Skip to main content
File #: Res 2015-95    Version: 1 Name: Resolution No. 2015-95 Approving an Agreement with Felsburg, Holt, & Ullevig, Inc. for Second Creek Drainage, Potomac Avenue & 112th Avenue Preliminary & Final Design Services
Type: Resolution Status: Passed
File created: 9/11/2015 In control: City Council
On agenda: 9/21/2015 Final action: 9/21/2015
Title: RESOLUTION APPROVING AN AGREEMENT WITH FELSBURG HOLT & ULLEVIG, INC. FOR SECOND CREEK DRAINAGE, POTOMAC AVE. & 112TH AVE. PRELIMINARY & FINAL DESIGN SERVICES
Attachments: 1. Resolution, 2. Agreement for Professional Services, 3. Presentation
Title
RESOLUTION APPROVING AN AGREEMENT WITH FELSBURG HOLT & ULLEVIG, INC. FOR SECOND CREEK DRAINAGE, POTOMAC AVE. & 112TH AVE. PRELIMINARY & FINAL DESIGN SERVICES

Body
Summary and Background Information:

A Request for Proposal (RFP) for Second Creek Drainage, Potomac Ave. & 112th Ave. Preliminary and Final Design Services was published on July 13, 2015. There were four addenda issued to the RFP, none of which changed the proposal due date. In response to this RFP, nine proposals were received on August 20, 2015, the due date established by the RFP.

Proposals were received from the following firms (in alphabetical order):

Firm Proposed Fee
Bohannan Huston $1,507,149
Calibre Engineering, Inc. $1,250,914
CVL Consultants $1,261,826
Felsburg Holt & Ullevig (FHU) $1,599,305
Huitt-Zollars, INC. $1,894,840
JR Engineering $1,618,591
Merrick & Company $1,326,404
Michael Baker International, Inc. $1,996,042
Short Elliot Hendrickson Inc. (SEH) $ 671,418

Following a detailed review of the proposals, the Selection Committee met on Tuesday, August 25, 2015 to discuss the proposals and recommend firms that should be invited to an interview. The
Selection Committee consisted of:

? Maria D’Andrea, Director of Public Works
? Mike Brown, Parks Planning and Operations Manager
? Tim Siedlecki, CH2M, Landscape Architect
? Bob Schenk, CH2M, Project Manager

The RFP (Section 7, Selection Process) provided for the Selection Committee to select a short list of finalists to present their concepts to the Selection Committee. The RFP further stated that the City may conduct formal interviews of the top three respondents.

Proposals were scored on several criteria, including cost. Following a thorough discussion of each proposal, the Selection Committee determined there were four Respondents with sufficient technical merit and acceptable fee proposal that merited invitations to a formal in...

Click here for full text