OFFICE OF THE STATE TREASURER STATE OF WASHINGTON - Washington State ...

Page created by Holly Jordan
 
CONTINUE READING
OFFICE OF THE STATE TREASURER STATE OF WASHINGTON - Washington State ...
OFFICE OF THE STATE TREASURER
     STATE OF WASHINGTON

               REQUEST FOR PROPOSALS
                           FOR
           MUNICIPAL ADVISORY SERVICES
           RELATING TO DEBT MANAGEMENT

                    SEPTEMBER 8, 2021

LETTER OF INTENT DUE BY:   5:00 p.m. Pacific Time, September 20, 2021

PROPOSALS DUE BY:          5:00 p.m. Pacific Time, October 22, 2021

CONTACT:                   Jen Merchant, RFP Coordinator
                           Office of the State Treasurer
                           (360) 902-8944

SUBMISSIONS:               By email only to Contracts@tre.wa.gov
IDENTIFICATION OF VENDOR’S PROPRIETARY INFORMATION

Offerors are advised that the Office of the State Treasurer is a Washington State Public Agency
and is thus subject to public records requests. There are permissible exemptions from public
disclosure pursuant to chapter 42.56 Revised Code of Washington (RCW) but they are limited,
narrow in scope and strictly construed. Offerors wishing to claim portions of their response as
confidential and exempt from public disclosure are advised to carefully read sections 5.5.1 and
5.6 of this RFP for more detail.
DMT 2021-02 – Municipal Advisory Services                                                                                                September 8, 2021

                                                            TABLE OF CONTENTS
            GENERAL .................................................................................................................................... 4
            INTRODUCTION ................................................................................................................................. 4
            BACKGROUND ................................................................................................................................... 4

             STATEMENT OF WORK .............................................................................................................. 5
            SERVICES TO BE PROVIDED ............................................................................................................... 5
            CONTRACTUAL MANAGEMENT......................................................................................................... 8

              MANDATORY MINIMUM QUALIFICATIONS .............................................................................. 8
            MANDATORY MINIMUM QUALIFICATIONS ...................................................................................... 8
            INSURANCE........................................................................................................................................ 9

             GENERAL INFORMATION ......................................................................................................... 9
            DEFINITIONS ...................................................................................................................................... 9
            COMPENSATION AND PAYMENT .................................................................................................... 10
            EXPECTED TIME PERIOD OF THE CONTRACT ................................................................................... 10

             INSTRUCTIONS FOR COMPLETING AND SUBMITTING PROPOSALS .......................................... 11
            OST CONTACT .................................................................................................................................. 11
            INTENT TO RESPOND AND QUESTIONS ........................................................................................... 11
            SCHEDULE OF PROCUREMENT ACTIVITIES ...................................................................................... 12
            PROCUREMENT MODIFICATION ..................................................................................................... 12
            PROCUREMENT INSTRUCTIONS ...................................................................................................... 12
            PROPRIETARY INFORMATION ......................................................................................................... 18
            RECORDS RETENTION ...................................................................................................................... 19
            PREPARATION AND TRAVEL COSTS ................................................................................................. 19
            RESPONSE EVALUATION .................................................................................................................. 19
            ADDENDA TO THE RFP .................................................................................................................... 20
            SUBMISSION LIMIT .......................................................................................................................... 21

              OST RIGHTS............................................................................................................................ 21
            INFORMATION CLARIFICATION/REJECTIONS .................................................................................. 21
            CONTRACT AWARD ......................................................................................................................... 21
            WAIVERS.......................................................................................................................................... 21

              MISCELLANEOUS TERMS AND CONDITIONS .......................................................................... 22
            SUCCESSFUL OFFEROR NOTIFICATION ............................................................................................ 22
            RIGHT TO PROTEST, DETERMINATION OF TIMELINESS, AND PROTEST PROCEDURES ................... 22
            DEBRIEFING OF UNSUCCESSFUL OFFERORS.................................................................................... 22
            STAY OF CONTRACT EXECUTION DURING PROTESTS ...................................................................... 22
            MINORITY & WOMEN-OWNED BUSINESS PARTICIPATION............................................................. 22
            GENERAL CONTRACT TERMS AND CONDITIONS ............................................................................. 23
            INDEMNIFICATION .......................................................................................................................... 23

                                                                              3
DMT 2021-02 – Municipal Advisory Services                                        September 8, 2021

                                                    GENERAL

        INTRODUCTION

        The state of Washington (State) acting through the Office of the State Treasurer (OST),
        seeks Proposals from qualified firms to serve as municipal advisor(s) to the State in
        connection with the management of the State’s debt and other financial obligations.
        Advisory services may include transaction-specific, ongoing, and special project advisory
        services.

        BACKGROUND

        Pursuant to the Debt Issuance Policy of the Washington State Finance Committee, OST is
        conducting this procurement to select firm(s) offering municipal advisory services.

        OST is responsible for providing for the issuance of State debt and other financial
        obligations at the lowest possible cost and risk and determining the available debt
        capacity of the state of Washington. All State debt is authorized by the Washington State
        Legislature (Legislature) and approved by the State Finance Committee under the
        authority granted by the Legislature.

