HomeMy WebLinkAbout29168 / 77-11October 20, 1977 # 11 RESOLUTION
;., _ _ . _
: ;.
FiiRPOSE: APPROVE CON'�'RACTS FOR CuNDUCTTNG ENVIRONMENTAL
IMPACT STATE�IENT FOR RAII�RQAD HIGHUlAY CONFLICT
STUDY fProject I.D, 4�+94-0-15)
IPIITII3TED BY: COI�I�?'JNITY DEVEL4PM�;NT
Lv'�IEREAS the Common Council ol the City of Oshxosh
au;h:;L iz�u ar�u Cl �_Y'EL LCU appropx��i� �_e ui�ty offic.ials tG sec�are
federal and/or state funds for the purp�se of conducting an
F;nvironmental Impact Statement, and
6dHEREAS the Common Council aurther selected the f irm
of Deleuw Ca-t:her � Co. of Chicago, I?linois to assist the City
in securing such federal and!or state aids and to undertake
the Environmental Im�act Statemen�,
NOSti' THEREFORE BE I2 RESOLVED by the Common Cauncil of
the City cf Gs�ikash �that the attarhec� projec�t agrpement with the
Wisconsir. U�par��ment of Transportat�,+�n and the agreement between
the City �f Gshkosh anci Deleuw C�the�^ F Co. are hereby appraved
G.r.d 'tha-t �� n.e nr�FAr �i.t�� c `��`_. � - - � .�v� t- , ,�
_ ^;_LL��. u. � �i,� �a2i�i�r zed and
Ci_�.:cted to en-ter i.7zto the attached ,�oreenients .
BE I`?' :'UR`�.NE�R RESO��I�"D tt�at sund,, for -`his �.atirpose i.n
ii:e `moun�: of $6,500 S7X THO:JSA'�'D F���� I-iUTdllF.ED DOLL�'�kS, or the
��^�.� �t1ar•z, ��:�e 1ie�,e�:y c,.f�,,,,,c�priatec� �.rom Ge.Zeral Fuizd Equity
A�c.c��.znt I�to . ?� �� -5:;0 .
_ �1 __
�,,, .. � J , ,:: � ;:; . . , i " ; ' °� . �'.,ry" �.,�=��,+���r��� , u �'" � &"� 2k�a a, 4�, r�� �: � ,,+ n
r. > , :'
.; . ,. �,..� ,. � . ,�x :� �. .,.}. ,f ..; �s<.'. .,-.
.. .�_��
:..'�"'
_ �
6y `1. �- . L of W/jC
a1 ` q�t pY
� r f y� a. !
�-4 State of Wisconsin \ DEPARTMENT OF TRANSPORTA710N - "�o
r. ,4.y. � p�s.r�+��.
; ta� �f
U
• ' `�T �f T R ��SC
DIVISION OF HIGHWAYS
1} � 1977 1125 NORTH MILITARY AVE.
OCtOb2T' P. O. BOX 3670 DISTRICT 3
GREEN BAY, W! 54303
�
0
Pvir. William Frueh
City T�Tanager
P.O. Box 1130
Oshkosh, Wisconsin 54901
Dear Mr. Frueh:
Project I.D. 4994-0-15
Railroad - Highway Conflict Study
City of Oshkosh
V'�innebago County
c
Attached are three copies of the Project A�reement for the preparation of the
E_n_ ;ri�or:mental Dac,.Lment on the sub j ect pro j ect . Please sign and return two
copies to this office.
Very truly yours,
C. R. RYAN, P.E.
District �hgineer
By
.���,,_ .h? ; z-=--,�
C. H. Mertens
District Chief Design Engineer
JF'F/ j ct
Att.
�
/
�
P,:. .. .
�' .
_ ,,
.
�n�,:�.:.,. 1w,. .�..a.d_ �.�z... - . .._. . -
_ . �I
State of �'Jisconsin/Dept. of Trans,
PROJECT- AG°�.�.�ENT
for the Progr�:Lming of an
URBAN IIt4PR0�� �iJT PROJECT
ID 1�99�+-0-15
The signatory city, vi� la�e, tor�m or coi�nty, hereinafter called the t•,Zunici-
p�lity, through its undersigned duly auth�rized officers, or officials, hereby
requests the State of ti7isconsin Departmen� of Transportation, through its Division
of Highi•rays, hereinafter called the State, to initiate proceedings and engineering
de;relopment hereinafter described. '
This request for the prob amming, upon acceptance by the Division of Highways,
shall constitute an Agreement betrreen the ylisconsin Department of Transportation
and the i�Qunicipality, a.�:d unless specifically motiified or amended by supplemental
v ritten agreerr�ent betv;een the State and the r.Iunicipality is sub j ect to all of the
• -following ter�s atid conditions,
Terms and Conditions
l. VUhen Federal Funds are involved in the improvemen-�, the initiation and
acconplishment of the ir�provement �rriil be subject to the applicable Federal Aid
High�ray Acts �nd Regulations of the Federal Highti�ray Administration, U.S. Departnent
of Transportation. �
2. The Municipality i�rill contribute and pay to the State all cost incurred
by the State in connection �•�ith the improvement ��hich is not eligible for State
and/or Federal fund fin�r!cing.
3. Federal aid �nd/or State hign;ray fund financing sri.],l be limited to 90
pzrcent (�) participation to a maximurn of $65,000 in the costs of the follo�ving
ite�s: (State funds linited to State trur� highrray routes and connecting streets.)
(A) Environmental Document
1�. The District Office of the Division of High��ays vri.11 cooperate rrith and
ad=rise the PdurLicipality during the survey and plan developr�en� phase. The cost
of ar�y survey, plan, and preconstruction e�gineering undertaken by the State, other
th�-� acL-ninistrative expenses, will be char�ed to the Municipality.
(A) It vrill assu.�e general respo�sibility for a11 public information and
public relations for the project and to ma'_:e fitting annotincement to the press and
sucn ouilets as ��rould generall�r �lert �he affected property oa�ners and the community
of the nature, extent, a._nd timing o£ the project and arrangements for hand].ing
traffic Svithin and around the projects.
(B) It 1ri11 comply tiTith all applicable provisions of the '�Yisconsin Action
Plan.
(C) V'lhen the acquisition of ri;n� of ti�ray is to be financed eith�r in vrhole
or in part tivith Federal funds, such purchases or acquisitions ��ill comply trith the
-2-
� o�
' �`
'�� -,.
. �
. � �
� h
provisions of Titles IT and III of the ti�ifor� Relocation Assistance and Real �
Property Acquisition Policies Act o?' 197� (42 U.S.C. �601 et seq.) as may be
��aended fro.� time to time, and th� requ�rements set forth in Section II of the
Sfate's ;:Iinim-�un Right of �9ay Requireiren�s for Federal Aid Urban Systems &
TOPICS Projec�s of July 1973 as r�ay be ��nended from time to time.
(D) 1,"l?zen the acquisition of rioht of way is to be financed by �ihe
Municipality or other utility or facili�y ormer, such purchases o� acquisitions will
. comply vrith the provisicns of Titles II �-�d III of the Uniform Relocation Assis-
tance and Real Property Acquisiticn Policies Act of 1970 (�42 U.S.C. �.601 et seq.) as
may be amended from time to time, Title �TI of the Civil Rights Act oi 1964, and the
rec}uirements as set forth in Section I of the State's r�iinimum Right of j'day Require-
ments for FederaJ_ Aid Urban System a..nd iOPICS Projects of January 197f� as may be
. aLnended from time to time, or the requirements as set forth in Section T of the
State's Aiini�um Right of Vlay Require�en�s for Federal Aid Secondary Projects of
July Ig73 as r^�ay be amended from tir�e to ti�e.
