HomeMy Public PortalAbout1989_04_11_R078LccsSurg in ~rirginia
RESOLUTION NO.
A RESOLUTION:
PRESENTED April 11, 1989
89-78 ADOPTED April 11, 1989
APPROVING A CONTRACT EXTENSION WITH KAMBER ENGINEERING,
INC. FOR TRANSPORTATION ENGINEERING SERVICES TO STUDY THE
EXTENSION OF HARPJMON STREET
WHEREAS, the Transportation Policy Map element of the Town Plan 1986, as amended, reflects
the conceptual alignment of a new minor arterial road between the future interchange of the Dulles
Toll Road Extension (Route 267) with the Route 7/15 Bypass and the intersection of Harrison Street
at Catoctin Circle; and
WHERF_J~, this facility, which would provide a direct link between the termination of the Dulles
Toll Road Extension and downtown Leesburg, is referred to conceptually as the Harrison Street
Extension; and
WHEREAS, due to the increased pace of planning for the Dulles Toll Road Extension, by both
the Virginia Department of Transportation and the Toll Road Corporation of Virginia, it is important
for the Town of Leesburg to study an interchange design at the Route 7/15 Bypass and a roadway
.li~onment that could accommodate the above mentioned extension of Harrison Street; and
WHEREAS, staff requested that I~amber Engineering, Inc. prepare a scope of services contract
extension to e~-mi,~e Harrison Street, since I~smber Engineering, Inc. in association with Bellomo-
McGee, Inc., has recently compiled a substantial amount of data as part of the East Battlefield Parkway
Alignment Study; and
WHEREAS, the Town Council, as per Section 18.1-20 of the Town's purchasing procedure policies
must approve contract extensions of over $10,000 or twenty-five percent (25%) of an original contract;
and
WHEREAS, the attached contract for transportation engineering services submitted by ](amber
Engineering, Inc. recommends that the Town of Leesburg establish a budget of $12,500 for this project,
in excess of the stated $10,000 or 25% extension cap from IZ~amber Engineering's existing East Battlefield
APPROVING A CONTRACT EXTENSION WITH KAMBER ENGINEERING, INC.
2
Parkway Alignment Study contract;
THEREFORE, RESOLVED by the Council of the Town of Leesburg in Virginia, as follows:
This Council authorizes acceptance of the attached contract extension for transportation engineering
services submitted by ~mber Engineering, INc. dated March 6, 1989.
PASSED this 11 th day of Apr i i ,1989.
A~EST:
Clerk of Co~
Town of Leesburg
II
kamber engineering, inc.
civil · environmental * suNeying
Ms. Katherine Imhoff
Town of Leesburg
15 W. Market Street
P.O. Box 88
Leesburg, VA 22075
Re:
March 6, 1989
x-~ LeesbUrg ,~
Harrison Street - Proposal for Engineering Services
Dear Ms. Imhoff:
Based on our discussions concerning the Harrison Street extension
study, Kamber Engineering (KE) is pleased to submit this letter
proposal/contract for transportation engineering services. Our proposed
scope of services, schedule, staffing and fee/billing arrangements are
presented below. Kamber Engineering will use the services of Bellomo-
McGee, Inc. (BMI) of Vienna, Virginia to complete this project.
SCOPE OF WORK
Task 1. Background Data Compilation
Obtain from the Town of Leesburg and/or other sources traffic
projections for the proposed Dulles Toll Road extension. Land use
projections for the area directly adjacent to the Toll Road extension
terminus would be obtained from Town staff. As available, the
Town of Leesburg would provide site/develoPment plans for the
parcels in the immediate study area.
Task 2. Roadway Network Expansion
Using the roadway network previously developed for the East
Battlefield Parkway project, BMI would make the appropriate
additions and revisions. Specifically, the additions would entail an
expansion of the previous study area to include the southern section
of Leesburg in the Harrison Street and proposed Stratford
development area. The Leesburg Town Plan and information from
the Town staff would be the source for proposed new roadway
facilities and functional classifications. Revisions to the roadway
network would include at-grade intersections at Sycolin Road and US
Route 15-Bypass and at Edwards Ferry Road and US Route 15. Two
roadway scenarios would be developed for testing -- one with
Harrison Street extension and one without.
