Loading...
HomeMy WebLinkAbout112468 FELSBURG HOLT & ULLEVIG INC - CONTRACT - RFP - P1027 MASON TRANSPORTATION CORRIDOR TRAIL GRADE-SEPARATED CROSSINGPROFESSIONAL SERVICES AGREEMENT THIS AGREEMENT made and entered into the day and year set forth below, by and between THE CITY OF FORT COLLINS, COLORADO, a Municipal Corporation, hereinafter referred to as the "City" and Felsburg Holt & Ullevig, hereinafter referred to as "Professional". WITNESSETH: In consideration of the mutual covenants and obligations herein expressed, it is agreed by and between the parties hereto as follows: Scope of Services. The Professional agrees to provide services in accordance with the scope of services attached hereto as Exhibit "A", consisting of nine (9) pages, and incorporated herein by this reference. 2. The Work Schedule. The services to be performed pursuant to this Agreement shall be performed in accordance with the Work Schedule attached hereto as Exhibit "B", consisting of one (1) pages, and incorporated herein by this reference. 3. Contract Period. This Agreement shall commence upon execution, and shall continue in full force and effect until October 31, 2007, unless sooner terminated as herein provided. 4. Early Termination by City. Notwithstanding the time periods contained herein, the City may terminate this Agreement at any time without cause by providing written notice of termination to the Professional. Such notice shall be delivered at least fifteen (15) days prior to the termination date contained in said notice unless otherwise agreed in writing by the parties. All notices provided under this Agreement shall be effective when mailed, postage prepaid and sent to the following addresses: Professional: City: With Copy to: Felsburg, Holt & Ullevig City of Fort Collins City of Fort Collins, Purchasing Attn: Richard R. Follmer Attn: Kathleen Bracke PO Box 580 5300 South Syracuse Way PO Box 580 Fort Collins, CO 80522 Ste 600 Fort Collins, CO 80522 Centennial CO 80111 Standard Professional Services Agreement- rev 09/01/06 • Prepare a kit -of -parts that illustrate the preferred finishes, colors, textures, lights, pavements, wall treatments, landscape types and other features. • Meet with TAC to present the preferred design concept and cost estimates. (Meeting #5) • Meet individually with landowners to discuss the preferred plan. • Make minor revisions to plans and sketches as directed by City staff. • Conduct public open house #2 to present preferred design concept, sketches and graphics, as well as inform public of next steps. DELIVERABLES: - Alternative and preferred site plans - Sections, sketches and other graphics to illustrate design intent. (preliminary, refined and final versions); assumes 1 sketch of each option at each stage of refinement. - Kit -of -parts board with images and/or sketches. - Preliminary cost estimates - Preliminary structural recommendations and design criteria - Meeting minutes 4. BNSF Railway and Colorado Public Utilities Commission Coordination - All crossings of railroads are regulated by the Colorado Public Utilities Commission (PUC). Grade -separated pedestrian/bicycle facilities, in addition to meeting design requirements of local, state and federal pedestrian/bicycle design codes, must also meet clearance and safety criteria in accordance with the PUC and the respective railroad standards. A PUC application for crossing the BNSF Railway will be required. This application generally includes a project description, a list of affected parties, preliminary plans, ROW impacts, and cost estimates. Once the application has been filed with the PUC and deemed "complete", the project notification period of 30 days begins. This time allows for the involved parties to review the project and provide comment. Following the 30 day notification period, uncontested applications may either be ruled approved by the Commission, or considered approved if no commission action is taken within 15 days, for a total process time of 60 days. A BNSF agreement will also be required for the project. Buried facilities (with no surface features within the BNSF right-of-way) are typically authorized through an easement process Standard Professional Services Agreement- rev 09/01/06 10 with a one-time fee. Permanent surface features within the BNSF right-of-way are usually handled through a License Agreement with an annual fee. These agreements are subject to legal review by attorneys for all parties, and can take some time. Due to the limited area of this project, and the familiarity with the process from the first phase of the Mason Transportation Corridor Trail to the south, it is estimated that this agreement should take less than one year following acceptance of the crossing design alternative. NOTE: Both the PUC application and BNSF agreement documents include cost estimates, preliminary plans, right-of-way costs and other design related information typically completed as part of preliminary design. The PUC application and BNSF agreement processes are typically initiated following the FIR level of effort and review. Discussions with the BNSF and PUC are initiated earlier to introduce each agency to the project, and obtain any initial guidance. DELIVERABLES; - PUC Application - to be submitted by the City as the applicant. FHU will prepare