, losses, liens, settlements or judgments of any nature whatsoever in connection with the foregoing indemnifications including, but not limited to, reasonable attorney's fees (including appellate attorney's fees) and costs. CITY reserves the right to select its own legal counsel to conduct any defense in any such proceeding and all costs and fees associated therewith shall be the responsibility of Successful Proposer under the indemnification agreement. Nothing contained herein is intended nor shall it be construed to waive CITY's rights and immunities under the common law or Florida Statute 768.28 as amended from time to time. 13. NOWD ISCRIMI NATION AND EQUAL OPPORTUNITY EMPLOYMENT During the performance of the Contract, the Successful Proposer shall not discriminate against any employee or applicant for employment because of race, religion, color, sex or national origin. The Successful Proposer will take affirmative action to ensure that employees are treated d.1ring employment, without regard to their race, creed, color, or national original. Such action must include, but not be limited to, the following: employment, upgrading; demotion or transfer; recruitment or recruitment advertising, layoff or termination; rates of pay or other forms of compensation; and selection for training, inrJuding apprenticeship. The Successful Proposer(s) shall agree to post in conspicuous places, available to employees and applicants for employment, notices to be provided by the contracting officer setting forth the provisions of this nondiscrimination clause. 14. TERMINATION FOR CAUSE AND DEFAULT In the event Successful Proposer shall default in any of the terms, obligations, restrictions or conditions in any of the Proposal documents, CITY shall give written notice by certified mail, return receipt requested to Successful Proposer of the default and that such default shall be corrected or actions taken to correct such default shall be commenced within ten (10) calendar days thereof. In the event Successful Proposer has failed to correct the conditions of default or the default is not remedied to the satisfaction and approval of CITY, CITY shall have all legal remedies available to it, including, but not limited to termination of the Contract in which case Successful Proposer shall be liable for all procurement ard reprocurement costs and any and all damages permitted by law arising from the default and breach of the Contract. P -h 77, T 15. TERMINATION FOR CONVENIENCE OF CITY Upon seven (7) calendar days written notice delivered by certified mail, return receipt requested, to Successful Proposer, CITY may without cause and without prejudice to any other right or remedy, terminate the agreement for CITY's convenience whenever CITY determines that such termination is in the best interests of CITY. Where the agreement is terminated for the convenience of CITY, the notice of termination to Successful Proposer must state that the Contract is being terminated for the convenience of CITY under the termination clause and the extent of termination. Upon receipt of the notice of termination for convenience, Successful Proposer shall promptly discontinue all work at the time and to the extent indicated on the notice of termination, terminate all outstanding subconsultants and purchase orders to the extent that they relate to the terminated portion of the Contract and refrain from placing further orders and subcontracts except as they may be necessary, and complete any continued portions of the work. 16. AUDIT RIGHTS CITY reserves the right to audit the records relating to this contract of Successful Proposer at any time during the performance and term of the Contract and for a period of three (3) years after completion and acceptance by CITY. If required by CITY, Successful Proposer shall agree to submit to an audit by an independent certified public accountant selected by CITY. Successful Proposer shall allow CITY to inspect, examine and review the records of Successful Proposer at any and all times during normal business hours during the term of the Contract. 17. ASSIGNMENT 17.1 Successful Proposer shall not assign, transfer or subject the Contract or its rights, title or interests or obligations therein without CITY'S prior written approval. 17.2 Violation of the terms of this paragraph shall constitute a breach of the Contract by Successful Proposer and CITY may, at its discretion, cancel the Contract and all rights, title and interest of Successful Proposer shall thereupon cease and terminate. i: "k I-e q116 CERTIFICATION THIS DOCUMENT MUST BE SUBMITTED WITH THE BID We (1), the undersigned, hereby agree to furnish the item(s)/service(s) described in the Request for Proposal. We (1) certify that we(l) have read the entire document, and agree to comply with all of the requirements of the entire Request for Proposal. Indicate which type of organization below: INDIVIDUAL 0 PARTNERSHIP Ej CORPORATION F-1 OTHER n If "Other", Authorized Signature Title Company Name City/State/Zip Fax Number I f,: 7 Name (Printed Or Typed) Federal Employer I.D./Social Security No. Address Telephone Contact Person CERTIFIED RESOLUTION (Name), the duly elected Secretary of (Corporate Title), a corporation organized and existing under the laws of the State of , do hereby certify that the following Resolution was unanimously adopted and passed by a quorum of the Board of Directors of the said corporation at a meeting held in accordance with law and the by-laws of the said corporation. "IT IS HEREBY RESOLVED THAT (Name)", the duly elected (Title of Officer) of (Corporate Title) be and is hereby authorized to execute and submit a Bid and/or Bid Bond, if such bond is required, to the City of Tamarac and such other instruments in writing as may be necessary on behalf of the said corporation; and that the Bid, Bid Bond, and other such instruments signed by him/her shall be binding upon the said corporation as its own acts and deeds, The secretary shall certify the names and signatures of those authorized to act by the foregoing resolution. The City of Tamarac shall be fully protected in relying upon such certification of the secretary and shall be indemnified and saved harmless from any and all claims, demands, expenses, loss or damage resulting from or growing out of honoring, the signature of any person so certified or for refusing to honor any signature not so certified. I further certify that the above resolution is in force and effect and has not been revised, revoked or rescinded. I further certify that the following are the name, titles and official signatures of those persons authorized to act by the foregoing resolution. NAME TITLE SIGNATURE Given under my hand and the Seal of the said corporation this — day of 2D—. (S EAL) Secretary Corporate Title NOTE: The above is a suggested form of the type of Corporate Resolution desired, Such form need not be followed explicitly, but the Certified Resolution submitted must clearly show to the satisfaction of the City of Tamarac that the person signing the Bid and Bid Bond for the corporation has been properly empowered by the corporation to do so in its behalf. !0 OFFEROR'S QUALIFICATION STATEMENT The undersigned certifies under oath the truth and correctness of all statements and of all answers to questions made hereinafter: SUBMITTEDTO.