; � �4� �y `.
, � � o-�s . .,
� .
�CRIPTION AND ESTIti1ATE
� CITY OF
❑ VILLAGEOF
❑ TOYlN OF
N�me of Road or Stro
OS�L'dOS�l
: -3- �.
County - Htghway
iYinnebago
�
�
_engtA-p�iie�. —
l
Railroad - Highr�ay Conflict Study • � . • .
Existing Facillty - Dascrlbe and qlve reason toi requnt .
Study the environmzntal concerns of alle� a�ing �the problems of operating
railroads through the central business dis�rict, etc. (same as attached
. agreement } . � . -
PtaDosad Imp►orement - naturo of work '
• ' J
Oescrlbe non-participa:ing work Includa� In the projact and other work nacessary 2o fi�(sh the proJect cOmDietety
wAtch will be unCertaken lndependantly by the munic)pality. • -
The construction oE this improvement (�oes) (Does Not) requue the acquisition of additional right o£ way.
. If Right of Way. is required for tliis project, complete Page 4. Unlm.o�rn at this time. ,
. Federal/Stat� Municipai Tota{
� FunBs Funds . Estimated Cost �
Preconstruction Engineering � �
Right of Way
Construction
Other �nvironnental 5$,.500 (1'f�aximuzn) 6, 5d0 � : 65,0�0
Document � •
TOTAL � � �
Date municipal funds will be avaitable: y�men Requested " .
T�►e above estiinatrd cos�s iaclucle � � in non-parrcipating costs necessary to be incIuded in the contract.
Tl►is rcquest is �nadr by the undersigned nnder proper autho:ity to make suc�i request for the abov� designated Munici-
pality as evidenced by a[eacli.ed resolution, and which upon accep�ance by_the Highway Commission shall constitute -
agrccmcnt betwecn the Iv4unicipality and t�Wisconsin Departrri�nt of TransporCation.
� �% i . . .TITLE
I ' � // :7 ` ,; � DATE -
SICIYED: �� � G ; � �� �xt�_ City Manager . - .
� ' � i ��. � : Frueh
� ,?'� ' ��� ,Z - City Clerk
//„ � �:� �on�rerse,. C. riarks � . .
� � �`` f ���'-�.l� � Comptrall�er � '
, �� - Del L�. I;�rche _ . .
, f • -_ .; -t-tr Afitnrna�, `
V o n 4 Pence
� � . - . - ''. F . - - . .,' •
t
7'he ac9uisition function is to be conducted by (municipality) (state) (me�nicipality-state combiRation)� �
� � -
The (title search) (appraisal) (acquisition) (reloca[ion assistance) (other - �
of any needed riglits of way will be performed by
AlI other right of �vay related activities �vill be perf�rmed by the municigalit�r's o�vre staff. .� -
When the municipality is identiEied as agent for any RiDht of Way related ectivity.and federal aid fands are �
involved in any phase of the project engineereng, right of way or construuion, a s[ateinent of the munici-
pality's acquisition capabilities must be submitted to the Bureau of Real Estate for approva2�bY the FHWA �
prior Co the start of any acquisition activities. .�' _ ► _ -
When the State is identified as aa nt for any Right of 1Vay reIated activity, this reguest wilI not be acted '
upon until a forrnal request for such services, Forrit E-D-�419 has been submitted to and accepted by the
Highway Cammission. . � . _ . _
. . . .
0
0
., - _ -:. -.
� � � i
. - -. ;.
� . .' : _ - - . _ �
� ' . \
. '.,' - • ' 1
,. � � .
� �
�i � E ov w,Sc
� ' �` °a
i"' i R i
v.; r Sta.te o� Wisconsin ` DEPARTMENT OF TRANSPORTATION ; ��'�'o
_ y� �f
if ��•� �.
0
�l�F TR�HSe
DIVIStOiV OF HIGHWAYS
October 4, 1977 1125 NORTH MILITARY AVE.
P. O. BOX 3670 DISTRICT 3
GREEN BAY, WI 54303
�
0
Mr. tiVilliam Frueh
City Manager
P.O. Box 1130
Oshkosh, �Visconsin 54901
Dear Mr. Frueh:
Project I.D. 4994-0-15
Railroad - High�vay Conflict Study
City of Oshkosh
Winnebago County
Attached are three copies of the Project Agreement for the preparation of the
Environmental Document on the subject project. Please sign and return two
copies to this office.
Very truly yours,
C. R. RYAN, P.E.
District Engineer
By
_�1�� �� �. t �..�..-
� - � ��
C. H. Mertens
District Chief Design Engineer
JEF/ j ct
Att.
�—
State of t'Jisconsin/Dept. of Trans.
PROJECT AGREIIt�NT ID 1,994-0-15
for the Prograr,uning of an
URBAN IR�'ROV�:��JT PROJECT
The signatory city, village, to��m or county, hereinafter called the r�.�unici-
pality, through i�s undersigned duly authorized officers, or officials, hereby
requests the State of ti7iseonsin Depa.rtment of Transportation, through its Division
of High��rays, hereinafter called the 5tate, to initiate proceedings and engineering
development hereinaf�er described.
This request for the programming, upon acceptance by the Division of Highways,
shall constitute an Agreement bet�veen the y7isconsin Department of Transportation
and the Ddunicipality, and unless specifically modified or amended by supplemental
written agreement bet�reen the State and the T,4unicipality is subject to all of the
�follo�ving terms and conditions.
Terms and Conditions
l. When Federal Funds are involved in the improvement, the initiation and
accomplishment of the improvement vrill be subject to the applicable Federal Aid
Highway Acts and Regulations of the Federal High��ay Administration, IJ.S. Departnent
of Transportation.
2. The �dunicipality will contribute and pay to the State all cost incurred
by the State in connection tivith the iMprovement Urhich is not eligible for State
and/or Federal fund financing.
3. Federal aid and/or State high�rTay fund £inancirLg trill be limited to 90
percen� (%) participation to a maximum of $65,000 in the costs of the following
items: (State funds limited to State trunk highvray routes and eonnecting streets.)
(A) Envirorunental Document
!�. The District Office of the Division of High`vays vrill cooperate with and
advise the Pdunicipality during the survey and plan development phase. The cost
of ar�y survey, plan, and preconstruction engineering undertaren by the State, other
than administrative expenses, will be charged to the rJiun.icipality.
(A) It v�ri.11 assume general responsibility for all public information and
public relations for the project and to make fitting annowncement to the press and
such outlets as Vrould gener�.11y alert the affected property oamers and the community
of the nature, extent, and timing of the project and arrangements for handling
traffic �vithin and around the projects.
( B) it ivill comply with all applicable provisions of the 5'lisconsin Action
Plan.
(C) V'rhen the acquisition of right of way is to be financed either in vrhole
or in part with Federal funds, such purchases or acquisitions will comply with the
, ,,
-2-
provisions or Titles II and III of the Uniform Relocation Assistance and Real
Property Accuisition Policies Act of 1970 (�2 U.S.C. 4601 et seq.) as may be
amended fro� time to time, and the requirements set forth in Section II of the
State's ?,Iini:num Right of 4'Jay Requirements for Federal Aid Urban Systems &
TOPICS Projects of July 1973 as may be amended from time to time.