the draft and exhibits for City review and approval prior to the City's formal submittal to the PUC - Completion of the BNSF Construction and Maintenance Agreement Template (once received from the BNSF) - the template will be provided to the City and/or FHU for completion of the details, after which review by the City legal staff and BNSF law department begins - Initiation of the Staubach (BNSF's Real Estate Representative) easement and/or license agreement process and assistance to the City in advancing the process - Development of the draft PUC Application and exhibits for the crossing - Coordination with the BNSF, Staubach and PUC to assist the City - FHU will monitor progress of the documents and assist where needed - Preparation of permit applications for conducting field research, i.e., soil borings, surveying within BNSF right-of-way, as necessary. - Coordination of safety training - Meeting minutes 5. Preliminary and Final Design- FHU will provide the civil, drainage, and utility design for the project including the evaluation of needed drainage structures, utility relocations, or the reconfiguration of parking stalls or other features near or within adjacent private property. Standard Professional Services Agreement- rev 09/01/06 11 Upon completion of the concept planning, FHU will prepare and issue a structure selection report that will evaluate and document the preferred structure type. Upon approval of the preferred structure by the City, the FHU Team will proceed with preliminary and final design and contract document preparation. As a local agency project, all work will be accomplished in accordance with AASHTO, BNSF and CDOT design guidelines, memorandums, standards and specifications. Several coordination/progress meetings, in addition to the FIR and FOR meetings are anticipated to occur during this process. Preliminary Design will include: • Additional field survey by City staff, if needed • Geotechnical recommendations • Public and private utility coordination • Ramp alignment plans and profiles • Site plan grading and design (as required) • Drainage design • Proposed lighting locations/selection of preferred fixtures • Grade separation layout, sections and elevations • Opinion of probable construction cost • Required right-of-way and easements • Submittal of plans to the City, CDOT and other agencies for review • Field Inspection Review (FIR) Meeting • Meeting minutes Preliminary design plans will be submitted to the City, CDOT and BNSF for review. Final Design will include: • Incorporation of FIR Comments into design/plans • Continued utility/agency coordination • Final ramp design/plans • Site plans, grading and design • Final drainage design/report • Lighting plans — it is anticipated that the City of Fort Collins Light & Power will install lighting except on the structure itself. As such, lighting plans will only be prepared for lights on or within structure elements. • Final structure design Standard Professional Services Agreement- rev 09/01/06 12 • Environmental mitigation plans (as required) • Utility relocation/modification plans • Quantity tabulations and summary • Engineer's opinion of probable construction cost Submittal of plans, specifications and estimate to the City, CDOT and other agencies for review • Final Office Review (FOR) Meeting • Meeting minutes Final design plans will be submitted to City, CDOT and BNSF for review. Final design comments will be incorporated in the Advertisement plans. Contract Documents: • Incorporate comments from FOR review into plans and specifications • Utility Agreements • Submit design/check calculations and final plans to CDOT Staff Bridge for their records. Submit structure design certification letter to CDOT • Finalize plans, specifications and estimates • Submit contract documents to the City for advertisement DELIVERABLES: — Construction plans and specifications, project cost estimate, structure selection report, design certification letter, independent design check 6. ROW Clearance /Acquisition - The FHU Team will work closely with the City surveyor to prepare the ROW plans for review by CDOT and we will finalize these plans to obtain the ROW clearance. We will also coordinate with the City surveyor to prepare graphical representations that match legal descriptions for obtaining private property and/or easements, if necessary. We will: • Define slope limits and identify ROW/easement needs • Prepare a set of ROW plans in CDOT format; assist in obtaining ROW clearance from CDOT • Assist in the preparation of legal descriptions • Prepare property mitigation plans for use in negotiations. Standard Professional Services Agreement- rev 09/01/06 13 We have followed this process, with good success, recently for the City on the North College Avenue, US 287 Bike Lane and Mason Trail projects. On these projects, the City surveyor performed the record and field research, and provided geometry and legal descriptions for the parcel. DELIVERABLES: — ROW plans, legal descriptions (by city surveyor), property mitigation plans, ROW clearance 7. Utility and Environmental Clearances — FHU will be responsible for obtaining utility data from both public and private entities, for preparing the utility base mapping within the project boundaries, and for providing valued input during