Loading...
HomeMy WebLinkAboutRFP - P936 FINANCIAL ADVISORY INVESTMENT BANKING SERVICE (2)22//99//00 00 REQUEST FOR PROPOSAL CITY OF FORT COLLINS P936 Financial Advisory, Investment Banking Consulting Services Written proposals, nine (9) copies will be received at the City of Fort Collins' Purchasing Division, 215 North Mason St., 2nd floor, Fort Collins, Colorado 80524. Proposals will be received before 3:00 p.m. (our clock), April 28, 2004. Proposal No. P-936. If delivered, they are to be sent to 215 North Mason Street, 2nd Floor, Fort Collins, Colorado 80524. If mailed, the address is P.O. Box 580, Fort Collins, 80522-0580. Questions concerning the scope of the project should be directed to Finance Director, Alan Krcmarik (970) 221-6772. Questions regarding proposals submittal or process should be directed to James B. O’Neill II, CPPO, FNIGP (970) 221-6775. A copy of the Proposal may be obtained as follows: 1. Call the Purchasing Fax-line, 970-416-2033 and follow the verbal instruction to request document #3936. 2. Download the Proposal/Bid from the BuySpeed Webpage, https://secure2.fcgov.com/bso/login.jsp. 3. Come by Purchasing at 215 North Mason St., 2nd floor, Fort Collins, and request a copy of the Bid. Sales Prohibited/Conflict of Interest: No officer, employee, or member of City Council, shall have a financial interest in the sale to the City of any real or personal property, equipment, material, supplies or services where such officer or employee exercises directly or indirectly any decision-making authority concerning such sale or any supervisory authority over the services to be rendered. This rule also applies to subcontracts with the City. Soliciting or accepting any gift, gratuity favor, entertainment, kickback or any items of monetary value from any person who has or is seeking to do business with the City of Fort Collins is prohibited. Collusive or sham proposals: Any proposal deemed to be collusive or a sham proposal will be rejected and reported to authorities as such. Your authorized signature of this proposal assures that such proposal is genuine and is not a collusive or sham proposal. The City of Fort Collins reserves the right to reject any and all proposals and to waive any irregularities or informalities. Sincerely, James B. O'Neill II, CPPO, FNIGP Director of Purchasing & Risk Management 22//99//00 00 P936 Financial Advisory, Investment Banking Consulting Services I. REQUEST FOR QUALIFICATIONS The Financial Officer of the City of Fort Collins (the “City”) is requesting proposals from firms to provide financial advisory services or investment banking services or both for approximately $55 million of tax- exempt financial transactions over the next six months. Additionally, the financial firm(s) selected by the City may be asked to assist the City in other aspects of its debt management and leasing programs. The City may use the selected firm(s) for transactions over the next 5 years. The Financial Officer expects the City will finance other capital projects in the near future primarily through lease- purchase or similar transactions, probably structured as certificates of participation. II. SERVICES TO BE PERFORMED AND ENGAGEMENT PERIOD Types of Financial Transactions subject to the Agreement: • Debt financing may include, but not be limited to the following: o Revenue bonds for types of projects specifically authorized under current Colorado statutes will be used when available. o Downtown Development Authority Tax Increment Revenue Bonds $ 6,000,000 • The City will also be using lease-purchase (Certificates of Participation (“COPs”)) for the undertaking of several new projects*, including but not limited to: Police Services Building $ 28,000,000 Open Space Acquisition $ 15,000,000 Transportation De-icing facility $ 1,300,000 Southeast Fort Collins Branch Library $ 5,000,000 *All amounts are approximations and are subject to change. It is possible that not all transactions will be consummated. Period of Engagement The engagement period will be in effect from selection for one year. The term may be extended for up to four additional one-year terms. 22//99//00 00 III. SCOPE OF SERVICES • To provide general financial information and planning concerning tax-exempt financing plans, long range planning, rate requirements, new legislation, and other information which may be desirable to the Financial Officer. • To assist the Financial Officer, members of the Finance Department, and professional consultants, in evaluating alternatives, their costs, and devising and recommending for City Council approval, a financial plan to cover any proposed revenue bonds or lease purchase Certificates of Participation (COPs). Such plan shall include a maturity schedule and other terms and conditions, such as options of prior payment and the like, that will, in the selected firm’s opinion, result in the issuance of the revenue bonds or COPs under terms and