        In recent years, the State has issued four forms of general obligation debt: (1) various
        purpose general obligation bonds (VPGO bonds) backed by the full faith, credit and taxing
        power of the State, (2) motor vehicle fuel tax general obligation bonds (MVFT GO) first
        payable from the proceeds of State excise taxes on motor vehicle fuels, (3) motor vehicle
        fuel tax and vehicle related fee general obligation bonds (MVFT/VRF GO) first payable
        from the proceeds of State excise taxes on motor vehicle fuels and vehicle related fees,
        and (4) Motor Vehicle Fuel Tax General Obligation Bonds (Triple Pledge Bonds – SR 520
        Revenue (Triple Pledge Bonds) which are first payable from SR 520 toll revenues. In
        addition, the State has issued GARVEE Bonds payable from pledged federal aid, and a
        TIFIA bond payable from SR 520 toll revenues.

        The State has also issued lease revenue bonds in the form of Certificates of Participation
        (COPs) to finance the acquisition of equipment and real estate (the Lease Purchase
        Program), and 63-20 Lease Revenue Bonds to finance the construction of buildings. Local
        government financings which meet certain criteria are often pooled with the Lease
        Purchase Program, through a program referred to as the Local Option Capital Asset
        Lending (LOCAL) Program.

        The State’s current GO ratings are “AA+/Aaa/AA+” from Fitch/Moody’s/S&P. All currently
        have a stable outlook. The GARVEE Bonds are rated “A2/AA” with a stable outlook by
        Moody’s and S&P. The COPs and 63-20 Bonds are currently rated “Aa1” with a stable
        outlook by Moody’s.

                                                4
DMT 2021-02 – Municipal Advisory Services                                           September 8, 2021

        The State expects to issue bonds two or more times per year, and COPs at least three
        times per year. Issuance size will be determined in accordance with State agency capital
        project plans and construction schedules. Bonds and COPs are generally sold on a
        competitive basis, although negotiated sales may be considered.

                                            STATEMENT OF WORK

        SERVICES TO BE PROVIDED

        Firms may be asked to provide some or all of the services described in this section (Section
        II: Statement of Work). Specific responsibilities for each firm selected will be identified
        when and as needed by OST staff. Roles may include services as Lead Municipal Advisor
        or Co-Municipal Advisor on a transaction, providing ongoing, non-transactional support
        for various programs, performing as-needed analyses, and providing other municipal
        advisory services, as requested.

        Firms are not required to be able to perform all services listed in this RFP. Instead, each
        firm will be evaluated on the quality of the services it does provide in addition to other
        RFP criteria specified in Section V. At the discretion of the Deputy State Treasurer for Debt
        Management, services may be assigned or reassigned among firms based on the needs of
        the State.

        2.1.1. GENERAL SERVICES

        A. Provide advice and analysis on a wide range of debt management issues including
           debt structuring, capacity analysis, issuance, asset/liability management, the use of
           variable rate debt and other financial products, revenue-backed debt structures,
           various forms of public-private partnerships, and other debt management-related
           topics.

        B. Provide advice and analysis on financial market conditions, market trends, financial
           products, couponing, call date and other structuring considerations, and investor
           preferences.

        C. Provide advice on the presentation of financial information to underwriters, rating
           agencies, credit analysts, prospective investors, and other municipal market
           participants.

        D. Assist in the preparation and evaluation of RFPs for other financial services such as
           underwriting, paying agent and escrow agent, verification agent, printing, credit
           enhancement, and liquidity facilities. Arrange for State and Local Government
           Securities or Treasury Securities purchases, as requested.

                                                 5
DMT 2021-02 – Municipal Advisory Services                                           September 8, 2021

        E. Provide training to OST staff on a variety of financial topics, including training on bond
           sizing and structuring software, such as DBC Finance, and assist OST in providing
           financial training for other state agencies and local governments.

        F. Provide advice on statutory and regulatory matters such as changes proposed and/or
           implemented by Congress, the U.S. Treasury, the IRS, and other regulatory agencies.

        G. Provide other services or analyses, as requested.

        2.1.2. BOND PROGRAM SERVICES

        A. Provide advice on all aspects of structuring bond financings, including the use of serial
           and term bonds, redemption provisions, couponing, maturity schedules, bid
           parameters, type of sale, and other financing terms.

        B. Assist in the preparation of the preliminary and final official statements and other
           offering documents.

        C. Assist the State with the verification and evaluation of competitive bids. Provide
           assistance with the closing. Prepare post-sale analysis, including spread analysis and
           comparisons with similar transactions.

        D. Regularly monitor the State’s debt portfolio for refunding opportunities.

        E. Review proposed State Finance Committee resolutions and attend State Finance
           Committee meetings, as requested.

        F. Provide guidance on post-issuance compliance.

        G. Assist in the development of financial models for transportation projects. Update and
           revise the models as required. Perform scenario analysis to assess risk and to evaluate
           alternative financing strategies.

        H. Assist the State with applications, if any, for loans, guarantees, or credit under a
           Federal program, such as the Transportation Infrastructure Finance and Innovation
           Act (TIFIA) program.

        I. Provide other services or analyses, as requested.

        2.1.3. LEASE PURCHASE PROGRAM/FINANCING CONTRACTS SERVICES

        A. Provide advice on all aspects of structuring lease financings, including specific
           covenants, financing structures, bid parameters, type of sale, and other financing
           terms.

        B. Assist in the evaluation of local governments seeking to participate in the LOCAL

                                                 6
DMT 2021-02 – Municipal Advisory Services                                        September 8, 2021

            Program.

        C. Participate in the review and revision of underlying financial and legal documents for
           lease/purchase or other financing contracts.

