Documenti di Didattica
Documenti di Professioni
Documenti di Cultura
0 50 100 25
Feet
1 inch =100 feet
The City of Goshen's Digital Data is the property of the City of Goshen and Elkhart County, Indiana. All graphic data supplied by the city and county
has been derived from public records that are constantly undergoing change and is not warranted for content or accuracy. The city and county
do not guarantee the positional or thematic accuracy of the data. The cartographic digital files are not a legal representation of any of the features
depicted, and the city and county disclaimany sumption of the legal status they represent. Any implied warranties, including warranties of
merchantability or fitness for a particular purpose, shall be expressly excluded. The data represents an actual reproduction of data contained in the
city's or county's computer files. This data may be incomplete or inaccurate, and is subject to modifications and changes. City of Goshen and
Elkhart County cannot be held liable for errors or omissions in the data. The recipient's use and reliance upon such data is at the recipient's risk.
By using this data, the recipient agrees to protect, hold harmless and indemnify the City of Goshen and Elkhart County and its employees and
officers. This indemnity covers reasonable attorney fees and all court costs associated with the defense of the city and county arising out of this
disclaimer.
The City of Goshen
Department of
Community Development
204 East J efferson Street, Goshen, Indiana 46528
Phone: 574-537-3824 Fax: 574-533-8626
Memorandum
0 30 60 15
Feet
1 inch =50 feet
The City of Goshen's Digital Data is the property of the City of Goshen and Elkhart County, Indiana. All graphic data supplied by the city and county
has been derived from public records that are constantly undergoing change and is not warranted for content or accuracy. The city and county
do not guarantee the positional or thematic accuracy of the data. The cartographic digital files are not a legal representation of any of the features
depicted, and the city and county disclaimany sumption of the legal status they represent. Any implied warranties, including warranties of
merchantability or fitness for a particular purpose, shall be expressly excluded. The data represents an actual reproduction of data contained in the
city's or county's computer files. This data may be incomplete or inaccurate, and is subject to modifications and changes. City of Goshen and
Elkhart County cannot be held liable for errors or omissions in the data. The recipient's use and reliance upon such data is at the recipient's risk.
By using this data, the recipient agrees to protect, hold harmless and indemnify the City of Goshen and Elkhart County and its employees and
officers. This indemnity covers reasonable attorney fees and all court costs associated with the defense of the city and county arising out of this
disclaimer.
The City of Goshen
Department of
Community Development
204 East J efferson Street, Goshen, Indiana 46528
Phone: 574-537-3824 Fax: 574-533-8626
TecServ ENVIRONMENTAL, INC.
Technical Expertise in Environmental and Safety Services
October 7, 2014
Ms. Becky Hershberger
Brownfield Coordinator
City of Goshen RE: Proposal for Asbestos Inspections
204 E. Jefferson Street, Suite 2 301, 303, 305, and 307 S. 3
rd
Street
Goshen, Indiana 46528 Goshen, IN
Dear Ms. Hershberger:
Thank you for allowing TecServ Environmental, Inc. the opportunity to present another of our environmental
services to you and the City of Goshen. We are pleased to submit the following proposals. Based upon our
observations at the above referenced locations, our quotation for the asbestos inspections are as follows:
1. Approximately 65 to 75 individual samples (with mastic on floor tile) will be taken from throughout
the buildings.
2. Approximately one (1) day will be required to gather the asbestos samples from the buildings.
3. Three (3) to five (5) days will be required for the laboratory analytical to be completed with faxed
copies. A written report will be generated to indicate the materials that contain asbestos and their
location within the buildings.
4. The cost to complete the inspection is as follows:
301 S. 3
rd
Street $ 580.00
303 S. 3
rd
Street $ 580.00
305 S. 3
rd
Street $ 580.00
307 S. 3
rd
Street $ 780.00
$2,520.00
5. The inspection can be performed with the occupants. Notification should be made to the current
occupants that holes will be opened in the walls.
6. Inspections can be commenced the week of November 1, 2014.
7. Point counting lab analysis is $125.00 per sample. This will only be accomplished with your approval
in advance.
Thank you for the opportunity to present you with this proposal. Should you have any further questions or if you
would like to meet to review this proposal further, please do not hesitate to contact me at (574) 259-4022.
Sincerely, Approved by:
TecServ Environmental, Inc. _________________________________
Position:
Dennis I. Carter _________________________________
Date:_____________________________
.......
TeeS......
r ~ r e r v
.. ,.
