Common use of Project Understanding Clause in Contracts

Project Understanding. It is RK’s understanding that the project will consist of Entrance Ramp Improvements Our proposed scope of services and estimated item quantities are based upon our interpretation of the Permit Set drawings dated May 2023. The scope and quantity of the “on-call” services provided will be dependent upon services actually required by CLIENT, CLIENT’S representatives, the design team, and/or the General Contractor and/or its Subcontractors. All services authorized or requested by you, your representatives, the design team, and/or the General Contractor and/or its subcontractors in excess of the quantities of observation and testing services shown herein will be charged at the appropriate unit rate for such services. Charges will be invoiced on a monthly basis and will show a computerized composite total of services rendered for each service category. The scope of work includes the observation and testing of the following construction materials: • Soil sampling of existing soils for Entrance Ramp Subgrade/Fill, Fast Track Concrete Paving Subgrade/Fill, and Retaining Walls • Field compaction testing soils for Entrance Ramp Subgrade/Fill, Fast Track Concrete Paving Subgrade/Fill, and Retaining Walls • Concrete sampling Cylinders for Entrance Ramp Paving and Fast Track Paving • Laboratory testing of soil materials such as moisture-density relationships (▇▇▇▇▇▇▇), ▇▇▇▇▇▇▇▇▇ Limits (PI), sieve analysis thru No. 200, lime determination and compressive strength testing of concrete, cement sand, mortar and grout test specimens, and • Project management, data processing and report review services of laboratory and field test reports. Proposal No. PHD24-051-00 2 March 8, 2024 We appreciate the opportunity of submitting this proposal and look forward to working with you in the development of this project, which will be carried out accordance with this letter and the following attachments: Attachment Description I Standard Terms and Conditions II Cost Breakdown III Project Data Sheet Please return one signed original of this contract to provide written authorization for our firm to commence work on the services outlined herein. Our invoices are due and payable upon receipt at P.O. Box 971037, Dallas, Dallas County, Texas 75397-1037. Charges will be invoiced on a monthly basis and will show a computerized composite total of services rendered for each service category. Copies Submitted: Above (1) (Accepted By) (Type or Printed Name) (Title) (Date) Proposal No. PHD24-051-00 3 March 8, 2024