- CityofTamarac Purchasing and Contracts Manager 7525 NW 88" Avenue Tamarac, Florida 33321 Submitted By: Name:. Address: City, State, Zip Telephone No. Fax No. Check One L] Corporation Partnership Individual Other 1 State the true, exact, correct and complete name of the partnership, corporation, trade or fictitious name under which you do business and the address of the place of business. The correct name of the Offeror is: The address of the principal place of business is: ItA If Offeror is a corporation, answer the following: a) Date of Incorporation: b) State of Incorporation: C) President's narne:— d) Vice President's name: e) Secretary's name: Treasurer's name: Name and address of Resident Agent:__ g & Con:!�'.c:N Di", S'k�4 3. If Offeror is an individual or a partnership, answer the following: a) Date of organization: b) Name, address and ownership units of all partners: State whether general or limited partnership:______ 4. If Offeror is other than an individual, corporation or partnership, describe the organization and give the name and address of principals: 5. If Offeror is operating under a fictitious name, submit evidence of compliance with the Florida Fictitious Name Statute. 6. How many years has your organization been in business under its present business name? 7. Under what other former names has your organization operated? 8. Indicate registration, license numbers or certificate numbers for the businesses or professions, which are the subject of this Bid. Please attach certificate of competency and/or state registration. 9. Have you personally inspected the site of the proposed work? n YES F-1 NO 10. Do you have a complete set of documents, including drawings and addenda? El YES F-1 NO 11. Did you attend the Pre -Proposal Conference if any such conference was held? Ll YES F� NO 2 'J s ")�i 12. Have you ever failed to complete any work awarded to you? If so, state when, where and why: 13. State the names, telephone numbers and last known addresses of three (3) owners, individuals or representatives of owners with the most knowledge of work which you have performed and to which you refer (government owners are preferred as references). Name Address -Telephone 14. List the pertinent experience of the key individuals of your organization (continue on insert sheet, if necessary). 15. State the name of the individual who will have personal supervision of the work: 16. State the name and address of attorney, if any, for the business of the Offeror: 17. State the names and addresses of all businesses and/or individuals who own an interest of more than five percent (5%) of the Offeror's business and indicate the percentage owned of each such business ard/or individual: 18. State the names, addresses and the type of business of all firms that are partially or wholly owned by Offeror: f 19. State the name of Surety Company which will be providing the bond, and name and address of agent: 20. Bank References: Bank Address Tellpphon�_ 21. Attach a financial statement including Proposer's latest balance sheet and income statement showing the following items: a) Current Assets (e.g., cash, joint venture accounts, accounts receivable, notes receivable, accrued income, deposits, materials, real estate, stocks and bonds, equipment, furniture and fixtures, inventory and prepaid expenses): b) Net Fixed Assets C) Other Assets d) Current Liabilities (e.g., accounts payable, notes payable, accrued expenses, provision for income taxes, advances, accrued salaries, real estate encumbrances and accrued payroll taxes). e) Other Liabilities (e.g., capital, capital stock, authorized and outstanding shares par values, earned surplus, and retained earnings): 22. State the name of the firm preparing the financial statement and date thereof: 23, Is this financial statement for the identical organization named on page one? D YES 1-1 NO a) If not, explain the relationship and financial responsibility of the organization whose financial statement is provided (e.g., parent - subsidiary). The Offeror acknowledges and understands that the information contained in response to this Qualification Statement shall be relied upon by owner in awarding the contract and such information is warranted by Offeror to be true. The discovery of any omission or misstatement that materially affects the Offeror's qualifications to perform under the contract shall cause the owner to reject the proposal, and if after the award, to cancel and terminate the award and/or contract. S ig na t u re ACKNOWLEDGEMENT OFFEROR'S QUALIFICATION STATEMENT State of County of On this the _ day of , 20_, before me, the undersigned Notary Public of the State of Florida, personally appeared (Name(s) of individual(s) who appeared before notary) whose name(s) is/are Subscribed to within the instrument, and he/she/they acknowledge that he/sheithey executed it. WITNESS my hand and official seal. NOTARY PUBLIC SEAL OF OFFICE: NOTARY PUBLIC, STATE OF FLORIDA (Name of Notary Public: Print, Stamp, or Type as Commissioned) El Personally known to rne, or 13 Produced identification: (Type of Identification Prodiced) El DID take an oath, or 0 DID NOT take an oath NON -COLLUSIVE AFFIDAVIT State of )ss. County of ) being first duly sworn, deposes and says that: 1. He/she is the (Owner, Partner, Officer, Representative or Agent) of the Offeror that has submitted the attached Proposal; 2. He/she is fully informed respecting the preparation and contents of the attached Proposal and of all pertinent circumstances respecting such Proposal; 3. Such Proposal is genuine and is not a collusive or sham Proposal; 4. Neither the said Offeror nor any of its officers, partners, owners, agents, representatives, employees or parties in interest, including this affiant, have in any way colluded, conspired, connived or agreed, directly or indirectly, with any other Offeror, firm, or person to submit a collusive or sham Proposal in connection with the Work for which the attached Proposal