RESOLUTION 105-2014
Authorize Negotiation and Execution of a Contract
for Asbestos Assessment with TecServ Environmental, Inc. for
301, 303, 305 & 307 S. Third Street, Goshen, Indiana
WHEREAS the Redevelopment Commission owns four residential homes that need to be demolished to
allow for the construction of a parking lot east of the Hawks Building between Madison Street and Jefferson
Street; and
WHEREAS three quotes for asbestos assessment work were requested and are as follows:
TecServ Environmental, Inc. - $2,520.00;
Diamond Environmental Services, Inc. - $2,700.00; and
ACM Engineering & Environmental Services - $4,960.00.
WHEREAS it is requested that Goshen Redevelopment Commission authorize City staff to negotiate a
Contract with TecServ Environmental, Inc. for the Asbestos Assessment for 301, 303, 305 & 307 S. Third
Street, Goshen, Indiana.
NOW, THEREFORE, BE IT RESOLVED by the Goshen Redevelopment Commission that:
1. City staff is authorized to negotiate a Contract on behalf of the City of Goshen and the Goshen
Redevelopment Commission with TecServ Environmental, Inc. that is consistent with their quote
for a not-to-exceed price of $2,520.00.
2. The City of Goshen Legal Department shall prepare a written Contract to be executed by the City
of Goshen for these services.
3. The Contract shall be presented to the Redevelopment Commission for ratification at a subsequent
Redevelopment Commission meeting.
PASSED and ADOPTED on October 14, 2014.
GOSHEN REDEVELOPMENT COMMISSION
Thomas W. Stump, President
Jeremy P. Stutsman, Secretary
RESOLUTION 106-2014
Approve and Authorize Execution of the Bridge & MSE Wall Location
Memo of Understanding (MOU) for the US 33 Bypass over Norfolk South Railways
WHEREAS the State of Indianas Department of Transportation, Norfolk Southern Railways and the City of
Goshen are working together on the Marion Line Curve Realignment project; and
WHEREAS Redevelopment has agreed to fund the acquisition of 117 and 119 South Ninth Street as part of
this project; and
WHEREAS the Memo of Understanding attached to this Resolution sets forth the partnership between the
State of Indianas Department of Transportation, Norfolk Southern Railways and the City of Goshen for this
portion of the project as well as sets forth the work items for each entity in Exhibit A.
NOW, THEREFORE, BE IT RESOLVED by the Goshen Redevelopment Commission that:
1. The terms and conditions of the Memo of Understanding as attached to this Resolution are approved.
2. Community Development Director Mark Brinson is authorized to execute the Memo of Understanding
between the State of Indianas Department of Transportation, Norfolk Southern Railways and the City
of Goshen on behalf of the City of Goshen and the Goshen Redevelopment Commission.
PASSED and ADOPTED on September 9, 2014.
GOSHEN REDEVELOPMENT COMMISSION
Thomas W. Stump, President
Jeremy P. Stutsman, Secretary
US 33 Bypass over Norfolk Southern Railways
Bridge & MSE Wall Location Memo of Understanding (MOU)
(Option GA)
This MOU between the State of Indiana's Department of Transportation (INDOT), Norfolk Southern
Railways, and the City of Goshen, Indiana is based on the previous teleconference meeting on May 26,
20014, all parties agreed to look into Option 6 again with some variations. Norfolk Southern agreed to
review these sub-options and determine the most cost effective approach based on speed (from a
commerce point of view), ROW acquisition, maintenance, and reduction of the length of the structure.
The quantities are based on the pay items that will be affected due to the lengthening/shortening of the
bridge between US 33 Bypass project stations 36+50 and 40+00. All differential costs are established
from Option 4, which was the "base option" used by INDOT for the funding of the project initially.
The first option, which was proposed by Norfolk Southern Railways, would change the degree of curve
from 9 to 10 degrees with new and future track alignments straddling the base curve. The second option
would build the 9 degree curve and call it "the relocated track" until a future track is needed along the
Marion Line. A concentric or non-concentric track would be built to the west; this would replace the
"relocated track" and the "existing relocated track" would be reconfigured as the future track, which in
turn, would connect with a future track which parallels the Chicago Line. This option may save ROW
acquisition costs and reduce the bridge length compared to the previous option, but Norfolk Southern's
cost of reconfiguring the tracks would increase due to a second track reconfiguration.
Norfolk Southern has reviewed both options and provided Option 6A, which like the second option,
would build the relocated track as a 9 degree curve until a future track is needed along the Marion Line.
