STATE AGREES. To pay Contractor the total sum not to exceed SEVEN HUNDRED TWENTY FIVE THOUSAND DOLLARS AND 00/100 ($725,000.00) to be paid monthly upon satisfactory completion of work herein required and upon receipt of proper itemized invoice from the County of Orange. District Account #: 5101-52
STATE AGREES. To pay Contractor a total amount not to exceed THREE HUNDRED NINETY SEVEN THOUSAND EIGHT HUNDRED AND 00/100 ($397,800.00); ONE MILLION NINE THOUSAND EIGHT HUNDRED AND 00/100 ($1,009,800.00) with inclusion of option years upon satisfactory completion of work herein required and upon receipt of proper invoice.
STATE AGREES. 1. To pay Contractor a total amount not to exceed ONE MILLION THREE HUNDRED EIGHTY EIGHT THOUSAND NINE HUNDRED THIRTY SIX DOLLARS AND 02/100 ($1,388,936.02); ONE MILLION SEVEN HUNDRED FORTY SEVEN THOUSAND THREE HUNDRED NINETY SEVEN DOLLARS AND 10/100 ($1,747,397.10) with inclusion of option years upon satisfactory completion of work herein required and upon receipt of proper invoice.
STATE AGREES. To pay County the total sum not to exceed TWO HUNDRED FIFTY THOUSAND DOLLARS AND 00/100 ($250,000.00) to be paid monthly upon satisfactory completion of work herein required and upon receipt of proper itemized invoice from the County of Orange. District Account #: 5101-52
STATE AGREES. To pay County the total sum not to exceed TWO HUNDRED FIFTY THOUSAND DOLLARS AND 00/100 ($250,000.00) to be paid monthly upon satisfactory completion of work herein required and upon receipt of proper itemized invoice from the County of Orange. District Account #: 5101-52 COUNTY employee estimated hourly rates are provided to STATE for use in the STATE budgetary process and the STATE Standard Agreement SA-132-20YR. Estimated rates may not be indicative of actual deployment under the Agreement between the State of California and the County of Orange. The table below represents a sample of potential ranks in a deployment. Payment will be made Net 30 upon satisfactory completion of services herein required and upon receipt of proper invoice. Invoice shall include a final report detailing the actual date(s) for which services were rendered as well as employee classification titles, shift start and end time, hours worked and employee’s hourly rate. All invoices are to be itemized and contain the District’s Purchase Order (PO) number 49995. Invoices may be sent via email to XX@xxxxxx.xxx or mailed as follows: ) Lieutenant $ - $ 237.65 Sergeant $ 136.05 $ 195.95 Investigator Deputy $ 131.46 $ 183.69 Sheriff II $ 120.47 $ 171.53 Deputy Sheriff I $ 113.98 $ 153.48 Radio Dispatcher $ 85.50 $ 93.84 Extra Help Deputy Sheriff II N/A N/A $ 67.08 Extra Help Deputy Sheriff I N/A N/A $ 59.23 Data line cost for OC Fairground - FY 2020-21 $208.77 Per Month Class A - Black & white $ 1.69 per mile Class B - Undercover / Un-marked $ 0.69 per mile Class BB - Full Size Sedans $ 1.07 per mile Class C - Passenger vans $ 1.16 per mile Class M3 - Bus $ 5.85 per mile M2 - 3 Axle Trucks $ 6.33 Per mile M6 - (Specialty Unit Mobile Command Center) $ 346.44 Equipment cost rate per day M6 - (Specialty Unit Mobile Command Center) $ 1,721.08 Labor cost rate per dispatch Samantha I $ 17.06 Equipment cost rate per day Samantha I $ 6,972.71 Labor cost rate per dispatch Note: Rates include all applicable benefits and overheads.
STATE AGREES. 1. At no cost to CITY, to provide quality assurance to assure that CITY’s PROJECT work is performed in full compliance with the approved PROJECT PS&E (contract plans and specifications) and in accordance with STATE’s then effective policies, procedures, standards, and practices. This quality assurance oversight function includes both the obligation and the authority to reject noncompliant PROJECT work and materials accepted by CITY, to order any actions needed for public safety or the preservation of property, and to assure compliance with all provisions of the encroachment permit(s) issued to CITY and CITY's contractor.