has been submitted; or to refrain from bidding in connection with such Work; or have in any manner, directly or indirectly, sought by agreement or collusion, or communication, or conference with any Offeror, firm, or person to fix the price or prices in the attached Proposal or of any other Offeror, or to fix any overhead, profit, or cost elements of the Proposal price or the Proposal price of any other Offeror, or to secure through any collusion, conspiracy, connivance, or unlawful agreement any advantage against (Recipient), or any person interested in the proposed Work; 5. The price or prices quoted in the attached Proposal are fair and proper and are not tainted by any collusion, conspiracy, connivance, or unlawful agreement on the part of the Offeror or any other of its agents, representatives, owners, employees or parties in interest, including this affiant. Signed, sealed and delivered in the presence of: By Witness Witness Printed Name Title ACKNOWLEDGMENT NON -COLLUSIVE AFFIDAVIT State of Florida County of _ On this the _ day of 20_, before me, the undersigned Notary Public of the State of Florida, personally appeared and (Name(s) of individual(s) who appeared before notary) whose name(s) is/are Subscribed to within the instrument, and he/she/they acknowledge that he/shelthey executed it. WITNESS my hand and official seal. NOTARY PUBLIC SEAL OF OFFICE: NOTARY PUBLIC, STATE OF FLORIDA (Name of Notary Public: Print, Stamp, or Type as Commissioned) ❑ Personally known to me, or ❑ Produced identification: (Type of Identification Produced) ❑ DID take an oath, or ❑ DID NOT take an oath 14 '(Z hasi±;y4 C;; Dirac Divsi;n L� FOREIGN (NON-FLORIDA) CORPORATIONS MUST COMPLETE THIS FORM DEPARTMENT OF STATE CORPORATE CHARTER NO. It your corporation is exempt from the requirements of Section 607.1501, Florida Statutes, YOU MUST CHECK BELOW the reason(s) for the exemption. Please contact the Department of State, Division of Corporations at (904) 488-9000 for assistance with corporate registration or exemptions. 607.1501 Authority of foreign corporation to transact business required (1) A foreign corporation may not transact business in this state until it obtains a certificate of authority from the Department of State. (2) The following activities, among others, do not constitute transacting business within the meaning of subsection (1): ❑ (a) Maintaining, defending, or settling any proceeding. ❑ (b) Holding meetings of the board of directors or shareholders or carrying on other activities concerning internal corporate affairs. ❑ (c) Maintaining bank accounts. ❑ (d) Maintaining officers or agencies for the transfer, exchange, and registration of the corporation's own securities or maintaining trustees or depositaries with respect to those securities. ❑ (e) Selling through independent contractors. (f) Soliciting or obtaining orders, whether by mail or through employees, agents, or otherwise, if the orders require acceptance outside this state before they become contracts. ❑ (9) Creating or acquiring indebtedness, mortgages, and security interests in real or personal property. ❑ (h) Securing or collecting debts or enforcing mortgages and security interests in property securing the debts. ❑ (i) Transacting business in interstate commerce. ❑ Q) Conducting an isolated transaction that is completed within 30 days and that is not one in the course of repeated transactions of a like nature. ❑ (k) Owning and controlling a subsidiary corporation incorporated in or transacting business within this state or voting the stock of any corporation which it has lawfully acquired. ❑ (1) Owning a limited partnership interest in a limited partnership that is doing business within this state, unless such limited partner manages or controls the partnership or exercises the powers and duties of a general partner, ❑ (m) Owning, without more, real or personal property. (3) The list of activities in subsection (2) is not exhaustive. (4) This section has no application to the question of whether any foreign corporation is subject to service of process and suit in this state under any law of this state. Please check one of the following if your firm is NOT a corporation: (1) ❑ Partnership, Joint Venture, Estate or Trust (II) ❑ Sole Proprietorship or Self Employed NOTE: This sheet MUST be enclosed with your bid if you claim an exemption or have checked I or II above. If you do not check I or II above, your firm will be considered a corporation and subject to all requirements listed herein. BIDDER'S CORRECT LEGAL NAME SIGNATURE OF AUTHORIZED AGENT OF BIDDER -�[Tc-rr in: VENDOR DRUG -FREE WORKPLACE Preference may be given to vendors submitting a certification with their bid/proposal certifying they have a drug -free workplace in accordance with Section 287.087, Florida Statutes. This requirement affects all public entities of the State and becomes effective January 1, 1991. The special condition is as follows: IDENTICAL TIE BIDS - Preference may be given to businesses with drug -free workplace programs. Whenever two or more bids that are equal with respect to price, quality, and service are received by the State or by any political subdivision for the procurement of commodities or contractual services, a bid received from a business that certifies that it has implemented a drug -free workplace program shall be given preference in the award process. Established procedures for processing tie bids will be followed if none of the tied vendors have a drug -free workplace program. In order to have a drug -free workplace program, a business shall: 1. Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. 2. Inform employees about the dangers of drug abuse in the workplace, the business's policy of maintaining a drug -free workplace, any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. 3. Give each employee engaged in providing the commodities or contractual services that are under bid a copy of the statement specified in subsection (1). 4. In the statement specified in subsection (1), notify the employees that, as a condition of working on the commodities or contractual services that are under bid, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contendere to, any violation of chapter 893 or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later that five (5) days after each conviction. 5. Impose a section on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee's community, by any employee who is so convicted. 