HomeMy WebLinkAboutAgreement A-24-591 Interdepartmental Agreement.pdf 24-1124
Agreement No. 24-591
1 INTERDEPARTMENTAL AGREEMENT
2 BETWEEN
3 COUNTY OF FRESNO, COUNTY ADMINISTRATIVE OFFICE,
4
AND
5
COUNTY OF FRESNO, DEPARTMENT OF PUBLIC WORKS AND PLANNING
6
This Interdepartmental Agreement ("Agreement") is entered on November 5th 2024,
7
by and between the County of Fresno ("County"), County Administrative Office ("CAO"), and
8
County of Fresno, Department of Public Works and Planning ("Department").
9
Recitals
10
WHEREAS, the American Rescue Plan Act of 2021 ("ARPA") provided the County
11
approximately $194 million in Coronavirus State and Local Recovery Fund ("SLFRF") for various
12
eligible uses, outlined in the Interim Final Rule, Final Rule, 2023 Interim Final Rule, and the
13
Obligation Interim Final Rule, (collectively, "ARPA funding");
14
WHEREAS, the County has approved an expenditure plan that sets funding
15
appropriations for 81 major Programs or Projects, which are scheduled to be funded either in
16
whole in part by the County's ARPA funding;
17
WHEREAS, the CAO oversees the County's ARPA expenditure plan, coordinates with
18
department directors to monitor program implementation, ensures that each subrecipient and
19
department of the County receiving ARPA-SLFRF complies with the term of their award, and
20
monitors ARPA spending for the County;
21
WHEREAS, the Department received approval of ARPA-SLFRF appropriations to fund
22
the implementation of Improvements to County Parks (up to $3,000,000), Improvements to El
23
Porvenir, CSA 30 (up to $400,000), Improvements to Tenaya Park, CSA 2 (up to $400,000),
24
Improvements to Raising City Park, CSA 43 (up to$400,000), and Improvements to Kearney Park
25
(up to$4,485,275), which will improve the safety and accessibility at various County park locations
26
encourage residents to participate in outdoor recreational activities, and promote physical
27
wellness, which will mitigate the impacts in many communities that were negatively impacted by
28
the extended closures due to the COVID-19 pandemic.
1
1 WHEREAS, the Department received approval of ARPA-SLFRF appropriations to make
2 necessary investment in water infrastructure for projects that meet the eligibility of Clean Water
3 State Revolving Fund or Drinking Water State Revolving Fund consisting of the Liberty Cemetery
4 — Reclaimed Water Project (up to $250,000), Elkhorn Facility— Water and Sewer Projects (up to
5 $1,500,000), Elkhorn Recharge Facility (up to $6,000,000), Turnout on Friant-Kern Canal at Big
6 Dry Creek (up to $2,500,000), Raisin City Water Well, CSA43W (up to $2,000,000), Water meter
7 improvements and replacement in CSAs and WWDs (up to $1,900,000), and Riverview
8 Subdivision-Water Distribution Improvements (up to $800,000).
9 WHEREAS, the Department prepared Board agenda items for the initial scopes of work
10 and funding appropriations for each Department program on December 13, 2022, and April 25,
11 2023, which were all approved for ARPA-SLFRF funding by the County Board of Supervisors;
12 WHEREAS, each Department-approved ARPA-SLFRF program is further described in
13 Exhibits A though L, which are incorporated by this reference (the Department programs are
14 individually referred to in this Agreement as a "Program," and are collectively referred to in this
15 Agreement as "the Department's ARPA-SLFRF Program"); and
16 WHEREAS, the CAO and the Department desire to enter into this Agreement to impose
17 conditions on the use of ARPA-SLFRF funds by PWP by memorializing each Program's scope of
18 work for SLFRF spending, the Department's method to implement each Program, and
19 establishing timelines and planned deliverables for each Program so that the CAO may ensure
20 completion of the Department's ARPA-SLFRF Program.
21 NOW, THEREFORE, in consideration of the mutual covenants, terms and conditions herein
22 contained, the parties hereto agree as follows:
23 1. SERVICES
24 A. CAO shall provide administrative support services to Department including, but not
25 limited to coordination of the Department's ARPA-SLFRF Program, agenda item
26 processing, research on administrative policies and practices, and ARPA support
27 and resources in support of the Department's ARPA-SLFRF Program. CAO shall
28 also provide oversight over the Department's ARPA-SLFRF Program, to ensure that
2
1 the Department complies with and fulfill all responsibilities and conditions imposed by
2 this Agreement.
3 B. The Department shall be responsible to manage, report, and oversee the completion
4 of each Program described in Exhibits A through L.