        D. Assist in the preparation of the preliminary and final official statements and other
           offering documents.

        E. Estimate payment schedules and borrowing costs for proposed transactions and
           individual leases.

        F. Review proposed State Finance Committee resolutions and attend State Finance
           Committee meetings, as requested.

        G. Assist the State with the verification and evaluation of competitive bids. Provide
           assistance with the closing.

        H. Prepare post-sale analysis, including spread analysis and comparisons with similar
           transactions. When available, communicate information regarding the distribution of
           financing contracts to investors.

        I. Provide guidance on post-issuance compliance.

        J. Regularly monitor outstanding financing contracts for refunding opportunities.

        K. Assist in the review and analysis of state and federal legislation pertaining to the
           State’s financing programs.

        L. Assist with lease prepayments and defeasances, as requested.

        M. Provide other services or analyses, as requested.

        2.1.4. OTHER SERVICES

        On an as-needed basis, OST may select Firms to provide assistance with a wide variety of
        projects and analyses. Such assignments may include, but are not limited to the following:

        A. Transportation Projects and Financings, including work with toll backed debt as well
           as TIFIA and GARVEE issuances.

        B. 63-20 Financings and other P3 projects.

        C. Analyses and structuring of revenue bond financings.

        D. Analyses and development of revolving fund programs.

                                                7
DMT 2021-02 – Municipal Advisory Services                                         September 8, 2021

        E. Tax increment financing analyses.

        CONTRACTUAL MANAGEMENT

        The Deputy State Treasurer for Debt Management will be designated as the OST Contract
        Manager. The Contract Manager will be responsible for:

        A. Clarifying with the Contractor(s) the expectations of the State and how the State
           envisions the relationship working on a day-to-day basis.

        B. Providing overall direction and planning.

        C. Monitoring Contractor progress against contractual commitments and approving
           payment.

        D. Designating specific OST staff as day-to-day liaison with Contractor(s).

        E. Receiving and acceptance of reports from Contractor(s).

                               MANDATORY MINIMUM QUALIFICATIONS

        MANDATORY MINIMUM QUALIFICATIONS

        As of the RFP proposal due date, firms must meet the minimum requirements outlined
        below in order to be considered for Contract award, and must continue to meet the
        requirements during the entire contract period:

        A. The Offeror must, at the time of the Proposal, or prior to that time if required by law,
           have all required licenses and registrations necessary to perform the Work as required
           in the RFP, including registration as Municipal Advisor with the Securities and
           Exchange Commission (SEC) and the Municipal Securities Rulemaking Board (MSRB).

        B. The Offeror must have at least five (5) years’ of experience in providing municipal
           advisory services.

        C. The Offeror must have provided municipal advisory services to at least one municipal
           entity within the state of Washington on a successfully completed transaction during
           the past five (5) years.

        D. As a condition of, and at any time during the term of their appointment, firms are
           precluded from underwriting any securities issued by the State or purchasing any
           securities issued by the State from the date on which such securities are priced until
           the transaction has closed, or as further restricted by regulatory agencies, including
           the MSRB and the SEC.

                                                 8
DMT 2021-02 – Municipal Advisory Services                                        September 8, 2021

        INSURANCE

        The State reserves the right to request proof of the following types of insurance and
        minimum coverage requirements, before executing a Contract with an Offeror.

        A. Commercial general liability insurance - $2 million aggregate/$1 million per
           occurrence

        B. Professional liability/Errors and omissions insurance - $2 million aggregate/$1 million
           per occurrence

        C. Business Automobile insurance - $1 million per accident

        D. Workers Compensation - $1 million liability limit

                                            GENERAL INFORMATION

        DEFINITIONS

        A. “Agreement” or “Contract” means the Agreement for Municipal Advisory Services to
           be entered into by and between the State and the Successful Offeror(s) in
           substantially the same form as Exhibit B to this RFP.

        B. “Apparently Successful Offerors” or “Successful Offerors” means the Offeror(s)
           selected by OST as entities qualified to perform the anticipated services.

        C. “Business Day” means Monday through Friday, 8:00 AM to 5:00 PM, Pacific Time,
           except for holidays observed by the State.

        D. “Calendar Day(s)” means day reckoned from midnight to midnight.

        E. “Contractor” means a Municipal Advisory Services firm awarded a Contract through
           this RFP.

        F. “Offeror” or “Vendor” means any respondent or entity intending to submit or
           submitting a Response to obtain a Contract.

        G. “OST” means the State Treasurer or the Office of the State Treasurer.

        H. “Proprietary Information” means information owned by the Offeror to which the
           Offeror claims a protectable interest under law. Proprietary Information includes, but
           is not limited to, information protected by copyright, patent, trademark, or trade
           secret laws.

        I. “RCW” means the Revised Code of Washington.

                                                9
DMT 2021-02 – Municipal Advisory Services                                          September 8, 2021

        J. “Response” or “Proposal” means all information submitted in reply to this RFP,
           including any additional information requested by or provided to OST.

        K. “RFP” means this Request for Proposals, any addendum or erratum thereto, or
           Offeror’s written questions and the respective answers, and any related
           correspondence that is: (1) addressed to all Offerors, and (2) signed by the State
           Treasurer, their designee, or the RFP Coordinator.

        L. “State” means the state of Washington.

        Additional Contract definitions are provided in the Sample Agreement for Municipal
        Advisory Services, provided as Exhibit B.

