WEST VIRGINIA STATE TREASURER S OFFICE REQUEST FOR QUOTATIONS NO. BTI160000002. for



Similar documents
STATE OF WEST VIRGINIA BOARD OF RISK AND INSURANCE MANAGEMENT REQUEST FOR PROPOSAL RFP#

CITY OF LANCASTER RFP NO LANCASTER PERFORMING ARTS CENTER TICKETING SOFTWARE SUBMISSION DEADLINE. July 24, 2015 BY 11:00 A.M.

Village of Nakusp RFQ Source Protection Plan


CHAPTER 11 APPEALS AND DISPUTES

Department of Purchasing & Contract Compliance

Request for Proposals

SPECIALIZED SEATING AND WINDOW EQUIPMENT FOR MODIFICATION OF PRISONER TRANSPORTATION VANS

Office of Purchasing/Contracting*324 W. Evans Street*Florence, South Carolina 29501

REQUEST FOR PROPOSALS

REQUEST FOR QUOTE NUMBER: 10RD75957YB WILL BE RECEIVED UNTIL 11/5/2010 at 2:00 p.m.

Request for Proposal for Financial Advisor City of Milwaukee, Wisconsin Water Works

QUOTE OPENING MEETING: Sealed Quotes will be opened at 9:00 a.m (eastern standard time) on Wednesday, May 1, 2013 at the County of Muskegon.

REQUEST FOR QUOTATION (RFQ# INN-ICT-002) New Firewall for Innovacorp Nova Scotia Innovation Corporation (Innovacorp)

REQUEST FOR QUOTE NUMBER: 09RD65575YB WILL BE RECEIVED UNTIL 1/21/2009

a. Proposals shall be submitted in a sealed envelope and addressed as follows:

GALVESTON COUNTY HEALTH DISTRICT. Request For Proposal Health Insurance Broker Services RFP

COUNTY OF DUTCHESS OFFICE OF CENTRAL AND INFORMATION SERVICES DIVISION OF CENTRAL SERVICES 27 HIGH STREET POUGHKEEPSIE, NEW YORK (845)

SECURITIES LENDING AUTHORIZATION

CITY OF LAREDO PURCHASING DIVISION TERMS AND CONDITIONS OF INVITATIONS FOR BIDS

REQUEST FOR PROPOSALS

CITY OF LEMOORE REQUEST FOR PROPOSALS FOR CREDIT CARD PROCESSING SERVICE. City of Lemoore Finance Department 119 Fox St Lemoore, CA 93245

CITY OF RICHMOND DEPARTMENT OF PROCUREMENT SERVICES RICHMOND, VIRGINIA (804) June 17, 2015

Agent Agreement WITNESSETH

Recitals. NOW, THEREFORE, the parties hereto agree as follows: Agreement

PROPOSAL COVER SHEET

PROCUREMENT STANDARD OPERATING PROCEDURES (SOP)

TABLE OF CONTENTS. Prefacej... 1

DUE DATE: August 23, :00 p.m.

Department of Purchasing & Contract Compliance

INSTRUCTIONS TO BIDDERS

Department of Purchasing & Contract Compliance

City of New Rochelle New York. REQUEST FOR PROPOSAL Specification No. 5044

UTAH COUNTY REQUEST FOR PROPOSALS FOR A PROVIDER OF SUBSTANCE ABUSE CASE MANAGEMENT SERVICES FOR THE UTAH COUNTY JUSTICE COURT

Canterbury Park Pool Chamber Replacement

REQUEST FOR PROPOSALS

AGREEMENT BETWEEN COUNTY AND CONTRACTOR FOR GOODS AND SERVICES. THIS AGREEMENT, effective this 20th day of April in the year, 2015, between:

Price quotes must be received no later than October 16, 2015 at 3:00 p.m. at the above address.