5 2. PURPOSE
6 A. The County Board of Supervisors approved ARPA funding in the amount of
7 $8,685,275 to be used by the Department to carry out programs that are responsive
8 to the public health emergency or negative economic impacts due to the pandemic,
9 including:
10 a. Improvements to County Parks up to $3,000,000 (Exhibit A)
11 b. Improvements to El Porvenir, CSA 30 up to $400,000 (Exhibit B)
12 c. Improvements to Tenaya Park, CSA 2 up to $400,000 (Exhibit C)
13 d. Improvements to Raisin City Park, CSA 43 up to $400,000 (Exhibit D),
14 e. Improvements to Kearney Park up to $4,485,275 (Exhibit E)
15 B. The County Board of Supervisors approved ARPA funding in the amount of
16 $14,950,000 to be used by the Department to carry out the programs that will make
17 necessary improvements to water infrastructure, including:
18 a. Liberty Cemetery — Well Pump, Irrigation and Reclaimed Water Project up to
19 $250,000 (Exhibit F)
20 b. Elkhorn Facility—Water and Sewer Projects up to $1,500,000 (Exhibit G)
21 c. Elkhorn Recharge Facility up to $6,000,000 (Exhibit H)
22 d. Turnout on Friant-Kern Canal at Big Dry Creek up to $2,500,000 (Exhibit 1)
23 e. Raisin City Water Well, CSA43W up to $2,000,000 (Exhibit J)
24 f. Water meter improvements and replacement in CSAs and WWDs up to
25 $1,900,000 (Exhibit K), and
26 g. Riverview Subdivision-Water Distribution Improvements up to $800,000
27 (Exhibit L).
28
3
1 C. This Agreement will establish responsibilities and conditions for the Department to
2 carry out the Department's ARPA-SLFRF Program using ARPA-SLFRF funding, within
3 the approved scope of services and conditions.
4 3. SCOPES OF SERVICES AND CONDITIONS
5 A. Department shall implement each Program and report on milestones and deliverables,
6 as described in Exhibits A through L, which are attached and incorporated by this
7 reference.
8 4. TERM
9 A. The term of this Agreement shall become effective with a retroactive date of December
10 13, 2022, and end on December 31, 2026, unless terminated earlier in accordance
11 with this Agreement.
12 5. PROCUREMENT REQUIREMENTS
13 A. The Department shall comply with all procurement requirements specified in the Title
14 2 of the Code of Federal Regulations (the "Uniform Guidance"), including, but not
15 limited to, 2 CFR Part 200.317 et. seq.
16 6. TIMELINE, FINANCIAL, AND PERFORMANCE REQUIREMENTS
17 A. Program Timeline. U.S. Department of the Treasury ("Treasury") requires ARPA-
18 SLFRF recipients, such as the County, to return funds not expended by December 31,
19 2026. To ensure the Department can fully expend ARPA-SLFRF ahead of the
20 Treasury's deadline, the Department agrees to request ARPA payments on a 30-day
21 basis, and in a timely manner.
22 B. Expenditures. Department agrees that all the Department's ARPA-SLFRF Program-
23 related expenditures shall comply with requirements set forth in the Uniform Guidance,
24 2 CFR Part 200, Uniform Administrative Requirements, Cost Principles, and Audit
25 Requirement for Federal Awards.
26 C. Budget. Department agrees that all expenditures will be in accordance with the
27 approved budget for the term of this Agreement, as shown in Exhibits A through L,
28 which are attached and incorporated by this reference.
4
1 D. Payment Requests. Department agrees to submit monthly claims to request payments
2 from the ARPA-SLFRF program by the 10t" day of each month (every 30-days) to the
3 CAO program email: kRPA(a)_frt.-....---,ttyca.g�,, .
4 E. Responsiveness. To ensure compliance with Federal and State regulations, CAO
5 and/or County Auditor Controller—Treasurer Tax Collector's ("ACTTC") office may
6 require additional supporting documentation or clarification of claimed expenditures.
7 The Department agrees to respond in writing within five (5) business days to avoid
8 delays, disallowable expenditures, or partial payments.
9 F. Reporting. The Department agrees to provide supporting documents and
10 corresponding reports as requested by the CAO, County Auditor Controller—Treasurer
11 Tax Collector's ("ACTTC") office, or Treasury to meet any reporting deadlines. The
12 Department shall adhere to the instructions and format, including specific forms,
13 required for ARPA funding.
14 G. Release of Funds and Compliance. The Department agrees that maintaining
15 compliance with all ARPA-SLFRF requirements is necessary for authorization of funds
16 to be released from the ARPA-SLFRF account. If a payment discrepancy arises, the
17 Department agrees to find a resolution in a timely manner that complies with the terms
18 and conditions of the ARPA-SLFRF program.
19 H. Records: The Department shall assume responsibility for maintaining detailed records
20 to support its invoices to CAO and ACTTC, for services provided under this Agreement
21 The Department shall retain all records for a minimum of five (5) years following the
22 expiration of this Agreement. In the event of any outstanding State of California or
23 Federal audits or exceptions, the Department agrees to individually retain its records
24 until such audits and exceptions are finalized.