        COMPENSATION AND PAYMENT

        The State anticipates that advisory work will be compensated differently based on the
        specific engagement and the nature of the services provided. The compensation for
        providing services under this RFP will be based on the fee provided in the proposal of the
        Offeror and based on the rates identified in the resulting Contract. The services detailed
        in “Section II: Statement of Work” of this RFP will be the basis for the proposed fee. Front
        loading of fees is not permitted. The fee schedule proposed by the Offeror shall be
        maintained for the full term of the Contract. All expenses related to providing services
        shall be provided in the fees. However, certain travel costs for meetings requested by OST
        separate and additional to the base services to be provided under the Contract may be
        allowed but only if requested by the Contractor and authorized by OST in advance.

        In the event OST requests additional services that are substantially outside of the Scope
        of Work described above, OST may negotiate additional fees for such additional services
        at its discretion.

        EXPECTED TIME PERIOD OF THE CONTRACT

        The State intends to select and enter into a contract with one or more Contractors to
        provide municipal advisory services. The period of any contract for services resulting from
        this RFP is scheduled to begin on or about January 14, 2022, and to run through January
        14, 2026. The contract will include a 3-year extension, or such other period as determined
        by OST and mutually agreed to by the Contractor. The total contract period, with
        extensions, shall not exceed seven (7) years, through January 14, 2029.

                                                10
DMT 2021-02 – Municipal Advisory Services                                          September 8, 2021

                       INSTRUCTIONS FOR COMPLETING AND SUBMITTING
                                  PROPOSALS

        OST CONTACT

        The RFP Coordinator is the sole point of contact for OST throughout the RFP process. All
        communications regarding this procurement must be directed to the RFP Coordinator. All
        communications with OST are to be directed in writing to Contracts@tre.wa.gov.
        Contacts not previously authorized by the RFP Coordinator with other OST staff regarding
        this procurement after issuance of this RFP may disqualify the Offeror.

            OFFICE OF THE STATE TREASURER
            ATTN: JEN MERCHANT, RFP Coordinator
            416 Sid Snyder Ave SW, Room 230
            PO Box 40200
            Olympia, WA 98501-0200

            Telephone:           (360) 902-8944

            E-Mail:              Contracts@tre.wa.gov

        INTENT TO RESPOND AND QUESTIONS

        All firms planning to submit a response to this RFP are advised to submit a Letter of
        Intent to Respond in the format of an email to Contracts@tre.wa.gov by 5:00 p.m.
        Pacific Time, September 20, 2021. Non-submittal of a Letter of Intent to Respond does
        not preclude the Vendor from submitting a Proposal or consideration of the Proposal.

        Any questions related to this RFP are to be submitted to Contracts@tre.wa.gov by 5:00
        p.m. Pacific Time, September 20, 2021. The RFP Coordinator will respond to all
        questions via email, and will also post responses on OST’s website at
        https://tre.wa.gov/about-us/doing-business/ for retrieval and review by September
        29, 2021. It is the responsibility of the Offeror to ensure that their response incorporates
        the answers to any questions, and any subsequent information provided after the
        release of this RFP.

                                                  11
DMT 2021-02 – Municipal Advisory Services                                          September 8, 2021

        SCHEDULE OF PROCUREMENT ACTIVITIES

        The following schedule of activities must be adhered to by all Offerors:

          Timetable – Municipal Advisory Services RFP
          Event                                                 Date
          RFP Released                                          September 8, 2021
          Offerors Letters of Intent and Written Questions      5:00 PT September 20, 2021
          Due
          Answers to Offerors Questions Posted on OST           5:00 PT September 29, 2021
          website
          Offeror’s Proposals Due to OST                        5:00 PT October 22, 2021
          Telephone / Video Interviews with Semi-Finalists      October 27-29, 2021
          (if necessary)
          Notify Apparently Successful Offeror                  November 12, 2021
          Finalize Contract                                     On or About December 31, 2021

        PROCUREMENT MODIFICATION

        OST reserves the right to amend the RFP, revise the RFP Schedule or issue addenda to the
        RFP at any time. OST also reserves the right to cancel or reissue the RFP in whole or in
        part, for any reason, at the sole discretion of OST at any time prior to the execution of an
        agreement. If the RFP is revised, OST will provide an addendum to all Offerors that submit
        a Letter of Intent to Respond by the deadline. In the event it becomes necessary to revise
        any part of the RFP, notification will be posted on OST’s website at
        https://tre.wa.gov/about-us/doing-business/. Offerors are advised to check the site
        regularly prior to the due dates.

        PROCUREMENT INSTRUCTIONS

        5.5.1. Submitting Responses

        Please send an electronic copy of your response to Contracts@tre.wa.gov. The
        completed electronic version of the RFP response must be submitted by 5:00 Pacific
        Time, October 22, 2021. Earlier responses are welcome. Any Response submitted after
        the deadline will not be considered. Responses must be in the form of a PDF file
        submitted to the email address shown above, with the with the subject line “State of
        WA – MA RFP Response – [name of your firm]”.