2. Upon proper application by CITY and by CITY's contractor, to issue, at no cost to CITY and CITY’s contractor, the necessary encroachment permits for required work within the State Highway right of way, as more specifically defined elsewhere in this Agreement.
STATE AGREES. 1. At no cost to CITY, to provide IQA to assure that CITY’s PROJECT work is performed in full compliance with the approved PROJECT PS&E and in accordance with STATE’s then effective policies, procedures, standards, and practices. This IQA function includes both the obligation and the authority to reject noncompliant PROJECT work and materials accepted by CITY, to order any actions needed for public safety or the preservation of property on the SHS, and to assure compliance with all provisions of the encroachment permit(s) issued by STATE to CITY and CITY's contractor.
2. Upon proper application by CITY and by CITY's contractor, to issue, at no cost to CITY and CITY's contractor, the necessary encroachment permits for required work within the SHS right of way as more specifically defined elsewhere in this Agreement.
3. To provide, at CITY's cost, any "State-furnished material" as shown on the PROJECT PS&E as determined by STATE to be appropriate and available during construction of PROJECT. Upon receipt of CITY’s request for any such "State-furnished materials", STATE will order those materials and STATE’s Project Manager will have an invoice submitted to CITY for the costs of those materials. Upon receipt of those materials and CITY’s payment, STATE will make those "State-furnished materials" available to CITY at a STATE designated site.
4. Independent assurance testing, specialty testing, and approval of the type of asphalt and concrete plants shall be by STATE, at STATE’s expense.
5. To submit an invoice to CITY for the estimated direct and indirect cost of source inspection, pursuant to Article 6 of Section I, prior to start of PROJECT construction and upon receipt of said estimate from State’s representative.
6. Upon completion of PROJECT and all work incidental thereto, to furnish CITY with a detailed statement of the State-furnished materials and source inspection costs to be borne by CITY. To thereafter refund to CITY, promptly after completion of STATE’s final accounting of said PROJECT costs, any amount of CITY’s deposits, required in Articles 5 & 7 of Section I, remaining after actual State-furnished materials and source inspection costs to be borne by CITY have been deducted or to xxxx CITY for any additional amount required to complete CITY’s financial obligations assumed pursuant to this Agreement.
STATE AGREES. To design, perform all right of way activities, and advertise, award and administer the construction for IMPROVEMENTS and have the PROJECT construction contractor furnish and install as requested by COUNTY.
STATE AGREES. 1. At no cost to CITY, to provide IQA to assure that CITY’s PROJECT work is performed in full compliance with the approved PROJECT PS&E and in accordance with STATE’s then effective policies, procedures, standards, and practices. This IQA function includes both the obligation and the authority to reject noncompliant PROJECT work and materials accepted by CITY, to order any actions needed for public safety or the preservation of property, and to assure compliance with all provisions of the encroachment permit(s) issued to CITY and CITY's contractor.
2. Upon proper application by CITY and by CITY's contractor, to issue, at no cost to CITY and CITY’s contractor, the necessary encroachment permits for required work within the SHS right of way, as more specifically defined elsewhere in this Agreement.
3. To provide, at CITY’s cost, any SFM as shown on the PROJECT PS&E or as determined during PROJECT construction. Upon receipt of CITY’s request for any such SFM, STATE will order those materials and STATE’s Project Engineer will have a xxxx submitted to CITY for the costs of the SFM. Upon receipt of those materials and CITY’s payment, STATE will make those SFM available to CITY at a STATE designated site.
STATE AGREES. 1. To perform the work elements in order to complete IMPROVEMENTS as specified in the SCOPE SUMMARY attached to and made a part of this Agreement.
2. To install traffic signal controller equipment components of the IMPROVEMENT, as specified in the exhibit.
3. To implement coordination of traffic signal timing (TIMING PLAN) for INTERSECTIONS in accordance with the Caltrans Traffic Operations Manual.
4. To review the draft TIMING PLAN prepared by CITY, and finalize it subject to revisions mutually agreed to between PARTIES.
5. To submit an invoice for a lump sum (single payment) of $ 11,494.04 to CITY for the IMPROVEMENT within 30 days of execution of this agreement.