Loading...
HomeMy WebLinkAboutResolutionUrystal Report Viewer File ID: 09-00073 Enactment #: R-09-0161 Version: 2 rage i or . City of Miami City Hall 3500 Pan American Drive Miami, FL 33133 www.miamigov.com Text File Report Type: Resolution Status: Passed Enactment Date: 3/26/09 Introduced: 1/20/09 Controlling Body: Office of the City Clerk 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, PIERCE, FENNER & SMITH INCORPORATED/BANC OF AMERICA SECURITIES LLC (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 SUBSTANTIALLY 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 BANK NATIONAL ASSOCIATION, A WHOLLY OWNED SUBSIDIARY OF WELLS FARGO, MORGAN STANLEY, RAMIREZ & CO., AND SIEBERT, BRANDFORD, SHANK, RESPECTIVELY; FURTHER AUTHORIZING THE CITY MANAGER TO EXECUTE A PROFESSIONAL SERVICES AGREEMENT(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; PROVIDING FOR THE CITY MANAGER TO ADMINISTRATIVELY ACCEPT AN ASSIGNMENT OF ANY EXECUTED AGREEMENT(S) WITHOUT FURTHER CITY COMMISSION ACTION, UNLESS THE ASSIGNEE Crystal Report Viewer OF SAID CONTRACT IS NOT A FINANCIAL INSTITUTION RANKED IN THIS RFQ PROCESS; ALLOCATING FUNDS, FOR SAID PURPOSE, THROUGH THE PROCEEDS OF BONDS ISSUED. WHEREAS, municipal bond underwriting services are needed in connection with 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, Pierce, Fenner & Smith Incorporated/Banc of America Securities LLC (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 Bank National Association, a wholly owned subsidiary of Wells Fargo, 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 municipal underwriting services for the positions of Senior Managers; in rank order are: (1) Merrill Lynch, Pierce, Fenner & Smith Incorporated/Banc of America Securities LLC (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. rage 2- or . Crystal Report Viewer Section 4. The City Manager is authorized f 1; 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 frons for the positions of Co -Managers. Section 5. The City Manager is authorized { 11, 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 If rage j of