        If your Response contains information you consider confidential and proprietary, please
        mark it such and include a second electronic version with your Response labeled “Copy

                                                 12
DMT 2021-02 – Municipal Advisory Services                                            September 8, 2021

        for Reproduction” with the confidential portions redacted or omitted. Delete only
        sections of “confidential” information, not the entire page unless the entire page can be
        defended as confidential. This electronic version will be used as the basis of a response to
        any Public Records Requests made for a copy of your Response. Where sections of
        confidential information have been deleted in this electronic version, insert this
        parenthetical text: “(CONFIDENTIAL INFORMATION REMOVED)” in at least 24 point type
        and bold. Please secure this electronic version of the “Copy for Reproduction” in a manner
        that will still allow OST to copy the protected electronic file onto its servers, but will not
        allow editing of the information, nor allow access to redacted materials or information.
        In addition to the “copy for reproduction,” please identify those portions that are claimed
        as confidential in a response transmittal letter pursuant to Section 5.6. Those Responses
        not marked “Confidential” are subject to full disclosure under the state Public Records
        laws, as will be any Responses marked “Confidential” in their entirety.

        OST reserves the right to retain all Responses and accompanying documentation
        submitted and to use any ideas contained in Responses regardless of whether an Offeror
        is selected. Responses retained shall become the property of OST and will not be
        returned. Submission of a Response constitutes acceptance of all conditions contained in
        this RFP, unless clearly and specifically noted in the Response submitted and confirmed
        and expressly accepted in the subsequent agreement between the firm and OST.

        5.5.2. Information and Format Requirements

        By submitting a Proposal in response to this RFP, the Offeror acknowledges that it has
        read and fully understands this RFP, and that the Offeror has asked questions and
        received satisfactory answers from OST regarding any provisions of this RFP with regard
        to which the Offeror desired clarification. After submission, Offerors will not be allowed
        to amend the information submitted unless specifically asked to by OST staff.

        All of the elements set forth in this section must be included in a Proposal, and addressed
        thoroughly and completely by the Offeror before OST will accept a Response to this RFP.

        Please be succinct in your response, which must be limited to no more than fifteen (15)
        pages (excluding a single cover page, a cover letter, table of contents, and up to fifteen
        (15) pages as appendices), 8½ x 11-inch page size and single spaced, with font sizes no
        smaller than size 11, and margins at least at 0.75 inches. In total, the length of the
        submittal is limited to no more than 33 pages, excluding proposed changes to Exhibit B,
        if any. When applicable, please restate the question number and the subject before the
        response to each question.

                                                 13
DMT 2021-02 – Municipal Advisory Services                                            September 8, 2021

        Proposals shall include the following information by section:

        1. COVER LETTER – Provide a cover letter, signed and dated by an individual legally
           authorized to bind the Offeror. Indicate that the signer is authorized to commit the
           Offeror to the terms presented and include the title or position the signatory holds.
           The letter must also include:

               A statement that all terms and prices included in the Proposal are guaranteed for
                180 days from the Proposal due date.

               A statement confirming the Offeror meets the requirements described in Section
                III – Mandatory Minimum Qualifications.

               Name, mailing address, telephone number, and email address of the primary
                contact(s).

        2. TABLE OF CONTENTS - Include a table of contents showing the Proposal content and
           sequence. All pages should be numbered, and each section must reference the
           corresponding part listed in this section.

        3. GENERAL INFORMATION - Provide written answers to the following questions,
           reproducing the questions with each answer:

            A. Firm Background

                1)   Provide a brief description of your firm, including background, location,
                     experience, as well as other relevant factors. Describe any recent significant
                     developments in your organization and discuss any anticipated near-term
                     changes.

                2)   Provide the following business information about your firm:

                     a)     Name, title, location and telephone number(s) of principal officer(s).
                     b)     Legal status of organization (e.g. sole proprietorship, partnership,
                            corporation, etc.).
                     c)     Federal employer identification number.
                     d)     Washington State Department or Revenue Registration Number (UBI
                            number), if applicable.
                     e)     Minority and/or women business enterprise (MWBE) certification
                            number, if the firm is a Washington State certified MWBE.

                3)   Since January 1, 2015, has your firm, or any officer or principal, been involved
                     in any business litigation, regulatory or other legal proceedings or
                     government investigation involving allegations of fraud, negligence, criminal
                     activity, or breach of fiduciary duty? If so, provide a description, explanation,
                     and indicate the current status.

                                                 14
DMT 2021-02 – Municipal Advisory Services                                           September 8, 2021

                4)   Please disclose the names of any persons or firms, including but not limited
                     to, attorneys, lobbyists, and public relations firms that you engaged to
                     promote your selection by the State or OST.

                5)   Please disclose the names of any persons or firms from whom you received
                     or may receive, directly or indirectly, any remuneration arising out of or
                     relating in any way to your relationship with the State or OST, including but
                     not limited to remuneration for promoting such persons or firms for selection
                     by the State.

                6)   Please disclose the existence and nature of any agreements by and between
                     your firm and any other professionals that relate to a particular State
                     financing or to the State’s financing programs in general.

            B. Assigned Staff

                1)   Please provide a table showing positions, functions, regulatory licenses held,
                     and office location of all personnel that would potentially be involved in
                     providing the services requested. In an appendix, please include a brief
                     resume/biography for each team member that may provide services to the
                     State.

                2)   Explain how the professionals dedicated to providing the requested services
                     to the State will function, including primary contact(s), back-up, quality
                     control, research, and support services.

            C. Municipal Advisory Experience

                1)   Describe your firm’s qualifications and relevant experience in providing
                     municipal advisory services to state or municipal issuers with a debt portfolio
                     of at least $1 billion during the past three (3) years. In an appendix, attach a
                     table summarizing the services provided to these issuers over this period,
                     noting the date, par amount, and type of financing as applicable. Please also
                     provide three case studies describing engagements that your firm has
                     successfully completed that are similar in scope to this engagement with the
                     State.