6. Make a good faith effort to continue to maintain a drug -free workplace through implementation of this section. As the person authorized to sign the statement, I certify that this form complies fully with the above requirements. Authorized Signature Company Name Purchasing Division City of Tamarac "Committed to ExceHence...Always" ADDENDUM NO. 1 UNDERWRITING AND FINANCIAL ADVISORY SERVICES RFP NO. 03-26R DATE OF ADDENDUM: SEPTEMBER 15, 2003 PLEASE NOTE: The following items are additional information relative to the above RFP solicitation. 1. Question. Has there been a feasibility study done by the City's engineer on the proposed utility improvements? Answer: No recent feasibility study has been done. The Alternate Disinfection Project is 50% designed and the 2MG Water Storage Tank and Pump Station is 75% designed. 2. Question. Regarding section titled, "Debt Coverage -Water and Sewer Revenue Bonds, on page 45of City's FY 2002 CAFR and the expense numbers differ from the expense numbers listed in the table on page 91 of the statistical section by $550,231. Relaying on the numbers on page 45 for the 110% and 120% test, but want to be sure the reason for the difference between the two. Is the difference between the two due to the inclusion of administrative costs and payment in lieu of taxes in the expenses listed on the table page 91? Answer: Yes. 3. What are the terms of the $3,250,000 City of Tamarac General Obligation Bonds, Series 1998? Can we obtain the documentation in order to review the City debt? Answer A debt service schedule for the City of Tamarac, Florida General Obligation Bonds, Series 1998 is attached. Please return this addendum with your proposal. If you have any questions regarding this addendum, please call the Purchasing Office at (954) 724.2450, NAME OF PROPOSER. 7525 `N�'sJ 881^ hvenue a ,omcrac, Florica 33321-24�11 c (954) 724-2450 a Fox (954) 724-2408 it www.tamoroc.org EgoaD�ao!..n�•y =mpioye� DEBT SFRV[ri= SrHEDL, VAC�y�l Due ►n6eip41 Coupes 1'idd drier I.Irml Cap Cap lalwd Net �rl Debt lucrar Debi 5enicr Ana YII Srni4e 1-'1099 a1O199 1CIO I , 42.711 94 4:,778 94 42,771194 con CuOVm .269 4269 100 DW 0.00 69371.23 69J7115 69.371 J3 ODO 123.630)9 4169 T` 69J7115 69,371_] C.DO 69.3'1.2 5 C 00 4101/01 64A 101 4269 100 DW 123.630,39 •. 69J71... 193.00I M 0 00 193.001 64 26:J!2 to I"IA1 1 :1.90t.16 4169 4.269 66.73236 66.732J6 000 66.732.36 O4AINI 00 1000 1:1.90116 W13236 19!.640.S2 000 I93.640.3_' 151D 1.02 134.41t15 4169 43.910.12 63-M 1.' 0.00 63.9t0 t2 262372.ti 04)01/0) 4169 IW.OW I}4!1113 63.9110 L' 1911392.07 0.00 191-39207 16V 1i01 140.14917 4.269 4 169 100.000 61.IIL11 -- 61.11141 0,00 61, 111.11 74J7: 19 o4ro 1 A4 140.14927 61.1 11.1-1 201.261.D1 0 D0 2111 j61.D1 26-lJr_ n I ONIRI4 146.1J:14 4269 4269 5t.12o32 31.120J2 0.00 51.1.03_ 04101 I93 100 D00 146.1]'_3, , SLQDJ_ 204152.56 0DO 2U11!: 56 l")w 13• , J>Ci 4269 55.001.1] 3!.D01.13 000 53.001.11 6: Oupl iO6 4-69 100000 15'_370.62 53.00113 207J71,73 000 207371 :! I"146 131.1161: 4]69 31.741.78 51.74371 0.00 51.74971 26237:-fd aro127 41 69 100 000 I SIXJ2 51.748 71 210.62410 ooa 210.6:+ 10 26:37:11 01 16!.63 "70 1'269 4169 100.000 41357.!9 4135759 0.DO 4335759 ,1. O4A1101 OI 16!.657.70 41.357.!9 214.01519 O W 214,01 L'9 I woo/Ot 17:.-296: 4.269 4.:69 44.CI.63 44.R163 0.00 u,a216J :6:J72.Ib 04.'C1rtp 100000 17'-.T_9, 62 u. t7163 < , 217._l1.5 0DO 217.531..'5 I Wo!/79 I IC.101 +S 4.269 4169 41,1)r.72 41.134.72 D00 41.13472 26:J7is a,rol/IC 1OC. DW 11C.103 45 41.134.72 '_211)I 17 DW 21111a17 ICv01/lo I I7.142 Od 416p 37190+1 37_•9041 000 37.20041 26'172.19 ouol/11 ,-269 100 DDC It^..792 06 37190+I :2!01:,7 oW z2]o324, 1arol; 11 19!.lat 90 a 169 33111 99 33111 99 O.CO 23111 99 262JT IS W/Ol/;: 416Q 100 000 195.tO1_90 J2111 99 �-,q ow 19 O W 229.090 l9 262J72.p 1 D'C V 12 :a16tm 4169 4169 29.102 43 29.10: 45 0 0p 29,10245 W 10,,:1 la0000 2a,16aW 29.10: 45 23J17045 000 23311043 10'01,1i 24.144 41 74,7u ,t coo :4,7u 4a 262J7: 90 ai0V7a .;: tIJ 93 42 6S 4 269 10C 000 212.113 S3 74.74a Al 2a7.62t 41 000 :37.621 41 26237: t0 I0'0114 ., _ .9^. 19L 4169 4169 20.:DC 4' 201W,7 O W 2C 200 47 D"I, 15 10O00 2: 1,971.9.4 2C10C 47 :42,17241 D.00 24:. 17: 41 , I b01:I-' :31.a479) 4- '� +16p 15.46: 43 1 5.46: 41 000 15.46:41 26.JTL W'oI It IOC OOO 2)I.447.93 13.46: 43 24691047 0W :46.91041 7t2J72 d9 :0'ol!It 69 1Wo00 2nJ2a4s !:,` ,.,, 0D° 1Ds:_,2 a'C I'I' 10.!L, 31.13067 0Do 251.15067 10'ou17 :s; e1c 77 4269 :J71 De 5J71.D4 DDD '_J7106 262J': 19 .J69 laooD :31,6J07'7 rJ71 U6 237.00 Lai 000 l$7.W1.0 26:J7:19 3 'sc.Doo ��^� ._270,000 0p LS14.16: 13 ,,1 L,16: 13 ;I`.I SG 19 4,7y,71154 Purchasing and Contracts Division City ofTamaruc "Committed to Excellence ... Alwoys" ADDENDUM NO.2 UNDERWRITING AND FINANCIAL ADVISORY SERVICES RFP NO. 03-26R DATE OF ADDENDUM: SEPTEMBER 17, 2003 PLEASE NOTE: The City's standard language consultant agreement is attached, which normally is included in similar RFP sol,citations. It was inadvertently omitted with the original RFP transmittal. The attached agreement will be the vehicle during the negotiation phase of the solicitation process that will finalize a contract, if such negotiations are successful. Please return or acknowledge receipt of this Addendum No. 2 and all such addendums with your proposal. NAME OF PROPOSER: If you have any questions, please call the Purchasing Office at (954) 724-2450, t7r James Nicotra, CPPB Senior Procurement Specialist r EE'^ 5^ e � 7 mayoc. Frio,;do 33321-24C1 ■ 19 4; 724-2450 s .ox (954) 724-24CE 0 www.tamorac.org ECoal 3;n P0"aniiy ;mDloyer Underwriter and Financial Advisory Services RFP 03-26R Evaluation Totals Proposal Evaluations - Oct. 7, 2003 TR 10269 EXHIBIT 2 .q o � 4 47 y ayi �m r w 3 c ua°' $ m e i y o j L" m J i o ii 3 a Experience of Project Team of 60possible) 571 591 47 391 36 Average Expertise 8 Experience (of 20 possible) 1 19-001 19.671 15.571 _441 14.671 13.001 12.00 Ca ital Position/Ex . w1FL Financing. . Lof 60possible) 541 571 451 53 46 45 Average Capital Position/Exp. w/FL Financings (of 20 possible) 18.00 19.00 15.00 17.67 15.33 15 on Marketin Strate of 45possible)38 37 33 3D 32 28 Average Marketing Strategy ( of 15 possible) 12.67 12.33 11.D0 10.00 10.67 9.33 Innovative Techniques of 30possible) 271 T81 281 18 20 18 Average Innovative Techniques (of 10 possible) 1 9.001 9,331 9.331 6.001 6.671 6.00 <es onse to bDeCITICations of RFP of 15possible) 15 12 15 12 101 11 LAverage Response to Specifications of RFP (of 5 possible) 1 5.00 4 00 5.00 4.001 3.331 3.671 Client References of 60possible) 591 54 56 48 45 45 Average Client References (of 20 possible) 19.67 1-8.001 18.671 16.001 15.00 15.00 Cost of Services of 30possible) 25.21 151 27.91 211 29.7 21.9 Average Cost of Services (of 10 possible) 1 8.401 5.001 9.301 7.001 9.90 7.30 Total Points of 300 ossible 27521 262 251.9 226 221.7 204,9 Average Points (of 100 possible) 91.73 87.33 83.97 75.33 73.90 68.30 Rank 1 1 2 1 3 14 5 6 TR 10269 EXHIBIT 3 of ; amarac=,..1� Purc.hasrng and :,ontrac?s L!Oslon AGREEMENT FOR PROFESSIONAL SERVICES v THIS AGREEMENT made and entered into this day of y` 20, by and between the City of Tamarac, a municipal corporation of the State of Florida with principal offices located at 7525 NW 881h Avenue, Tamarac FL 33321, hereinafter referred to as CITY, and Kirkpatrick Pettis, Smith, Polian, Inc., a Nebraska corporation with offices located at 3504 Lake Lynda Drive, Suite 155, Orlando FL 32817, hereinafter referred to as CONSULTANT: WHEREAS, the CITY intends to utilize a Financial Advisor to oversee the issuance of Utilities Revenue Bonds, Series 2003; and, WHEREAS, the CITY requires certain professional services in connection with said Financial Advisory services; and, WHEREAS, the CONSULTANT represents that it is capable and prepared to provide such Services: NOW THEREFORE, in consideration of the promises contained herein, the parties hereto agree as follows: ARTICLE 1 - EFFECTIVE DATE The effective date of this Agreement shall be upon notice to proceed and is transaction -specific, as contained in the scope of Request for Proposals (RFP) 03-26R. ARTICLE 2 - SERVICE TO BE PERFORMED BY CONSULTANT The CONSULTANT shall perform the services in accordance with the provisions contained in the request for proposals as specifically stated in the general Scope of Services, including the additional services required of the Financial Advisor as referenced in RFP 03-26R, and as may be specifically designated and additionally authorized by the CITY. Such additional authorizations will be in the form of a Purchase Order. Each Purchase Order will set forth a specific Scope of Services, amount of compensation and completion date. ARTICLE 3 - COMPENSATION The CITY shall pay CONSULTANT in accordance with the provisions contained in RFP 03-26R as specifically stated in the Fee Proposal, Financial Advisor Compensation, which is attached hereto and incorporated by reference as part of this Agreement. ARTICLE 4 - STANDARD OF CARE CONSULTANT shall exercise the same degree of care, skill, and diligence in the performance of the Services as is ordinarily provided by a professional under similar circumstances and CONSULTANT shall, at no additional cost to the CITY, re -perform services which fail to satisfy the foregoing standard of care. Although CONSULTANT shall perform the Services diligently, competently, professionally and in good faith, CONSULTANT does not guarantee that bonds can be issued at a particular interest rate. ARTICLE 5 - INDEMNIFICATION CONSULTANT shall, in addition to any other obligation to indemnify the CITY and to the fullest extent permitted by law, protect, defend, indemnify and hold harmless the t Oz,� Parchasin and Contracts Division City of Tamarac g ^_ CITY, their agents, elected officials and employees from and against all claims, actions, liabilities, losses (including economic losses), costs arising out of any actual or alleged: a). Bodily injury, sickness, disease or death, or injury to or destruction of tangible property including the loss of use resulting therefrom, or any other damage or loss arising out of or resulting, or claimed to have resulted in whole or in part from any actual or alleged act or omission of the CONSULTANT, any subconsultant, if utilized under this agreement, and anyone directly or indirectly employed by any of them, of anyone for whose acts any of them may be liable in the performance of the WORK; or b). violation of law, statute, ordinance, governmental administration order, rule, regulation, or infringement of patent rights by CONSULTANT in the performance of the Work; or c). liens, claims or actions caused by the CONSULTANT or any subconsultant under workers compensation acts; disability benefit acts, other employee benefit acts or any statutory bar. Any cost of expenses, including reasonable attorney's fees, incurred by the CITY to enforce this agreement shall be borne by the CONSULTANT. Upon completion of all Services, obligations and duties provided for in this Agreement, or in the event of termination of this Agreement for any reasons, the terms and conditions of this Article shall survive indefinitely. ARTICLE 6 - INDEPENDENT CONTRACTOR CONSULTANT undertakes performance of the Services as an independent contractor and shall be wholly responsible for the methods of performance. The CITY shall have no right to supervise the methods used, but the CITY shall have the right to observe such performance. CONSULTANT shall work closely with the CITY in performing Services under this Agreement. ARTICLE 7 - COMPLIANCE WITH LAWS In performance of the Services, CONSULTANT will comply with applicable regulatory requirements including federal, state, and local laws, rules regulations, orders, codes, criteria and standards. This includes, without limitation, compliance with MSRB Rule G-23 (Activities of Financial Advisors). ARTICLE 8 - INSURANCE During the performance of the Services under this Agreement, CONSULTANT shall maintain the following insurance polices, and provide originals or certified copies of all policies, and shall be written by an insurance company authorized to do business in Florida. 1. Worker's Compensation Insurance: The CONSULTANT shall procure and maintain for the life of this Agreement, Workers' Compensation Insurance covering all employees with limits meeting all applicable state and federal laws. This coverage shall include Employer's Liability with limits meeting all applicable state and federal laws. This coverage must extend to any subconsultant, if utilized under this Agreement, that does not have their own Workers' Compensation and Employer's Liability Insurance. The policy must contain a waiver of subrogation in favor of the City of Tamarac, executed by the insurance company, Sixty-(60) days notice of cancellation is required and must be provided to the City of Tamarac via Certified Mail. o`Tamarac +'. `�`jo Purchasing and Contracts Owision 2. Comprehensive General Liability: The CONSULTANT shall procure and maintain, for the life of this Agreement, Comprehensive General Liability Insurance. This coverage shall be on an "Occurrence" basis. Coverage shall include Premises and Operations; Independent Contractors' Products and Completed Operations and Contractual Liability with specific reference of Article 5 of this Agreement. This policy shall provide coverage for death, personal injury or property damage that could arise directly or indirectly from the performance of this Agreement. The Minimum Limits of Coverage shall be $1,000,000 per occurrence, Combined Single Limit for Bodily Injury Liability and Property Damage Liability. The CITY must be named as an additional insured unless Owners and Contractors' Protective Coverage is also provided, or required. Sixty (60) days written notice must be provided to the CITY via Certified Mail in the event of cancellation. 