TRUSTEES OF THE GOVERNOR WILLIAM STOUGHTON TRUST REQUEST FOR QUOTES FOR THE PROCUREMENT OF APPRAISAL SERVICES

Description: Publication Date: 9/21/2015. Closing Date/Time: Open Until Contracted

Carmel Unified School District. Prequalification Application For Bleacher and Pressbox Replacement Project at Carmel High School

TOHO WATER AUTHORITY REQUEST FOR QUALIFICATIONS RFQ RATE CONSULTING SERVICES

COLONIAL HEIGHTS PUBLIC SCHOOLS REQUEST FOR PROPOSAL (RFP) FOR MEDICAL AND MEDI-GAP INSURANCE RFP# HR FEBRUARY 19, 2013

a. Proposals shall be submitted in a sealed envelope and addressed as follows:

REQUEST FOR QUOTES: Marketing Agency of Record

International Peace Support Training Centre Westwood Park P O Box Karen, Kenya

OSWEGO COUNTY PURCHASING DEPARTMENT

Western Virginia Water Authority. Roanoke, Virginia

Request for Quote. Inland Lakes School Indian River, Michigan. For. Phone System BID PACKAGE

Mandatory Addendum to the Owner/Architect Contract For Projects Funded in Whole or in Part with State Capital Outlay Funds

Consultants Services, Lump-Sum Remuneration

Retaining Wall Replacement at the Currituck County Veterans Memorial Park

REQUEST FOR PROPOSAL. Insurance Broker Services. Property Liability Casualty Fleet Workers Compensation

AGREEMENT BETWEEN THE UNIVERSITY OF TEXAS HEALTH SCIENCE CENTER AT SAN ANTONIO and PROJECT ARCHITECT for A PROJECT OF LIMITED SIZE OR SCOPE

Park Hill School District reserves the right to reject any or all proposals and to waive informalities or irregularities in any proposal.

REQUEST FOR EXPRESSIONS OF INTEREST 4887 EOI NETWORK BACKUP/ ARCHIVING

STAMFORD PUBLIC SCHOOLS PURCHASING DEPARTMENT P.O. BOX 9310 STAMFORD, CT (203) E-RATE CONSULTING SERVICES FOR STAMFORD PUBLIC SCHOOLS

CITY OF BONITA SPRINGS, FLORIDA RFP #

N.I.C.E. COMMUNITY SCHOOL DISTRICT PRELIMINARY ARCHITECTURAL SERVICES REQUEST FOR PROPOSALS ("RFP")

Request for Proposal. Internet Access. Satilla Regional Libraries. Erate Funding Year July 1, 2014 through June 30, 2015

CITY OF RICHMOND DEPARTMENT OF PROCUREMENT SERVICES RICHMOND, VIRGINIA (804) Date: May 17, 2015

Request for Proposal. Uintah High School Yearbook Publishing & Printing Services. Uintah School District 635 West 200 South Vernal Utah, 84078

Department of Purchasing & Contract Compliance

City of Bellevue Request for Proposal RFP #15091 Locate Ticket Management Software

The CITY OF BAYONNE is soliciting responses/proposals to the City s RFQ/RFP for the provision of the following professional services:

HURRICANE PROTECTION AND SEVERE WEATHER PLAN INFORMAL REQUEST FOR PROPOSALS FOR NEW HANOVER COUNTY EMERGENCY MANAGEMENT

REQUEST FOR QUOTES FOR. On-Call Plumbing Contractor

BUILDING AND CONSTRUCTION AUTHORITY SINGAPORE CONDITIONS OF TENDER

STATE OF MAINE DEPARTMENT OF EDUCATION RFP # PAYROLL SERVICES FOR TEMPORARY RESOURCES

TABLE OF CONTENTS. Purchasing and Contracts Division Purchasing Policies and Procedures The Competitive Process... 2

REQUEST FOR PROPOSAL OF EMERGENCY MEDICAL TRANSPORTATION BILLING SERVICES. Union County Emergency Medical Services

C. La Plata County is exempt from all state taxation including state sales and use tax.

OAKLAND USD RFP /09) ATTOR RNEY ENSATION WORKERS' COMP

The CITY OF BAYONNE is soliciting bids for the provision of the following professional services:

TOWN OF LINCOLN INVITATION TO BID EMERGENCY PLANNING, DISASTER RECOVERY AND HAZARD MITIGATION GRANT PROGRAM SERVICES RFP #

Borough of Jamesburg

Department of Purchasing & Contract Compliance

Request for Qualifications (RFQ) Number PUBLIC WORKS CONTINUING CONSTRUCTION AND ENGINEERING INSPECTION AND PROJECT MANAGEMENT SERVICES

Insurance Producer Agreement

Request for Quotation for Commercial Truck with Lift Gate

Detroit Land Bank Authority. Request for Qualifications: As Needed Legal Services

How to Do Business With Us ST. LOUIS COUNTY GOVERNMENT DIVISION OF PROCUREMENT AND ADMINISTRATIVE SERVICES

Attachment A: Terms and Conditions RFx Bid Opening: 07/06/2016

Center Unified School District

West Virginia Public Employees Insurance Agency (PEIA) Request for Proposals For IRC Section 125 Mountaineer Flexible Benefits Plan

REQUEST FOR PROPOSALS FOR LANDSCAPE ARCHITECTURAL SERVICES TOWN OF AVON, CONNECTICUT

REQUEST FOR PROPOSALS

Transcription:

WEST VIRGINIA STATE TREASURER S OFFICE REQUEST FOR QUOTATIONS NO. BTI160000002 for WEST VIRGINIA BOARD OF TREASURY INVESTMENTS INTEREST BEARING DEPOSIT ACCOUNT SCHEDULE OF EVENTS Event: Date: Time: RFQ Release Date: May 16, 2016 Deadline for Vendor Questions: May 31, 2016 10:00 a.m. ET Release of Addendum: June 7, 2016 (STO Response to Vendor Questions) Bid Opening Date and Time: June 21, 2016 1:00 p.m. ET Any bid not received by the date and time specified in the RFQ will be disqualified. A copy of the RFQ (including all attachments) and all addenda to the RFQ will be placed on the West Virginia Board of Treasury Investments website http://www.wvbti.org/information/rfps and the West Virginia State Treasurer s Office website http://www.wvsto.com/rfp-rfq. Addenda may also be emailed to any Vendor to whom the STO has sent a copy of the RFQ. It is the Vendor s responsibility to check the site to make sure to respond to any addenda. CONTACT PERSON: For purposes of this RFQ, all inquiries and submissions must be sent to: Wilma Harrison, Purchasing Agent West Virginia State Treasurer s Office Building 1, Room E-145 1900 Kanawha Boulevard, East Charleston, WV 25305 E mail: wvbtipurchasing@wvbti.org Telephone: (304) 341.0745 FAX: (304) 341.7094 The Purchasing Agent is the sole contact in West Virginia State Government after release of the RFQ, unless otherwise specified by STO Legal Counsel. Vendors shall not make direct or 1