conditions most advantageous to the City consistent with a minimum effective interest rate. • With the assistance and guidance of a firm of recognized municipal bond attorneys to be retained by the City, the selected firm will assist the Financial Officer in and supervise the steps necessary to be taken for the legal authorization and issuance of the revenue bonds or COPs and their final delivery. In this regard, it is to be understood that the City will retain a firm of recognized municipal bond attorneys, whose legal service shall also include rendering an unqualified approving opinion as to the legality of the bonds. • The selected firm will inform, advise and recommend to the Financial Officer other consulting services which may be necessary to successfully market the bonds or COPS, including the necessity of rating from Fitch’s, Moody's Investors Services or Standard & Poor's Corporation or obtaining insurance for any of the transactions. Prepare information necessary for presentation to the bond rating agencies and insurance companies. The Financial Officer may also requested representatives of the firm(s) to participate in the presentations. • Under the direction of the Financial Officer, The selected firm will consult, assist and provide information to the bond attorneys for their preparation of the necessary orders, resolution, notices and certificates; and upon preparation thereof, will submit such documents to the City's governing body for appropriate action. The Financial Officer may request representatives of the firm(s) to attend and participate in the Council meetings. • When bonds or COPs are ready to be issued, the selected firm will assist the Financial Officer in the preparation of the City's bonds or COPs for an advertised public sale or through a negotiated sale. The selected firm will: o Advise the Financial Officer of current bond market conditions, forthcoming Municipal issues and other general information and economic data which might normally be expected to influence interest rates or bidding conditions so that the date for the sale of the bonds or COPs can be set at a time which, in the selected firm's opinion, will be favorable. o Attend the sale of the COPs or bonds, and assist in the award and delivery of the COPs or bonds to the successful bidder or, in the case of a negotiated sale, conduct the sale of the tax-exempt securities. • Provide a written, post-transaction assessment of any financing(s) undertaken. • Assist the City in ensuring compliance with Rule 15c2-12 of the Securities and Exchange Commission as amended. 22//99//00 00 IV. PROPOSAL FORMAT AND CONTENT Individuals or firms seeking to provide financial advisor or investment banking services must have prior experience as a financial advisor or senior managing underwriter on a revenue bond or lease- purchase COP financing of at least $5,000,000. Due to the specialized nature of open space acquisition financing, firms should demonstrate their knowledge and experience in this type of financing. Any specific risks or difficulties in this type of financing should be concisely presented in the proposal to the City. Firms submitting a qualifications proposal must respond, in sequence, to the following requests for information*: Overview: Briefly describe, in two (2) pages or less, the nature of the firm’s business as it relates to providing financial advisory services to municipalities, particularly for tax-exempt revenue bonds and lease-purchase transactions financed through COPs. Ability and Experience: State in two (2) pages or less, why your firm is well qualified to provide the services outlined in the Scope of Services section above and your firm’s experience in providing such services. In citing prior engagements, indicate the role and responsibilities your firm undertook (financial advisor, senior managing underwriter, etc.). Identify the individual from the firm who had principal responsibility for the financing. Identify at least three individuals from different entities with phone numbers who can be contacted to serve as references. Approach: Based on your understanding of the Scope of Services, describe the general framework the firm would use to analyze the financing options available to the City and discuss the key factors to be evaluated. In addition: o Identify and discuss any services or methods of approach which the firm believes to be either unique or outstanding or is recognized as giving your firm a superior competitive advantage. o Identify the firm’s position as to (a) requesting a rating for the bonds or certificates, and (b) seeking insurance. Describe the key topics and strategies upon which you would focus in conducting a rating agency or insurance company presentation. o Identify the municipal bond interest rate scales that would be used as benchmarks for pricing the transactions specifically listed in this proposal. Using the scales as of April 