3. Business Automobile Liability: The CONSULTANT shall procure and maintain, for the life of the Agreement, Business Automobile Liability Insurance. 4. Professional Liability (Errors and Omissions) Insurance: $1,000,000 The minimum limits of coverage shall be $1,000,000 per Occurrence, Combined Single Limit for Bodily Injury Liability and Property Damage Liability. This coverage shall be an "Any Auto" type policy. The CITY must be listed as an Additional Insured under the Policy. Sixty-(60) days written notice must be provided to the CITY via Certified Mail in the event of cancellation. In the event that subconsultants, if utilized under this agreement, used by the CONSULTANT do not have insurance, or do not meet the insurance limits, CONSULTANT shall indemnify and hold harmless the CITY for any claim in excess of the subconsultants' insurance coverage, arising out of negligent acts, errors or omissions of the subconsultants. CONSULTANT shall not commence work under this Agreement until all insurance required as stated herein has been obtained and such insurance has been approved by the CITY. ARTICLE 9 - CITY'S RESPONSIBILITIES The CITY shall be responsible for providing access to all project sites, and providing information on hand that are available in the files of the CITY the exception of the City Attorney's files that are subject to confidentiality. It is agreed that CONSULTANT may use and reasonably rely, without further inquiry or any duty to verify independently, on information provided by the CITY. ARTICLE 10 -TERMINATION OF AGREEMENT The obligation to continue Services under this Agreement may be terminated for cause by either party upon'seven (7) days' written notice of substantial failure by the other party to perform in accordance with the terms hereof through no fault of the terminating pa rty. of Tamarac Y �j.+,Sl,', � jw Purchasing and Contracts Division CITY shall have the right to terminate this Agreement or suspend performance thereof without cause for the CITY's convenience upon written notice to CONSULTANT, and CONSULTANT shall terminate or suspend performance of Services on a schedule acceptable to CITY. In the event of termination or suspension for CITY's convenience, CITY shall pay CONSULTANT for all Services performed through the date of notice of termination or suspension or as otherwise provided in said schedule acceptable to the CITY. City of Tamarac, Purchasing and Contracts Division ARTICLE 11 - NONDISCLOSURE OF PROPRIETARY INFORMATION CONSULTANT shall consider all nonpublic, confidential and proprietary information provided by CITY and all reports, studies, calculations, and other documentation resulting from the CONSULTANT's performance of the Services to be proprietary unless such information is available from public sources. CONSULTANT shall not publish or disclose proprietary information for any purpose other than the performance of the Services without the prior written authorization of CITY or in response to legal process. ARTICLE 12 - UNCONTROLLABLE FORCES Neither the CITY nor CONSULTANT shall be considered to be in default of this Agreement if delays in or failure of performance shall be due to Uncontrollable Forces, the effect of which, by the exercise of reasonable diligence, the non -performing party could not avoid. The term "Uncontrollable Forces" shall mean any event which results in the prevention or delay of performance by a party of its obligations under this Agreement and which is beyond the reasonable control of the nonperforming party. It includes, but is not limited to fire, flood, earthquakes, storms, lightning, epidemic, war, riot, civil disturbance, sabotage, and governmental actions. Neither party shall, however, be excused from performance if nonperformance is due to forces, which are preventable, removable, or remediable, and which the nonperforming party could have, with the exercise of reasonable diligence, prevented, removed, or remedied with reasonable dispatch. The nonperforming party shall, within a reasonable time of being prevented or delayed from performance by an uncontrollable force, give written notice to the other parry describing the circumstances and uncontrollable forces preventing continued performance of the obligations of this Agreement. ARTICLE 13 - GOVERNING LAW AND VENUE This Agreement shall be governed by the laws of the State of Florida. Any and all legal action necessary to enforce the Agreement will be held in Broward County and the Agreement will be interpreted according to the laws of Florida. ARTICLE 14 - MISCELLANEOUS 14.1 Nonwaiver A waiver by either CITY or CONSULTANT of any breach of this Agreement shall not be binding upon the waiving party unless such waiver is in writing. In the event of a written waiver, such a waiver shall not affect the waiving party's rights with respect to any other or further breach. The making or acceptance of a payment by either party with knowledge of the existence of a default or breach shall not operate or be construed to operate as a waiver of any subsequent default or breach. 14.2 Severability Any provision in this Agreement that is prohibited or unenforceable in any jurisdiction shall, as to such jurisdiction, be ineffective to the extent of such prohibition or unenforceability without invalidating the remaining provisions hereof or affecting the validity or enforceability of such provisions in any other jurisdiction. The nonenforcement s /MF of Tamarac Purchasing and Contracts Division of any provision by either party shall not constitute a waiver of that provision nor shall it affect the enforceability of that provision or of the remainder of this Agreement. The provisions of this section shall not prevent the entire Agreement from being void should a provision, which is of the essence of the Agreement, be determined to be void. ARTICLE 15 - INTEGRATION AND MODIFICATION This Agreement is adopted by the CITY and CONSULTANT as a complete and exclusive statement of the terms of the Agreement between the CITY and CONSULTANT regarding the matters set forth herein. This Agreement supersedes all prior agreements, contracts, proposals, representations, negotiations, letters or other communications between the CITY and CONSULTANT pertaining to the Services, whether written or oral. The Agreement may not be modified unless