We use cookies on our site to analyze traffic, enhance your experience, and provide you with tailored content.

For more information visit our privacy policy.

Proposed Scope Sample Clauses

Proposed Scope. In response to project scope changes requested by Fort Bend County, a scope amendment for the Tamarron Crossing Road project has been prepared which includes the following items:
Proposed Scope. The proposed project is comprised of 3 phases: Study (PER)/preliminary design, final design, and bidding/construction phase services. The scope of services will include surveying and professional engineering services. The project will involve expansion of SH 6 in the raised median to add pavement to accommodate a dedicated northbound left‐turn lane from SH 6 into Xxxxxxxx Park with approximately 400 LF of new pavement and reconfigured raised median. The project geometrics and tapers will be designed based on the existing speed limits of this facility. Drainage will be evaluated to determine if mitigation will be necessary and develop alternatives to provide mitigation (if necessary), including potential expansion of roadside ditches and/or off‐site detention pond between the Xxxxxxxx Park access road.
Proposed Scope. In response to additional scoping items requested by Fort Bend County, a scope change for the Xxxxxx Road project has been prepared. The additional scope shall include redesign for the addition of a right turn lane for the westbound lanes of Reading Road, adding approximately 400 LF of 8-inch sanitary sewer main and services, and construction phase services for the traffic signal subconsultant.
Proposed Scope. In response to project scope changes requested by Fort Bend County, a scope amendment for the Stella Road project has been prepared which includes the following items:
Proposed Scope. The proposed project is comprised of 3 phases: Study (PER) update/preliminary design, final design, and bidding/construction phase services. The scope of services will include professional engineering, surveying and ROW mapping, and geotechnical investigation services. The project will involve expansion of existing W. Belfort WB curb & gutter paving to accommodate for construction of a dedicated right turn lane from the W. Belfort WB lanes onto the SH 99 NBFRD for approximately 500 LF concrete curb and gutter pavement. The existing curb inlets will be relocated laterally to receive the existing and future pavement run‐off which is currently draining into the existing closed system storm sewer drainage system. The project limits are from 50‐ft east of the Meadow Ranch Parkway to a new curb return at the SH 99 BNFRD outer lane. The proposed roadway section(s) and the ROW width will be evaluated along West Belfort Road. It is anticipated that proposed widening would not require additional ROW along West Belfort north ROW line; however, final determination of the existing W. Belfort north ROW line is required to accurately accommodate the proposed right turn lane with a minimum of 15‐ft border. The existing posted speed limit is 40 MPH. The project will be designed based on 40 MPH design speed. The primary goals are to (1) establish an alignment with a typical cross section, (2) positively determine the existing and proposed right‐of‐way acquisition, if needed, (3) determine potential conflicts with existing facilities, (4) identify critical path items, (5) identify problem areas and potential resolution(s), and (6) prepare a reasonable construction cost estimate. CobbFendley will prepare and deliver a “30 percent” plan set as part of the preliminary design, consisting of all existing features shown in plan and profile, and proposed improvements with plan & profile with minor annotation. These plans, along with a typical section sheet, are the only drawings that are necessary at this point. The purpose of this PER is to clearly depict a more refined horizontal and vertical alignment design, incorporate the new project limits, and to document the six goals stated above. CobbFendley will not prepare a Presentation‐quality document as the report will remain internal to Fort Bend County Engineering staff and the County’s project management consultant. The updated PER will include a narrative, applicable plans, a preliminary construction cost estimate, and a geotec...
Proposed ScopeThe proposed scope is comprised of 3 phases: Study (PER)/preliminary engineering, final design & bidding phase services in addition to phase III, limited construction administration services. The scope of services will include professional engineering, surveying ROW mapping, and geotechnical investigation services. The project will involve installation of an 8‐inch water main, constructing 6‐ft sidewalks along the east & west ROW lines and reconstruction of approximately 6,500 LF of 2‐12’ lanes undivided asphalt pavement with open ditch drainage system including a potential detention site for drainage mitigation to be determined upon completion of the drainage analysis during the PER phase. Additionally, the scope includes design of an 8‐inch water main within the length of the project to be coordinated with the City of Houston drinking water operations for design approval and construction permitting. The scope of the project extends from approximately 200‐ft north of Trammel‐Fresno to future Lake Olympia Blvd. eastbound lanes. Dedicated left turn lanes will be provided at the Lake Olympia intersection The proposed roadway section(s) will be evaluated along the existing California Street during the study phase. Final Posted speed will be determined after the completion of the project by conducting speed study analysis followed by issuance of a certified letter indicating the safe posted speed limit. The following constitute the primary goals of the study phase:
Proposed Scope. The proposed scope of work includes complete removal of the existing ballasted and fully adhered low sloped roofing materials down to the existing structural concrete, wood plank, or metal deck and the installation of a fully adhered single-ply thermoplastic PVC roof membrane with tapered insulation. Additional scope includes the replacement of existing drains, installation of cladding masonry walls at designed sloped skylight transitions, the removal and replacement of sloped glazing perimeter sealants, cracked /broken sloped glazing, domed skylights and clerestory windows as specified, some interior painting, vinyl asbestos tile removal, and the installation of roof access ladders in select locations. The Whittier Regional Vocational Technical School District has requested an extension of the 120-day deadline to acquire local approval for the appropriation of funds for the proposed project. The District is composed of eight (8) member cities and towns and requests an extension of 34 days, to June 30, 2010, in order to accommodate city council and town meeting schedules.
Proposed Scope. XxXxxxxxx Engineering Corporation’s (MEC) scope for the 2400 LF road includes the study phase, design phase, bid phase and construction phase engineering services to develop the project PS&E package for the construction of a 4-lane concrete boulevard with an appropriate drainage system, and northbound left turn lane at Huggins. Based on our scoping meeting with Xxxxxxxxxx & Polk, Inc. (SPI), MEC was advised that a corridor drainage study for the proposed road is not available and is not part of this contract. MEC will incorporate the Fort Bend County Drainage District requirements into preparation of the PS&E package. As requested, the geotechnical report will be prepared in accordance with the current HCED guidelines for roadway design. A Phase One environmental site assessment report will be provided by Fort Bend County. Design of a signalized intersection at FM 359, a signal warrant study for the intersections, and sight triangle evaluations will not be provided with this contract. The design for this project will be performed in accordance with the current published Harris County criteria. The project schedule will consist of 90 days for the PER phase and 180 days for the design phase for a total of 270 days from the NTP. 5625 Xxxxxxxxxx ● Houston, Texas 77057 ● (000) 000-0000 ● Fax (000) 000-0000 TEXAS BOARD OF PROFESSIONAL ENGINEERS REGISTRATION NO. F-340 Proposal for Professional Engineering Services Xxxx Xxxxxxxx Road: From FM 359 to Xxxxxxx Road Precinct 3 Fort Bend County MEC Project No. 15370
Proposed Scope. (a) This Lot targets value added resellers (VAR) to provide a wide range of vendor-neutral end user devices, and other hardware such as audio-visual, network infrastructure equipment and IT peripherals. Close to the box services. (b) One-Stop Shop – The ability to compete VARs to select a single supplier for a defined requirement for a defined time period. (c) Value-add associated services, including (but not limited to): pre- sales technical advice and support; extended product warranties; support, upgrade and maintenance services associated with products purchased; Round-The-Box Services (hardware configuration, imaging devices, delivery to desk/server room, installation); consignment stocking and deliveries as required; project management of implementations e.g. estate refreshes; provision of MI reports to customers; technical support, including training customer/third party staff to become accredited engineers for on-site warranty repairs (as required); loaning test devices; holding replacement stocks and spares to meet customer needs for critical fixes at short notice.
Proposed ScopeThe proposed scope is comprised of 3 phases: preliminary engineering, final design, and construction phase services. The scope of services will include professional engineering, surveying, ROW mapping, and geotechnical investigation for a grade separated bridge structure spanning the existing UPRR track(s) and Preston Street. Additionally, the scope will include modification of the vertical grades of westbound lanes approaches to US 90A and FM 762 signalized intersection including modernization of the existing traffic signal hardware. The paving and drainage work along US 90A are needed to minimize the proposed bridge overpass grade south of the UPRR track(s). The proposed bridge section will depend largely on the proposed roadway section; however, at a minimum it will be configured to accommodate 4-lanes of traffic, divided configuration, with 6’ or 8’ sidewalks. The proposed bridge will be designed based on 30 MPH design speed. Final Posted speed will be determined after the completion of the project. During the 30% plan production, the existing US 90A intersection layout and traffic signal will be evaluated in coordination with the TxDOT Fort Bend County area office engineer and the Houston District for installation of a modernized traffic signal hardware. The proposed condition of the permanent traffic signal, any intersection modifications, and temporary signal for the traffic control plan will be designed and incorporated into the plans during the final design phase. A TxDOT Driveway Permit and local on-system improvements agreement (LOSA) will be prepared during the study & final design phases of the project. During the preliminary engineering phase, the existing and proposed drainage area maps with outfall locations will be identified for both bridge overpass and US 90A in addition to preliminary storm sewer sizes for the on-site drainage and off-site conveyance, if necessary. The project’s drainage design will be performed and prepared in coordination with the Fort Bend County drainage district & County Engineers, TxDOT’s Xxxxxxxxx Area Office Engineer, and the City of Richmond public works. During the preliminary engineering phase, the horizontal and vertical location of existing public and private utilities along the proposed bridge alignment, US 90A, and FM 762 will be identified in coordination with TxDOT, City of Richmond public works, and the private utility owners. If there are no existing records available, then subsurface utility engineer...