15, 2004, estimate the interest rates that the City would have attained, had the transaction been completed on that day. Provide the basis for your estimates. Staffing: Identify the specific individuals who would be assigned to work with the City and specify which individual would be the principal contact. Identify the nature of the work each individual would perform, together with proposed time commitments and their related professional knowledge and experience. Office Location: Identify the location of the office from which the individuals identified in the staff item above will be operating. Disclosure: Disclose any relationship which could create or appear to create a potential conflict of interest if your firm is selected. *To facilitate the review process, the City asks that each firm keep its qualification statement concise and limit the submittal to eight (8) pages or less. Every page of your qualification statement, excluding cover and divider pages, must be numbered. The written proposal and eight (8) copies should be submitted along with appropriate supporting documentation including answers to the following: 22//99//00 00 Outline the procedures your firm would use to provide the services as listed above. The City is interested in many types of innovative financing which should be established to achieve the highest possible quality ratings from Fitch’s, Moody's and Standard and Poor’s and the most favorable insurance quotes on each transaction. Provide a concise history of your firm. The City requires that the selected firm(s) would be completely independent and work in an unbiased manner. Please explain any agreements that your firm would have that may conflict with the needs of the City or prevent full disclosure. List the dollar volume of your underwritings in the tax exempt market for the years 2001, 2002, 2003 and 2004 to date. Provide complete information including background, overall abilities, and experience for the person(s) who would serve in the role as described above. The City needs this information to include consulting on tax- exempt debt issues with special emphasis on the various types of instruments listed above. Fees and Expenses: o For advisory services, propose a flat dollar amount fee respective to each financing. Indicate whether any economies of scale will be obtained if more than one of the transactions is completed by your firm. Estimate and commit to a not-to-exceed dollar amount for each respective transaction not included in the flat fee quoted. o For negotiated sales, indicate how your firm will manage transactions to minimize costs to the City. Provide specific examples of the fee levels and arrangements obtained for other clients. o Fees will be billed after closing of any transaction(s). If a transaction is not consummated, the City will not be responsible to pay any fees or expenses related to that transaction. Identify all fees for other services that may be required to complete the transaction. Include all other information or data which may uniquely qualify your firm in serving the City in the role outlined in this document. List all clients for which your firm has provided financial advisory or underwriting services over the past three years and those which will provide a reference. The proposal should include the following statement and signature form: 22//99//00 00 V. SIGNATURE FORM "We propose to furnish a consultant in accordance with the terms, conditions, and specifications detailed in the City's Request for Proposal and in our accompanying written response without exception, deletion, or qualification." Company Name _________________________________________________________________ Business Address Telephone No. _________________________________________________________________ RFP No. ____ Date of Proposal: ____________ __________________________________________ Signed by ___________________________________________________________________ Signed by _________________________________ ____________________________________________________________________ (Please print or type name and title) 22//99//00 00 VI. REVIEW AND ASSESSMENT Professional firms will be evaluated on the following criteria. These criteria will be the basis for review of the written proposals and interview session. The rating scale shall be from 1 to 5, with 1 being a poor rating, 3 being an average rating, and 5 being an outstanding rating. WEIGHTING FACTOR QUALIFICATION STANDARD 2.0 Scope of Proposal Does the proposal show an understanding of the project objective, methodology to be used and results that are desired from the project? 2.0 Assigned Personnel Do the persons who will be working on the project have the necessary skills? Are sufficient people of the requisite skills assigned to the project? 