COUNTY AGREES Sample Clauses
The "COUNTY AGREES" clause outlines specific commitments or obligations that the county undertakes within the agreement. Typically, this section details the actions, services, or responsibilities the county will perform, such as providing funding, resources, or administrative support. By clearly stating what the county is agreeing to do, this clause ensures mutual understanding and accountability, helping to prevent disputes over the county's role and responsibilities in the contract.
COUNTY AGREES. 1. To act as the lead agency on behalf of the CITY for the overall development and implementation of the CITY PROJECT. The COUNTY is providing services for which the CITY will reimburse COUNTY as shown on Exhibit “B”.
2. To prepare, or cause to be prepared, detailed plans, specifications and estimates documents (“PS&E”) for CITY PROJECT and submit to CITY for review and approval at appropriate stages of development. Final plans for improvements shall be prepared to COUNTY and CITY standards and signed by a Civil Engineer registered in the State of California. Deviations from standards shall be coordinated with and approved by CITY.
3. To identify and locate all utility facilities within the limits of the CITY PROJECT as part of its design responsibility. If any existing public and/or private utility facilities conflict with CITY PROJECT construction, CITY and COUNTY shall coordinate and cooperate in good faith to make all necessary arrangements with the owners of such facilities for their protection, adjustment, relocation, or removal. CITY and COUNTY shall, in good faith, coordinate and cooperate to require the utility owner and/or its contractors performing any relocation work within CITY's right-of-way to obtain a CITY encroachment permit prior to the performance of said relocation work. CITY and COUNTY shall, in good faith, coordinate and cooperate in the effort to establish prior rights related to utility encroachments into each jurisdiction's right-of-way. In the case that any utility companies are determined to have prior rights within the limits of the CITY PROJECT, the cost of relocating utilities shall be borne by the CITY. In the case that any utility companies are determined to have prior rights within the limits of the COUNTY PROJECT, the cost of relocating utilities shall be borne by the COUNTY.
4. To make written application to CITY for a Construction Permit (PW-E-65) authorizing entry into CITY's right-of-way for the purposes of constructing CITY PROJECT.
5. In accordance with Exhibit “C”, Agreement Designating Lead Agency, to act as the Lead Agency under the California Environmental Quality Act (“CEQA”) for the CITY PROJECT. To advertise, award and administer a public works contract for the construction of the CITY PROJECT in accordance with all applicable federal, state or local statutes, ordinances, orders, governmental requirements, laws or regulations, including but not limited to the local agency public construction codes, the Chula V...
COUNTY AGREES. 1. All work performed by COUNTY, or performed on COUNTY’s behalf, shall be performed in accordance with all state and federal laws, regulations, policies, procedures, and standards.
2. To obtain any and all necessary property rights and/or rights of entry required prior to the implementation of STORMWATER MITIGATION PROJECT and for full compliance with any terms and conditions thereof. Said rights of entry shall also include rights for CALTRANS personnel.
3. To obtain any and all environmental approvals and/or resource agency agreements, permits and/or approvals required prior to implementation of STORMWATER MITIGATION PROJECT and to fully comply with any terms and conditions thereof including closing of the project complying with various Permits.
4. To use one hundred percent (100%) of CALTRANS’ funds provided pursuant to this Agreement, in order to satisfy COUNTY’s obligation and responsibilities set forth in this Agreement.
5. To submit an initial invoice in the amount of $900,000 to CALTRANS within thirty (30) days of execution of this Agreement and prior to commencement of any work performed by COUNTY. Said initial billing represents four months estimated costs of the STORMWATER MITIGATION PROJECT development. Thereafter, to prepare and submit to CALTRANS monthly billing statements for estimated expenditures one month in advance as development of STORMWATER MITIGATION PROJECT proceeds.
6. Upon completion of STORMWATER MITIGATION PROJECT and all work incidental thereto, to furnish CALTRANS with a detailed statement of STORMWATER MITIGATION PROJECT costs to be borne by CALTRANS. COUNTY thereafter shall refund to CALTRANS, promptly after completion of COUNTY’s final accounting of STORMWATER MITIGATION PROJECT costs, any amount of CALTRANS’ deposits remaining after actual costs to be borne by CALTRANS have been deducted, or to bill CALTRANS for any additional amount required to complete CALTRANS’ financial obligations pursuant to this Agreement.