(D) �Uhen the acquisition of right of way is to be fina_nced by the
Municipality or other utility or facility owner, such purchases or acquisitions will
comply <<rith �he provisicns of Titles II and III of the Uniform Relccation Assis-
tance and Real Property Acquisition Policies Act of 1970 (�.2 U.S.C. �.601 et seq.) as
may be a.r�ended from time to time, Title VI of the Civil Rights Act oi 1964, and the
requirements as set forth in Section I of the State�s PdLinimum Right of `Yay Require-
ments for Federal Aid Urban System and TOPICS Projects of January 1974 as may be
amended fro� time to time, or the require�ents as set forth in Section T of the
State's bZinimum Right of V�lay Requirements for Federal Aid Secondary Projects of
July 1973 as May be amended from time to time.
�-D; s ; 5 � ] R•75 ,
DESCRIPTION AND ESTIh1ATE
�A CITY OF
❑ VIL.LAGE OF OSY1�iOSY1
❑ TOWN OF
Name ot Road or Street
-3-
Winnebago
i
i
i
[h - Miles
i
Ra.ilroad — Highway Conflict Study
Isting Fadllty - Descrlbe and glve reason tor request
Study the environmental concerns of alleviating the problems of operating
railroads through the central business district, etc. (same as attached
agreement) . '
� ,
Proposed Improvement - naturo of work
Describe non-participating work Inciudett 1n the 0►oject and other work necessary to t{nlsh the proJect completely
which wlll be undertaken independently by the munieipality.
The cortstruction oF this improvement (Does) (Does Not) require the acquisition of additional right of way.
[f Rig}it of Way is required for tliis project, complete Page 4. Unlmown at this �ime.
Federal/State Municipal Total
Funds Funds Estimated Cost
Preconstruction Engineering
Right of Way
Construction
Other Environmental 58, 500 (r�taximum) 6, 500 : 65,000
Document
TOTAL
Date municipal funds will be available: y�en Requested
The above estimated costs include $
in non-participating costs necessary to be included in the contract.
This rcquest is rnadc by the undersigned under proper authority to make such request for the above designated Munici-
pality as evidcnced by attaclicd resolution, and which upon acceprance by the Highway Commission shall constitute -.
agrcement between tlte Municipality and the Wisconsin Department of Transportation.
. TITLE DA7E
s�c,vED:
� !
. • _4- ;
• , ,
•.; � . .
I _
The acquisition function is to be conducted by (municipality) (state) (municipality-state combination).
,
The (title search) (appraisal) (acquisition) (relocation assistance) (other ) �
of any needed rig}�ts of way will be performed by _.
All other right of way related activities will be performed by the municipality's own staff.
When the municipality is identified as agent for any Right of Way related activity.and federal aid funds are
involved in any phase of the project engineering, right of way or construction, a statement of the munici-
pality's acquisition capabilities must be submitted to the Bureau of Real Estate for approval by the FHWA
prior to the start of any acquisition activities. �
When the State is identified as agent for any Right of Way related activity, this request will not be acted
upon until a formal request for such services, Form E-D-419 has been submitted to and accepted by the
Highway Commission.
0
. � yr : �
i 7 '
� '
�� �: .; � State o� �i�COnsin \ DEPART1�ENT OF TRAN;
� _
October l�, 1977
NIr. ti'J�lliam Frueh
City I'.2anager
P.O. Box 1130
Oshkosh, �Yisconsin 54901
Dear r;�. Frueh:
Project I.D. 499�-0-15
Ra.il.road - Higntivay �Conflict S;,udy
City of Oshkosh
Winnebago County
<� °f w�r�
� °4
� � '4��� �X'�Y *
� �� o
�� A
� hf
op
f� �r i R 1�NSQ
DJVISIOIV OF HiGHWAYS
2225 NORTH DnILITARY AVE.
P.O. BOX 3670 DISTRICT 3
GREEN 6AY. WI 54303
Attached are three copies of ihe �roj2�t ��?reemen� for the preparation of the
Environmental Document on the sub„ect pro��ct. Please sign and return trro
copies to this office.
Very truly yours,
C. R. RYAN, P.E.
District Engineer
By
�r �. . � �. �"-. �-�-. �.�
C. H. i:"ertens
District Chief Design Engineer
JEF/ j ct
Att.
\
State of �"lisconsin/Dept. of Trans.
PROJF,CT AGREIl':'�tv'T
for the Prograr:.-ning of an
URBAN IP,.�ROV��.��iT PROJLCT
w
ID l�99�-0-15 �
�
The signatory ci�ty, village, to�nm or county, hereinafter called the P,4unici-
pality, through its undersigned duly authorized ofiicers, or officials, hereby
requests the S+ate of VJisconsin Department of Trar.s�ortation, through its Division
of High�vays, hereinafter called the State, to initiate proceedings and engineering
development hereinafter described.
This request for the prograrruning, upon acceptance by the Division of Highv��ays,
shall constitute an Agreement bettiveen the �'Jisconsin Departmen� of Transportation
and the D�funicipality, and unless specifically modified or amended by supplemental
v�mitten agreement between the State and the P:tunicipality is subject to all of the
follo:ving terms and conditions.
Terms and Conditions
l. tiYhen Federal Funds are involved in the i�rovement, the initiation and
accomplishment of the improvement �rrill be subject to the applicable Federal Aid
Highway Acts and Regulations of the Federal High�vay Administration, U.S. Department
of Transgortation.
2. The Municipality will contribute and pay to the State all cost incurred
by the State in connection with the improvement ivhich is not eligible for State
and/or Federal fund financing.
3. Federal aid and/or State highr�ay fund financing vrill be limited to 90
percent (%) participation to a maximum of $65,000 zn the costs of the follo�ving
items: (State funds limited to State trunk hightiTay routes and connecting streets.)
(A) Environmental Document
4• The District Office of the Division of tiighv�rays ti�rill cooperate vrith and
advise the PJlunicipality during the survey and plan development phase. The cost
of any survey, plan, and preconstruction er_gineerir.� u.�dertaken by the State, other
than administrative expenses, v�ill be charged to tne I�,4unicipality.
(A) It vrill assume general responsibilitv for all public information and
public relations for the project and to make fittir.g announcement to the press a.nd
such outlets as vlould generally alert the affected property oUmers and the co�rsnunity
of the nature, extent, and timing of the projec� ar.d arranger.lents for handling
traffic �rrithin and around the projects. -
(B) It will comply with all applicable provisions of the 'Nisconsin Action
Plan. -
( C) Plhen the acquisition of right of �vay is to be financed either in �rhole
or in part with Federal funds, such purchases or acquisitions �vill comply with the
�
� .,
�
s .c
.� �
�-.�_`
�.�:
provisions of Titles II and III of the Un�foru� Relocation Assistance ar:d Real
Property Acquisition Policies Act of 1970 ;�2 U.S.C. 4601 et seq.) as may be
amended from time to time, and the require�2n+s set forth in Section II of the
State's Ivlinimuri Right of VVay Requirements ior Federal �iid Urban Systems &
TOPICS Projects of July 1973 as may be ame�ded from time to time.
(D) When the acquisition of rib:-�t of way is to be financed by the
Municipality or other utility or facility o•.mer, such purchases or acquisitions tis�ill
comply vTith the provisions of Titles II and III of the Uniform Relocation Assis-
tance and Real Property Acquisition Polici�s Act of 1970 (42 U.S.C. �.601 et seq.) as
may be amended from time to time, Title VI of the Civil Rights Act of 1964, and the
requirements as set forth in Section I of the State's T�'Linimum Right of 4Yay Require-
ments for Federal Aid Urban System and TOPICS Projects of January 1974 as may be
amended from time to time, or the require��nts as set forth in Seetion I of the
State's I'dLinimurn Right of Way Requirements �or Federal Aid Secondary Projects of
July 1973 as rnay be amended from time to �ime.
v
'\
-3-
E-D-515, 10-7�
DESCRIPTION AND ESTIMATE
r
. �:
� COU�Ity nl9nway Leng[f1 - M118S.