Once a future track is required, a non-concentric track would be built to the east; this would replace the
relocated Marion Line track and the existing relocated track would be reconfigured as the future track,
which in turn, would connect with a future track which parallels the Chicago Line. This option allows the
same bridge footprint to be used for the relocated track and the reconfiguration when the demand for a
two track system along the Marion Line is required. These options also maintain a 25 foot offset for the
relocated track (initial configuration) as well as the reconfigured future track alignments (final
configuration). However, the placement of the eastern end bent with respect to the existing Marion
Line track would require Norfolk Southern grant INDOT an exception that would allow for an offset of
less than 25 feet, if the US 33 bypass project is constructed prior to the relocation of the Marion Line
track.
Although Option 6A reduces the length of the bridge by 8 feet, for a cost reduction of $38,705, the
increase over the initial base option would still be $548,494.
Under "Code of Federal Regulations (CFRY', Title 23, Chapter 1, Subchapter G, Part 646, Subpart B,
Section 646.212 "Federal Share", paragraph 3 states that the cost of a grade separation project shall be
based on the cost to provide horizontal and/or vertical clearances used by the railroad in its normal
practice subject to limitations. For Option 6A to be executed, Norfolk Southern Railways will be required
to provide a reasonable time table for the relocation of the Marion Line Branch to show that the length
of the bridge and location of the western abutment is mandated.
Based on the City of Goshen's and Norfolk Southern's "Opinion of Probable Capital Construction Costs"
and CFR Title 23, Chapter 1, Subchapter G, Part 646, Subpart B, Section 646.212 "Federal Share",
paragraph 2 and 3, the table should also include the differential costs between Option 4 (base option)
and Option 6A. There should also be additional items showing the "long-term" track maintenance cost
savings for the newly aligned track as well as the costs savings for the closure of two crossings (one on
the mainline and one on the Marion Branch Line), which may have a life cycle cost savings in excess of
the $410,235 initial cost. Furthermore, in no case shall Norfolk Southern's costs for reconfiguration of a
two track system along the Marion Line Branch be imposed on either the State of Indiana or the City of
Goshen.
In summary, this would make the State's costs for the additional track realignment approximately
$548,494 and allow for the additional costs of the guideway and track elements, under CFR Title 23,
Chapter 1, Subchapter G, Part 646, Subpart B, Section 646.212 "Federal Share", paragraph 1, to be
divided between the City of Goshen and Norfolk Southern.
Though the amounts may not be equally divided, this MOU shows a true partnership between all three
entities.
By signing this MOU, all parties are in agreement with Option 6A for both the footprint of the bridge and
location of MSE walls and their clearances associated with existing, relocated, and future track
configurations. In addition, the City of Goshen and Norfolk Southern Railways agree that all additional
costs associated with the "Opinion of Probable Capital Construction Costs", guideway and track
elements, will be partitioned among themselves and in no way will the State of Indiana (INDOT) nor the
Federal Government (FHWA) participate in such costs per CFR Title 23, Chapter 1, Subchapter G, Part
646, Subpart B, Section 646.212. Furthermore, Norfolk Southern Railways agrees to proceed and
complete the relocation of the Marion Line Branch either prior to the commencement of construction
activities for the US 33 project, Des. No. 9222424, anticipated to begin on December 1, 2015, or within 2
years after the completion of construction activities for the US 33 project, anticipated to be December 1,
2017, per CFR Title 23, Chapter 1, Subchapter G, Part 646, Subpart B, Section 646.212 "Federal Share",
paragraph 3, so that all parties can execute Option 6A and justify the location of the western abutment,
MSE walls, and length of the structure.
<Remainder of page left intentionally blank>
IN WITNESS WHEREOF, the parties have caused these presents to be executed by their
proper officers thereunto duly authorized.
[City of Goshen
By: _
Printed _
Title _
******************************************************************************
ACKNOWLEDGMENT FOR CITY OF GOSHEN INDIANA
State of , County of _
On this __day of -',20, I, there appeared before me, a Notary Public in
and for said County, _
who being by me severally duly sworn did say that they are the
_____________________of The City of Goshen Indiana, and
that said Agreement was signed and sealed in behalf of said corporation and acknowledged the
same to be the free act and deed of the said !City of Goshen Indiana.
I
Witness my hand and seal this __day of , 20,-:_-----<
My Commission Expires: _
Date
(Seal)
Norfolk Southern Railway Company
Notary Public
By: _
Printed _
Title _
******************************************************************************
ACKNOWLEDGMENT for Norfolk Southern Railway Company
State of , County of , SS:
On this __day of -', 2 ~ there appeared before me, a Notary Public in
and for said County, and
______________________who being by me severally duly sworn
did say that they are the and
respectively, of Norfolk
Southern Railway Company, a corporation of '
and that said Agreement was signed and sealed in behalf of said corporation and acknowledged
the same to be the free act and deed of the said iNorfolk Southern Railway Company.
