Skip to main content
Hollywood FL banner
File #: R-2014-134    Version: 1 Name: Financial Advisory Services
Type: Resolution Status: Passed
File created: 5/22/2014 In control: Department of Financial Services
On agenda: 6/4/2014 Final action: 6/4/2014
Title: A Resolution Of The City Commission Of The City Of Hollywood, Florida, Authorizing The Appropriate City Officials To Negotiate And Execute An Agreement Between The Highest Ranked Firm And The City Of Hollywood To Provide Financial Advisory Services For Future Debt Issuances For An Initial Period Of Three Years, With One Optional Two Year Renewal Period.
Attachments: 1. ResoFinancialAdvisoryServicesRFP4413051914.pdf, 2. AtchFinancialAdvisoryServices.pdf, 3. RFP FirstSouthwest RFP-4413-14-RD.pdf, 4. RFP Dunlap&Associates RFP-4413-14-RD.pdf, 5. RFP-4413-14-RD.pdf, 6. terfadvr.pdf, 7. BIS 14155.pdf

Title

A Resolution Of The City Commission Of The City Of Hollywood, Florida, Authorizing The Appropriate City Officials To Negotiate And Execute An Agreement Between The Highest Ranked Firm And The City Of Hollywood To Provide Financial Advisory Services For Future Debt Issuances For An Initial Period Of Three Years, With One Optional Two Year Renewal Period.

 

 

Body

 

Staff Recommends: Approval of the Attached Resolution.

 

Explanation:

The Department of Financial Services desires to contract with a qualified firm to serve as the City’s financial advisor on debt transactions to be issued by the City.

 

Only firms which are registered with the Municipal Securities Rulemaking Board as a municipal advisor were eligible to submit proposals under this RFP.

 

Request for Proposal Number RFP-4413--14-RD was issued for a time period of three (3) years with one (1) optional two (2) year renewal period with compensation based upon the proposers fee schedule submitted.

 

On March 25, 2014, Notices of RFP-4413-14-RD were mailed and the RFP was advertised online via the City’s website and DemandStar in accordance with the City's Purchasing Ordinance, Section 38.42(A)(1) .

 

RFP-4413-14-RD was opened on April 22, 2014 which resulted in responses from three (3) firms as follows:

 

                                                                                    Dunlap & Associates

                                                                                    Orlando, Florida

 

                                                                                    First Southwest Company

                                                                                    Miami, Florida

 

                                                                                    Public Financial Management, Inc.

                                                                                    Fort Myers, Florida

 

The evaluation of the submittals was based upon the criteria established in the RFP: Firm Qualifications and Key Personnel, Work Experience, Technical Ability of Firm, Independence of Firm and Fee Schedule.

 

On May 14, 2014, each of the firms’ proposals was evaluated by a three member Evaluation Committee consisting of the Director of Financial Services, Assistant Director of Budget & Financial Services and Director of Parking and Intergovernmental Affairs.

 

On May 14, 2014, the Evaluation Committee scored the firms based upon the established RFP criteria, first choice, second choice and third choice as follows:

 

1.                     First Southwest Company                                                               289

2.                     Public Financial Management, Inc.                                          268

                                     (Non-Responsive)

           3.                     Dunlap & Associates                                                               257

                      

The proposal submitted by Public Financial Management Group, Inc. was deemed non-responsive due to the proposer’s modification of the City’s Hold Harmless And Indemnity Clause bid language.

                      

The proposals submitted by First Southwest Company and Dunlap & Associates were deemed responsive and responsible.

 

                     The Evaluation Committee has recommended that the City Commission authorize negotiation and execution of an agreement with the highest ranked firm to provide Financial Advisory Services.

 

Award is subject to the City receiving all insurance required and approved by the City's Risk Manager and other terms and conditions required by the City Manager and the City Attorney.

 

                     The fees for Financial Advisory Services will be paid from the proceeds of any bond sales.

 

 

Recommended for inclusion on the agenda by:

Cathy Swanson-Rivenbark, City Manager

Matthew Lalla, Director, Financial Services

Joel Wasserman, Director, Procurement Services