the concept planning / structure selection, and preliminary and final engineering phases of the project. To obtain the utility clearance, we will: • Schedule and conduct a utility coordination meeting • Identify locations for potholing • Identify critical conflicts and coordinate utility relocations/design revisions • Coordinate power source location(s) • Coordinate with lighting designer • Develop utility specifications FHU's environmental staff will document certain aspects for the completion of a Categorical Exclusion (CDOT Form 128). FHU staff will complete the following main tasks: • Initial Site Assessment to identify any potential hazardous materials that could be encountered during construction Threatened or Endangered Species habitat analysis and presence/absence documentation • Wetland survey Other documentation needed for Form 128 compliance is not anticipated to be thorough; however, FHU will provide appropriate documentation for completion of the Form for air quality, noise, and farmland protection. Through conversations with CDOT staff, it is understood that CDOT will perform the archaeology, paleontology, historic resources, historic bridge analysis, and Section 4(f) (park and recreations lands) and 6(f) (land conservation properties) resource clearances for this project. Standard Professional Services Agreement- rev 09/01/06 14 DELIVERABLES: — Initial Site Assessment, T&E Presence/Absence Documentation, Wetlands Survey, Form 128, Permits as necessary 8, Construction Assistance - Based on our experience on construction of other Local Agency projects with CDOT, we can provide assistance to the City to assure compliance with the State's requirements during construction. At a minimum, the following services will be provided: • Bid assistance — attend a pre -bid meeting, assist with bid addenda, review bids and provide recommendations for contractor selection • Interpretation of plans and specifications • Shop drawing review • Design revisions • Production of record drawings • Answer questions via phone, email or in the field The following additional services are available: • Daily Construction Administration — manage budget and schedule, assure construction quality and contract compliance, maintain project documentation • Observation — daily or supplemental to the City's observation. • Review of contractor submittals 9. Public Involvement Plan - Our team's public involvement approach is based on both practical experience and best practices that have been verified through field experiences. Specific tasks will include: • Identify interested and affected parties including adjacent residents, business and property owners • Gather contact information • Identify issues, insights and concerns • Provide project progress information, including periodic mailings, postings on City website, and media releases. Consultant will prepare information in consultation with the City and then provide camera ready material for reproduction and distribution, mailing or posting by the City • Public Open Houses (3) with project announcements (3) could be in the form of a newsletter Standard Professional Services Agreement- rev 09/01106 15 It is anticipated that the Open House schedule will be: • I st Open House (Fall 2006) — Present the conceptual design alternatives of the project; obtain resident, property owner and stakeholder input • 2nd Open House (Spring 2007) — Present the conceptual design recommendations • 3rd Open House (Fall 2007) — Present the final design and construction schedule In support of the Open Houses, the FHU Team: • Arrange for the location and refreshments • Provide visuals, sign -in sheets, handouts • Create and distribute publicity materials • Send out e-mail announcements to interested parties • Summarize findings from the open houses Provide project materials to Senior Center, public libraries and Front Range Community College Library As a follow-up to the Open House, the FHU Team will: • Provide materials from open houses for posting on City website • Conduct outreach and follow-up • Track feedback and concerns • Share with identified team members • Communicate how issues are addressed Standard Professional Services Agreement- rev 09/01/06 16 Project Schedule EXHIBIT B EXHIBIT C Fee Schedule 1. Labor Cost Classification Adjusted Hourly Billing Rates x W rkhours = Total Felsbur , Holt & Ullevi Principal $150.00 x 64 = $9,600.00 Associate $130.00 x 30 = $3,900.00 Senior Engineer $120.00 1 x 298 = $35,760.00 Engineer III $90.00 x 370 = $33,300.00 Engineer II $80.00 122 = $9,760.00 Engineer 1 $70.00 x 36 = $2,520.00 Senior Bridge Designer $110.00 x 69 = $7,590.00 Engineer IV $105.00 x 212 - $22,260.00 Designer II $65.00 x 258 = $16,770.00 Clerical $65.00 x 7 = $455.00 Total Labor= 1,466 = $141,915.00 2. OTHER DIRECT COSTS (DIRECT NON -LABOR EXPENSES) Estimated Direct Ex enses 5% of Labor) $7,095.75 3. OUTESIDE SERVICES (E.G., SUBCONSULTANTS & VENDORS): EDAW Hourly Rates Principal 1 - $166.00 Senior Associate $110.00 Associate $73.00 Landscape Architect 111 $107.00 Landscape Architect II $83.00 Landscape Architect 1 $64.00 Landscape Designer II $73.60 Landscape Designer $54.00 Clerical $61.50 $53,890.00 Yeh & Associates Hourly Rates Principal Engineer $140.00 Project Manager $120.00 Senior Engineer $110.00 Project Engineer $80.00 Staff Engineer $70.00 Staff Geologist $70.00 Lab Technician $57.00 Drafter $60.00 Clerical $52.00 $17,365.00 Clanton & Associates Hourly Rates Principal Engineer $150.00 Senior Engineer $100.00 Senior Desi ner $80.00 CAD Technician $55.00 $13,280A0 City Visions Hourly Rates Principal 1 $80.00 $13,860.00 Total Outside Services: $98,395.00 4. TOTAL CONTRACT COST SUM OF 1, 2, AND 3 : $247,405.75 UDBE % = 17.99% Standard Professional Services Agreement- rev 09101/06 17 EXHIBIT D Standard Professional Services Agreement- rev 09/01/06 18 In the event of any such early termination by the City, the Professional shall be paid for services rendered prior to the date of termination, subject only to the satisfactory performance of the Professional's obligations under this Agreement. Such payment shall be the Professional's sole right and remedy for such termination. 5. Design, Proiect Indemnity and Insurance Responsibility. The Professional shall be responsible for the professional quality, technical accuracy, timely completion and the coordination of all services rendered by the Professional, including but not limited to designs, plans, reports, specifications, and drawings and shall, without additional compensation, promptly remedy and correct any errors, omissions, or other deficiencies. The Professional shall indemnify, save and hold harmless the City, its officers and employees in accordance with Colorado law, from all damages whatsoever claimed by third parties against the City; and for the City's costs and reasonable attorneys fees, arising directly or indirectly out of the Professional's negligent performance of any of the services furnished under this Agreement. The Professional shall maintain commercial general liability insurance in the amount of $500,000 combined single limits and errors and omissions insurance in the amount of $1,000,000. 6. Compensation. In consideration of the services to be performed pursuant to this Agreement, the City agrees to pay Professional a fixed fee in the amount of Two Hundred Forty Thousand Three Hundred Ten Dollars ($ 240,310.00) plus reimbursable direct costs. All such fees and costs shall not exceed Two Hundred Forty Seven Thousand Four Hundred Five Dollars and Seventy Five Cents ($247,405.75). Monthly partial payments based upon the Professional's billings and itemized statements are permissible. The amounts of all such partial payments shall be based upon the Professional's City -verified progress in completing the services to be performed pursuant hereto and upon the City's approval of the Professional's actual reimbursable expenses. The parties acknowledge that Edaw, Yeh & Associates, Clanton & Associates and City Visions are not parties to this agreement. However, the rates listed for services to be provided by these subcontractors shall be the rate paid by the City to the Professional for these services. If the Standard Professional Services Agreement- rev 09/01/06 2 amount charged by these subcontractors exceeds the rates listed in Exhibit "C" the excess amount shall not be paid or owed by the City. The limitation on increases in prices set forth in section 4 herein shall apply to all rates listed in Exhibit "C" including subcontractor rates. 7. Final payment shall be made following acceptance of the work by the City. Upon final payment, all designs, plans, reports, specifications, drawings, and other services rendered by the Professional shall become the sole property of the City. 8. City Representative. The City will designate, prior to commencement of work, its project representative who shall make, within the scope of his or her authority, all necessary and proper decisions with reference to the project. All requests for contract interpretations, change orders, and other clarification or instruction shall be directed to the City Representative. 9. Project Drawings. Upon conclusion of the project and before final payment, the Professional shall provide the City with reproducible drawings of the project containing accurate information on the project as constructed. Drawings shall be of archival, prepared on stable mylar base material using a non -fading process to provide for long storage and high quality reproduction. "CD" disc of the as -built drawings shall also be submitted to the owner in and AutoCAD version no older then the established city standard. 10. Monthly Report. Commencing thirty (30) days after the date of execution of this Agreement and every thirty (30) days thereafter, Professional is required to provide the City Representative with a written report of the status of the work with respect to the Scope of Services, Work Schedule, and other material information. Failure to provide any required monthly report may, at the option of the City, suspend the processing of any partial payment request. 11. Independent Contractor. The services to be performed by Professional are those of an independent contractor and not of an employee of the City of Fort Collins. The City shall not be responsible for withholding any portion of Professional's compensation hereunder for the payment of FICA, Workers' Compensation, other taxes or benefits or for any other purpose. 