Loading...
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 