� CITY OF '
❑ VILLAGE OF OSY]�OSYl
❑ Towrv oF Winnebago � ----
Name ot Road or Street
Railroad — Highway Conflict Study
Exlstin9 FacllitY - Describe and give reason for request
Study the environmental concerns of alleviating the problems of operating
railroads through the central business district, etc. (same as attached
agreement) -
. ; ,
Proposed Improvement - nature of work - • �
Descrlbe non-participating work Includett in the project and othar work necessary to finfsh the projett completely
which wlll be untlertaken Indepentlently by the munlcipality. _
The construction oE t}iis improvement (Does) (Does Not) require the acquisition of additional right of �.�at•.
If Right of Way is required for tliis project, complete Page 4. Un�iown at this time.
. Federai/State Municipai Total
Funds Funds Estimated Cost
Preconstruction Engineering
Right of Way
Consiruction
Other Environmental
Documer.t
TOTAL
58,500 (Maximuzn) 6,500
: 65 , 000
Date municipal funds will be available: y�en Requested
Thc above cstimatcd costs include $ in non-participating costs necessary to be included in the contra� t.
This rrqucst is rnadc by the uudersigned under proper authority to make such request for the above designated Muni�'►
pality as evid�►iced by attac}ied resolution, and which upon acceptance by the Highway Commission shall constitutc
agrce�i�ent betweeri tl�e Municipality and the Wisconsin Department of Transportatior�.
' TITLE DATE
SIG�VED: � �
� ..
, .
. ' -4-
The acquisition function is to be conducted by (municipality) (state) (municipality-state combination).
The (titic search) (appraisal) (acquisition) (relocation assistance) (other )
of any needed riglits of way will be performed by � � •
All other right of way related activities will be performed by the municipality's own staff.
When the municipality is identified as agent for any Right of ��/ay related activity.and federal aid funds are
involved in any phase of the project engineering, right of way or construction, a statement of the munici-
pality's acquisition capabilities must be submitted to the Bureau of Real Estate for approval by the FHWA
prior to the start of any acquisition activities.
When the State is identified as agent for any Right of Way related activity, this request will not be acted
upon until a formal request for such services, Form E-D-419 has been subrnitted to and accepted by the �
Highway Commission.
0
�
AGREEMENT BETWEEi�I
CITY OF OS'r?iiOSH
AND
DE LEUW, CATHER & COMPANY
AN ILLINOIS CORPORt�TION
LOC�TED r'�T
165 WEST WE?CiC�R DRIVE
CHICAGO, ILLINOIS 606Q1
FOR
The ?reparatzon of an Environmental Im�nact Stateme�t
�or tne �1i:nination of Ra�.lroad - Highc.�ay Conflict
i� the City of Oshkosh
F,
�;
�
a
T:��S �GREEME�IT, made and entered into by and between
the Citv of Oshkosh, hereinaft�r named the "Municipali�y",
and De Leuw, Catner & Company, herzinafter named the "Cor�sultant".
WITNESSETH:
WHEREAS, the :�unicipality desires to engage the Consultant to
provide services for the preparation of an Environmental
Im�act S�atement,
WHEREAS, the �Iunicipality has authority as pro�ided in P,esolu-
tion and of the Common Cour.cil to
engage such services, and
WHEREAS, the Consultants zepresent that they are in compliance
aith the Wisconsin Statutes �e?atir.g to the registration of
�rofessional engineers, and nave signified their willingness t�
furnish envirorLmental services �or the Municiaalitv.
VOW, TH�REFORE, in consideration e= tn` premises and o� their
nutual and dependent agreemen�s, the parties :�ereto agree as
set fortn in the following pages which are annexed hereto
and made a part hereof (pages 1 to 19 inclusive and attacr.ed
EXHIBITS A thru F).
I�I WITNESS WHEREOF, the parties hereto have caused this
AGREEMENT to be executed the year and the day written by their
proper o��icArs and representatives. .
-1-
,.
�.
�`iy
;�
��':
�i:
,�
. y
�N 1HE PRESL�ICE OF:
u
8
: j�
��� P
M
DE LEUW, C�THER & COMPANY
165 West ;�Iacker Drive
Chicago, Illinois 60601
By.
G. M. Randich Date
Senior Vice President
By:
N. J. Pointner II
Vice President
MUNICIPALITY OF OSHKOSH,
WISCONSIN
Date
By.
William D. Frueh Date
City N�anager � �
�
Converse C. Marks
City C1erk
By.
Del LarSarche
Comptroller
Date
Date
gy . -
John W. Pence Date
City Attorney
- 2 -
�
Approved by the Highway Commission
for the Division of Highways
Department of Transportatian
State of Wisconsin
By.
�Highway Commission Date
� Secretary
0
. . . ' . . � � . . . . . � � � � . .
n
-3-
CERTTFTCATION OF CONSULTANT
I hereby certify that I am a Vice President and duly autnorized
representative of the firm of De Leuw, Cather & Campany, whose
address is 165 West Wacker Drive, Chicago, Illinois 60601, and
that neither I nor the above firm I here represent has:
a) employed or retained for a commission, �ercentage,
brokerage, contingent fee, or other consideration, any
firm or person (other than a bona fide employee working
solely for me or the above consultant) to solicit or
secure this contract,
b) agreed, as an express or implied condition for obtaining
� this contract, to employ or retain the services o£ any iirm
or person in connection witn carrying out the contract, or
c) paid, or agreed to pay, to any firm, organization or person
(other than a bona fide employee working salely for me or
the above consultant) any fee, contribution, donation, or
consideration of any kind for, or in connection with,
procuring or carrying out the contract;
except as here expressly stated (if any):
I acknowledge that this certificate is to be furnished to tne
Wisconsin Department of Transportation, Division of Highways,
�
=ra»�g Y�=o=^: in connection with �his contract involving
participation of Federal Aid Highway funds, and is subject to
applicable State and r^ederal laws, both criminal and civil.
Date
�a�
0
�
�
CERTIrICt�TION OF MUNICIPALITY
.r�
I hereby certify that I am the City Manager of the City of �
Oshkosh of the State of Wisconsin, and that the above
consulting firm or�his representative has not been required,
directly or indirectly as an express or implied condition in
connection with obtaining or carrying out this contract to:
a) employ or retain, or agree to employ ox retain, any firm
or person, or � � � � •
b) pay, or agree to pay, to any firm, person, or organization,
any fee, contribution, donation, or consideration of'
any kind;
except as here expressly stated (if any):
I acknowledge that this certificate is to be furnished the
Wisconsin Department of Transportation, Division of Hignways,
. . . t
�, in connection with this con�tract involving
participation of Federal Aid Highway funds, and is subject.
to applicable�State and Federal 1aws, both criminal and civil.
DATE
-S-
William D. Frueh
City Manager
I. SCOPE OF WORK
'A. General
1. The terms and conditions of this AGREEMENT shall
not be binding on either the �Sunicipality or the
Consultant until approved by the Diviszon of Highways.
2. The work under this AGRELMENT shali consist oi
performing all pbrtions of th� Environmental Impact
Statement as outlined in Section V of this AGREEMENT.
3. The Consultant shall furnish all services and
labor necessary to conduct and complete the work, and
shall furnish all materials, equipment, supplies, and
incidentals other than those which are hereinafter
designated to be furnished by the Municipality.