                2)   Describe your firm’s qualifications and relevant experience in providing
                     municipal advisory services to state or municipal issuers on COP/lease
                     revenue financings during the past three (3) years. In an appendix, attach a
                     table summarizing the services provided to these issuers over this period,
                     noting the date, par amount, and type of financing as applicable.

                3)   Describe your firm’s qualifications and relevant experience in providing
                     municipal advisory services to municipalities within the state of Washington

                                                 15
DMT 2021-02 – Municipal Advisory Services                                         September 8, 2021

                     during the past three (3) years. In an appendix, attach a table summarizing
                     the services provided to these issuers over this period, noting the date, par
                     amount, and type of financing as applicable.

            D. Specific Questions

                1)   Please provide any recommended changes to OST’s financing programs or
                     procedures that you believe would reduce the cost of funds, reduce risk,
                     increase investor demand or be otherwise beneficial for the State’s
                     obligations.

                2)   The State has a long history of requiring 5% coupons for most callable
                     maturities. Describe your thoughts on the pros and cons of this strategy,
                     along with your recommended approach. Describe the key considerations
                     that factor into your recommendation.

                3)   The State has structured the majority of its new money financings with 10-
                     year par calls. Discuss the pros and cons of this approach, along with any
                     alternative considerations that you would recommend.

                4)   Please describe the criteria you would recommend that the State consider
                     when analyzing a local government’s credit quality as a condition to their
                     participation in a LOCAL Program COP financing.

                5)    Describe your firm’s experience working with TIFIA financings. Please
                      provide any relevant considerations that might apply to using a TIFIA
                      financing for a portion of the costs of the State’s 405/167 project. (RCW
                      47.10.896).

                6)   Describe your firm’s experience working with GARVEE financings. Please
                     provide any relevant considerations that might apply to using GARVEE bonds
                     to finance a portion of the costs of the State’s 405/167 project.

                7)   Describe your firm’s experience working with revolving fund bond programs,
                     such as clean water or drinking water revolving fund programs.

                8)   Effective July 25, 2021, ESHB 1189 significantly expands the use of tax
                     increment financing for cities, towns, counties, and port districts in
                     Washington State. Describe your firm’s experience in analyzing and
                     structuring tax increment financings.

            E. References

                1)   Provide contact names, telephone numbers and email addresses for three (3)
                     state or municipal issuer references and briefly describe the municipal
                     advisory services that your firm has provided.

                                                16
DMT 2021-02 – Municipal Advisory Services                                          September 8, 2021

            F. Fee Proposal

                1)   Please provide your proposed fees for the engagement types listed below. No
                     proposed rates should be based upon the par amount of the issuance.

                     a)    Bond program: hourly rate for ongoing, non-transactional support and
                           special project municipal advisory services.
                     b)    Bond program: per issuance fee for fixed rate VP GO, MVFT GO, MVFT &
                           VRF GO, or combinations thereof, and other similar issuances.
                     c)    COP program: hourly rate for ongoing, non-transactional support and
                           special project municipal advisory services, including projects such as
                           local government credit analysis; and economic and legal defeasances.
                     d)    COP program: per issuance fee for fixed rate COP issuances.
                     e)    Other fixed rate financings: per issuance fee for TIFIA, GARVEE, 63-20
                           and other revenue bond issuances.
                     f)    Additional per issuance fees for variable rate bond, COP or other
                           financings.

                     Pre-approved travel and expenses may be reimbursed at cost, subject to the
                     Office of Financial Management’s Travel Guidelines.

                     The evaluation process is designed to award this procurement not necessarily
                     to the firm with the least cost, but rather to the firm whose Proposal best
                     meets the requirements of this RFP in OST’s sole judgment.

            G. Conflict of Interest

                1)   It is the expectation of OST that the award of a contract for Municipal
                     Advisory Services and the conduct of business under that contract will comply
                     with the State’s conflict of interest laws. In an appendix, provide a letter
                     signed by an officer of your company in the form of Exhibit A certifying that
                     no condition exists with respect to the Offeror or any of its employees which
                     violates the Ethics in Public Service Act, Chapter 42.52 RCW, any other
                     appropriate federal statute or regulation governing municipal advisors, or any
                     similar statute in relation to the submittal of its Proposal.

            H. Contractual Requirements

                1)   Exhibit B – Agreement for Municipal Advisory Services contains contracting
                     terms OST requires in the Contract that are not negotiable. Provide a
                     statement indicating the Offeror has read Exhibit B and accepts all provisions.

                     The Offeror may propose revisions to Agreement for clarification and
                     procedural purposes only. Refer to Section 7.6 of this RFP for further
                     information on the general contract terms and conditions.

                                                 17
DMT 2021-02 – Municipal Advisory Services                                          September 8, 2021

            I. List of Exceptions

                1)   Provide an explanation for any exceptions to, or deviations from, the
                     requirements of the RFP. If there are no exceptions, include a statement to
                     that effect.

        PROPRIETARY INFORMATION

        All material submitted in Response to this RFP shall become the property of OST. Such
        material is subject to public disclosure requests pursuant to Washington’s Public Records
        Act, found in 42.56 RCW, OST policies as well as rules in chapter 474-01 Washington
        Administrative Code (WAC) and cases decided by Washington courts.

        All submissions will be treated as confidential and exempt from public disclosure until the
        Successful Offeror(s) resulting from this RFP, if any, is announced by OST. Thereafter,
        submissions are subject to public disclosure, unless material has been properly
        designated as confidential and satisfies one of the exemptions from public disclosure
        under Washington laws.