7. If the work performed under this Agreement is done under contract and falls within the Labor Code section 1720(a)(1) definition of "public works" in that it is construction, alteration, demolition, installation, or repair; or maintenance work under Labor Code section 1771, COUNTY must conform to the provisions of Labor Code sections 1720 through 1815, and all applicable provisions of California Code of Regulations found in Title 8, Chapter 8, Subchapter 3, Articles 1-7.
8. To include prevailing wage requirement...
COUNTY AGREES. 1. Execution of this Agreement constitutes COUNTY’s waiver of STATE’s obligation to provide ninety (90) days prior notice of STATE’s "Intention to Relinquish" as set forth in Streets and Highways Code section 73.
2. To accept ownership, including all of STATE’s current obligations, rights, title and interest in RELINQUISHED FACILITIES upon recordation of the CTC’s Resolution of Relinquishment in the County Recorder’s Office and to thereafter operate, maintain, and be liable for RELINQUISHED FACILITIES at no additional cost to STATE.
COUNTY AGREES. 1. To deposit with the Secretary its estimated share of the costs to be incurred pursuant to the Consultant Agreement. The date indicated for County to deposit its estimated share of the total Plan expenses is fifty (50) days after the date of execution by the Secretary of the Consultant Contract;
2. To be responsible for eleven percent (11%) of the total actual costs of the Plan, up to $11,000; and
COUNTY AGREES. The County agrees:
A. To transfer to the City up to $650,000 in Fiscal Year 2021-2022 funds to match the City’s investment in the Durham Vaccine Equity Program at an amount up to $650,000 determined by the City invoices submitted by Curamericas.
B. The County shall remit the entirety of Fiscal Year 2021-2021 funds due to the City under this Agreement within thirty (30) business days of the execution of this Agreement, to be delivered by wire transfer to the account indicated by the City.
C. To designate a County staff member to serve as the primary contact for the City on matters related to the Durham Vaccine Equity Program contract (the “County Designee”).
COUNTY AGREES. 1. To accept the Funds from the City and utilize them in the implementation of the Project, including but not limited to, funding a proportionate share of the ▇▇▇▇▇▇▇ Road Corridor Plan.
2. To defend, indemnify, and hold harmless the City, its City Council, officers, directors, agents, employees, and volunteers from and against all demands, claims, actions, liabilities, losses, damages, and costs, arising out of or resulting from the performance of this Agreement, caused in whole or in part by the negligent or intentional acts or omissions of the County’s officers, directors, agents, employees, or subcontractors.
3. To comply with the California Environmental Quality Act (CEQA) in the implementation of the Project and to be fully responsible for implementing any and all environmental commitments set forth in the environmental documentation, permit(s), agreement(s), and /or environmental approvals.
COUNTY AGREES. 1. To pay VENDOR for a VoteSafe Perpetual Software License, data conversion, installation, training, and First Year Maintenance and Support for documented competent services rendered and accepted by COUNTY.
a. VoteSafe license fees for 30 Field systems @ $600 = $18,000.00.
b. VoteSafe PollPower Management Software, Training and staff orientation, Overall Project Management, and Data Conversion fee of $6,000.
c. VOTEC WelcomeVoter Custom Kiosk Hardware Bundle (described on page 6) 30 @ $980 = $29,400.00.
d. Total first year payment will be the sum of a + b = $53,400.00.
e. Subsequent year’s VoteSafe PollPower Management support fee will be $1,200.00.
f. Subsequent year’s VoteSafe support fee for 30 Field systems @ $120.00 = $3,600.00.
g. Total support fee will be the sum of e + f = $4,800.00.
h. All VOTEC WelcomeVoter Kiosk hardware comes with a 1 year (from date of delivery) warranty. VOTEC offers an extended annual warranty for subsequent years at a cost of 4% (four percent) of the original price ($39.20 per Kiosk, per year).
i. Support fees will be due and payable on the first and subsequent anniversaries of the date of first production use of the VoteSafe system. Support includes 24/7 election cycle access to Nevada support resources, all upgrades, and our assurance VOTEC will maintain these products in full compliance with Nevada State Election Laws.