25 7. TERMINATION
26 A. Termination. Either party may terminate this Agreement by providing the other party
27 written notification prior to termination. Upon termination, the parties agree that all
28
5
1 reports and supporting documentation required for services rendered pursuant to this
2 Agreement shall be provided to CAO, ACTTC, and the Treasury.
3 8. NOTICES
4 A. Contact Information. The persons and their addresses having authority to give and
5 receive notices provided for or permitted under this Agreement include the following:
6 County Administrative Office: Department Contact:
7 ARPA - SLFRF Coordinator County of Fresno
County of Fresno Department of Public Works and Planning
8 2281 Tulare Avenue, Room 304 2220 Tulare Street, 6t" Floor
Fresno, Ca 93721 Fresno, CA 93721
9 Email: 8,RPA(a)fresnocountyca.gov Attn: Erin Haagenson, Program Manager
(559) 600-1710 Email: 3haagenson(a)fres :)untyc.
10 (559) 388-7292
11 B. Change of Contact Information. Either party may change the information from time to
12 time.
13 9. MODIFICATIONS AND AMENDMENTS
14 A. The Department may submit a written request to CAO asking for a budget reallocation
15 of the ARPA funding. The request must be reasonably within the approved scope of
16 work for the Department's ARPA-SLFRF Program, shall include an explanation for
17 why the Department's ARPA-SLFRF Program budget reallocation is needed, and shall
18 be provided to CAO at least ninety (90) days prior to the expiration date of this
19 Agreement. The request must include all required documentation to justify the need
20 for a reallocation. The Department may not expend the ARPA funding under a
21 reallocated Program budget until the Department receives written approval from either
22 the CAO or County Board of Supervisors, as applicable. Any additional funds or other
23 modifications may be added to this Agreement by written Amendment setting forth the
24 modifications or amendments signed by the parties and approved by the Board of
25 Supervisors, if applicable.
26 10. ENTIRE AGREEMENT:
27 This Agreement, including all Exhibits, constitutes the entire Interdepartmental Agreement
28 with respect to the ARPA-SLFRF program and memorializes all previous program descriptions.
6
1 IN WITNESS WHEREOF, the parties hereto have caused this Interdepartmental Agreement
2 to be executed, and affirmed by the County Board of Supervisors, as of the day and year first
3 hereinabove written.
4
5 County of Fresno County of Fresno
6 County Administrative (Office
-3)
Paul Nerland, County Administrative Nathan Magsig, Chairman of the Board of
8 Officer Supervisors of the County of Fresno
9
County of Fres Attest:
10 Department of lic Works and Bernice E. Seidel
11 Planning Clerk of the Board of Supervisors
County of Fresno, State of California
12
Steven W ite, Director of Public
13 Works and Planning . 11
14 Deputy
15
16
FOR ACCOUNTING USE ONLY:
17
From:
18 Fund: 0026
19 Subclass: 91021
ORG: 1033
20
To:
21 Fund: 0400
Subclass: 10070
22 ORG: 8870
Account: 8150, 8400
23 Program: 91761, 91762, 91763, 91764,
24 91765, 91766, 91767, 91768,
91770,91773,91775,91825,
25 91826,91849, 91850
26
27
28
7
Exhibit A
Improvements to County Parks
1 Scope of Services and Conditions
2 The Department will make improvements to County Parks and improve accessibility, with
3 individual Program deliverables listed below:
4 The Department will use ARPA-SLFRF to fund improvements at the following five park
5 locations:
6 A. Avocado Lake Park—The work to be done consists of installing a prefabricated shelter,
7 prefabricated restroom with necessary utilities, installation of a new septic tank and
8 leach line system, concrete walkway, and a parking stall compliant with Americans
9 with Disabilities Act (ADA). Other improvements may include resurfacing some areas
10 of the park parking, improving the existing ADA parking stall in front of existing
11 restroom and other sections of the park, and miscellaneous appurtenant work such as
12 removal of broken tables, installation of new tables, and some irrigation repairs.
13 B. Lost Lake Park — The work to be done consists of installing ADA-compliant parking
14 stalls, a concrete walkway, a playground structure, new restroom, and irrigation repairs
15 C. Skaggs Bridge Park — The work to be done consists of installing a new asphalt
16 surfaced parking lot for approximately 90 vehicles, ADA-compliant parking stalls, and
17 a new chain link fence.
18 D. Winton Park — The work to be done consists of installing a restroom with necessary
19 utilities (i.e. water, power, etc.), installation of a new septic tank and leach line system,
20 a new playground structure and an ADA-compliant concrete walkway and parking stall.
21 E. Courthouse Park — The work completed for the project consisted of improving the
22 existing irrigation system, project management, preliminary surveying, environmental
23 review and a subsurface utility investigation completed by T2 Utility Engineering,
24 purchases of irrigation supplies from SiteOne Landscape Supply and tree and site
25 inspection completed by John Pape Consulting.