indirect contact with personnel of the BTI or STO during the course of the procurement process (from RFQ release until award of contract/purchase order) to discuss or request information about any aspect of the procurement including the RFQ. Violation of this clause will result in proposal/bid disqualification. I. GENERAL INFORMATION 1.1 RFQ Objective The West Virginia State Treasurer s Office (STO or Treasurer) has issued this Request for Quotations (RFQ) to seek quotations from financial institutions to provide an interest bearing deposit account to the West Virginia Board of Treasury Investments (BTI) for the deposit of approximately $18.7 million in accordance with the specifications, terms and conditions of the RFQ. This procurement is exempt from the requirements of the West Virginia Purchasing Division pursuant to W.Va. Code 12-3A-3 and 12-6C-7. This Request for Quotations ( RFQ ) provides information on the Services, establishes the specifications and the requirements for submitting proposals, and provides information on the evaluation process. Entities offering to provide or being solicited to provide the Services contemplated in this RFQ will be referred to as Vendor, Bidder or Financial Institution. 1.2 Term The initial term will be for one (1) year with the option of renewing upon the mutual written agreement of the parties for up to four (4) additional one (1) year periods, or until such time as the Chairman awards a purchase order pursuant to an RFQ. 1.3 RFQ Contents The RFQ provides information on the Services, the current operating environment, specifications for the Services, Vendor instructions, general terms and conditions, special terms and conditions, evaluation and Vendor protests. Specifically, the RFQ contains the following parts and attachments: Attachment 1: WVSTO RFQ INFORMATION (Vendor Instructions, Evaluation and Protests) Attachment 2: WVSTO RFP/RFQ GENERAL TERMS & CONDITIONS Attachment 3: WVSTO RFQ SPECIAL TERMS AND CONDITIONS Attachment 4: WVSTO TECHNICAL BID FORM Attachment 5: WVSTO RFQ COST PROPOSAL FORM Attachment 6: WVSTO WV-96 (Agreement Addendum) Attachment 7: PURCHASING AFFIDAVIT Attachment 8: STO COLLATERAL POLICY AND PROCEDURES Attachment 9: W.VA. CODE 12-1-1 ET SEQ. STATE DEPOSITORIES Attachment 10: WV BTI INVESTMENT POLICY (for the Reserve Pool) 2

1.4 Contact Person All inquiries and submissions must be sent to: Wilma Harrison, Purchasing Agent West Virginia State Treasurer s Office Building 1, Room E-145 1900 Kanawha Boulevard, East Charleston, WV 25305 E mail: wvbtipurchasing@wvbti.org Telephone: (304) 341.0745 FAX: (304) 341.7093 The Purchasing Agent is the sole contact in West Virginia State Government after the release of the RFQ, unless otherwise specified by STO Legal Counsel. Vendors shall not make direct or indirect contact with personnel or consultants of the BTI during the course of the procurement process (from RFQ release until award of contract/purchase order) to discuss or request information about any aspect of the procurement, except as authorized in the RFQ. Violation of this clause will result in proposal/bid disqualification. 1.5 OVERVIEW The West Virginia Board of Treasury Investments ("BTI") is seeking quotes from financial institutions interested in providing an interest bearing account to the BTI for the deposit of approximately $18.7 million in an account entitled Reserve Pool (See Attachment 10 for Investment Policy). The purpose of these funds is to provide support for the net asset value of the West Virginia Money Market Pool ( MMP ) and West Virginia Government Money Market Pool ( GMMP ) in the event these pools were to experience declines in market value sufficient to reduce the per share net asset value below 0.9985. The BTI monitors the net asset values of both the MMP and GMMP on a daily basis. Since creation of the Reserve Pool in November 2008, the MMP and GMMP have never experienced a decline requiring use of the Reserve Pool Funds. The Reserve Pool is currently maintained in an interest bearing demand deposit account at 30 basis points. There are no regular deposits or withdrawals to this account. The last deposit occurred in March 2014 and the last withdrawal occurred in July 2015. These transactions were one time occurrences due to unexpected securities lending settlement and distribution. Deposits and withdrawals to the Reserve Pool are not expected in the foreseeable future. II. VENDOR INSTRUCTIONS 2.1 Basic Information Basic information and requirements pertaining to submitting bids, evaluation and protests are contained in the attachment entitled RFQ INFORMATION. Information specific to the RFQ is contained in this Section II. 2.2 Submission Date and Time Bids shall be submitted no later than the date and time specified in the RFQ. Any bid not received by the Bid Opening Date and Time specified in the RFQ will be disqualified. 3

