Hollywood FL banner
File #: R-2015-250    Version: 1 Name: Consulting, True-up Financial ,Technical Services
Type: Resolution Status: Passed
File created: 7/28/2015 In control: Department of Public Utilities
On agenda: 8/26/2015 Final action: 8/26/2015
Title: A Resolution Of The City Commission Of The City Of Hollywood, Florida, Authorizing The Appropriate City Officials To Negotiate And Execute A Three (3) Year Agreement Between The Highest Ranked Firm And The City Of Hollywood To Provide Rate Consulting, Large User Group True-Up Financial And Technical Services.
Attachments: 1. Reso RFQ-4464-15-RL FINAL.pdf, 2. Packet_for_Bid_RFQ-4464-15-RL.pdf, 3. Evaluation Matrix - Oral Presentations.pdf, 4. Lighthouse Utility Consulting, Inc RFQ-4464-15-RL.pdf, 5. Black & Veatch Corp. RFQ-4464-15-RL.pdf, 6. terlthse.pdf, 7. BIS 15-238.pdf

Title

A Resolution Of The City Commission Of The City Of Hollywood, Florida, Authorizing The Appropriate City Officials To Negotiate And Execute A Three (3) Year Agreement Between The Highest Ranked Firm And The City Of Hollywood To Provide Rate Consulting, Large User Group True-Up Financial And Technical Services.

 

 

Body

 

Staff Recommends: Approval of the Attached Resolution.

 

 

Explanation:

The Department of Public Utilities, is seeking to engage the services of a qualified consultant and enter into a  contract to provide rate consulting, large user group true-up financial and technical services.

 

On June 3, 2015, Request for Qualifications (RFQ) Number 4464-15-RL was electronically advertised via BidSync in accordance with the City’s Purchasing Ordinance, Section 38.42(A).

 

RFQ-4464-15-RL was opened at 3:00 p.m. on June 25, 2015, and resulted in the following three (3) responses:

 

            Lighthouse Utility Consulting, Inc.

                                          Sanford, FL

 

                                          Black & Veatch Corporation

                                          Overland Park, KS

 

                                          Hawksley Consulting, Inc.

                                          Broomfield, CO                                                                                                                                                                        

 

The RFQ document’s Consultant Selection Process required an initial evaluation committee to review and score/rank the responsive proposals based upon the Initial Selection Criteria by which firms may be shortlisted for oral interviews.

 

The initial evaluation of the proposals was based upon the following criteria as established in the RFQ:  Firm’s Relevant Experience, Technical Qualifications of the Persons Assigned to the Project, Project Organization, Project Understanding, Proposed Approach and Methodology, References and Successfully Completed Similar Projects and Financial Stability.

 

On July 14, 2015, the proposals were evaluated by a six (6) member committee representing the City of Hollywood Department of Public Utilities, the City of Miramar and Broward County.

 

The three (3) responsive proposals received were evaluated and the scores were compiled to arrive at the following rankings, (highest score), first choice to third choice:

 

                                          Black & Veatch Corporation                                                                498                     

                                          Hawksley Consulting, Inc.                                                                                     494                     

                                          Lighthouse Utility Consulting, Inc.                                          485                                                               

 

After an evaluation of the RFQ responses, the Evaluation Committee recommended that the three (3) highest ranked proposers by score be scheduled to make an oral presentation to the Evaluation Committee.

 

Hawksley Consulting, Inc. elected not to attend the oral presentation portion, therefore, eliminating them from consideration.

 

On July 21, 2015, the two (2) highest ranked firms made oral presentations to the Evaluation Committee.

 

Evaluation of the oral presentations was based upon the following criteria as established in the RFQ: Firm’s Relevant Experience, Technical Qualifications of the Person Assigned to the Project, Project Organization, Project Understanding, Proposed Approach and Methodology and Demonstration.

 

The oral presentations were evaluated and the scores were compiled to arrive at the following rankings, (highest score), first choice to second choice:

 

                                          Lighthouse Utility Consulting, Inc.                                          542                                                               

                                          Black & Veatch Corporation                                                               407                                                               

 

It is the recommendation of the Evaluation Committee to rank the two (2) highest scoring firms as follows:

 

                                          1.                     Lighthouse Utility Consulting, Inc.                                                                                                                              

                                          2.                     Black & Veatch Corporation                                                                                                         

 

The contract will provide for an initial term of three (3) years with one (1) three (3) year renewal option.

 

Funding for the purpose of hiring the consultant will be provided for in the fiscal year 2016 budget in multiple account numbers and will be budgeted in subsequent fiscal years.

 

 

 

 

 

Award is subject to the City’s receipt and approval of all insurance certificates required by the City’s Risk Manager, along with signed Statement of Hold Harmless and Indemnity in favor of the City.

 

 

 

Recommended for inclusion on the agenda by:

Wazir A. Ishmael, City Manager

Matthew Lalla, Director, Financial Services

Steve Joseph, Director, Public Utilities

Joel Wasserman, Director, Procurement Services