26 The full extent of improvements at each location will be determined by funding availability.
27
28
A-1
Exhibit A
Improvements to County Parks
1 SLFRF will fund the design engineering, planning, environmental review, right-of-way,
2 permitting, project management and construction engineering completed by County staff and
3 consultants, as well as construction completed by contractors.
4 The improvements listed in this Exhibit A shall be completed to the satisfaction of the CAO,
5 and the CAO shall make the final determination whether the Department has satisfied its
6 obligations under this Agreement.
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
A-2
Exhibit A
Improvements to County Parks
1 Program Information
2 Department: Public Works and Planning
Program: Public Health
3
Project Name: Im rovements to County Parks
4
Project No. s : ARPA7,4, 8, 9, 3
5
Estimated Construction Completion Date: June 2026
6
7 Courthouse Park Completion Date: January 2024
Public Works and Planning - Design
8 Project Manager: Division
9 Budget Details
10 Park Locations:
11 Avocado Lake Park* $ 1,000,000.00
Lost Lake Park* $ 520,000.00
12 Skaggs Bridge Park* $ 500,000.00
13 Winton Park* $ 630,000.00
Courthouse Park** $ 350,000.00
14 Estimated Construction Cost: $ 120,000.00
15 Total Appropriations: $ 2,880,000.00
Accounting string: $ 3,000,000.00
16 Or : 8870
17 Account: 8150
Fund: 400
18 Subclass: 10070
19 Program: 91766, 91767, 91768, 91770, 91773
20 MOU must be ready by 12/31/2024
Funding Restrictions: for ARPA
21
*Date estimate for Improvements to County
22 Parks are dependent on Central Valley
Flood Protection Board (CVFPB) permit
23 approval.
**Irrigation Repairs to Courthouse Park are
24 complete.
25 Note: Costs per phase are estimates.
26
27
28
A-3
Exhibit B
Improvements to El Porvenir Park (CSA 30)
1
2 Scope of Services and Conditions
3 The Department will make improvements to El Porvenir Park and improve accessibility.
4 SLFRF will fund the design engineering, planning, environmental review, right-of-way,
5 permitting, project management and construction engineering completed by County staff and
6
consultants, as well as construction completed by contractors.
7
This Program work consists of, and project deliverables include, installing a new concrete
8
walkway, ADA-compliant tables and playground structure. The Program also consists of installing
9
a soccer goal post and a concrete basketball court with new posts, backboard, and hoops. The
10
full extent of the improvements will be determined by funding availability.
11
The improvements listed in this Exhibit B shall be completed to the satisfaction of the CAO,
12
and the CAO shall make the final determination whether the Department has satisfied its
13
obligations under this Agreement.
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
B-1
Exhibit B
Improvements to El Porvenir Park (CSA 30)
1
2 Program Information
3 Department: Public Works and Planning
Program: Public Health
4
5 Project Name: Improvements to El Porvenir Park (CSA30)
6 Project No.(s): ARPA14
7 Estimated Construction
Completion Date June 2025
8 Public Works and Planning - Design
Project Manager: Division
9
10 Budget Details
Estimated Design Cost: $ 15,000.00
11 Estimated Construction Cost: $ 385,000.00
12 Total Appropriations: $ 400,000.00
Accounting string:
13 Or : 8870
14 Account: 8150, 8400
Fund: 0400
15 Subclass: 10070
16 Program: 91763
MOU must be ready by 12/31/2024 for
17 Funding Restrictions: ARPA
18
19 Note: Costs per phase are estimates.
20
21
22
23
24
25
26
27
28
B-2
Exhibit C
Improvements to Tenaya Park (CSA 2)
1 Scope of Services and Conditions
2 The Department will make improvements to Tenaya Park and improve accessibility.
3 The Department will use SLFRF to fund the design engineering, planning, environmental
4 review, right-of-way, permitting, project management and construction engineering completed by
5 County staff and consultants, as well as construction completed by contractors.
6
The work to be done consists of, and Program deliverables include, installing a new shade
7
structure with triangular shade sail, new park benches, replacement of existing bollards, drinking
8
9 fountain with a pet drinking accessory, repair of existing irrigation pump, installation of dog waste
10 dispensers, garbage cans, replacing damage park signage, and replacement of the playground
11 surface. Several sections of lifted or cracked concrete walkway will be repaired. The full extent of
12 the improvements will be determined by funding availability.
13 The improvements listed in this Exhibit C shall be completed to the satisfaction of the CAO,
14 and the CAO shall make the final determination whether the Department has satisfied its
15 obligations under this Agreement.
