Loading...
HomeMy WebLinkAboutPre-Legislation,� Of ; City of Miami - Legislation Resolution File Number: 09-00073 City Hall 35�'C F4� ;r tsricen Drive Miami, FL 33133 vMw.miamigov.com Final Acrion Date: A RESOLUTION OF THE MIAMI CITY COMMISSION, WITH ATTACHMENT(S), ACCEPTING THE RECOMMENDATION OF THE CITY MANAGER APPROVING THE FINDINGS OF THE EVALUATION COMMITTEE, PURSUANT TO REQUEST FOR QUALIFICATIONS ("RFQ") NO. 126077, 1, THAT THE TWO (2) TOP-RANKED FIRMS AND MOST QUALIFIED TO PROVIDE MUNICIPAL BOND UNDERWRITING SERVICES FOR THE POSITIONS OF SENIOR MANAGERS, IN RANK ORDER ARE: (1) MERILL LYNCH (SENIOR MANAGER) AND (2) JP MORGAN (CO -SENIOR MANAGER); SHOULD CONTRACT NEGOTIATIONS FAIL OR THE FINANCIAL INSTITUTION IS NO LONGER PROVIDING SAID SERVICES WITH ANY OF THE TWO TOP-RANKED FIRMS FOR THE SENIOR MANAGER AND CO -SENIOR MANAGER POSITIONS, THE CITY OF MIAMI ("CITY") SHOULD NEGOTIATE WITH THE THIRD, FOURTH, OR FIFTH RANKED FIRMS: RBC, MORGAN KEEGAN, AND GOLDMAN SACHS, RESPECTIVELY; AUTHORIZING THE CITY MANAGER TO EXECUTE A PROFESSIONAL SERVICES AGREEMENT(S), IN SUBTANTIALLY THE ATTACHED FORM(S), ON AN AS -NEEDED BASIS, FOR A BASE TERM OF TWO (2) YEARS, WITH THE OPTION TO RENEW FOR THREE (3) ADDITIONAL ONE (1) YEAR PERIODS; FURTHER INDICATING THE THREE TOP-RANKED FIRMS AND MOST QUALIFIED TO PROVIDE MUNICIPAL BOND UNDERWRITING SERVICES FOR THE POSITIONS OF CO -MANAGERS IN RANK ORDER ARE': (1) RBC (CO -MANAGER), (2) RAYMOND JAMES (CO -MANAGER), AND (3) GOLDMAN SACHS (CO -MANAGER); SHOULD CONTRACT NEGOTIATIONS FAIL OR THE FINANCIAL INSTITUTION IS NO LONGER PROVIDING SAID SERVICES WITH ANY OF THE THREE (3) TOP-RANKED FIRMS FOR THE CO -MANAGER POSITIONS, THE CITY SHOULD NEGOTIATE WITH THE FOURTH THROUGH EIGHTH RANKED FIRMS: MORGAN KEEGAN, WACHOVIA, MORGAN STANLEY, RAMIREZ & CO., AND SIEBERT, BRANDFORD, SHANK, RESPECTIVELY; FURTHER AUTHORIZING THE CITY MANAGER TO EXECUTE A PROFESSIONAL SERVICES AGREEMENT(S), IN SUBTANTIALLY THE ATTACHED FORM(S), ON AN AS -NEEDED BASIS, FOR A BASE TERM OF TWO (2) YEARS WITH OPTIONS TO RENEW FOR THREE (3) ADDITIONAL ONE (1) YEAR PERIODS; PROVIDING FOR THE CITY MANAGER TO ADMINISTRATIVELY ACCEPT AN ASSIGNMENT OF ANY EXECUTED AGREEMENT(S) WITHOUT FURTHER CITY COMMISSION ACTION, UNLESS THE ASSIGNEE OF SAID CONTRACT 1S NOT A FINANCIAL INSTITUTION RANKED IN THIS RFQ PROCESS; ALLOCATING FUNDS, FOR SAID PURPOSE, THROUGH THE PROCEEDS OF BONDS ISSUED. City of Miami Page 1 of 3 Printed On: 3/17/2009 File Number 09-00073 WHEREAS, municipal bond underwriting services are needed in connection v,,ith the advancement of the City of Miami's ("City's") Capital Improvement Program, with the purpose. at a minimum, of developing structure and overall marketing strategy on bond transactions; and WHEREAS, pursuant to Request for Qualifications ("RFQ") No. 126077, 1, the City sought proposals from qualified and experienced underwriting firms to provide municipal bond underwriting services on an as -needed basis; and WHEREAS, the two top-ranked firms and most qualified to provide municipal bond underwriting services for the positions of Senior Managers, in rank order are: (1) Merrill Lynch (Senior Manager) and (2) JP Morgan (Co -Senior Manager); and WHEREAS, should contract negotiations fail or the financial institution is no longer providing said services with any of the two top- ranked firms for the Senior Manager and Co -Senior positions, the City should negotiate with the third, fourth, or fifth ranked firms: RBC, Morgan Keegan, and Goldman Sachs, respectively; and WHEREAS, the City Manager is authorized to execute a Professional Services Agreement(s) ("PSA(s)"), in substantially the attached form(s), on an as -needed basis, for a base term of two (2) years with