Appears in 2 contracts

Sources: Agreement for Professional Engineering Services, Professional Services

Project Understanding. It The proposed project will include pavement maintenance and repair of various streets maintained by the City of Fernley and replacement of pavement markings and striping. Drainage improvements at the intersection of Clearwater Parkway and Farm District Road (State Route 828) will be evaluated for inclusion in proposed FY 19/20 PMP improvements. Engineering and Construction Services for the City's Annual Crack Repair, Monitoring and Maintenance Project are included in the proposed FY 19/20 PMP Maintenance Project Scope of Services. The City anticipates construction activities for the Annual Wide Crack Program to be bid and completed concurrently with the FY 19/20 PMP Maintenance Project. The anticipated schedule is RK’s understanding to bid the project in the late January/early February timeframe to allow construction to commence in Spring 2020. We propose the following tasks to assist you with your project: Provide design and bidding services as follows: Verification of the existing conditions of the roadways proposed for surface treatment (list provided by the City of Fernley). Verification shall include: • Assessment of each roadway section and verification that the project will consist roadway meets the criteria for a surface treatment • Identify locations needing asphalt patching • Identify locations needing crack sealing L:\Marketing\Proposals\2019 Proposals\LA19.618 - FY 19-20 PMP Maintenance Project\Revised Proposal_09.09.2019\LA19.618_FY 19-20 PMP Maintenance Project_Rev 09.09.2019.docx • Recommendation of Entrance Ramp Improvements Our proposed scope slurry required (ie, Type 2, Type 3, Micro, Double Micro, Cape Seals, fog seals, etc.) • Verification of services and estimated item quantities are based upon our interpretation existing striping conditions • Mapping of the Permit Set proposed slurry streets which will include GPS of the roadway areas, islands, striping, utility valves and manholes. • AUTOCAD drawings dated May 2023of the proposed slurry streets showing areas to be slurried including slurry limits, and locations of existing utility valves and manholes. Electronic copies to be provided. One (1) bound copy of project plans and specifications shall be provided to the City. • Slurry quantities for each street. • Verification of existing striping, including striping quantities for each street. • Striping maps which will include striping upgrades required to bring streets to current MUTCD or agency requirements. • Preparation of bid documents. • As Built and AutoCAD files shall be submitted to the City at project close-out. • Prepare Bid advertisement. • Answer questions during the bidding process; prepare, track and send addendum(s) as needed. • Prepare Pre-bid meeting agenda. Attend and conduct pre-bid meeting if needed. • Issue and track distribution of project plans and specifications. • Attend Bid Opening and conduct if needed. • Review submitted bids for accuracy. Prepare Recommendation of Award to the City of Fernley. • Scan all bids received and opened during the bid-opening process and provide an electronic copy (pdf) of all scanned bids to the City. • Return all original bids received and opened during the bid-opening process to the City. • Provide up to 10 external storage devices (thumb drives). Thumb drive to contain project bid documents and the complete set of slurry and striping maps. Provide construction services as follows: • Attend, prepare agenda(s) and conduct the preconstruction conference and progress meetings throughout the project duration • Perform construction coordination • Review and provide recommendations on contractor's traffic control plans • Review and stamp contractor's submittal for conformance to the contract documents • Review and provide recommendations on test results • Review and provide recommendations on contractor's construction schedule and work progress • Review construction for acceptance and/or mitigation • Provide verification and approval of contractor's monthly pay request • Provide weekly electronic quantities • Supervise the inspection and material testing activities • Provide recommendations to the City of Fernley for any necessary construction changes due to field conditions • Assist in change order review and approval • Provide final test results, project photos and videos, and field reports in electronic format (.pdf) • Provide an evaluation of surface treatments placed during the FY 18/19 PMP Maintenance project prior to the expiration on the one-year warranty period and provide recommendations to the City of Fernley for any corrective actions required. The scope following staffing shall be provided during asphalt pavement patching: • Provide Inspector(s) that have the appropriate certification required by the Nevada Alliance for Quality Transportation Construction (NAQTC). Provide one full time inspector, ten (10) hour workdays for 4 shifts of pavement patching. We anticipate a total of 40 inspection hours. The following staffing shall be provided during crack seal placement: • Provide Inspector(s) that have the appropriate certification required by the Nevada Alliance for Quality Transportation Construction (NAQTC). Provide one part time inspector, three (3) hour workdays for 10 shifts. We anticipate a total of 30 inspection hours. Slurry seal inspection will include removal of existing striping prior to placement of slurry seal, verification of traffic control and verification of slurry seal placement. Staffing shall include: • Provide Inspector(s) that have the appropriate certification required by the Nevada Alliance for Quality Transportation Construction (NAQTC). Provide one full time Senior inspector, ten (10) hour workdays for 12 shifts. We anticipate a total of 120 inspection hours. Striping inspection will include striping placement after slurry seal has been placed. Staffing shall include: • Provide Inspector(s) that have the appropriate certification required by the Nevada Alliance for Quality Transportation Construction (NAQTC). Provide one (1) part time inspector, for four (4) hours per day for 3 shifts for striping placement. We anticipate a total of 12 inspection hours. The inspectors assigned to this project will: • Attend the preconstruction conference • Monitor the work performed by the Contractor and verify that the work is in accordance with the plans and specifications • Assist in problem resolution with the City of Fernley, contractor personnel, utility agencies, the public and others • Prepare daily inspection reports, submitted weekly to the city of Fernley and CC'd to the appropriate government jurisdiction(s). • Provide quantity reports and assist in review of contractor's monthly progress payments • Maintain a daily log to provide verification of the “on-call” services distribution of public relation notices required to be delivered by the contractor • Capture photos and videos during construction activities to be provided to the City • Assist in preparation of the Punch List Provide Material Testing for compliance with the specifications per the Standard Specifications for Public Works Construction, latest addendum of the 1996 Edition (Orange Book) testing requirements. The following test and frequencies are anticipated: • Provide Aggregate testing. Aggregate testing will be dependent upon services actually required conducted at the beginning of the project for each aggregate source. Testing may include: Sieve Analysis, Durability, Cleanness Value, and Sand Equivalent. We anticipate four (4) samples for testing. • Provide Emulsion testing. Emulsion testing will be completed in-house for Residue by CLIENTEvaporation, CLIENT’S representatives, the design teamRing and Ball Softening Point, and/or Saybolt Furol Viscosity as per the General Contractor and/or its Subcontractorsspecified test method. All services authorized or requested by youTesting frequency shall be four (4) samples for the entire project. • Provide On-site thin-lift Nuclear Gauge Testing and Sampling for asphalt concrete placement. Testing frequency shall be at random locations throughout the project. • Provide AC Testing. Provide asphalt concrete tests at random locations throughout the project. Laboratory tests shall include ignition oven extraction, your representativesaggregate gradation, the design teamspecific gravity, and/or the General Contractor and/or its subcontractors in excess of the quantities of observation flow & stability and testing services shown herein will be charged at the appropriate unit rate for such services. Charges will be invoiced on a monthly basis and will show a computerized composite total of services rendered for each service category. The scope of work includes the observation and testing of the following construction materials: • Soil sampling of existing soils for Entrance Ramp Subgrade/Fill, Fast Track Concrete Paving Subgrade/Fill, and Retaining Walls • Field compaction testing soils for Entrance Ramp Subgrade/Fill, Fast Track Concrete Paving Subgrade/Fill, and Retaining Walls • Concrete sampling Cylinders for Entrance Ramp Paving and Fast Track Paving • Laboratory testing of soil materials such as moisture-density relationships (▇▇▇▇▇▇▇), ▇▇▇▇▇▇▇▇▇ Limits (PI), sieve analysis thru Nounit weight. 200, lime determination and compressive strength testing of concrete, cement sand, mortar and grout test specimens, and • Project management, data processing and report review services of laboratory and field test reports. Proposal No. PHD24-051-00 2 March 8, 2024 We appreciate the opportunity of submitting this proposal and look forward to working with you in the development of this project, which will be carried out accordance with this letter and the following attachments: Attachment Description I Standard Terms and Conditions II Cost Breakdown III Project Data Sheet Please return one signed original of this contract to provide written authorization for our firm to commence work on the services outlined herein. Our invoices are due and payable upon receipt at P.O. Box 971037, Dallas, Dallas County, Texas 75397-1037. Charges will be invoiced on a monthly basis and will show a computerized composite total of services rendered for each service category. Copies Submitted: Above One (1) (Accepted By) (Type or Printed Name) (Title) (Date) Proposal Nohot mix sample is anticipated. PHD24-051-00 3 March 8, 2024Reports will also include voids in total mix.