4. The Consultant shall obtain such information as
may have a bearing on the work from local units of
government and public utilities.
5. The term "Federal Highwa_v Administration" shall,
denote the Federal Highway �dministrator oi the United
States�Department of Transpor�ation, or his representa-
tives. � • •
6. The term "Division of Highways" shall denote the
Division of Highways, Department of Transportation,
State of Wisconsin, or its au4horized representatives.
7. Since the work pertainir_g to this Environmental
Impact Statement is to be financed in part with funds
derived from the Government o: the United States, this
AGREEMENT shall also be subject to the approval of the
Division of Highways.
B. Plans
1. At the request of the Municipality, the Consultant
during the progress of the wor.'t shall furnish such
maps, portions of plans, repo=ts or other information
or data in such detail as may be required, to enable
the Municipality to carry out or to proceed with related
phases of the work not covered by this AGREEMENT, or
which may be necessary to enabie the Municipality to
furnish inforination to the Cor.sultants upon which to
proceed with the further work.
�.'
�
2. The Consultant's work will be available for
inspection at 165 West Wacker Drive, Chicago, zllinois
60601.
C. Meetings
l. The Consultant shall from �ime to time during the
progress of the work confer with the Municipaiity. The
Consultant shall prepare and present such information
and reports as may be pertinent and necessary or as may
be requested by the Municipality to enable the
Municipality to pass critical judgment on the features
of the work. The Consultants sha11 make such changes,
amendments, or revisions in the detail of the work as
may be required by the Municipality. Whzn alternates
are being considered, the Municipality shall have the
right of selection.
2. Conferences sha11 be held upon the request of
either party hereto and visits to the site and
inspection of the work may be made at any time �y such
parties and by representatives of the Federal Highway
Administration or the Division of Highways.
3. -The Federal Highway �dministration and the Divisro,n
o£ Highways shall have �he right �o participate in the
conferences between tne Consultants and the Municipality
and to participate in the review or examinatzon of the
work in progress.
4. Compliance with all of the foregoing shall be
considered to be within tne purview of tnis AGREEMENT
and shall not constitute a basis for additior_a� or
extra compensation.
II. PROSECJTION AND PROGRESS
A. The work under- this AGREEL��ENT shall be i.nitiated im-
mediately upon delivery or the executed and signed
AGREEMENT after approval by the Division of Highways.
B. Time of Completion
Work under this AGREEMENT shall be completed as outlined
on the tentative work-time schedule, EXHIBIT G.
-7-
,
<:�
C. Cooperation
Close cooperation between Consultarit and Municipality
will be required at all times. Richard W. Wilberg
shall be the°offiCial representative for the Consultant,
and David Wendtland shall be the official Municipal
representative by and between whom the work shall be
coordinated and administered.
D. Progress Reports
The Consultant shall submit progress reports at intervals
of four weeks, beginning within thirty days after
authorization to proceed, which shall present ir.
acceptable form a record o` �ne wor�c accomplished by '
the Consultant.
III. BASIS FOR PAYMENT
A. Payment
Payment to the Consultant for services shall be nade on
the following basis:
(1) .Basis bf payment--actuai costs plus fixed•�ee not
to exceed $60,450. . . "� -�
(2) Direct salary costs or the Consultant's personnel
engaged in technical szrvices as set forth in
EXHIBIT A.
(3) A payroll burden at the rate of 119.33 percent of
direct costs and direct salary cost as set forth
in EXHIBITS B and D.
(4) The payroll burden and overhead rates are pro-
visional only as a basis for progress payments.
r^inal payment for overhead or indirect costs and
payroll burden or fringe benefits costs will be
based upon accounting records submitted by the
Consultant, subject to audit and approval by the
Municipality and Division of Highways, from which
will be determined tne actual overhead or indirect
costs and payroll burde:� or fringe benetit costs
incurred during the period of this AGREEMENT
and allowable to it. �
-8-
(5) The Consultant will be rzimbursed for the follow-
ing out-of-pocket expenses, including but not
limited to:
Travel and Subsistence
Special �aterial including Exhibits
Printing and Reproduction
Expenses shall be itemized for each progress
pa_yment .
IV. MISCELLANEOUS PROVISIONS
A. Ownership of Document
It is understood that all completed or partially
completed drawings, records, computations, surveys and
survey information and other material the Consultant
has collected shall become tne 2xclusive property of
the Municipality including originals of all reproducible
maps and exhibits or mylars of those originals.
B. Covenant Against Contingent ��es
The Consultant warrants that ne has not employed or
retained any company or person, other than a bona fide
employee working solely for �:�e Consultant, to solicit
or secure the engir_eering ser�ices stipulated in tnis
AGREE�ENT, and that he has not paid or agreed to pav
any company or person, other yhan bona fide employees
working solely for the Consul�ant, any fee, commission,
percen�age, brokerage fee, gi=ts or any other con-
sidera�ion, contigent upon or resulting from the award
o� making of this aGREEMENT. For breach or viola�ion '
of this warranty the Municipality shall have the right
to ann�l this AGR,�EMENT without liability, or in its
discre�ion to deduct from �ne contract price or con-
sideration, or otherwise recover, the full amount of
such fee, commission, percentage, brokerage fee, gift,
or contingent fee. (See certification of Consultant
attached hereto.)
C. Non-Discrimination in Emplovm�nt
During the performance of this AGREEMENT, the Consultant,
for itself, its assigneES anc successors in interest
agrees as iollows:
�
� ., ,
,��
<
l. Compliance With Regulations
The Consultant shall comply with the Regulations
relative to non-discrimination in federally-
assisted programs of the Department of Transporta-
tion, Title 49, Code of Federal Regulations, Part
21, as they may be amended from time to time,
(hereinafter referred to as the Regulations),
which are herein incorporated by reference and
made a part of this contract.
2. Non-Discrimination
The Consultant, with regard to the�work performed
by it during the contract, shall not discriminate
on the grounds of race, color, or nationaZ origin
in the selection and retention of subcontractors,
including procur�ments o� materials and leases of
equipment. The Co�sultant shall not participate
either directly or indirectly in the discrimination
pronibited by Section 21.5 of the Regulations,
including employment practices when the contract
covers a program set ior�h in APPENDIX B of the
Regulations.
3. Solicitations for Subco�tracts, Including Procure-
ments of Materials and Equipment.
In.all solicitations eitZer by competitive bidding
or negotiation made by t�e Consultant far wor'.�c to
be performed under a subcontract, including
procurements of materia?s or equipment, each
potential subcontractor or supplier shall be
notified by the Consultant of the Consultant's
obligations under this aG�EEMENT and the Regula-
tions relative to non-discrimination on the ground
of race, color or natior:al origin.
4. Information and Reports
The Consultant will provide all. information and
reports required by the �egulations, or orders and
instructions issued pursuant thereto, and wi11
permit access to its boo<s, records, accounts,
other sources of informa�ion, and its facilities
as may be determined �y �ne Division of Highways
or the Federal Highway �dministration �o be
pertinent to asceztain compliance with such
-10-
� .
Regulations, orders and instructions. Where any
information reauired of a Consultant is in the
exclusive possession-of another who fails or
refuses to furnish this information, the Consultant
shall so certify �o the Division of Highways, or
the Federal Highway Administration as appropriate
and shall set forth what efforts it has made to
obtain the information.