2. To provide computer access and on-site working space to support VENDOR employees assigned under this agreement.
3. To appoint a COUNTY project manager to work with VENDOR throughout Term of contract.
4. To dedicate appropriate COUNTY personnel to the specification, installation, testing, training, and operation of the licensed software.
5. To adhere to the VOTEC Corporation Software License Agreement.
6. To adhere to the VOTEC Corporation Software License Oracle Sub-License Addendum.
7. To order, install, test, and maintain all hardware and operating system software including data backup software.
8. To promptly notify VENDOR of changes proposed or being made to the network hardware and/or software that may affect the performance of the VoteSafe software.
9. To provide support for remote communications by the VENDOR with the network, including resolving technical communications problems occurring on site in the COUNTY. Access shall be under control of the COUNTY utilizing ▇▇▇▇.▇▇ and/or LogMeIn supplied by VENDOR.
10. To provide local system administrator level access to the VENDOR on the VoteSafe serve...
COUNTY AGREES. A. That it shall supply Provider with its Automated External Defibrillator Program policies and standards.
B. That it may (1) facilitate an interface between the Provider and the local EMS First Response Agency, (2) facilitate registration of the Provider AED with local 911 dispatch center, (3) coordinate and provide training for the Provider in the use of the AED to current American Heart Association standards, (4) provide medical supervision, (5) provide continuing education, and (6) provide quality improvement follow-up after the deployment or discharge of the Provider’s AED.
COUNTY AGREES. A. To act as PROJECT proponent and procuring agency responsible for the overall management (such as schedule, budget, and oversight of consultants), design, and preconstruction activities.
B. To submit invoices to AUTHORITY, with specific details of all costs incurred during the invoice period.
C. To retain all books, document papers, accounting records and other evidence pertaining to costs for at least three (3) years after the PROJECT is completed.
D. Measure C/J funds advanced by AUTHORITY on behalf of COUNTY will be reimbursed from County’s Proposition 1B and Measure J – Return to Source funds. Interest cost will be based on the actual County Pooled Investment Earnings Account rate in effect for the period.
E. To fully fund PROJECT with COUNTY reimbursing AUTHORITY for the advancement of funds as set-forth in Article F of Section II of this MOU.
F. To fully reimburse to AUTHORITY the entire balance of funds advanced for PROJECT plus interest by no later than June 30, 2014.
COUNTY AGREES. (a) Beginning July 1, 2024, the City’s portion of the annual CDBG allocation will be based on the HUD CDBG formula for each of the three (3) years of the urban county interlocal agreement. Sixty-five percent (65%) of the annual formula allocation for the City will be designated for hard cost activities to be carried out within the City’s jurisdiction, which will be passed through to the City by a subgrant agreement.
(b) City shall have full discretion on the use of the passthrough CDBG Hard Costs funds for eligible uses as defined by the 24 CFR 270 Regulations, generally including eligible infrastructure, housing, public facilities improvements, and economic development. City will submit details of the activities to be funded in accordance with the process established for the annual Request for Application (RFA) for the Urban County. If City does not submit an eligible project according to the published timeline for the annual RFA, the City shall forfeit the right to the above mentioned sixty-five percent (65%) of the annual formula allocation for the City for that specific program year. Forfeited funds will be made available for other project applications which have been submitted for consideration under the annual hard cost RFAs.
(c) To oversee and manage City’s hard cost projects which includes all CDBG monitoring, billing, and reporting requirements.
(d) Prepare the Annual Action Plan and Comprehensive Annual Performance and Evaluation Report (CAPER) including information provided by Millcreek City.
(e) Provide opportunities for Millcreek to participate in any meetings of the Salt Lake Urban County.
(f) Provide training opportunities offered by Salt Lake County and HUD on the CDBG program.
(g) Provide technical assistance to City as requested.