12. Personal Services. It is understood that the City enters into this Agreement based Standard Professional Services Agreement- rev 09/01/06 3 on the special abilities of the Professional and that this Agreement shall be considered as an agreement for personal services. Accordingly, the Professional shall neither assign any responsibilities nor delegate any duties arising under this Agreement without the prior written consent of the City. 13. Acceptance Not Waiver. The City's approval of drawings, designs, plans, specifications, reports, and incidental work or materials furnished hereunder shall not in any way relieve the Professional of responsibility for the quality or technical accuracy of the work. The City's approval or acceptance of, or payment for, any of the services shall not be construed to operate as a waiver of any rights or benefits provided to the City under this Agreement. 14. Default. Each and every term and condition hereof shall be deemed to be a material element of this Agreement. In the event either party should fail or refuse to perform according to the terms of this agreement, such party may be declared in default. 15. Remedies. In the event a party has been declared in default, such defaulting party shall be allowed a period often (10) days within which to cure said default. In the event the default remains uncorrected, the party declaring default may elect to (a) terminate the Agreement and seek damages; (b) treat the Agreement as continuing and require specific performance; or (c) avail himself of any other remedy at law or equity. If the non -defaulting party commences legal or equitable actions against the defaulting party, the defaulting party shall be liable to the non -defaulting party for the non -defaulting party's reasonable attorney fees and costs incurred because of the default. 16. Binding Effect. This writing, together with the exhibits hereto, constitutes the entire agreement between the parties and shall be binding upon said parties, their officers, employees, agents and assigns and shall inure to the benefit of the respective survivors, heirs, personal representatives, successors and assigns of said parties. 17. Law/Severability. The laws of the State of Colorado shall govern the construction, interpretation, execution and enforcement of this Agreement. In the event any provision of this Standard Professional Services Agreement- rev 09/01/06 4 Agreement shall be held invalid or unenforceable by any court of competent jurisdiction, such holding shall not invalidate or render unenforceable any other provision of this Agreement. 17. Prohibition Against Employing Illegal Aliens. This paragraph shall apply to all Contractors whose performance of work under this Agreement does not involve the delivery of a specific end product other than reports that are merely incidental to the performance of said work. Pursuant to Section 8-17.5-101, C.R.S., et. seq., Contractor represents and agrees that: A. As of the date of this Agreement: 1. Contractor does not knowingly employ or contract with an illegal alien; and 2. Contractor has participated or attempted to participate in the basic pilot employment verification program created in Public Law 208, 104th Congress, as amended, and expanded in Public Law 156, 108th Congress, as amended, administered by the United States Department of Homeland Security (the "Basic Pilot Program") in order to verify that Contractor does not employ any illegal aliens. B. Contractor shall not knowingly employ or contract with an illegal alien to perform works under this Agreement or enter into a contract with a subcontractor that fails to certify to Contractor that the subcontractor shall not knowingly employ or contract with an illegal alien to perform work under this Agreement. C. Contractor shall continue to apply to participate in the Basic Pilot Program and shall in writing verify same every three (3) calendar months thereafter, until Contractor is accepted or the public contract for services has been completed, whichever is earlier. The requirements of this section shall not be required or effective if the Basic Pilot Program is discontinued. D. Contractor is prohibited from using Basic Pilot Program procedures to undertake pre -employment screening of job applicants while this Agreement is being performed. E. If Contractor obtains actual knowledge that a subcontractor performing work under this Agreement knowingly employs or contracts with an illegal alien, Contractor shall: Notify such subcontractor and the City within three days that Contractor has actual knowledge that the subcontractor is employing or contracting with an illegal alien; and 2. Terminate the subcontract with the subcontractor if within three days of receiving the notice required pursuant to this section the subcontractor does not cease employing or contracting with the illegal alien; except that Contractor shall not terminate the contract with the subcontractor if during such three days the subcontractor provides information to establish that Standard Professional Services Agreement- rev 09/01/06 the subcontractor has not knowingly employed or contracted with an illegal alien. F. Contractor shall comply with any reasonable request by the Colorado Department of Labor and Employment (the "Department') made in the course of an investigation that the Department undertakes or is undertaking pursuant to the authority established in Subsection 8-17.5-102 (5), C.R.S. G. If Contractor violates any provision of this Agreement pertaining to the duties imposed by Subsection 8-17.5-102, C.R.S. the City may terminate this Agreement. If this Agreement is so terminated, Contractor shall be liable for actual and consequential damages to the City arising out of Contractor's violation of Subsection 8-17.5-102, C.R.S. H. The City will notify the Office of the Secretary of State if Contractor violates this provision of this Agreement and the City terminates the Agreement for such breach. 