16
17
18
19
20
21
22
23
24
25
26
27
28
C-1
Exhibit C
Improvements to Tenaya Park (CSA 2)
1
2 Program Information
3 Department: Public Works and Planning
4 Program: Public Health
5 Project Name: Improvements to Tena a Park CSA2
6 Project No.(s): ARPA11
7 Estimated Construction
Completion Date June 2025
8 Public Works and Planning - Design
Project Manager: Division
9
10 Budget Details
Estimated Design Cost: $ 10,000.00
11 Estimated Construction Cost: $ 390,000.00
12 Total Appropriations: $ 400,000.00
13 Accounting string:
Or 8870
14 Account: 8150, 8400
15 Fund: 400
Subclass: 10070
16 Program: 91764
MOU must be ready by 12/31/2024 for
17 Funding Restrictions: ARPA
18
19 Note: Costs per phase are estimates.
20
21
22
23
24
25
26
27
28
C-2
Exhibit D
Improvements to Raisin City Park (CSA 43)
1 Scope of Services and Conditions
2 The Department will make improvements to Raisin City Park and improve accessibility.
3 The Department will use SLFRF to fund the design engineering, planning, environmental
4
review, right-of-way, permitting, project management and construction engineering completed by
5
County staff and consultants, as well as construction completed by contractors.
6
The work to be done consists of, and Program deliverables include, constructing an ADA-
7
compliant parking stall, a concrete walkway, a prefabricated shelter, a new playground structure,
8
and the relocation of wood bollards. Solar light poles may be included as part of the work, if funds
9
allow. The full extent of the improvements will be determined by funding availability.
10
The improvements listed in this Exhibit D shall be completed to the satisfaction of the CAO,
11
and the CAO shall make the final determination whether the Department has satisfied its
12
obligations under this Agreement.
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
D-1
Exhibit D
Improvements to Raisin City Park (CSA 43)
1
2 Program Information
3 Department: Public Works and Planning
Program: Public Health
4
5 Project Name: Improvements to Raisin City Park (CSA43)
6 Project No. s : ARPA2
7 Estimated Construction
Completion Date June 2025
8 Public Works and Planning - Design
Project Manager: Division
9
10 Budget Details
Estimated Design Cost: $ 20,000.00
11 Estimated Construction Cost: $ 380,000.00
12 Total Appropriations: $ 400,000.00
Accounting string:
13 Org: 8870
14 Account: 8400
Fund: 0400
15 Subclass: 10070
16 Program: 91765
MOU must be ready by 12/31/2024 for
17 Funding Restrictions: ARPA
18
19 Note: Costs per phase are estimates.
20
21
22
23
24
25
26
27
28
D-2
Exhibit E
Improvements to Kearney Park
1
2 Scope of Services and Conditions
3 The Department will make improvements to Kearney Park to improve accessibility, and
4
vehicle and pedestrian circulation within the park facility.
5
The Department will use SLFRF to fund the design engineering, planning, environmental
6
review, right-of-way, permitting and project management and construction engineering completed
7
8 by County staff and consultants, as well as construction completed by contractors.
9 The work to be done consists of, and Program deliverables include, installing a
10 prefabricated picnic shelter, an ADA-compliant prefabricated restroom, playgrounds, constructing
11 accessible parking stalls and concrete walkways for pedestrians and multimodal users of the park.
12 The project also consists of converting the existing tennis court to a multi-purpose sports court for
13 basketball, tennis and pickleball, and installing fencing. Park lighting, surveillance cameras, and
14
signage will be added throughout the park to improve pedestrian safety and traffic orientation.
15
The new and existing restrooms will be connected to the existing City of Fresno sewer collection
16
system. Additionally, Kearney Park will receive improvements to the pavement surface in several
17
18 areas of the park, along with striping and speed bumps, wheel stops in large parking lot areas to
19 prevent reckless driving and improve safety. The full extent of the improvements will be
20 determined by funding availability.
21 The improvements listed in this Exhibit E shall be completed to the satisfaction of the CAO,
22 and the CAO shall make the final determination whether the Department has satisfied its
23 obligations under this Agreement.
24
25
26
27
28
E-1
Exhibit E
Improvements to Kearney Park
1
2 Program Information
3 Department: Public Works and Planning
Program: Public Health
4
5 Project Name: Improvements to Kearney Park
6 Project No. s : ARPA6
7 Estimated Construction
Completion Date September 2025
8 Public Works and Planning - Design
Project Manager: Division
9
10 Budget Details
Estimated Design Cost: $ 250,000.00
11 Estimated Construction Cost: $ 4,235,275.00
12 Total Appropriations: $ 4,485,275.00
Accounting string:
13 Or : 8870
14 Account: 8400
Fund: 400
15 Subclass: 10070
16 Program: 91771
MOU must be ready by 12/31/2024 for
17 Funding Restrictions: ARPA
18
19 Note: Costs per phase are estimates.
20
21
22
23
24
25
26
27
28
E-2
Exhibit F
Liberty Cemetery — Well Pump, Irrigation and Reclaimed Water Project
1 Scope of Services and Conditions
2 The Department will make improvements at Liberty Cemetery that will address the facility's
3 loss of its only water supply caused by a multi-year drought and water conservation by making
4
irrigation improvements and/or connection to the City of Fresno reclaimed water system.