1.0 Availability Can the work be completed in the necessary time? Can the target start and completion dates be met? Are other qualified personnel available to assist in meeting the project schedule if required? Is the project team available to attend meetings as required by the Scope of Work? 1.0 Motivation Is the firm interested and are they capable of doing the work in the required time frame? 2.0 Cost and Work Hours Do the proposed cost and work hours compare favorably with the project Manager's estimate? Are the work hours presented reasonable for the effort required in each project task or phase? 2.0 Firm Capability Does the firm have the support capabilities the assigned personnel require? Has the firm done previous projects of this type and scope? WOSA 10/97 Reference evaluation (Top Ranked Firm) The project Manager will check references using the following criteria. The evaluation rankings will be labeled Satisfactory/Unsatisfactory. QUALIFICATION STANDARD Overall Performance Would you hire this Professional again? Did they show the skills required by this project? Timetable Was the original Scope of Work completed within the specified time? Were interim deadlines met in a timely manner? Completeness Was the Professional responsive to client needs; did the Professional anticipate problems? Were problems solved quickly and effectively? Budget Was the original Scope of Work completed within the project budget? Job Knowledge a) If a study, did it meet the Scope of Work? b) If Professional administered a construction contract, was the project functional upon completion and did it operate properly? Were problems corrected quickly and effectively? WOSA 10/97 SERVICES AGREEMENT WORK ORDER TYPE THIS AGREEMENT made and entered into the day and year set forth below, by and between THE CITY OF FORT COLLINS, COLORADO, a Municipal Corporation, hereinafter referred to as the "City" and ____________________, hereinafter referred to as "Service Provider". WITNESSETH: In consideration of the mutual covenants and obligations herein expressed, it is agreed by and between the parties hereto as follows: 1. Services to be Performed. a. This Agreement shall constitute the basic agreement between the parties for services for ________________________. The conditions set forth herein shall apply to all services performed by the Service Provider on behalf of the City and particularly described in Work Orders agreed upon in writing by the parties from time to time. Such Work Orders, a sample of which is attached hereto as Exhibit "A", consisting of ____ (___ ) page[s], and incorporated herein by this reference, shall include a description of the services to be performed, the location and time for performance, the amount of payment, any materials to be supplied by the City and any other special circumstances relating to the performance of services. No workorder shall exceed $_________. The only services authorized under this agreement are those which are performed after receipt of such Work Order, except in emergency circumstances where oral work requests may be issued. Oral requests for emergency actions will be confirmed by issuance of a written Work Order within two (2) working days. b. The City may, at any time during the term of a particular Work Order and without invalidating the Agreement, make changes within the general scope of the particular services assigned and the Service Provider agrees to perform such changed services. 2. Changes in the Work. The City reserves the right to independently bid any services rather than issuing work to the Service Provider pursuant to this Agreement. Nothing within this Agreement shall obligate the City to have any particular service performed by the Service Provider. WOSA 10/97 3. Time of Commencement and Completion of Services. The services to be performed pursuant to this Agreement shall be initiated as specified by each written Work Order or oral emergency service request. Oral emergency service requests will be acted upon without waiting for a written Work Order. Time is of the essence. 4. Contract Period. [Option 1] This Agreement shall commence upon the date of execution shown on the signature page of this Agreement and shall continue in full force and effect for one (1) year, unless sooner terminated as herein provided. In addition, at the option of the City, the Agreement may be extended for an additional period of one (1) year at the rates provided with written notice to the professional mailed no later than 90 days prior to contract end. 4. Contract Period. [Option 2] This Agreement shall commence _____ 200_, and shall continue in full force and effect until _______, 200_, unless sooner terminated as herein provided. In addition, at the option of the City, the Agreement may be extended for additional one year periods not to exceed __ (_) additional one year periods. Pricing changes shall be negotiated by and agreed to by both parties and may not exceed the Denver - Boulder CPI-U as published by the Colorado State Planning and Budget Office. Written notice of renewal shall be provided to the Service Provider and mailed no later than 90 days prior to contract end. 5. Delay. If either party is prevented in whole or in part from performing its obligations by unforeseeable causes beyond its reasonable control and without is fault or negligence, then the party so prevented shall be excused from whatever performance is prevented by such cause. To the extent that the performance is actually prevented, the Service Provider must provide written notice to the City of such condition within fifteen (15) days from the onset of such condition. 