        The materials submitted by the Apparently Successful Offeror may be attached to the
        resulting Agreement and incorporated therein by that attachment. In general, unless
        particular material has been properly designated as confidential and exempt from public
        disclosure under Washington laws, such materials will be deemed public records and
        subject to public disclosure requests.

        In the event that an Offeror desires to claim portions of their response as exempt from
        disclosure under the provisions of Washington’s laws, as noted above, it is incumbent
        upon that Offeror to clearly identify those portions which are claimed as confidential in a
        response transmittal letter and to provide a “Copy for Reproduction” as noted in Section
        5.5.1. The transmittal letter must identify the page and particular exemption(s) from
        disclosure upon which it is making its claim. The generally available exemptions from
        public disclosure are available in RCW 42.56.210-.510. Designating the entire response as
        confidential or proprietary information is not acceptable and will not be honored, and it
        may subject the Offeror’s response to being rejected for not being responsive.

        OST will consider all requests for exemption from disclosure; however, the agency will
        make a decision predicated upon RCW 42.56.210-.510 and the current OST Public Records
        Policy. In so doing, OST will exercise good faith in responding to requests for public
        disclosure of public records, will not discriminate between persons requesting records,
        and will protect legitimate confidentiality interests.

        If any of the specifically requested information is marked as “confidential” in the response
        but in the opinion of OST does not conform to any one of the enumerated exemptions
        from disclosure in RCW 42.56.210-.510, such information will not be made available until
        at least five (5) business days after the affected Offeror has been notified that the

                                                18
DMT 2021-02 – Municipal Advisory Services                                          September 8, 2021

        information has been requested, to permit the Offeror an opportunity to contest the
        public disclosure request.

        Should a successful Offeror obtain a court order from a Washington State court of
        competent jurisdiction prohibiting disclosure of parts of its Response prior to the
        execution of the Contract incorporating the same, OST will comply with the court order.
        The burden is upon a successful Offeror to evaluate and anticipate its need to maintain
        confidentiality and to proceed accordingly.

        If the affected Offeror has undertaken proceedings within the timeframe to obtain a court
        order restraining OST from disclosure of the “confidential” information within those five
        (5) days, OST will not disclose such information until resolution of the court proceeding.
        Upon failure to make application for judicial relief within the allowed period, the
        information will be disclosed.

        It should be noted, however, that time is of the essence in this solicitation process.
        Although OST will work in good faith to accommodate legal proceedings concerning
        confidential information, a delay in execution of the Contract to accommodate a petition
        to the courts might not be possible or might not be granted.

        RECORDS RETENTION

        After the date of the announcement of the Apparently Successful Offeror(s), OST will
        retain all products of information received under this procurement in accordance with
        state record retention laws.

        PREPARATION AND TRAVEL COSTS

        Expenses for the development and submission of required information are the sole
        responsibility of the Offeror(s). OST will not be liable for any costs associated with
        preparation and submission of information submitted in response to this RFP.

        The Offeror assumes responsibility for their personnel's travel and associated costs as
        they relate to this RFP. These costs must be considered in the cost of the fees that will be
        proposed.

        RESPONSE EVALUATION

        5.9.1. Evaluation Process

        The review of the Offeror will be based upon the completeness of the response,
        reputation, cost of services, quality of previous performance, if any, and any subsequently
        requested materials. Responses will be reviewed by evaluators who are representatives
        of OST.

                                                19
DMT 2021-02 – Municipal Advisory Services                                           September 8, 2021

        OST reserves the right, at its sole discretion, to reject, without penalty, any and all
        responses received. The final selection, if any, will be the Responses, which in the opinion
        of OST, best meet the requirements set forth in the RFP and are in the best interest of
        OST and the state of Washington.

        5.9.2. Evaluation Criteria

        Proposals will be evaluated by representatives of OST, and OST will make the final
        decision to award the Contract. Proposals will be evaluated based on, but not limited to,
        the following criteria:

              Criteria
              Offeror’s qualifications and experience in providing required services,
              including experience in providing municipal advisory services to major
              municipal issuers
              Offeror’s qualifications and experience with diverse financial
              structuring requirements of major municipal issuers
              Qualifications and relevant experience of personnel assigned
              Past performance and references
              Fees and expenses
              Compliance with RFP requirements

        OST will review each RFP for compliance with Section III. Mandatory Minimum
        Qualifications, and noncompliant Responses will be rejected from further consideration.

        Through the selection process, OST reserves the right, at its sole discretion to: (i) not to
        select any proposal; (ii) to select any portions of a particular proposal for further
        consideration; (iii) to accept a proposal other than the lowest cost proposal submitted; or
        (iv) to reject, without penalty, any and all proposals received if such action is considered
        by OST in its sole discretion to be in the best interests of OST and the state of Washington.

        5.9.3. Oral Interviews

        OST may choose to conduct oral interviews for final selection of Offeror(s). Interviews
        may be conducted by telephone, or virtually at OST’s discretion. If requested, the oral
        presentations will be evaluated to develop a consensus decision of the Apparently
        Successful Offerors.

        ADDENDA TO THE RFP

        In the event that it becomes necessary to revise any part of this RFP, an addendum or
        erratum in numerical sequence will be provided to all Offerors who have indicated an

                                                 20
DMT 2021-02 – Municipal Advisory Services                                         September 8, 2021

        intention to submit a response and will be posted on OST’s website at
        https://tre.wa.gov/about-us/doing-business/. Offerors will be given at least five (5)
        business days from notification to provide requested information.