5
Improvements will also address security/privacy to avoid vandalism for health and safety
6
purposes.
7
8 The Department will use SLFRF to fund the design engineering, planning, environmental
9 review, right-of-way, permitting and project management and construction engineering completed
10 by County staff and consultants; as well as construction completed by contractors.
11 The work to be done consists of, and Program deliverables include, repairing the well
12 pump and irrigation system, improving landscaping, installation of perimeter fencing, and
13 demolition of the existing restroom that has been the source of water leakage, as well as a
14
feasibility study to connect to the City of Fresno's reclaimed water supply system to reduce
15
groundwater well site pumping for irrigation purposes. The full extent of the improvements will be
16
determined by funding availability.
17
18 The improvements listed in this Exhibit F shall be completed to the satisfaction of the CAO,
19 and the CAO shall make the final determination whether the Department has satisfied its
20 obligations under this Agreement.
21
22
23
24
25
26
27
28
F-1
Exhibit F
Liberty Cemetery — Well Pump, Irrigation and Reclaimed Water Project
1
2 Program Information
3 Department: Public Works and Planning
Program: Water Infrastructure
4 Liberty Cemetery—Well Pump, Irrigation
5 Project Name: and Reclaimed Water Project
6 Project No.(s): ARPA13
7 Estimated Construction
Completion Date June 2025
8 Public Works and Planning - Design
Project Manager: Division
9
10 Budget Details
Estimated Design Cost: $ 40,000.00
11 Estimated Construction Cost: $ 210,000.00
12 Total Appropriations: $ 250,000.00
Accounting string:
13 Or : 8870
14 Account: 8400
Fund: 0400
15 Subclass: 10070
16 Program: 91775
MOU must be ready by 12/31/2024 for
17 Funding Restrictions: ARPA
18
19 Note: Costs per phase are estimates.
20
21
22
23
24
25
26
27
28
F-2
Exhibit G
Elkhorn Facility — Water and Sewer Projects
1 Scope of Services and Conditions
2 SLFRF will fund the design engineering, planning, environmental review, right-of-way,
3 permitting, project management and construction engineering completed by County staff and
4 consultants, as well as construction completed by contractors.
5 The work to be done consists of, and the Program deliverables include, restoring the
6 existing water well and water system to make it operable for domestic water and the installation
7 of two prefabricated restrooms with onsite septic systems servicing the facility's needs. The full
8 extent of improvements will be determined by funding availability.
9 The improvements listed in this Exhibit G shall be completed to the satisfaction of the CAO,
10 and the CAO shall make the final determination whether the Department has satisfied its
11 obligations under this Agreement.
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
G-1
Exhibit G
Elkhorn Facility — Water and Sewer Projects
1
2 Program Information
3 Department: Public Works and Planning
Program: Water Infrastructure
4 Elkhorn Facility—Water and Sewer
5 Project Name: Projects
6 Project No.(s): ARPA17
7 Estimated Construction
Completion Date January 2026
8 Public Works and Planning - Design
Project Manager: Division
9
10 Budget Details
Estimated Design Cost: $ 100,000.00
11 Estimated Construction Cost: $ 1,400,000.00
12 Total Appropriations: $ 1,500,000.00
Accounting string:
13 Or : 8870
14 Account: 8400
Fund: 0400
15 Subclass: 10070
16 Program: 91825
MOU must be ready by 12/31/2024 for
17 Funding Restrictions: ARPA
18
19 Note: Costs per phase are estimates.
20
21
22
23
24
25
26
27
28
G-2
Exhibit H
Elkhorn Recharge Facility
1 Scope of Services and Conditions
2 The Department will make improvements at the Elkhorn Facility to divert water from the
3 Liberty Canal that will be used to recharge the groundwater aquifer, increasing the reliability of
4
clean drinking water for member agencies of the North Fork Kings Groundwater Sustainability
5
Agency (NFKGSA). Diversion, storage, and recharge of the surface water supplies during flood
6
releases will provide relief for communities downstream from Pine Flat Lake, such as the Cities
7
8 of Mendota and Firebaugh, which have both experienced flooding events as a result of surface
9 water releases. The Department anticipates that this Program will also benefit the water supplies
10 of several disadvantaged communities in the County, including Riverdale and Lanare, which are
11 down gradient from the project location.
12 The Department will use SLFRF to fund the design engineering, planning, environmental
13 review, ri ht-of-wa g y, permitting, project management and construction engineering completed by
14
County staff and consultants; as well as construction completed by contractors.
