Loading...
HomeMy WebLinkAboutAward RecommendationCITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM TO: Daniel J. Alfonso, DATE: February 26, 2016 FILE: City Manager FROM: Annie Perez, CPPO SUBJECT: Recommendation for Approval to Award Contracts to establish a Municipal Bond Underwriting Services Pool REFERENCES: RFQ521381 Director, Procurement ENCLOSURES: Recommendation Based on the findings below, the Procurement Department ("Procurement") hereby recommends approval for the award of contracts to establish a Municipal Bond Underwriting Services Pool (Pool) for the City of Miami, pursuant to Request for Qualifications (RFQ) No. 521381. These awards will establish a pool of pre -qualified firms to serve as Senior, Co -Senior, or Co -Managers for the Pool, who will negotiate bond transactions on a non-exclusive, and as needed basis, in connection with the advancement of the City's Capital Improvement and Transportation Program. Bonds include, but are not limited to, general obligation bonds and special obligation bonds. Once the pool is established, as the need arises, the City, through a competitive work order process amongst pool members, will select a firm from the pool for each transaction on the basis of their qualifications for the particular transaction. Establishment of a pre -qualified pool provides the City with an expedited selection of firm(s) with the requisite expertise to assist the City in bond issuance. The term of the contract is for four (4) years, with four (4) additional one (1) year option to renew periods. Background On November 23, 2015, Procurement issued a solicitation under full and open competition to obtain proposals from qualified firms to establish a pool of Bond Underwriters. On December 16, 2015, fifteen (15) proposals were received in response to the solicitation; all proposals were deemed responsive. The Evaluation Committee (Committee) has completed the review and evaluation of the proposals following the guidelines published in the solicitation. The Committee decided not to hold oral presentations, as the proposals did not require further clarification. Page 2 Memo to Daniel J. Alfonso Award Memo for RFQ521381 Municipal Bond Underwriting Services Pool The evaluation criteria were given respective weights for a maximum of one hundred (100) points per Committee member. The average scores of the five (5) Committee members were then calculated. The final scores are listed below in order of ranking: Ranking Proposers Total Technical Score (Max 105) 1 Merrill Lynch, Pierce, Fenner, & Smith Incorporated 95.5 2 Wells Fargo Bank, N.A. 93.66 3 Estrada Hinojosa & Company, Inc. 91.14 4 Jefferies, LLC 90 5 Janney Montgomery Scott LLC 89.4 6 Raymond James & Associates, Inc. 89 7 PNC Capital Markets LLC 87.6 8 Stifel, Nicolaus, & Company, Incorporated 85.2 9 Siebert, Brandford, Shank & Co., LLC 84.4 10 Citigroup Global Markets, Inc. 84.2 11 Goldman, Sachs & Co. Limited 83.4 12 J.P. Morgan Securities LLC 81.4 13 Stern Brothers & Co. 80.2 14 Drexel Hamilton, LLC 73.2 15 FTN Financial Capital Members 66 Local Preference was assigned to this solicitation. Three proposers, Merrill Lynch, Pierce, Fenner & Smith, Incorporated, Wells Fargo Bank, N.A., and Estrada Hinojosa & Company, Inc., qualified for the preference, pursuant to Section 1.48, Local Preference of the solicitation, and received an additional five -percent (5%) of their total score. The Committee determined that firms scoring 72 points and above, inclusive of the local preference, and have the necessary qualifications, relevant overall qualifications and experience, ability to underwrite Municipal Bonds, and who proposed the best approach to providing services to meet the needs of the City, will be offered participation in the Pool. Fourteen (14) proposers met this threshold. Negotiations will not be held since this is a pool. Proposers will be offered the pool contract for signature, in accordance with the method of award specified in the solicitation. Due diligence was conducted to determine proposer's responsibility, including verifying corporate status, and that there are no performance or compliance issues. There were no adverse findings related to any of the proposer's responsibility. Due diligence will also be conducted during the work order process. Vendors Recommended for Inclusion in the Pool The Committee recommended the following proposers be considered for participation in the Pool: 1. Merrill Lynch, Pierce, Fenner, & Smith Incorporated 2. Wells Fargo Bank, N.A. PR 16105 2 Page 3 Memo to Daniel J. Alfonso Award Memo for RFQ521381 Municipal Bond Underwriting Services Pool 3. Estrada Hinojosa & Company, Inc. 4. Jeffries, LLC 5. Janney Montgomery Scott LLC 6. Raymond James & Associates, Inc. 7. PNC Capital Markets LLC 8. Stifel, Nicolaus & Company, Incorporated 9. Siebert, Brandford, Shank & Co., LLC 10. Citigroup Global Markets, Inc. 11. Goldman, Sachs & Co. Limited 12. J.P. Morgan Securities LLC 13. Stern Brothers & Co. 14. Drexel Hamilton, LLC Notwithstanding the foregoing, the City does not guarantee the number of bonds transactions, if any, issued during the contract period, or the number of transactions in which an individual member of the pool will participate. Approved: Daniel J. 1 so, ity Manager Date: 3 '7 `/ 0 cc: Fernando Casamayor, Assistant City Manager/Chief Financial Officer Jose M. Fernandez, Finance Director Lydia Osborne, CPPO, Assistant Director, Procurement Pablo J. Velez, Assistant City Attorney PR 16105 3