5. Sanctions for Noncompliance
In the event of the Consultant's noncompliance
with the nondiscrimination provisions of this
AGREEMENT, the Division of Highways shall impose
such AGREEMENT sanctions as it or the Federal
Highway Administration may determine to be
appropriate, including but not limited to:
(1) withholding of payments to the Consultant
under the AGREEMENT until the Consultant
complies, and/or
(2} cancellation, termination cr suspension of
the AGREEMENT, in whole or.in part.
6. Incorporation of Provisions
The Consultant will include the provisions of
paragraph (1) through paragraph (6) in every
subcontract, (Regulations) including procurements
of materials and leases of equipment, unless
exempt by the regulation, order, or instructions
issued pursuant thereto. The Consultant will take
such action with respect to any subcontract or
procurement as the Di�rision of Highways or the
Federal Highway Administration may dir.ect as a
means of enforcing such provisions including
sanctions for noncompliance; provided, however,
that in the event a contractor becomes involved
in, or is threatened with litigation with a
subcontractor or supplier as a result of such
direction, the Consultant may request the State ta
enter into such litigation to protect the interests
of the State and, in addition, the Consultant may
rea,uest the United States to enter into such
litigation to protect the interests of the United
States.
-11-
D. Subletting
The Consultant shall not have the right to assign or
sublet this AGREEMENT, or ar�y part or portion thereof,
without having in advance of any su�h assignment or
sub�letting the written consent of the Municipality.
Consent to sublet, assign or otherwise dispose of any
portion of the AGREEMENT shail not be construed to
relieve the Consultant of any responsibility for the
fulfillment of the AGREEMENT. The firm of Bolt,
Beranek and Newman, Inc. will conduct the noise and
vibration analysis and TRW, Inc. will conduct the air
quality studies.
E. Contract Changes
Written notice of changes in the scope of work may be
given by the Municipality. m:nese c.hanges may diminish
or increa�e the amount of work but shall not void this
AGREE�+IENT .
F. Access to Records
Consultant shall maintain all books,.doEUment�, papers,
accounting records and other evidence pertaining to
cost �ncurred and such other =ecords related to the
established percentage for payroll burden and overnead
and to make such materials available at their oifice at
all reasonalbe times during t:�e contract period and for
three years from the date of �inal paymer.t under the
contract, for inspection or audit by the Municipality,
Division of Highways, or any authorized representative
of the Federal Government and copies tnereof shall be
furnished if requested.
G. Legal Relationship
The Consultant hereby conver_ants and agrees that he
will indemnify and save harmless the r�tunicipality, the
Divis�.on of Highways, and the Federal Highway Administra-
tion against all liability claims, actions, judgments,
costs and expenses which may in anyway come against the
sazd agencies in consequence of the execution and
performance of this AGREEMENT as a result of any �
negligence of the Consultant, his agents or employe�s.
The Consultant further agrees to comp�y witn all Federal,
State ar_d local laws in the performanc� of this ACREE�IENT.
-12-
��
I.
,'! y$
/
As between the Municipality and Consultant, this is
intended as, and is an independent AGREEMENT. No
partner or employee of the Consultant shall, by reason
of the AGREEMENT, become an employee of the Municipa�ity.
Consultant hereby expressly agrees to carry Workmen's
Compensation Insurance for the benefit of his member
partners and employees engagzd in work under this
AGREEMENT, in an. insurance company duly licensed to
transact the business of Workmen's Compensation in the
State of Wisconsin. The Consultant shall furnish to
the Municipality a certificate as to the carriage of
such insurance, which certificate shall be subject to
approval by the Municipality. The Consultant shall
keep such Workmen's Compensation in force during the
liie of this AGREEMENT.
The Consultant shall pay the Social Security and
Unemployment Taxes imposed by law.
Disputes
The Municipality shall have the right to question the
proper performance of the work. In the event of
dispute in the interpretation of the provisions of this
AGREEMENT, such dispute sha11 be settled'through negot?a-
tion bet'ween the parties to this AGREEMENT. After such
negotiation the parties agree to be bour.d by the
interpretation of the Munici�ality.
Extra Work
In the event the Municipality requires changes in �he
scope or complexity of the services bringing about
additional work and not including corrections of errors
made by the Consultant, t'r?e additional work shall be
paid for on the following basis: An agreed maximum
amount payable for each item of extra work--said
maximum amount to consist of the Consultant's actual
costs for the extra work item in the same manner as
described in Section 4 of tn.is AGREEMENT and a negotiated
fi�ed fee for profit based on an agreed estimated cost
for the extra work item. .
No additional payments for extra
untii written notice to proc?ed
given the Consultant. For extra
to the date of written nozice to
will receive no payment.
-13-
work shall be made
with such extra work is
work performed prior
proceed the Consultant
�.
J.
V.
i.�
�,�
..�.�� �
Termination of Contract
The Municipality reserves the right to terminate this
AGREEi�?ENT at any time by giving the Consultant thirty
(30) days' written notice of such termination. In the
event of said terinination, the Municipality shall be
liable only for the value of the services rendered to
the date of termination based upon payments described
herein.
SPECIAL PROVISIONS
Scope of Services
Task 1--Coordination and Communication
During the first week of the project, a series of
meetings are to be held to orient members of the study
team new Lo the project, refine the study design and
work prod�.:cts, and more closely determine the project
schedule. Meetings would be held with the City Manager's
Office an_d other designa;ed City officials.
The Municipality will direct the community liaison
prograrn. The �onsultant will review minutes from
publie meetirigs previously conducted by the P�unicipality
to review project alternatives. Prior to the production
of the Draft EIS a workshop will be held with the City
Council and the pubZic will be invited. The Consultant
will participate in this �orkshop.
The Consultant will also parLicipate in the public
hearing b_v preparing a su.�unary brochure, exhibit
graph�cs and by presenting findings of tne EIS. After
the �eview time interval �or agency comments, responses
will be prepar�d and 150 copies of the Final Environ-
mental Impact Statement will be orinted.
Task 2--Definition of Bas?liae Conditions
In order to describe the environmental setting �ithout
the proposed project, envirorsnental profiles would be
develo�ed at both a regional and a site-specific scale.
The regior_al environmenta? profile would be broad and
more gzneraliz�d to permit evaluation of project
alterr.atives within the regional context. The site-
speci�ic �rofile would corcentrate primarily on the
=i4_
C&NW through right-of-way corridar and secondarily on
the Soo Line right-of-way to be abandoned to allow a�
detailed appraisal. Environmental resource components
to be considered in defining baseline conditions
include:
Natural Environment
Geology, Topography and Soils: Geologic profiles;
analysis of soi� types, engineering characteristics,
potential erosion; slope and drainage gatterns.
Surface and Subsurface Water Resources: Extent, volume
an� uses of existing rivers and Zakes, flood character-
istics, and water quality; depth of water table,
natural recharge areas, groundwater quality.
Ecological Resources: Inventory o� terrestrial and
aqua�ic communities; plant, fish and wildlife species
composition, diversity and distribution (including rare
and endangered species); biological productivity,
reproductive habitats and other criticai areas_
Man-Made Environment
Land Use: Exis�ing and proposed land use and com-
prehensive plans; municipal zoning.and ownership; land
use and structures on parcels along affected rail
lines.
Traffic and Transportation: Existing and projected
traffic volumes and movement patterns; functional
relationships of af`ected streets, highways and
railroads, particularly vehicular delays related to at-
grade railroad crossings and switching operations.
Parks, Recreation and H?storic Resources: Type,
qLality, usage and �ocations of existing park and
marina facilities, planned facilities and projected
recreation needs; historical sites and buildings,
archeological sites (excluding an archeological field
survey); scenic resou�ces.