such modifications are evidenced in writing signed by both the CITY and CONSULTANT. ARTICLE 16 - SUCCESSORS AND ASSIGNS The CITY and CONSULTANT each binds itself and its directors, officers, partners, successors, executors, administrators, assigns and legal representatives to the other party to this Agreement. This Agreement shall be binding on each party's legal successors in interest, but neither party may assign all or any part of this Agreement without the prior written consent of the other party. ARTICLE 17 - CONTINGENT FEES The CONSULTANT warrants that it has not employed or retained any company or person, other than a bona fide employee or consultant working solely for the CONSULTANT to solicit or secure this Agreement and that it has not paid or agreed to pay any person, company, corporation, individual or firm, other than a bona fide employee or consultant working solely for the CONSULTANT, any fee, commission, percentage, gift or any other consideration contingent upon or resulting from the award or making of this Agreement. ARTICLE 18 -TRUTH-IN-NEGOTIATION CERTIFICATE Execution of this Agreement by the CONSULTANT shall act as the execution of a truth -in -negotiation certificate certifying that the wage rates and costs used to determine the compensation provided for in this Agreement are accurate, complete and current as of the date of the Agreement. The said rates and cost shall be adjusted to exclude any significant sums should the CITY determine that the rates and costs were increased due to inaccurate, incomplete or noncurrent wage rates or due to inaccurate representations of fees paid to outside consultants. The CITY shall exercise its rights under this "Certificate" within one (1) year following payment. ARTICLE 19 - OWNERSHIP OF DOCUMENTS CONSULTANT shall be required to work in harmony with the CITY and its other consultants relative to providing information requested in a timely manner and in the specified form. Any and all documents, records, disks, original drawings, or other J of Tamarac `..1 Purchasing and Contracts Division information shall become the property of the CITY upon completion for it's use and distribution as may be deemed appropriate by the CITY. ARTICLE 20 - NOTICE Any notice, demand, communication, or request required or permitted hereunder shall be in writing and delivered in person or sent by certified mail, postage prepaid as follows: CITY City Manager City of Tamarac 7525 NW 88th Avenue Tamarac, Florida 33321-2401 With a copy to the City Attorney at the same address. CONSULTANT: Jeffrey T. Larson, Senior Vice President Kirkpatrick Pettis, Smith, Polian Inc. 3504 Lake Lynda Drive, Suite 155 Orlando, FL 32817 PH: 407-482-2327 Notices shall be effective when received at the address specified above. Changes in the respective addresses to which such notice may be directed may be made from time to time by any party by written notice to the other party. Facsimile is acceptable notice effective when received, however, facsimiles received (i.e.; printed) after 5:00 p.m. or on weekends or holidays, will be deemed received on the next business day. The original of the notice must additionally be mailed as required herein. Nothing contained in this Article shall be construed to restrict the transmission of routine communications between representatives of CONSULTANT and CITY. of Tamarac Purchasing and Contracts Division IN WITNESS WHEREOF, the parties hereby have made and executed this Amendment to Agreement on the respective dates under each signature, the City of Tamarac signing by and through its Mayor and City Manager, and Kirpatrick Pettis Smith & Polian, Inc., signing by and through its Senior Vice President, duly authorized to execute same. CITY OF TAMARAC Joe Schreiber, Mayor Date ATTEST: Jeffrey L. Miller, City Manager Marion Swenson, CMC Date City Clerk Approved as to form and legal sufficiency: Mitchell S. Kraft, City Attorney Date ATTEST: Kirkpatrick, Pettis, Smith, Polian Inc. Company Name "4Ka (Corporate Secretary) igna u f enior Vice President Type/Print Name of Corporate Secy. (CORPORATE SEAL) Jeffrey T. Larson Type/Print Name of Senior Vice President 1Z> /o3 Date s City of Tamarac ' " Purchasing and Contracts Division, CORPORATE ACKNOWLEDGEMENT STATE OF FLORIDA SS COUNTY OF I HEREBY CERTIFY that on this day, before me, an Officer duly authorized in the State aforesaid and in the County aforesaid to take acknowledgments, personally appeared Jeffrey T. Larson, Senior Vice President of Kirkpatrick, Pettis, Smith, Polian Inc., a Nebraska Corporation, to me known to be the person(s) described in and who executed the foregoing instrument and acknowledged before me that he/she executed the same. WITNESS my hand and official seal this C'7 , day of J I=u�-_ 20:_-`• Signature of Notary Public a""" skow State of Florida at Large MY C M"W"W W191044 Exptra Mwch ao, 2W Print, Type or Stamp Name of Notary Public Personally known to me or ❑ Produced Identification of I.D. Produced ❑ DID take an oath, or DID NOT take an oath. 09/18/2003 09: 48 FAX 402861711 ' HjLRRY A HOCH CO Z002 A CQ&D 0 F. T V� L I --I X "UR� SDD THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION PRODUCER 402 861-7000 THE HARRY A. KOCH CO. ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE PC BOX 452"19 HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. OMAHA NE 68145-0279 COMPANI'_S A=FOIRDING COVERAGE COMIAANY THE CINCINNATI INSURANCE CO INSURED KS Comora-ion COMIANT B THE CINCINNATI CASUALTY CO 10250 Fe-enDy Circle,Suije 500 � cnmn_Njy C.-nahe NE 68114 c COMPANY D CO V£P.AO6S 7777777. S IS 7^ CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE SEEN ISSUED 70 THE INSURED NAMED ABOVE FOR 711 POLICY PERIOD INDICATFI] NO-N717USTANDIN3 ANY REOUIREIVIEW7, TERM OR CONDITION OP ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH -ri;5 CERTIFICATE V.AY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED FORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, FX::LUSIC',S PNO CONDITIONS CF SUCH POLICIES, LIMITS SHOWN WAY HAVE BaN REDUCED BY PAID CLAIMS. POLICY EXPIRATION DO _YPE OF INSURANDE fjUm Pzu�c(mmlonllyy) L7A Pouvy a UMIT3 DATE MM(PPNYI A CEN[lkAL UA21Lrry CAP5439699 /61/C3 1/01/04 G-NnAL AG,,FIMATF :1 x =_VV;A-!AL GENERAL LARIL-Y =_Aws MA;pz x I OCCLIP PRODUCTS- comp/_lp AGG I 200000C ­ —1 L_I PERSONAL &ADVINJURY Is loontuc _OCCURRENCE CON-7RA_—O9'5 F EACH ac000cc FIRE DAMAGE ;Any.nefltl MED F7XP lAny One porsm) UABIL�, ini/ozi COMBINED X ANY A�O SINGLE LIMIT is A- OWNn AUTOS BODILY INJJAY BODILY _ SJURY x NDN.