!02 heritage 'way ne, sure 203
Ms. Katherine Imhoff
March 6, 19898
Page 2
Task 3. Zone System Expansion
BMI would expand the land use zone system derived for the East Battlefield
Parkway project to include the subject area in southern Leesburg. Land use
projections per zone would be obtained from Town staff, development plans
and traffic reports as available. This information would be coded into the
existing model.
Task 4. Develop Year 2010 Traffic Projections'
BMI using the MINUTP computer modeling package would assign trips
derived from the land use projections to the expanded roadway network
with key focus on the Dulles Toll Road extension term issues. Two sets of
AM and PM peak hour traffic volumes will be necessary to evaluate the
scenarios -- with and without the Harrison Street connection roadway. Peak
hour turning movement volumes will be generated at not more than three
(3) intersection locations (i.e., Dulles Toll Road and US Route 15-Bypass,
existing 'Harrison Street and proposed Harrison Street extended, and
Catoctin Circle and Harrison Street extended).
Task 5. Preliminary Screening of Roadway Scenarios- Preferred Alternative
Selection
Based on review of the peak hour traffic volumes and preliminary
intersection capacity analysis of the key locations, Kamber Engineering and
BMI will determine if the Harrison Street extension is justified from a
traffic/transportation engineering viewpoint. Based on this determination a
preferred roadway network would be recommended.
This roadway network will be developed on reproducible County
topographic mapping (1"=200'). This mapping shall include all existing and
proposed improvements in the area.
Task 6. Determine Future Year Level of Service and Minimum Functional
Requirements
BMI would determine the future year (i.e., 2010) level of service at the key
locations in the study area for the preferred roadway network. Based on
these analysis results minimum functional requirements (i.e., interchange
configuration, number of turn lanes, signalization, etc.) would be
determined for not more than three (3) locations. The pertinent results
from this task would be posted on a 24"x36" plan sheet for presentatio,n.
Task 7. Meetings and Report Documentation
Kamber Engineering and BMI would be available for two (2) meetings with
Town staff of which one meeting should occur after Task 5 (preferred
kamber engineering, inc.
Ms. Katherine Imhoff
March 6, 19898
Page 3
alternative selection) and after Task 6 to present the key findings of the
study. As necessary, BMI would be available to attend and prepare for one
(1) formal presentation to thc Town Council.
BMI would prepare a concise report documenting the key analysis and
findings of the study. Two (2) draft copies of the report would be
submitted to Kamber for review and comment. A reproducible-quality final
copy would be provided to Kamber.
SCHEDULE
Kamber Engineering would commence work upon receipt of a signed
contract. We estimate that approximately 8-10 weeks would be required to
complete this scope of work. This schedule would be affected by availability of
Dulles Toll Road traffic projections, land use data, meeting schedules, etc.
STAFFING
I would act as Associate-in-Charge and Mark Lauriello, P.E. would act as
the Project Manager for this study. We would be supported by other engineers and
support personnel, as necessary.
FEES
Kamber Engineering proposes to provide the services detailed above on an
hourly basis. All fees shown are for project direct labor exclusive of principals'
time. All other direct project costs, such as mileage, deliveries, copying, printing,
etc., will be billed in addition to the indicated fees. All tasks performed on an
hourly basis will be billed in accordance with out standard Schedule of Rates in
effect at the time the work is accomplished. Services will be performed subject to
the Standard Conditions outlined below.
Based on our initial understanding of the project requirements, we
recommend that you establish a budget of $12,500 for this work.
Please be advised that projects of this type are often accompanied by the
identification of particular issues or concerns that could not be anticipated in
preparing the initial scope of services. Such issues can alter the expected level of
effort and cost. We will advise you in the event that a change in the scope of
expected level of effort results in a need to modify the original budget.
STANDARD CONDITIONS OF THE AGREEMENT
Our fees for this project are budget estimates for engineering services
exclusive of direct costs. Direct costs for reimbursable items will be billed at cost
plus 10% for administration. Additional services not outlined in the initial scope
kamber engineering, inc,
Ms. Katherine Imhoff
March 6, 19898
Page 4
will be billed in accordance with hourly ratesin effect at the time of the services.