15
The work consists of, and the Program deliverables include, the construction of an
16
approximately sixty-acre recharge basin and stockpile area at the site including basin excavation,
17
compacted stockpile placement, placement of excess basin material, conveyance channel
18
excavation, cast-in-place and precast concrete structures, installing slides gates, propeller meters
19
rubber gasketed reinforced concrete pipe (RGRCP), County road crossing, and all other
20
miscellaneous items to complete the work to provide for a fully functioning recharge basin. The
21
full extent of the improvements will be determined by funding availability.
22
The improvements listed in this Exhibit H shall be completed to the satisfaction of the CAO,
23
and the CAO shall make the final determination whether the Department has satisfied its
24
obligations under this Agreement.
25
26
27
28
H-1
Exhibit H
Elkhorn Recharge Facility
1
2 Program Information
3 Department: Public Works and Planning
Program: Water Infrastructure
4
5 Project Name: Elkhorn Recharge Facility
6 Project No.(s): ARPA1
7 Estimated Construction
Completion Date November 2025
8 Public Works and Planning - Design
Project Manager: Division
9
10 Budget Details
Estimated Design Cost: $ 350,000.00
11 Estimated Construction Cost: $ 5,650,000.00
12 Total Appropriations: $ 6,000,000.00
Accounting string:
13 Or : 8870
14 Account: 8400
Fund: 400
15 Subclass: 10070
16 Program: 91761
MOU must be ready by 12/31/2024 for
17 Funding Restrictions: ARPA
18
19 Note: Costs per phase are estimates.
20
21
22
23
24
25
26
27
28
H-2
Exhibit I
Turnout on Friant-Kern Canal at Big Dry Creek
1 Scope of Services and Conditions
2 The Department will make improvements at the Turnout on Friant-Kern Canal at Big Dry
3 Creek to diverted surface water supply will be used to help recharge the groundwater aquifer,
4
thereby improving access and reliability to clean drinking water for members of the North Fork
5
Kings Groundwater Sustainability Agency (NKGSA). Recharging the groundwater aquifer would
6
help to stabilize declining groundwater levels that will lead to decreased energy use from users
7
8 not having to pump groundwater from deeper in the aquifer and achieve State and local long-term
9 groundwater sustainability goals. The Department will enter an agreement with Fresno Irrigation
10 District (FID) for the construction, management, operation, and use of the Turnout on the FKC at
11 the Big Dry Creek channel. $2,500,000 was originally allocated to the Department for this Program
12 Under this Agreement, $574,500 will remain allocated to the Department for design engineering,
13 planning, environmental review, right-of-way, permitting and project management completed by
14
County staff and consultants. The remaining $1,925,500 of SLFRF funds will be allocated to FID
15
for the construction phase of the Program in a separate subrecipient agreement.
16
The work to be done consists of, and the Program deliverables include, constructing a
17
18 concrete apron around turnout, a turnout box, air vent, and concrete cutoff collar. The Program
19 will also consist of constructing a conveyance channel intel retaining wall, canal lining, and canal
20 lining cutoff wall.
21 The improvements listed in this Exhibit I shall be completed to the satisfaction of the CAO,
22 and the CAO shall make the final determination whether the Department has satisfied its
23 obligations under this Agreement.
24
25
26
27
28
I-1
Exhibit I
Turnout on Friant-Kern Canal at Big Dry Creek
1
2 Program Information
3 Department: Public Works and Planning
Program: Water Infrastructure
4 Turnout on Friant-Kern Canal at Big Dry
5 Project Name: Creek***
6 Project No. s : ARPA18
7 Estimated Construction
Completion Date December 2026
8 Public Works and Planning - Design
Project Manager: Division
9
10 Budget Details
Estimated Design Cost: $ 574,500.00
11 Estimated Construction Cost: $ 1,925,500.00
12 Total Appropriations: $ 2,500,000.00
Accounting string:
13 Or : 8870
14 Account: 8400
Fund: 0400
15 Subclass: 10070
16 Program: 91826
MOU must be ready by 12/31/2024 for
17 Funding Restrictions: ARPA
18
***Original Appropriations were$2.5 M,
19 $1,925,500 is being allocated to Fresno
Irrigation District through a subrecipient
20 agreement to construct the project.
21 Note: Costs per phase are estimates
22
23
24
25
26
27
28
1-2
Exhibit J
Raisin City (CSA 43W) — Water Well
1 Scope of Services and Conditions
2 SLFRF will fund the design engineering, planning, environmental review, right-of-way,
3 permitting and project management and construction engineering completed by County staff and
4
consultants, as well as construction completed by contractors.
5
The work to be done consists of, and the Program deliverables include, installing a new
6
groundwater well with all appurtenant work such as valves and piping, grading, electrical and
7
8 control that is necessary to provide as a backup source of water for system reliability. The extent
9 of the improvements will be determined by funding availability.
10 The improvements listed in this Exhibit J shall be completed to the satisfaction of the CAO,
11 and the CAO shall make the final determination whether the Department has satisfied its
12 obligations under this Agreement.