6. Early Termination by City/Notices. Notwithstanding the time periods contained herein, the City may terminate this Agreement at any time without cause by providing written notice of termination to the Service Provider. Such notice shall be mailed at least fifteen (15) days prior to the termination date contained in said notice unless otherwise agreed in writing by the parties. All notices provided under this Agreement shall be effective when mailed, postage prepaid and sent to the WOSA 10/97 following address: City Service Provider ___________________________ __________________________ ___________________________ __________________________ ___________________________ __________________________ In the event of early termination by the City, the Service Provider shall be paid for services rendered to the termination date, subject only to the satisfactory performance of the Service Provider's obligations under this Agreement. Such payment shall be the Service Provider's sole right and remedy for such termination. 7. Contract Sum. This is an open-end indefinite quantity Agreement with no fixed price. The actual amount of work to be performed will be stated on the individual Work Orders. The City makes no guarantee as to the number of Work Orders that may be issued or the actual amount of services which will in fact be requested. No Work Order of _______ or more shall be issued. 8. Payments. a. The City agrees to pay and the Service Provider agrees to accept as full payment for all work done and all materials furnished and for all costs and expenses incurred in performance of the work the sums set forth for the hourly labor rate and material costs, with markups, stated within the Bid Schedule Proposal Form, attached hereto as Exhibit "B", consisting of ____ (___) page[s], and incorporated herein by this reference. b. Payment shall be made by the City only upon acceptance of the work by the City and upon the Service Provider furnishing satisfactory evidence of payment of all wages, taxes, supplies and materials, and other costs incurred in connection with the performance of such work. 9. City Representative. The City's representative will be shown on the specific Work Order and shall make, within the scope of his or her authority, all necessary and proper decisions with reference to the work requested. All requests concerning this Agreement shall be directed to the City Representative. 10. Independent Contractor. It is agreed that in the performance of any services hereunder, the Service Provider is an independent contractor responsible to the City only as to the WOSA 10/97 results to be obtained in the particular work assignment and to the extend that the work shall be done in accordance with the terms, plans and specifications furnished by the City. 11. Personal Services. It is understood that the City enters into the Agreement based on the special abilities of the Service Provider and that this Agreement shall be considered as an agreement for personal services. Accordingly, the Service Provider shall neither assign any responsibilities nor delegate any duties arising under the Agreement without the prior written consent of the city. 12. Acceptance Not Waiver. The City's approval or acceptance of, or payment for any of the services shall not be construed to operate as a waiver of any rights under the Agreement or of any cause of action arising out of the performance of this Agreement. 13. Warranty. (a) Service Provider warrants that all work performed hereunder shall be performed with the highest degree of competence and care in accordance with accepted standards for work of a similar nature. (b) Unless otherwise provided in the Agreement, all materials and equipment incorporated into any work shall be new and, where not specified, of the most suitable grade of their respective kinds for their intended use, and all workmanship shall be acceptable to City. (c) Service Provider warrants all equipment, materials, labor and other work, provided under this Agreement, except City-furnished materials, equipment and labor, against defects and nonconformances in design, materials and workmanship/workwomanship for a period beginning with the start of the work and ending twelve (12) months from and after final acceptance under the Agreement, regardless whether the same were furnished or performed by Service Provider or by any of its subcontractors of any tier. Upon receipt of written notice from City of any such defect or nonconformances, the affected item or part thereof shall be redesigned, repaired or replaced by Service Provider in a manner and at a time acceptable to City. 14. Default. Each and every term and condition hereof shall be deemed to be a material element of this Agreement. In the event either party should fail or refuse to perform according to the terms of this agreement, such party may be declared in default thereof. 