Appears in 1 contract

Sources: Contract for Services of Independent Contractor

Project Understanding. It is RK’s understanding that the project will consist of Entrance Ramp Improvements Intersection Paving. Our proposed scope of services and estimated item quantities are based upon our interpretation of the Permit Set drawings dated May January 20, 2023. The scope and quantity of the “on-call” services provided will be dependent upon services actually required by CLIENT, CLIENT’S representatives, the design team, and/or the General Contractor and/or its Subcontractors. All services authorized or requested by you, your representatives, the design team, and/or the General Contractor and/or its subcontractors in excess of the quantities of observation and testing services shown herein will be charged at the appropriate unit rate for such services. Charges will be invoiced on a monthly basis and will show a computerized composite total of services rendered for each service category. The scope of work includes the observation and testing of the following construction materials: • Soil sampling of existing soils for Entrance Ramp SubgradeAsphalt/Fill, Fast Track Concrete Paving Subgrade/Fill, Fill Material and Retaining Walls Storm Utility Trench Backfill • Field compaction testing soils for Entrance Ramp SubgradeAsphalt/Fill, Fast Track Concrete Paving Subgrade/Fill, Fill Material and Retaining Walls Storm Utility Trench Backfill • Concrete sampling Cylinders for Entrance Ramp Paving Concrete Ditches • Asphalt Sampling and Fast Track cores for Intersection Paving • Laboratory testing of soil materials such as moisture-density relationships (▇▇▇▇▇▇▇), ▇▇▇▇▇▇▇▇▇ Limits (PI), sieve analysis thru No. 200, lime determination and compressive strength testing of concrete, cement sand, mortar and grout test specimens, and • Project management, data processing and report review services of laboratory and field test reports. Proposal No. PHD24PHD23-051182-00 2 March 8September 26, 2024 2023 We appreciate the opportunity of submitting this proposal and look forward to working with you in the development of this project, which will be carried out accordance with this letter and the following attachments: Attachment Description I Standard Terms and Conditions II Cost Breakdown III Project Data Sheet Please return one signed original of this contract to provide written authorization for our firm to commence work on the services outlined herein. Our invoices are due and payable upon receipt at P.O. Box 971037, Dallas, Dallas County, Texas 75397-1037. Charges will be invoiced on a monthly basis and will show a computerized composite total of services rendered for each service category. Very truly yours, Copies Submitted: Above (1) (Accepted By) (Type or Printed Name) (Title) (Date) Proposal No. PHD24PHD23-051182-00 3 March 8September 26, 20242023