2.3 Proposal Submission Format The outside of the bid package should be clearly marked as follows: Purchasing Agent: Wilma Harrison RFQ: BTI 160000002 Bid Opening: June 21, 2016 1:00 PM ET 2.4 Proposal Delivery Responsibility Vendor is solely responsible for getting its bid delivered in a readable format by the Bid Opening Date and Time. 2.5 Contract Terms and Conditions: 2.5.1 Special Terms: Part 3 of this RFQ details the mandatory requirements that must be met in order for the STO to award a contact under this RFQ. All mandatory requirements must be included in the final contract. Attachment 3, WVSTO RFQ Special Terms & Conditions, lists any special terms and conditions applicable to this RFQ. These terms, if any, are in addition to the terms included on the Mandatory Forms required by the State of West Virginia and/or the STO 2.5.2 Mandatory Forms: The final agreement between the parties must include the provisions of the Mandatory Forms required by the State of West Virginia and/or the STO, namely the General Terms & Conditions, the Agreement Addendum (WV-96), and the Purchasing Affidavit. 2.5.3 Additional Terms: The above-noted forms used by the STO include general contract terms and conditions and are not specific to any particular industry. The STO will consider and negotiate any additional terms and conditions that the Vendor wishes to propose, including those generally used in the industry, provided that such terms are not contrary to any of the Mandatory Forms noted above or to State law. Any proposed terms, including any special account agreements, authorizations, etc., must be submitted with the Bid. The STO will not consider any additional terms that are tendered by the Vendor after an award of the contract. III. TECHNICAL CRITERIA & SPECIFCATIONS 3. 1 MANDATORY REQUIREMENTS Services offered must comply with mandatory specifications. Specifications using the words "shall," "must," "requires" and "will" are mandatory. Only proposals meeting mandatory requirements will be evaluated. Mandatory requirements must be included in the resulting contract. The mandatory specifications requested in this RFQ require a complete response from the Vendor. A simple "yes" or "no" response to the specifications in this Section is not adequate. Vendor must state whether it will provide the Services required and provide any additional information requested. 4

Bids from Vendors failing to meet all mandatory requirements will be disqualified. Decisions regarding compliance with the intent of any mandatory requirement shall be at the sole discretion of the STO. The Vendor shall meet the following requirements and provide the Services described: 3.2 Organizational Requirements 3.2.1. Vendor must be properly registered to do business in and with the State of West Virginia. 3.2.2. Vendor must be properly registered with the West Virginia Purchasing Division as a vendor (if fees are charged). 3.2.3 Vendor must be a financial institution that is designated or will become an approved State depository prior to the Contract award as provided by W.Va. Code 12-1-3. 3.2.4 Vendor must hold and maintain professional liability, errors and omissions and general liability insurance policies in an amount not less than One Million Dollars ($1,000,000). Such coverage shall remain in effect during the entire term of this contract/purchase order unless otherwise advised in writing by the STO Purchasing Agent. Vendor must provide a copy of its insurance certificates to the STO prior to the execution of any subsequent contract/purchase order. 3.3 Scope of Services 3.3.1 Vendor must provide an interest bearing account to the BTI for the deposit of approximately $18.7 million in an account entitled Reserve Pool. 3.3.2 Vendor must collateralize account balances in excess of FDIC insurance limits in accordance with the STO s Collateral Policy and Procedures (See Attachment 8). 3.3.3 Vendor must provide monthly statements in electronic form that list, at a minimum, beginning balance, activity during the month, and ending balance. Although not mandatory, the BTI would desire to have the ability to have online access for reporting of account balances and activity. 3.3.4 Vendor must deposit earnings in the account on a periodic basis, no less than once per year. 3.3.5 Vendor must invoice the BTI monthly, in arrears, for service charges, if any. 3.3.6 Vendor must provide the BTI the ability to deposit or withdrawal funds on an as needed basis (although no deposits or withdrawals are planned in the foreseeable future). 5