15. Remedies. In the event a party has been declared in default, such defaulting party shall be allowed a period of ten (10) days within which to cure said default. In the event the default WOSA 10/97 remains uncorrected, the party declaring default may elect to (a) terminate the Agreement and seek damages; (b) treat the Agreement as continuing and require specific performance; or (c) avail himself of any other remedy at law or equity. If the non-defaulting party commences legal or equitable actions against the defaulting party, the defaulting party shall be liable to the non-defaulting party for the non- defaulting party's reasonable attorney fees and costs incurred because of the default. 16. Binding Effect. This writing, together with the exhibits hereto, constitutes the entire agreement between the parties and shall be binding upon said parties, their officers, employees, agents and assigns and shall inure to the benefit of the respective survivors, heirs, personal representative, successors and assigns of said parties. 17. Indemnity/Insurance. a. The Service Provider agrees to indemnify and save harmless the City, its officers, agents and employees against and from any and all actions, suits, claims, demands or liability of any character whatsoever, brought or asserted for injuries to or death of any person or persons, or damages to property arising out of, result from or occurring in connection with the performance of any service hereunder. b. The Service Provider shall take all necessary precautions in performing the work hereunder to prevent injury to persons and property. c. Without limiting any of the Service Provider's obligations hereunder, the Service Provider shall provide and maintain insurance coverage naming the City as an additional insured under this Agreement of the type and with the limits specified within Exhibit "D", consisting of _____ (____) page[s], attached hereto and incorporated herein by this reference. The Service Provider before commencing services hereunder, shall deliver to the City's Director of Purchasing and Risk Management, 215 N. Mason, PO Box 580, Fort Collins, Colorado 80522 one copy of a certificate evidencing the insurance coverage required from an insurance company acceptable to the city. 18. Entire Agreement. This Agreement, along with all Exhibits and other documents incorporated herein, shall constitute the entire Agreement of the parties. Covenants or representations not contained in this Agreement shall not be binding on the parties. WOSA 10/97 19. Law/Severability. This Agreement shall be governed in all respect by the laws of the State of Colorado. In the event any provision of this Agreement shall be held invalid or unenforceable by any court of competent jurisdiction such holding shall not invalidate or render unenforceable any other provision of this Agreement. 20. Special Provisions. [Optional] Special provisions or conditions relating to the services to be performed pursuant to this Agreement are set forth in Exhibit ___, consisting of _____ (____) page[s], attached hereto and incorporated herein by this reference. WOSA 10/97 CITY OF FORT COLLINS, COLORADO a municipal corporation By: _________________________________ John F. Fischbach City Manager By: __________________________________ James B. O'Neill II, CPPO Director of Purchasing and Risk Management Date:_________________________________ ATTEST: ____________________________ City Clerk APPROVED AS TO FORM: ____________________________ Assistant City Attorney [INSERT CORPORATIONS NAME] or [Insert Partnership name] or [Insert individual's name] Doing business as [Insert name of business] By: _________________________________ ______________________________________ PRINT NAME ______________________________________ CORPORATE PRESIDENT OR VICE PRESIDENT Date:_________________________________ ATTEST: (Corporate Seal) ___________________________ CORPORATE SECRETARY WOSA 10/97 EXHIBIT "A" WORK ORDER FORM PURSUANT TO AN AGREEMENT BETWEEN THE CITY OF FORT COLLINS AND ______________________ DATED: _____________ Work Order Number:____________________________________________________________________ Purchase Order Number: ________________________________________________________________ Project Title: __________________________________________________________________________ Commencement Date: _________________________________________________________________ Completion Date: ______________________________________________________________________ Maximum Fee: (time and reimbursable direct costs): _____________________________________ Project Description: ____________________________________________________________________ ________________________________________________________________________________________ ________________________________________________________________________________________ Scope of Services: _____________________________________________________________________ ________________________________________________________________________________________ ________________________________________________________________________________________ Acceptance _________________________________ User Service Provider agrees to perform the services identified above and on the attached forms in accordance with the terms and conditions contained herein and in the Services Agreement between the parties. In the event of a conflict between or ambiguity in the terms of the Services Agreement and this work order (including the attached forms) the Services Agreement shall control. Service Provider By:______________________________ Date:_________________________________ The attached forms consisting of ____ (_) pages are hereby accepted and incorporated herein by this reference, and Notice to Proceed is hereby given. City of Fort Collins By: _________________________________ Date: _______________________________ CITY OF FORT COLLINS ADDENDUM No. 1 SPECIFICATIONS AND CONTRACT DOCUMENTS Description of RFP: P936 Financial Advisory, Investment Banking Consulting Services OPENING DATE: 2:00 P.M. (Our Clock) April 28, 2004 To all prospective bidders under the specifications and contract documents described above, the following changes are hereby made. Section IV. PROPOSAL FORMAT AND CONTENT REVISE: The written proposal and eight (8) copies should be submitted along with the appropriate supporting documentation including answers to the following: ADD: The answers to the eight (8) questions do not count against the eight (8) pages. However, please be as concise as possible with your answers. REVISE: List all Colorado clients and those clients for similar transactions for which your firm has provided financial advisory or underwriting services over the past three years and those which will provide a reference. RECEIPT OF THIS ADDENDUM MUST BE ACKNOWLEDGED BY A WRITTEN STATEMENT ENCLOSED WITH THE BID/QUOTE STATING THAT THIS ADDENDUM HAS BEEN RECEIVED. Administrative Services Purchasing Divison 215 North Mason Street Ÿ 2 nd Floor Ÿ P.O. Box 580 Ÿ Fort Collins, CO 80522-0580 Ÿ (970) 221-6775 Ÿ Fax (970) 221-6707 www.fcgov.com REQUEST FOR PROPOSAL P936 Financial Advisory, Investment Banking Consulting Services Written proposals, nine (9) copies will be received at the City of Fort Collins' Purchasing Division, 215 North Mason St., 2nd floor, Fort Collins, Colorado 80524. Proposals will be received before 3:00 p.m. (our clock), April 28, 2004. Proposal No. P-936. If delivered, they are to be sent to 215 North Mason Street, 2nd Floor, Fort Collins, Colorado 80524. If mailed, the address is P.O. Box 580, Fort Collins, 80522-0580. Questions concerning the scope of the project should be directed to Finance Director, Alan Krcmarik (970) 221-6772. Questions regarding proposals submittal or process should be directed to James B. O’Neill II, CPPO, FNIGP (970) 221-6775. A copy of the Proposal may be obtained as follows: 1. Call the Purchasing Fax-line, 970-416-2033 and follow the verbal instruction to request document #3936. 2. Download the Proposal/Bid from the BuySpeed Webpage, https://secure2.fcgov.com/bso/login.jsp. 3. Come by Purchasing at 215 North Mason St., 2nd floor, Fort Collins, and request a copy of the Bid. Sales Prohibited/Conflict of Interest: No officer, employee, or member of City Council, shall have a financial interest in the sale to the City of any real or personal property, equipment, material, supplies or services where such officer or employee exercises directly or indirectly any decision-making authority concerning such sale or any supervisory authority over the services to be rendered. This rule also applies to subcontracts with the City. Soliciting or accepting any gift, gratuity favor, entertainment, kickback or any items of monetary value from any person who has or is seeking to do business with the City of Fort Collins is prohibited. Collusive or sham proposals: Any proposal deemed to be collusive or a sham proposal will be rejected and reported to authorities as such. Your authorized signature of this proposal assures that such proposal is genuine and is not a collusive or sham proposal. The City of Fort Collins reserves the right to reject any and all proposals and to waive any irregularities or informalities. Sincerely, James B. O'Neill II, CPPO, FNIGP Director of Purchasing & Risk Management