Witness my hand and seal this __day of , 2 q f _ ~
My Commission Expires: _
Date
(Seal)
STATE OF INDIANA
Notary Public
laDLZ
RECOMMENDED
"' G" FORAPPROVAL __-----;;:===-_------;::;-;c:;:;=-I
0' DESIGN ENGINEER
G DLZ INDIANA LLC CHECKED: CHECKED:
INDIANA
DEPARTMENT OF TRANSPORTATION
OPTION 6A
EXISTING AND RELOCATION - STAGE 1
VERTICAL SCALE
SURVEY BOOK
ELECTRONIC
CONTRACT
IR-30D87
1382D74
SHEETS
of 28
PROJECT
9222424
of 26
9222424
SHEETS
PROJECT
IR-30087
CONTRACT
ELECTRDNIC
SURVEY BOOK
VERTICAL SCALE
INDIANA
DEPARTMENT OF TRANSPORTATION
OPTION 6A
RELOCATION AND FUTURE - STAGE 2
CHECKED
RECOMMENDED
G" FORAPPROVAL __
0' DESIGN ENGINEER
S' ======+:DRA=WN::::========11
G DlZ INDIANA LLC CHECKED:
Quantities which change between stations 36+50 - 40+00
*Option 4 Option 6 Option 6A
Existing - No Future Existing & Relo - No Future Existing & Relo - No Future
Span Length =130'-6
11
Span Length =184
1
-0" Span Length =176'-0"
Pay Item Description Units Bid Price Quantity Unit Extension Alt Quantity Unit Extension Alt Quantity Unit Extension Alt
704-51002 concrete1 c1 superstructure CY 629.81 390.00 2451 625.90 470.00 2961 010.70 460.00 2891 712.60
711-51038 strucutral steel LBS 1.70 1931 930.00 5181 970.00 8821 249.00 4851 040.00. 8241 568.00
707-06524 structural members1 concrete bulb-t beam1 60 LF 265.20 652.50 1731 043.00
211-09266 structural backfilt type 3 CY 24.35 91 750.00 237A12.50 71 310.00 1771 998.50 71 670.00 1861 764.50
211-02050 b borrow CY 15.68 2637.00 411 348.16 2016.00 311 610.88 2105.00 331 006.40
731-93945 face pa nels1 concrete SF 12.34 161 689.00 2051 942.26 131 327.00 164A55.18 131 819.00 1701 526.46
731-93946 wall erection SF 5.92 161 689.00 981 798.88 131 327.00 781 895.84 131 819.00 811 808.48
731-93947 leveling pad1 concrete LF 50.00 569.33 28A66.39 460.85 231 042.65 476.72 231 836.04
706-08496 reinforced concrete moment slab SY 230.47 432.14 991 595.10 323.66 741 594.93 339.53 781 251.99
asphalt pavement SY 38.56 1198.74 461 223.39 902.42 341 797.36 945.93 36A75.16
**Comparative Probable Cost: *Total = 1,176,455.57 Total = 1,763,655.04 Total = 1,724,949.62
Note:
1) *This option would allow for a reduction of the entire fill height of the elevated portion of the roadway to be reduced as much as 1 ft. This reduction has not been account for
in the cost above.
2) **None of the Comparative Probable Costs account for added track work1 railroad engineering1 railroad force account1 etc.
The quantities are based on the pay items which will be affected due to the lengthening/shortening of the bridge between stations 36+50 and 40+00. All differential
costs are established off OptHon 4, which was the IIbase optionll_used by INDOT for the funding of the project initally.
Option 41 Existing spur track "onlyll - no future track; Option G1 Existing spur track with relocation of existing spur alignment (20 mph1 9 degree curve); Option GA,
Existing spur track with relocation of existing spur alignment and future alignment (20 mph1 11 degree curve). Cost differentials are as follows:
Option 4, existing spur track "only" - no future track, reduction in cost =
Option 6, existing spur track and relocation track alignment (initally proposed), increase in cost =
Option 6 A, existing spur track and relocated and future track alignments, increase in cost =
Cost savings between Option 6A & Option 6 =
-0- Base Option (project was funded on)
+$587,199.48
+$548,494.06 Option which Norfolk Southern is suggesting -similar footprint
$38,705.42
Memorandum