Task 1b Clause Samples

Task 1b. Project Oversight/Management The ▇▇▇▇▇▇-▇▇▇▇ Project and Deputy Project Managers will provide weekly oversight and management of the project. ▇▇▇▇▇▇-▇▇▇▇ will provide up to thirty (30) hours of total effort throughout the duration of the project schedule with estimated completion by May 23, 2025. Additional required project management and oversight will be considered an additional service.
Task 1b. Coastal Boundary Survey – An important part of the GLO lease application (see Task 5) will be the completion of a Coastal Boundary Survey (CBS) by a Licensed State Land Surveyor (LSLS). Ducks Unlimited will hire a LSLS to delineate the boundary between federal-owned upland and state-owned submerged lands within the project site. The LSLS will also prepare plats and GIS data for filing to the GLO. The boundary data will be incorporated into existing conditions (Task 1a) and design drawings (Task 3b). Estimated Cost: $25,850.00 Task 1c: Texas General Land Office Lease Application – An application will be developed and submitted to the GLO requesting a lease of the state-owned submerged lands that will be developed by the project. Ducks Unlimited will develop and submit the GLO lease application on behalf of USFWS Big Boggy NWR. Timing of this task will be dependent on completion of the CBS (Task 1b).
Task 1b. QA/IV&V Plan Updates
Task 1b. Aquatic algaecide application for PAK-27 Lump sum labor, technical advice, equipment mobilization and demobilization, and all other costs associated with the treatment costs of PAK-27 at ▇▇▇▇▇▇▇▇ Lake except the material costs, which are covered by Task 1C below. Clean Lakes, Inc. will charge $5,400 for each algaecide or dye treatment for up to six applications. Lump sum material cost to treat ▇▇▇▇▇▇▇▇ Lake using PAK-27. PAK-27 will be charged at a unit cost of $2.20 per pound plus applicable sales tax. Application rates will vary depending on the time of year, but will likely be between 1,480 – 3,700 lbs of PAK-27 per treatment. Algaecide cost is $2.20 / lb including delivery and CA-Mill tax. Clean Lakes will need to submit the actual product usage with their invoice. A sales tax of 9.25% is assumed. Name of Project: Residential Baseline Water Use Assessment THIS AGREEMENT, effective July 1, 2015, is between SOLANO COUNTY WATER AGENCY, a public agency existing under and by virtue of Chapter 573 of the 1989 statutes of the State of California, hereinafter referred to as "Agency," and ▇▇▇▇▇ & ▇▇▇▇▇▇▇▇▇▇, Inc., a California corporation, hereinafter referred to as "Contractor." The Agency requires services for a Residential Baseline Water Use Assessment; and the Contractor is willing to perform these services pursuant to the terms and conditions set out in this Agreement. IT IS MUTUALLY AGREED, as follows:
Task 1b. Attend a QA/QC kick-off meeting as well as one additional meeting in Los Angeles or via teleconference to be scheduled by the LAR-IAC Project Manager, and document key activities and decisions. Task 1c: Develop a LAR-IAC QA/QC project tracking spreadsheet that shows the status of all Pictometry International Corp. and/or The ▇▇▇▇▇▇▇ Map Company, Inc. (Pictometry/▇▇▇▇▇▇▇) product tiles by delivery area: (a) delivered to Contractor, (b) reviewed by Contractor with edit calls provided to Pictometry/▇▇▇▇▇▇▇, (c) corrected by Pictometry/▇▇▇▇▇▇▇ and delivered to ▇▇▇▇▇▇▇▇ & ▇▇▇▇▇ Services Operations, Inc. (Dewberry) and (d) delivered by Contractor to LAR-IAC and/or its stakeholders and communities. Incorporate the project tracking spreadsheet into Weekly Progress Reports that report on all significant activities each week. Deliverables: Deliverable 1a: Quality Plan for the Los Angeles Region Imagery Acquisition Consortium (LAR-IAC). Deliverable 1b: Report that documents key activities and/or decisions made during meetings and telecons.
Task 1b. Project Management Plan Task 2: Engineering Design
Task 1b. Final Design a. On the basis of the comments received on the Preliminary Design memoranda and the preliminary opinion of probable construction cost, ▇▇▇▇▇▇-▇▇▇▇▇▇ will prepare for incorporation in the Bidding Documents final Drawings and Specifications. Specifications will conform to the 16-Division format of the Construction Specifications Institute (CSI) and conform to the Engineers Joint Contract Documents Committee (EJCDC) specification requirements. b. Develop 90% Drawings and Specifications c. Submit 90% Drawings and Specifications to the City and New Hampshire DES for review along with an updated opinion of probable construction cost (three paper sets of full-sized plans, three paper sets of 11x17 plans and three paper sets of Specifications). d. Meet with the City to review comments on the 90% deliverable. Final comments will be incorporated into the 100% bidding documents. e. Incorporate final comments and submit Bidding Documents to the City and New Hampshire DES as well as final opinion of probable construction costs (three paper sets of full-sized plans, three paper sets of 11x17 plans and three paper sets of Specifications, along with one electronic version in .pdf format). Task 2Bidding Phase 1. After acceptance by the City of the Bidding Documents and the most recent opinion of probable construction cost as determined in the Final Design Phase, and upon written authorization by the City to proceed, ▇▇▇▇▇▇-▇▇▇▇▇▇ shall: a. Assist the City in advertising and obtaining bids for the project. The cost for advertisement in papers selected by the City has not been included. b. Receive and process Contractor fees for Bidding Documents and maintain a record of prospective bidders to whom Bidding Documents have been issued. c. Prepare for and attend one pre-bid conference. d. Prepare required addenda to the bid documents as appropriate to clarify, correct or change the Bidding Documents based on questions received at the pre-bid conference or by written requests for information during the bid period. Issue addenda to the registered plan holders based on list maintained by ▇▇▇▇▇▇-▇▇▇▇▇▇. This Scope of Services assumes that up to two addenda will be issued. e. Review all bids and prepare bid tabulation. City will conduct bid opening and send results to ▇▇▇▇▇▇-▇▇▇▇▇▇ for review. f. Review the qualifications of the apparent low bidder(s) and compliance with other contract requirements. Report on the results of the reviews and issue a bid evaluation let...
Task 1b. Complete Streets Policy Calibration: This meeting will also discuss the vision and goals for the complete streets policy. This meeting will be incorporated into ▇▇▇▇ ▇▇.