The current schcdule of the hourly rates for our firm is as shown:
Engineering & Technical
Surveying
Principal $120.00 Survey Manager/
Registered Surveyor $65.00
Associate $ 90.00
Survey Coordinator $52.00
Sr. Environmental
Engineer $ 80.00 Sr. Survey Technician $45.00
Sr. Eng., Scientist, Survey Technician $37.00
or Planner $ 67.00
Field Survey Party $86.00
Eng. I, Scientist I,
or Planner I $ 53.00 Additional Party Member $18.00
Eng. II, Scientist II,
or Planner II
Sr. Drafter/Tech.
Drafter I
$ 45.00
$ 45.00
$35.00
Crew rates based on use of
Total Station or Electronic
Distance Measurement (EDM)
equipment.
Drafter II
$28.00
Administrative & Support Services
Administrative $29.00
Automated Computer
System $30.00
CADD System $45.00
Kamber Engineering will invoice you every four weeks as services are
provided. Invoices will be due and payable in full when rendered. All invoices
shall be deemed approved for payment within 30 days of receipt unless Kamber
Engineering is notified in writing to the contrary. A one and one half percent per
month interest fee will be added to unpaid invoices exceeding 30 days. The fee
for uncompleted portions of work is subject to renegotiation after a period of one
year from the date of acceptance. This proposal is valid for a period of sixty (60)
days.
Client may stop work at any time on any or all items covered by this
proposal. In such event, client will be responsible for payment of all time spent,
billed or unbilled, prior to notification. Kamber Engineering shall be entitled to
expenses incurred in collecting unpaid bills.
kamber engineering, inc,
Ms. Katherine Imhoff
March 6, 19898
Page 5
Kamber Engineering will remain the sole owners of all original sketches,
drawings, tracings, survey notes, computations, etc. prepared by us, except where
they must be filed with a government agency. All of these documents are available
to you, including reproducible copies of all original tracings as long as your
account is current. You agree to hold harmless and indemnify Kamber
Engineering, Inc. against all damages, claims, and losses, including defense costs,
arising out of any reuse of the plans and specifications without our written
authorization. Kamber Engineering's total liability for errors and omissions shall
be limited to the lesser of $50,000 or the total amount of fees paid.
Kamber Engineering will have no obligation to deliver the work product in
the event there is a payment past due. If litigation is required to obtain payment
of the fees provided for in this agreement, any judgement awarded to us shall
include reasonable attorney's fees and all court costs in connection with such
litigation.
All work will be in accordance with accepted local industry standards.
However, we cannot assure that a governmental agency will not change its
requirements. Any changes will be invoiced as additional work as previously
outlined.
It is agreed that the owner will defend, indemnify and hold harmless
Kamber Engineering in any claim or suit whatsoever, including but not limited to
all payments, expenses or costs involved, arising from the failure of the
contractor's work to conform to the contract documents. However, Kamber
Engineering is required under this contract to advise owner that, in Kamber
Engineering's determination, the work is proceeding in accordance with the
contract documents and that, when completed, the work will conform to the
contract documents, but fails to note that such work does not so conform, then the
previous sentence does not apply to claims and suits as to that aspect of the work.
Kamber Engineering is not responsible for the accuracy or reliability of
information obtained from others (except those hired by Kamber Engineering) and
utilized in the performance of this contract, unless Kamber Engineering knew or
reasonably should have known that the information was inaccurate or unreliable.
Kamber Engineering makes no representation or warranty that any
applicable government agency will approve or consent to the project as outlined in
this scope of work. However, Kamber Engineering does represent and warrant that
it will perform the services required under this contract with all due care.
kamber engineering, inc,
Ms. Katherine Imhoff
March 6, 19898
Page 7
ACCEPTANCE
Signature below constitutes acceptance of the
authorization for the specified Scope of Services.
Submitted By:
Larry G. Winchester, P.E. Signature
above terms and
Accepted By:
TOWN OF LEESBURG
Printed Name
Date Date
LGW:jkm
kamber engineering, inc,