IV. QUOTATION FORMAT & EVALUATION 4.1 Vendor s Quotation Format: The quotation must be no more than twenty-five (25) pages. Responses should follow and correspond to the numeric format provided in this Request for Quotations. Quotations may be submitted in CD-ROM format. 4.2 Order of Quotation: The quotation shall be assembled in the following order: Section I - Technical Proposal: The Technical Proposal must include the Technical Proposal Form (Attachment 4) as a cover sheet. The Technical Proposal section shall describe the bidder s approach and plans for accomplishing the work outlined in Part 3. The plans and approaches should be described in sufficient detail to permit the STO to determine if the Vendor meets all of the mandatory requirements with a minimum of possible misinterpretations. Furthermore, the bidder should demonstrate and describe the effort, skills and understanding of the project necessary to satisfactorily complete the assigned task. Section II - Miscellaneous Section: This section shall include any additional terms and conditions proposed by the Vendor; any standard contracts, forms or agreements; and any other information or material requested by the STO or that the Vendor deems relevant to the evaluation of the Proposal. Marketing information should not be included in any materials submitted with the Proposal Section III Cost Proposal: This section shall include the Cost Proposal Form, Attachment 5. The Cost Proposal Form must be signed by a person authorized to bind the Vendor. 4.3 Cost Proposal Form: All earnings, fees, charges and costs associated with providing the Services, including any recurring costs, must be stated on the Cost Proposal Form, included as Attachment 5 to the RFQ. All earnings, fees, charges and costs quoted must be firm for the initial term of the Agreement. If the Vendor proposes Services not listed on the Cost Proposal Form, include such Services in on the lines marked Other Fees and describe the Services in detail. The successful Vendor will be compensated in arrears in the amount the Vendor proposes on the Cost Proposal Form (after acceptance of the Services, etc.). NOTE: Nothing in the RFQ may be construed to limit the STO from negotiating for a change in the Services or fees during the term of the purchase order issued pursuant to the RFQ. 4.4 Submission Deadline: All proposals must be submitted prior to the date and time stated the Schedule of Events, as the opening date. All bids will be date and time stamped to verify the official time and date of receipt. Vendors mailing proposals should allow sufficient time for mail delivery to ensure timely arrival. The STO cannot waive or excuse late receipt of a bid which is delayed and late for any reason. Any quotation received after the scheduled bid opening date and time will be immediately disqualified in accordance with State law. The STO is not responsible for the delivery of 6

quotations, regardless of the delivery method. Vendor is responsible for getting its original quotation and the courtesy copies delivered by the date and time required. 4.5 Proposal Evaluation: The basic information pertaining to evaluations is contained in the attachment entitled WVSTO Request for Quotations Information (Attachment 1). Vendors must meet all of the Mandatory Requirements of this RFQ in order to become a qualified Vendor. The Evaluation Committee of the STO will review each Proposal and determine which Vendors have met all Mandatory Requirements. The Evaluation Committee will then review the Cost Proposals to determine the highest Net Annual Earnings. The RFQ award will be based on the highest Net Annual Earnings that meets all mandatory specifications and is in the best interests of the BTI. 4.6 Reservation of Rights: Nothing in the RFQ may be construed to limit the STO from negotiating for a change in the Services or fees during the term of the contract and purchase order issued pursuant to the RFQ. 4.7 Purchase Order/Contract: In the event an award is made pursuant to the RFQ, the Purchasing Agent will issue a Notice of Intent to Award. Once the protest period has expired, the STO and the Vendor will begin negotiations of a formal agreement. Generally, in a RFQ process (highest Net Annual Earnings meeting specifications), negotiations are not required and Vendor proposal language should not be conditioned to assume that any negotiations will take place. The STO will issue a purchase order that contains the agreement signed by the parties and attachments thereto, the RFQ and the Vendor s proposal. The purchase order constitutes the contract to which the parties are bound. A signed contract or agreement is not binding on the STO until the STO issues a purchase order and puts the purchase order and contract in the United States Mail or sends the purchase order and contract to the Vendor via e-mail or fax. General contractual provisions are included in Attachment 2, entitled WVSTO RFP/RFQ General Terms & Conditions. Amendments to the General Terms & Conditions and additional terms and conditions, if any, are included in the attachment entitled WVSTO RFQ Special Terms & Conditions, Attachment 3. West Virginia State Treasurer s Office Room E-145, State Capitol Complex 1900 Kanawha Boulevard, East Charleston, West Virginia 25305 7