18. Special Provisions. Special provisions or conditions relating to the services to be performed pursuant to this Agreement are set forth in Exhibit "D", consisting of eighteen (18) pages, attached hereto and incorporated herein by this reference. Standard Professional Services Agreement- rev 09/01/06 ��p� FpR7 Cp� .d SEAL ATTEST: AS City THE CITY OF FORT COLLINS, COLORADO By: a s B. O'Neill 11, CPPO, FNIGP Directo urchasing & Risk Management DATE: l 2�r,S�Ob Felsburg, Holt UUllleevig By. r�&"' Title: Elms I Qoi P n `t � \ CORPORATE PRESIDENT OR VICE PR ES ENT Date: 11 Z $ 0(0 Y X (Corporate Seal) Standard Professional Services Agreement- rev 09/01/06 7 EXHIBIT A 1. Project Coordination - A series of project progress meetings are planned throughout the project duration. As can be seen on the attached project schedule, a total of nine (9) progress meetings are planned — meetings scheduled for the entire design team (FHU Team, City and CDOT staffs). The actual schedule of progress meetings may change during the course of the project; however, it is anticipated that five (5) meetings would be held during the concept planning phase, one (1) during the preparation of preliminary plans, three (3) during the preparation of the final design plans, and one (1) close to the presentation of the final plans to the public. DELIVERABLES: — Progress meeting minutes, meeting handouts, display material 2. Data Collection - The FHU Team will collect the following information from the City: • Aerial mapping — we will likely use mapping already in our possession related to other MTC projects. • City utility key maps • Topographic/ROW Survey • Property ownership • Adjoining site plans • Drainage and flood data FHU will collect the following information from other sources: • BNSF lease agreements, if available • Private utility key maps • Wetland/T&E/Hazmat information • Project photo log DELIVERABLES: — Aerial mapping, topographic survey (including information to College Avenue), AutoCAD utility database, photo log Standard Professional Services Agreement- rev 09/01/06 8 3. Conceptual Design — The FHU team will meet with City Staff (Meeting #1) to start the project, refine the schedule, and to establish a Technical Advisory Committee (TAC) that will provide input into the critical decisions of the project. We propose that this team include City, CDOT and consultant staffs that would meet monthly during the concept planning phase (5 total meetings), to evaluate project alternatives and to provide input on grade - separation selection. The FHU team will: Prepare a detailed site analysis plan summarizing the site opportunities and constraints. • Conduct an Internal Workshop session with the TAC at Meeting #2 to review project concept plans for the project. The workshop session will serve as the starting point for development of the project vision. The basic conceptual options will compare functionality, impacts, perceptions, and relative costs of the underpass and overpass options. Possible modifications to the parking areas, drives and walk connections through private property will be explored. The outcome of the workshop will be a'decision to further explore either an overpass or underpass as the preferred approach, as well as ideas for improvements to private property that may go beyond the immediate project area. The preferred option will be further developed and analyzed in more detail and preliminary cost estimates developed. Further refinements would identify drainage or utility impacts, impacts to private property, grades, retaining walls, etc. • Participate in three individual meetings with affected landowners to review the alternatives. Identify their concerns and issues, as well as opportunities for partnerships and connections to N. College Ave. Perspective sketches will be developed for better communication to the landowners. Alternatives will address possible architectural character of the crossing structure, probable cost and perceived safety. After the landowner meetings the TAC would reconvene (Meeting #3) and determine a preferred direction for alternatives to share with the public. • During the preparation of the concept plans, FHU will submit design criteria for the project using the design criteria from the City's Design Guidelines for Grade - Separated Pedestrian, Cyclist and Equestrian Structures as an initial guide. • Conduct a public open house to review refined alternatives and receive comments. • Meet with TAC to select a preferred approach (Meeting #4). • Refine the design drawings in plan, section elevation and perspective sketch to completely illustrate all aspects of the project and allow for accurate cost estimating. Standard Professional Services Agreement- rev 09/01/06 9