options to renew for three (3) additional one (1) year periods; and WHEREAS, the three top-ranked firms and most qualified to provide municipal bond underwriting services for the positions of Co- Managers, in rank order are: (1) RBC (Co -Manager), (2) Raymond James (Co -Manager), and Goldman Sachs (Co -Manager); and WHEREAS, should contract negotiations fail or the financial institution is no longer providing said services with any of the three (3) top ranked firms for the Co -Manager positions, the City should negotiate with the fourth through eighth ranked firms: Morgan Keegan, Wachovia, Morgan Stanley, Ramirez & Co., and Siebert, Brandford, Shank, respectively; and WHEREAS, the City Manager is authorized to execute PSA(s), in substantially the attached form(s), on an as -needed basis, for a base term of two (2) years with options to renew for three (3) additional one (1) year periods; and WHEREAS, the City Manager is authorized to administratively accept an assignment of any executed agreement(s) without further City Commission action unless the assignee of said contract is not a financial institution ranked in this RFQ process; and WHEREAS, funds are allocated for said firms through the proceeds of bonds issued; NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI, FLORIDA: Section 1. The recitals and findings contained in the Preamble to this Resolution are adopted by reference and incorporated as if fully set forth in this Section. Section 2. The recommendation of the City Manager approving the findings of the Evaluation Committee, pursuant to RFQ No. 126077, 1, that the top-ranked firms and most qualified to provide City of Miami Page 2 of 3 Printed On: 3/1712009 File Number 09-00073 municipal underwriting services for the positions of Senior Managers, in rank order are: (1) Merrill Lynch (Senior Manager) and (2) JP Morgan (Co -Senior Manager), and for the positions of Co -Managers, in rank order are: (1) RBC (Co -Manager), (2) Raymond James (Co -Manager), and (3) Goldman Sachs (Co -Manager), is accepted. Section 3. The City Manager is authorized {1} to execute PSA(s), in substantially the attached form(s), on an as -needed basis, for a base term of two (2) years, with the option to renew for up to three (3) additional one (1) year periods, allocating funds for said purpose, through the proceeds of the bonds issued. Section 4. The City Manager is authorized f1} to negotiate and execute PSA(s) with the third, fourth or fifth ranked firm(s), should negotiations fail or the financial institution is no longer providing said services with any of the above mentioned two top-ranked firms for the positions of Senior Manager and Co -Senior Manager and three (3) top-ranked firms for the positions of Co -Managers. Section 5. The City Manager is authorized {1} to administratively accept an assignment of any executed agreement(s) without further City Commission action unless the assignee of said contract is not a financial institution ranked in this RFQ process. Section 6. This Resolution shall become effective immediately upon its adoption and signature of the Mayor.{2} APPROVED AS TO FORM AND CORRECTNESS: JULIE O. BRU CiTY ATTORNEY Footnotes: {1}The herein authorization is further subject to compliance with all requirements that may be imposed by the City Attorney, including but not limited to those prescribed by applicable City Charter and Code provisions. {2}If the Mayor does not sign this Resolution, it shall become effective at the end of ten calendar days from the date it was passed and adopted. If the Mayor vetoes this Resolution, it shall become effective immediately upon override of the veto by the City Commission. Ch), of Miami Page 3 of 3 Printed On: 3117/2009