        SUBMISSION LIMIT

        After submission, Offerors will not be allowed to amend the information submitted unless
        specifically asked to by OST staff.

                                                  OST RIGHTS

        INFORMATION CLARIFICATION/REJECTIONS

        Determination of clarity and completeness in the Responses to any of the provisions in
        this RFP will be made solely by OST. OST reserves the right to require clarification,
        additional information, and materials in any form relative to any or all of the provisions
        or conditions of this RFP.

        OST reserves the right to reject any or all Responses at any time prior to the execution of
        a contract acceptable to OST, without any penalty to OST.

        CONTRACT AWARD

        OST intends to award a contract to the Apparently Successful Offeror(s) with the best
        combination of attributes based on the evaluation criteria listed in the “Evaluation
        Criteria” Section 5.9.2 of this RFP.

        OST reserves the right to make an award without further discussion of the Response
        submitted. Therefore, the Response should be submitted initially on the most favorable
        terms which the Offeror can propose. There will be no best and final offer procedure. OST
        does reserve the right to contact an Offeror for clarification of its Response.

        The Offeror should be prepared to accept this RFP for incorporation in whole or in part
        into a Contract resulting from this RFP. Contract negotiations may incorporate some or
        the Offeror’s entire Response. It is understood that the Response will become a part of
        the official procurement file on this matter without obligation to OST.

        WAIVERS

        OST reserves the right to waive specific terms and conditions contained in this RFP.

        It shall be understood by Offerors that the information provided is predicated upon
        acceptance of all terms and conditions contained in this RFP unless the Offeror has

                                                21
DMT 2021-02 – Municipal Advisory Services                                         September 8, 2021

        obtained such a waiver, in writing, from OST prior to submission of any requested
        information. Any waiver, if granted, will be granted to all Offerors.

                               MISCELLANEOUS TERMS AND CONDITIONS

        SUCCESSFUL OFFEROR NOTIFICATION

        On or about the date specified in Section 5.3, “Schedule of Procurement Activities,” of
        this RFP, a notification indicating whether the Offeror was selected as the “Apparently
        Successful Offeror” will be emailed to each Offeror who submitted a Response, in
        accordance with the procedures specified in this RFP.

        RIGHT TO PROTEST, DETERMINATION OF TIMELINESS, AND PROTEST PROCEDURES

        Offerors protesting this procurement solicitation or award must follow the procedures
        set forth in chapter 200-320 of the Washington Administrative Code (WAC). Protests that
        do not follow those procedures will not be considered. This protest procedure constitutes
        the sole administrative remedy available to Offerors under this procurement. Protests will
        be resolved in accordance with the above referenced WAC.

        DEBRIEFING OF UNSUCCESSFUL OFFERORS

        Unsuccessful Offerors will be afforded a debriefing conference upon request. The request
        for a debriefing conference must be received by the RFP Coordinator within three (3)
        business days after emailing by OST of a notification to the unsuccessful Offerors.
        Discussion will be limited to a critique of the requesting Offeror's Response. Comparisons
        between Responses or evaluations of the other Offeror's Responses will not be allowed.
        Debriefing conferences will be conducted by telephone conference and will be scheduled
        for a maximum of one hour. The debriefing conference must be held within thirty (30)
        days after emailing by OST of notification to the unsuccessful Offerors.

        STAY OF CONTRACT EXECUTION DURING PROTESTS

        In the event of a timely protest, OST may proceed further with the procurement but will
        not execute the Contract unless the protest is decided or the State Treasurer or a designee
        makes a written determination that the award of the Contract without delay is necessary
        to protect substantial interests of OST and the state of Washington.

        MINORITY & WOMEN-OWNED BUSINESS PARTICIPATION

        In accordance with the legislative findings and policies set forth in chapter 39.19 RCW,
        the state of Washington encourages participation in all of its contracts by firms certified

                                                22
DMT 2021-02 – Municipal Advisory Services                                         September 8, 2021

        by the Office of Minority and Women’s Business Enterprises (OMWBE). However, no
        preference will be included in the evaluation of proposals, no minimum level of OMWBE
        participation will be required as a condition for receiving an award and proposals will not
        be rejected or considered non-responsive on that basis. Any affirmative action
        requirements set forth in federal regulations or statutes included or referenced in the
        contract documents will apply.

        GENERAL CONTRACT TERMS AND CONDITIONS

        A contract may result between OST and the successful Offeror(s) from this procurement
        process. Exhibit B of this RFP contains the special and general terms and conditions that
        shall be agreed to.

        The submission of a Response constitutes acceptance by the Offeror of the special and
        general terms and conditions.

        OST's intent is to have the sample contract in Exhibit B accepted as presented without
        material changes. It is strongly recommended that your firm's legal counsel review the
        attached contract. If your firm is unwilling or unable to accept the terms of the contract
        set forth, you must identify your concerns in a cover letter that is to accompany your
        Certifications and Assurances set forth in Exhibit B, and must include a red-line markup of
        Exhibit B outlining proposed changes. However, OST reserves the right at its sole
        discretion to approve or disapprove changes to the contract.

        INDEMNIFICATION

        The successful Offeror(s) from this procurement process will be subject to an
        indemnification requirement, as further described in sample contract contained in Exhibit
        B of this RFP.

                                                23
You can also read