-WNEO ATOS Pel �_G'Qcmj _P PROPERTY DAMAGE A Lt-LTO ONLY -CA ACCIDENT A,-D IOTHER N AUTO EACH ACUIDEN7 0 _AGGREGA71! i —I EXCebb U.41 UlY EACH CCCURFENCz JMBAC L �opm AGGREGATE -EA% JMCRE-LA WORM 7 WORII COMPENbanDN AND WCBS42604-10 UABILYY NO ' t x , ;' _�� 1/01104 tc o P EACH Alntl)IFNT It I! FqL-�Iz-' ug, DISEASE POLICY LIMIT Is i0000" cMp_ny_E CT -ER DL-=Rl'l0l Or �FDZ-25F - PROPOSAL FOS C"IN7RACT TO PROVIDE UNDERWRITING AND Flrs-"XA, ADVISORY SERVICES - KIRKPATRICK, She[7H_ POLIAN, iNIC. C11' OF -I Mq PA rL IS GENERAL LIABILITY ADDITIONAL IF SL;REO' -'=-SSiDNAL 5E7VICIES AF.-t =_XCL'"'r-,ED =-;m?OV -OV=RA, C;_Y OF TAMARtC, FLC)'R]_r,)A I"OUI&D ANY 09 THE ABOVE JrSCPIB_'G PQLK'-I"6 BE CANCLI D BEFORE TIE EXPIRATIDN DATE YHrREOF, THE IS53WG COMPANY WILL ENDEAVOR TO VA. ;-T—N: JtIVIES `ICC�7, ;A, CONR M.C-P 3c v4Ys wnr'-ry No-.izE TO THE CER71FICLTp HOLDER NAMED TO THE L-.;-, 7�2E N Vv. .=,VFNU= I BUT FA` LEE 70 VAIL SUCK:NO-C2 SHAL. IMPOSE NO DVUGAT.PN OR LALI1 L 3 2 1 2 4 C :7 ANY "fIND UPON C:,rAP4* rz Amv­t's 0F RE-RnEwA.7v=z At IORZ! /_'-%:ZENTA7V 04/17iO3 14:08 F.AX 954 724 132: CITY OF TI FI>;,t:'�CE KP--TIUCK, PEMS, SNUTJ� POLLk-'�T Dic. T pert 7. Lt:ni E xecntive Vi;ePrcnceat General Cou-sel and Secretary af_lpa tie Sr^lth PoL"a Inc. a Ise ka Corporation Me "Corporation"), do lsereb ce k Pettis, d'-a1s e iy hoI3 II �e Co po ation he officer os Y •iy Lhat ztie foll P itiom next to ;heir rames below: ''ef{ey T. Larson Setior V;re P:esid=t Ch:iStopheric $Iackwood Senior Vice Plesident I- Kea, 7. Lund, Execut N., Vice President, G=era1 Counsel and 5ecre+aty of e Corporation, do Q=by per zy hat each of o , T. Larson and ChastopharK Mack -Wood as 5eniot Vice �stcer s of`t e Ccr�o.'aior,. is au:honzed to act for and on behalf Of&.e Ceraoration in respect of the nderw t ng °gam e` i �corae sect:,zt:es and including the -execution aid delivey CncF, IIeatS protj {for Lhep trchase ozpia:ement o-.Fxed iaco�-ne secu:ties tax-excrn t mixed itcorne s=*`es), firaacial cons lt2n 4r d fyed i:1CDTe advisory setvice a e,. t. Este] agency, r en`s zed , deliti'e: all such documents .t g=a_:zl yio execuie end P. p •a To effect,tat The �zd a=R e a]l such aetiors as may be necessary znd a ono ^. t- L g of said securities- DATEb THIS Tu DAY OF ZilO�j Kirk'Patrick, Pettis, Smith, Polian br V--1 Executive �'ic President; General Counsel and Secretary 24all Kirkpatrick, Pettis, Smith, Pofian Inc. 10230 Regeicy Circle Suite 530 Or-.aha, N_ 68114-57C' 422-397:7%- 820-776 77 September 17, 2003 lames Nicotra, CPPB Interim Purchasing &, Contracts Manaeer City of Tamarac 7525 N.W. 88"'Ave. Tamarac, FL 33321-2401 RE: RFP 03-26R Underwrter & Financial Advisory Services Dear Mr. Nicotra: Kirkpatrick aPettis Based upon the Firm's financial strength, our corporate policy :s to self -insure for Professional Liabiliy, Insurance relative to Underurtine and Financial Advisory services p-ovided by Kirkpatrick Pettis. Enclosed for your review is the Firm's June 30, 2003 Audited Statement of Financial Condition and the Firm's July 31, 2003 FOCUS. Per the enclosed certificate of insurance, we meet all remaining insurance requirements except for the Workers' Compensation waiver of subrogation. While we meet all federal and state euidelines for Workers' Compensation, our policy roes not provide a waiver of subrogation to the Ciry. 1` you are in need of additional information, please contact the undersigned. Sincerely, Kurt W. Kitson Executive Vice President, T--easuier & CFO Enclosures c c.: Jeff Larson MEMBER NhSD 5 5_'P- PROPOSED COMPENSATION TO CONSULTANT; A. BOND OR LONG-TERM LEASE PURCHASE ("COP") FLNANC24GS The City shall pay to the Consultant a fee in accordance with the following Fee Schedule: S15,000 Fee for any issue up to $10,000,000. S15,000 Base Minimum Fee for any issue over $10,000,000, plus $1.25 per $1.000 for all bonds over S10,000,001. If the City receives a legal bid for the Obhgations from a bona fide purchaser which complies with the bid specifications and offers acceptable interest rates, and thereafter, the City decides not to issue the Obligations, the Consultant will be paid the appropriate compensation as set forth in this Section A. B. BANK OR LEASE Frl .kNCING The City will pay to the Consultant a fee in accordance with the following Fee Schedule: $5,000 Fee for any financings up to $5,000,000. S10,000 Fee for any financings from $5,000,001 to $10,000,000. S 15,000 Minimum Fee for any financings over S 10,000,000, plus S0.75 per S1,000 for all financings over $10,000,001, The fees paid under both A and B above will cover the Consultant's professional services. In addition, the Consultant's travel, office, computer, communications and out-of-pocket expenses for engagements in Section A and B, wzll be reimbursed by the City following receipt of an invoice. Any City authorized out-of-state travel and related expenses will be billed at actual costs, and approved by the City on each financing. C. GENERAL SERVICES In addition to the financings noted above, the Consultant agrees to be available to advise the City from time -to -time as to budgetrplanning matters, financial planning, tax matters, economics, and community development, referendum issues, investments and long-range capital planning. If the Consultant assists the City in these areas or designs a capital improvement financing plan or strategic operating plan at the request of the City, the Consultant shall be paid on an hourly basis for al time expended by its personnel. The hourly rates shall be as follows: Senior Vice President: $200.00/Hour Vice President, or Assistant Vice President: S150.00/Hour Consultant: $125.00/Hour Administrative Assistant $ 35.00/Hour In addition to such hourly fees, the Consultant's expenses will be payable by the City as set forth above. V. 6!'^2Y2C i '=s;,^^� 2^C ,.CnJdv;S JWlsior; REQUEST FOR PROPOSALS RFP 03-26R Underwriting and Financial Advisory Services, Utilities Revenue Bonds, Series 2003 Fee Proposal: 1 _ Underwriters' Compensation Underwriter's Discount (per $1000 bonds) $ 6 - 0 o Reimbursable Expenses` not to exceed S N/A 'List what is included in reimbursable expenses: All expenses to be covered within proposed $6.00/1,000 gross spread on an AAA rated, insured Utility Revenue Bond issue except for (i) any out-of-state travel (as approved by the City) and (ii) any local tombstone advertising if desired by the City. Estimated initial issue size of $10,000,000. or 2. Financial Advisor Compensation *Flat Fee $ Please see attached Reimbursable Expenses' not to exceed S. please sr e attached 'List what is included in reimbursable expenses: *Please refer to the attached proposed fee schedule for ongoing financial advisory services. This Fee Proposal is to be enclosed in a sealed envelope with your submittal.