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
J-1
Exhibit J
Raisin City (CSA 43W) — Water Well
1
2 Program Information
3 Department: Public Works and Planning
Program: Water Infrastructure
4
5 Project Name: Raisin City (CSA 43W) Water Well
6 Project No. s : ARPA12
7 Estimated Construction
Completion Date Se tember-2025
8 Public Works and Planning - Design
Project Manager: Division
9
10 Budget Details
Estimated Design Cost: $ 130,000.00
11 Estimated Construction Cost: $ 1,870,000.00
12 Total Appropriations: $ 2,000,000.00
Accounting string:
13 Org: 8870
14 Account: 8400
Fund: 0400
15 Subclass: 10070
16 Program:
ro ram: 91762
MOU must be ready by 12/31/2024 for
17 Funding Restrictions: ARPA
18
19 Note: Costs per phase are estimates.
20
21
22
23
24
25
26
27
28
J-2
Exhibit K
Water Meter Improvements and Replacement in CSAs and WWDs
1 Scope of Services and Conditions
2 SLFRF will fund the design engineering, planning, environmental review, right-of-way,
3 permitting, project management and construction engineering completed by County staff and
4
consultants, as well as construction completed by contractors.
5
The work to be done consists of, and Program deliverables include, inventorying
6
approximately 3,200 water meters in various locations of the County, replacing and programming
7
8 County furnished meters encoders, installing and programing County furnished endpoints,
9 replacing water meter box lids, and replacing meter bodies with associated plumbing and water
10 meter boxes as necessary. The work will be completed in these areas: CSAs 10, 10A, 31 C
11 through 31 G, 34A, 34B, 34C, 34D, 34G, 39AB, 43W, 44C, 44D, 47, 49 and WWDs 37, 38, 40, 41,
12 and 42.
13 The improvements listed in this Exhibit K shall be completed to the satisfaction of the CAO,
14 and the CAO shall make the final determination whether the Department has satisfied its
15 obligations under this Agreement.
16
17
18
19
20
21
22
23
24
25
26
27
28
K-1
Exhibit K
Water Meter Improvements and Replacement in CSAs and WWDs
1 Program Information
2 Department: Public Works and Planning
Program: Water Infrastructure
3 Water Meter Improvements and
4 Project Name: Replacement in CSAs and WWDs
5 Project No. s : ARPA15
6 Estimated Construction
Completion Date Aril 2025
7 Public Works and Planning - Design
Project Manager: Division
8
9 Budget Details
Estimated Design Cost: $ 20,000.00
10 Estimated Construction Cost: $ 1,880,000.00
11 Total Appropriations: $ 1,900,000.00
Accounting string:
12 Or : 8870
13 Account: 8400
Fund: 0400
14 Subclass: 10070
15 Program: 91849
MOU must be ready by 12/31/2024 for
16 Funding Restrictions: ARPA
17
18 Note: Costs per phase are estimates.
19
20
21
22
23
24
25
26
27
28
K-2
Exhibit L
Riverview Subdivision (CSA 44C) — Water Distribution System
Improvements
1 Scope of Services and Conditions
2 The work to be done consists of, and Program deliverables include, replacing the existing
3 aging water storage tank and related equipment for the water distribution system for the purpose
4 of supplying potable water to CSA 44C. Other associated work includes installation of a new
5 hydropneumatic tank and related equipment, installation of electronic communication hardware,
6 demolition of the existing storage tank, and removal of the existing hydropneumatic tank and
7 equipment. SLFRF will fund the design engineering, planning, environmental review, right-of-way,
8 permitting, project management, and construction engineering completed by County staff and
9 consultants, as well as construction completed by contractors.
10 The improvements listed in this Exhibit L shall be completed to the satisfaction of the CAO,
11 and the CAO shall make the final determination whether the Department has satisfied its
12 obligations under this Agreement.
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28 L-1
Exhibit L
Riverview Subdivision (CSA 44C) — Water Distribution System
Improvements
1
2 Program Information
3 Department: Public Works and Planning
Program: Water Infrastructure
4 Riverview Subdivision (CSA 44C) —Water
5 Project Name: Distribution System Improvements
6 Project No.(s): ARPA16
7 Estimated Construction
Completion Date October 2025
8 Public Works and Planning - Design
Project Manager: Division
9
10 Budget Details
Estimated Design Cost: $ 50,000.00
11 Estimated Construction Cost: $ 750,000.00
12 Total Appropriations: $ 800,000.00
13 Accounting string:
Or 8870
14 Account: 8400
15 Fund: 0400
Subclass: 10070
16 Program: 91850
MOU must be ready by 12/31/2024 for
17 Fundin Restrictions: ARPA
18
19 Note: Costs per phase are estimates.
20
21
22
23
24
25
26
27
28 L-2