Public Utilities: Existing power, water and telephane
lines; sewage and .aaste disposal systAms; police, fire
protection and emezgency services.
-15-
��
Industrial Characteristics: uajor industries served by
the rail lines, shippzng requirements and frequencies.
Socioeconomic Environment
Economic Conditions: Charactzristics and distribution
of trade, manufacturing, employment; investment capital,
property values and tax base.
De�ography: Existing and projected populations, its
distribution and derisity; racial and ethnic composition
and age distribution.
Institutions and Communitv Life: Governmental jurisdic-
tions; neighborhood boundaries and circulation; shopping
facilities, schools, meeting pl3ces, churches.
Special Environmental Elements
Air Quality: Ambient air quality conditions; local
emission and control strategies; local climatic condi�ions.
Noise Quality: Ambient noise and vibration levels;
noise control strategies, acoustical tre.atment; defini-
tion of local noise sensitivity areas. -°
�These base conditions would be determined primarily
from existing secondary souzces.
The exception to use of existing informati:on would be ambient
noise and vibration data. Field measurements would be taken
along the affected rail lines to determine and quantify the
existing noise environment for the Soo Line and C&NW rights-
of-way.
Task 3--Evaluation of Environmental Impac�s resulting
from Project Alternatives.
Environmental impact evaluations would be made for the
recommended project, and for each alternative, includ�ng
the "r_o-build" alternative. The inital phase of this
element requires the assessnent of project impacts upon
individual environmental components. Team members,
working with those components witnin, their own dis-
ciplines, would define the range of adverse and beneficial
impacts for both short-term (construction) and long-
term (operational) timeframes. Amplification in the
text woul.d include evaluation of primary and secondary
-16-
�
�
;'�
impacts, magnitude of the relative impacts, and
sensitivity of the components to modification. Environ-
mental performance standards would be developed to
avoid or mitigate potential adverse environmental
impacts. These design criteria would be azticulated in
sufficient detail to allow knowlecigeable decision-
making and to guide the project engineer.
The alternative impact analysis would be performed by
adapting information from the Feasibility Study. This
information would be carefully reviewed, updated as
needed and supplemented with new material as required
for the EIS. The information would then be summarized
in the impact matrix. The focus of the environmental
assessment would be on the potential impacts of,
and mitigating measures for, the recommended changes to
the C&NW railline and removal of portions of the Soo
Line.
Task 4--Report Preparation
Following completion of the above Tasks, I50 copies of
a Draft Environmental Impact Statement would be
prepared in accord�nce witn aoplicable Federal regula-
tions which would include:
. Summary
. Description of the proposed project
. Environmental setting without the project
. Relationship of the project to land use plans
. Probable impacts of the recommended project within .
each of the areas o� analysis listed earlier under
baseline cor�ditions.
. Description and evaluation of alternatives
. Any probable adverse environmental effects which
cannot be avoided.
. Relationship between shart-term uses and mair.tenance
and enhancement of long-term productivity.
. Irreversible or irretrie��able corLmitments of
resources.
-17-
f
Preparation and publication of the Draft EIS would be
closely coordinated with the City, Federal Highway
Administration, and Division of Highways. Twenty
review copies of the Draft EIS would be prepared for
review by these agencies during weeks 12 through 16
as shown on EXHIBIT C. Following approval of revisions
the Draft EIS would be produced. Twenty copies of a
review draft of the Final EIS would be similarly
prepar.ed for the City, Federal Highway Administration
and Division of Highways to comment on during weeks
29 through 31. Following approval of revisions, the
Final EIS would be produced.
One hundred and fifty copies of both the Draft and
final EIS documents shall be prepared for distribution
by the Federal Highway Admin_istration.
AREAS OF SEPCIAL CONCERN
Within the context of environmental.impact evaluation,
the ~ollowing to�ics will receive particularly careful
consideration:
. Exposure of residential neighborhoods north of the '
Fox Fiver ta noise and air quality problems.due to
increased freight trai�ic. . ' �
. Community impact of the Irving Avenue grade
separation.
. �iodifications to pedes�.rian and automobile circula-
tion.
. Relocation housing. (A relocation report,
appropriate to the preliminary design stage, wouid
be orepared in accordance with the Uniform
Relocation Act.)
Potential reuses of the vacated Soo Line right-of-
way.
. Access to the Pioneer Inn. .
. Functional conflict Detween railroad operations
�nd recreational boat t�affic as regards use of
the movable railroad br?dge.
-18-
B. Basis for Payment
1. Fixed fee shall be in the amount $�,065.00.
Payment for a11 work done under this AGREEMENT
shall not exceed $60,450 including the fixed fee,
except as set forth -in Section IV-E of this
AGREEMENT.
2. Progress Payments
As the work proceeds, progress payments shall be
requested for direct salaries, payroll burden,
overhead, reimbursab�e out-of-pocket expenses and
that portion of the fixed fee representing tne
percentage that the cos� of labor, payroll burden
and overhead for completed services bears to the
total such estimated cos�s. Billings for progress
payments will be made a� four-week intervals
accompanied by a progress report. A retainage in
the amount of 10 percen� of each progress payment
will be held by the Municipality until SO percent
ot the work is complete, at which time the retainage
shall be reduced to 5 percent for the balance of
the work. Retainage shall be released at time of
final acceptance. • � •
3. Completion
Work sha11 progress toward completion on the basis
of the "Work-Time Schedule" as presented in
EXHIBIT C. In the event the duration of work from
beginning to completion of services sha11 exceed
35 calendar weeks due to reasons other than those
under the control of the Consultant, the Consultant
shall have the optior_ to review EXHIBIT D and
modify by agreement betweer. the Municipality and
Consultant the data cor.tained therein. The
adjustment shail not increase the total $60,450
payment except as set forth in Section IV-E of this
AGREEMENT.
The work shall be deemed to be completed and iinal
payment due upon deliJery of 150 copies of a rinal
Environmental Impact Sta�ement to the ��(unicipality.
Product�on of the final shall not commence until
approval of a review copy by the Municipalitv,
Division of Highways and Federal Hichway Adm�nistration.
-19-
DE LEUW, CATHER & COMPANY
Hourly Rate Ranges
1977
EXHIBIT A
HOURLY RATE RANGE - CONSULTANT'S REGULAR STAFF
Classification
Clerks
Secretarial
Engineering Aides:
.
:
Engineers:
I
II
III
zv
v
VI
VII
VIII
1" �
Hourly Salary Rate Range .
From: To:
$ 2.75 $ 6.50 �
�
3.50 9.25 �
�
�
�
. �
2.80 4.15 n
3.65 5.20 �.
4.85 8.30 c�n
ro
• _ a
, N
� ' s�.
5. 7 5 7. 4 0,.,
6.35 8.15 �
7.1d 9.05 �
s.lo zo.io �
9.30 11.55 �
10.50 13.65 a,
11.95 16.00 z
13.60 1g.95 0.
H
�
n
�
�
a
�
�
t�r, l.r,v �n, t..n : irt�i� 5. �•v;�;r :��� i
,. , Analysis of Projectcd Overllcad F;ate
(Net of Disallv�vaiices)
� 1y77
EXHIBI`i' B
OVERHEAD E�'PENS�S
Accotinting, Lebal & Consulting Fees
Depreciation a�id Amorfization
General E:�penses _
indirecL Salaries
7nsurance
Professional Liability Insurance
Interest
Office Supplies & Services
Proposal Salaries & Related Ea�penses
Rei1t F: litil�iies
R.epairs, Maintenance 8: Rentals
Repi•oduct;ion & Blue�rinting
Taxes - - Other than Payroll
Teleplione & Tele�raph ' ' ;
Over?zead In �'or'_K In Process
BUI:DE� v: FRI\7GE BE\iEFIT5
Holi�ay P<:y
Insu:�ncc -- Group, �Iospiial., Liie, Denial
Insurance -- State Disability
Insuranc�. -- tiVorkmen's Gompensatior.