Appears in 1 contract

Sources: Professional Services

Project Understanding. It is RK’s understanding that 1.1 General Understanding CLIENT requires the project will consist consulting services of Entrance Ramp Improvements Our proposed scope COMPANY to analyze the subwatersheds of services and estimated item quantities are based upon our interpretation of the Permit Set drawings dated May 2023. The scope and quantity of the “on-call” services provided will be dependent upon services actually required by CLIENT, CLIENT’S representatives, the design team, and/or the General Contractor and/or its Subcontractors. All services authorized or requested by you, your representatives, the design team, and/or the General Contractor and/or its subcontractors in excess of the quantities of observation and testing services shown herein will be charged at the appropriate unit rate for such services. Charges will be invoiced on a monthly basis and will show a computerized composite total of services rendered for each service category. The scope of work includes the observation and testing of the following construction materials: • Soil sampling of existing soils for Entrance Ramp Subgrade/Fill, Fast Track Concrete Paving Subgrade/Fill, and Retaining Walls • Field compaction testing soils for Entrance Ramp Subgrade/Fill, Fast Track Concrete Paving Subgrade/Fill, and Retaining Walls • Concrete sampling Cylinders for Entrance Ramp Paving and Fast Track Paving • Laboratory testing of soil materials such as moisture-density relationships (Little ▇▇▇▇▇▇▇), ▇▇▇▇▇▇▇▇▇ Limits and ▇▇▇▇ Lake within the City for potential targeted locations of specific water quality best management practices (PIBMP). This Stormwater Retrofit Analysis will serve to assist CLIENT in implementing targeted and prioritized practices to help meet waste load allocations for these lakes per their MS4 goals. The proposed scope of work will develop guidance to watershed management staff in implementing targeted, sieve analysis thru No. 200, lime determination and compressive strength testing of concrete, cement sand, mortar and grout test specimensmeasurable, and • Project management, data processing and report review services of laboratory and field test reports. Proposal No. PHD24-051-00 2 March 8, 2024 We appreciate the opportunity of submitting this proposal and look forward to working with you prioritized water quality BMPs in the development City within the watershed areas. This study will not include portions of the watersheds within the cities of New Brighton or Roseville. As identified projects come out of this projectstudy, which conversations will take place with the neighboring cities on cost share opportunities to count toward multiple MS4 permits. 1.2 Design Criteria/Assumptions • Stormwater infrastructure data will be carried out accordance with this letter provided to the COMPANY by the CLIENT, as either a GIS shapefile or CAD File. This information will include all catch basins, culverts, pipes, pipe sizes, outfalls, ponds and ditches within the following attachments: Attachment Description I Standard Terms study area. • As-built surveys or construction plans of existing stormwater ponds and Conditions II Cost Breakdown III Project Data Sheet Please return one signed original other best management practices will provide sufficient detail for modeling purposes. If data gaps or quality prove insufficient, assumed dimensions and hydraulic controls will be adopted, or the CLIENT will investigate the data gaps during the field reconnaissance. • City land use data will be provided to the COMPANY by the CLIENT. • The P8 Urban Catchment Model will be used for existing- and post-yield of this contract to provide written authorization for our firm to commence work Total Sediment and Total Phosphorus using a representative average year based on the services outlined hereinmost current 30- years of precipitation. Our invoices are due and payable upon receipt at P.O. Box 971037• New proposed end-of-pipe BMPs (e.g., Dallas, Dallas County, Texas 75397-1037. Charges extended detention ponds) will be invoiced on modeled to treat the drainage area leading to them but not include any newly proposed distributed BMPs upstream of it. • New proposed distributed BMPs (e.g., curb-cut raingardens) will be modeled collectively for the drainage area they serve. No feasibility study will be performed for these locations. • Conceptual, estimated construction costs for end-of-pipe BMPs will be derived at a monthly basis planning-level scale with a 30% contingency. • Present Day Value costs will use spreadsheet calculators from the Water Environment Research Foundation for a 30-year period of operation. Maintenance labor, materials and frequency will show a computerized composite total be agreed upon by the COMPANY and CLIENT but may include obtaining staff rates from CLIENT. • A Technical Memorandum will be developed containing the methods and results of services rendered for each service categorythe study and delivered electronically. Copies Submitted: Above (1) (Accepted By) (Type • All data used or Printed Name) (Title) (Date) Proposal No. PHD24-051-00 3 March 8, 2024produced in the analysis will be available to CLIENT upon request.

Appears in 1 contract

Sources: Professional Services