Retirement -- Profit Sharing Plans
Sick Pay
Taxes -- Emplo.yer Share of FICA
Taxes -- Federal Unemployrnent
Taxes -- S�ate Unemploymenf
Vac�.tion Pay
Overnead I.n ��Tork In Process
�977Projected Rate
% of Overhead to Projected Direct Labor
1977 Projected Direct Labor
Forecasied
OH Cost
$ 20, 445
9 8, 942
1 , 110, 8S?
1, 655, 723
44, bG0
366, 560
20, 000
75, 253
513, 898
88A, 000
135, 488
117, 900
10, 143
187, 624
. 45, 272
5, 291 , 795
� 302, 292
248, 246
2, s49
19, 50�-
715, 357
211,g04
472,147
' 19, 728
b6, o8G
473, 624
45, 270
2, 577, OU7
$7, 868� 8Q2
119. 70%
�6, 573, 935
Foreca ste.d
OH Cost
Net of DCAA
Disallo�vances
$ 20, �45
97, 114
1,108,588
1 , 655, 723
44, b60
3bb, 560
?5, 253
52 3, 581
ss9,00s
135,488
117, 900
10, 1a3
1b7,624
45,272
5,267,359
$ 302, 292
248, 246
2, ga9
19,504
715, 357
211,90�
472,127
19,728
66, 08b
473, b24
45,270
Z, 577, 007
�7. �44, 360
119. 33°�0
�
�
�
a
�
�
N
e'y
O
M
N
�
N
ti
N
<D
C�
N
c
N
N
N
0
�
Y �
3
Z O
�
O M1
W
N �
Q
W ^
<
�
N
a
�
9
<o
c
c�
N
O
�
s
�
�
�
-
-
r
Y
■
�
�
�
�
S
0
r
�
�
�
�
�
.
�
�
:
,
1
i
�
y
H
2 H =
_ � y W
. � � _ � 2 O� `y u, ^L
Q O W . � . CJ `G
V f.- j p 2 O
p � O � ¢ � h- 1 C.W7 2 V � Q �
2 U > q U C fL � C� 3' Q
pp J ¢ w 2 �- Q 2 f' '� ¢ w �"' �y 2 u�
c� `-�`—_ = m ° °�3 ¢ °m — :n °�o ¢_
w U Q 6. _ � U Z`
3 3 w 3 3 Z �++ N
.-. C.] N= d [") �"" � C N W u1 � t/� Ai� �� � W¢ � J
Y� Y w, y Y K Y p W �' � } Q j, O a] ;n j S j, m
fn O N y C fn 6. tn [L e S Q 5 O 2 4 G. ... CL O OWC d
4 C 4 4 2 4� ¢ w
r a t- m¢ r- — �- cc
¢
O
�
W
W �+
y
G7 �
y 2 ud
H � 2
O ? d
� ~ T
2 m
W �
U
W � �
F"�
q � �
Q 4 W
� za-
W � �
V J W
Z W }
O 2
U 1 CC
w r
� !
� �
. 0
� � �■
2 • ■
W
uU.�
J r ,
EXHIBIT C
e
�
�
Q
U
2
U
ln ,
w �
Z w
� Z
~ J
Q a
� w o
� J Z
w � �
¢ � Q
� W U,�
W
.O V Z,
� � z
Q � w
� U •
• w '
� '� a
� 0 a
=� O
a �
�
o °�
� �
o W
_
} Q
~ U
U
3
�
W
..l
W
C
Labor
Classification
Project Director
Project Manager
Project Engine�r
Project Planner
Biologist
Graphic Artists
Secretaries
Total:
EXHIBIT D
BASIS OF ESTINIATING MAXIMUM PAYMENT
Hourly Payroll Burden Billing Estimated Estimated
Rate and Overhead Rate Hours Amount
17.00 20.30 � 37.30 40 1,500
12.75 15.20 ?.7,95 360 i0,070 .
12.75 15.20 27.95 80 2,240
8.50 10.15 18.65 440 8,220 �
7.65 9.15 16.80 360 6,050
6.SQ 7.75 14.25 320 4,560
6.50 7.75 14.25 200 2,850
1800 35,490
Reimbursable
Travel and Subsistence
Special Materials �
Printing and Reproduction
Total:
Subconsultants
Air Quality Study
Noise Analysis
Total:
SUmmary
Labor
Fixed Fee
P.eimbursables
Subconsultant
Total:
$ 3,400
600
1,000
$ 5,000
$ 6,515
9,380
$i5,895
$35,490
4,065
5,000
15,895
560,450
, , '.
EXHIBIT E
CERTIFICATION
I Donna Jorgensen, Assistant Secretary of De Leuw,
Cather & Company, an Illinois corporation, hereby
certify that the fo.11owing resolution appears on the
corporate records of the Comapny and is taken from the
minutes of a meeting of the Board of Directors held on
Tuesday, November 30, 1976:
RESOLVED that for the calendar year 1977
G. M. Randich, Senior Vice President
of De Leuw, Cather & Company, be and he
hereby is authorized to:sign and submit
proposals and� to negotiate and sign contracts
for professional services on behalf of the
company and any and all such proposals or
contracts signed b_y him shall be binding upon
the company.
I further certify that a quorum was present at the
meeting and that this resolution is in full force and
erfect.
WITNESS my hand and seal of De Leuw, Cather &
Company this 20th day of December, 1976.
Donna Jorgensen, Assistant Secretarv
(SEAL)
x �.�
- .
EXHIBIT F
CERTIFICATION
I Donna Jorgensen, Assistant Secretary of De Leuw,
Cather & Company, an Illinois corporation, hereby
certify that the foilowa.ng resolution appears on the
corporate records•of the Company and is taken from the
minutes of a meeting bf the Board of Directors heZd on
Tuesday, November 30, 1976:
�
RESOLVED that for the cal.endar year 1977
N. J. Pointner, Vice President
of De Leuw, Cather & Company, be and he
hereby is authorized to sign and submit
proposals and to negotiate and sign contracts
for profess.ional services on behalf of the
cotnpany and any and ail such proposals or
, contracts signed by him shall be binding upon
. . the company. ' '
I further certify that a quorum was present at the
meeting and that this resolution is in full force and
effect.
WTTNESS my hand ar.d seal of De Leuw, Ca�her &
Company this 20th day of Dece.Tnber, 1976_
Donna Jorgensen, sis nt Secretary
(SEAL}
� �
�-1 U -1�
� CC$ U
F-� �r-I
� �
� 4-�
O �
U O
U
y�
: �y o c�
a;- F-� 3
(,� S�. ,�
�, � .�
� � :,
�
� � � 'b
ct3
� O
O S-i
•ri r-I
J� 'r-I
� N •
� � �
O '�
� � �
N O �
(z 4-�t v]
� �-.
� r-I
� �
� �
D, O
�z
+� .
o �
� •�
�
O �
E-� �
�
O
�r-I
�
O
�
I
I
�
� i
�
-�'� � i .� �.•. . ..���� ...�
1
�
N
ti
O�
O �' ,.''�'
N �
a�
� �
� � �
� ��
0
+� �
U ri
O U
i �
. � �
'I �