Loading...
HomeMy WebLinkAbout32027AGT. # 09-472-2 1 AMENDMENT II TO AGREEMENT 2 THIS AMENDMENT II TO AGREEMENT is made this Jt.t.f:i:-day of 'fl!t?uch .. , 3 2015, by the COUNTY OF FRESNO, a Political Subdivision of the State of (;alifornia / 4 ("County"), and Table Mountain Rancheria Band of Indians, a federally-recognized 5 sovereign Indian tribe ( .. Table Mountain Rancheria" or the ''Tribe"). 6 WHEREAS, the parties entered into an Agreement on September 15, 2009, 7 identified by the County as Agreement No. 09-472 ("Agreement"), for provision of funds 8 by Table Mountain Rancheria to effect certain improvements and repairs to 9 infrastructure serving County Service Area (CSA) 34; and 10 WHEREAS, the parties entered into an Amendment I to Agreement on October 11 22, 2013 ("Amendment 1"), to amend the Agreement, and now desire to amend the 12 Agreement again with this Amendment II; and 13 WHEREAS, Phase II of the work contemplated in the Agreement and in 14 Amendment I, referred to in those documents as "Repairs and Improvements," includes 15 the construction and installation of a new raw water pipeline parallel to the existing line 16 from Winchell Cove (the "Pipeline Capacity Improvements," as that work is referred to in 17 the Agreement) and related engineering, environmental, County project management 18 and County construction management costs (collectively, and together with the Pipeline . 19 Capacity Improvements, "Winchell Cove Pipeline Improvement Project"); and 20 WHEREAS, the Pipeline Capacity Improvements will be partially constructed 21 within Tribal Land; and 22 WHEREAS, the Parties are entering into this Amendment II to provide an 23 augmented procedure for planning and constructing the Pipeline Capacity 24 Improvements so that needed infrastructure can be built and utilized as soon as 25 possible; and 26 WHEREAS, the Raw Water Infrastructure consists of the Millerton Lake pumping 27 station (the "Pumping Station") and the pipeline running between the Pumping Station 28 and the CSA 34 Surface Water Treatment Plant (the "SWTP") and all connections 1 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 between the Pumping Station and the SWTP (the "Raw Water Infrastructure")(for clarity the "Raw Water Infrastructure"does not include the SWTP or any connections between the SWTP and the homeowners in CSA 34);and WHEREAS,the Tribe desires to plan and construct the Pipeline Capacity Improvements;and WHEREAS, upon COUNTY'S acceptance of the completed Pipeline Capacity Improvements, the Tribe will dedicate those improvements to the COUNTY,with the understanding that the Tribe may recoup its planning and construction costs forthe Pipeline Capacity Improvements as set forth inthis Amendment II;and WHEREAS,the Tribe has retained Quad Knopf Inc.as a consulting engineer on the Pipeline Capacity Improvements ("Tribe'sConsulting Engineer") and has provided proof ofthat engineer's professional liability insurance that satisfies the County's requirements;and WHEREAS,the Tribe's Consulting Engineer has retained,as sub-contractors, specialists in such engineering disciplines as the Tribe's Consulting Engineer requires to complete the engineering work necessary for the Pipeline Capacity Improvements. All such sub-contractors have been previously approved in writing by the Director ofthe Departmentof Public Works and Planning (Department)as contemplated in section II.D. ofthe Agreement beforethey were retained bythe Tribe's Consulting Engineer;and WHEREAS, the Tribe's Consulting Engineer has completed a surge analysis by a third partysub-contractingengineer specializing in surge analysis, and includes both the existing and the proposed water lines;and WHEREAS,the Tribe's Consulting Engineer has provided 30%, 60% and 90% plans,specifications,and estimates ("PS&E")for review,as required by the COUNTY; THE PARTIES THEREFORE AGREE AS FOLLOWS: 1.The following text is added to Article I ofthe Agreement,"DEFINITIONS," at page 2, after line 21,and afterthe text subsequently added by section 1 of Amendment I (sections I.D.and I.E.): 2 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 "F. The "Winchell Cove Pipeline Improvement Project"means County Service Area No.34 Millerton NewTown Raw Water Infrastructure pipeline construction work includingthe installation of a new raw water pipeline parallel to the existing line from Winchell Cove, and related engineering,environmental,and processing costs. The projected costs for the Winchell Cove Pipeline Improvement Project are identified under "PHASE II"in Exhibit A-ll."Pipeline Capacity Improvements"refers to the new raw water pipeline parallel to the existing line from Winchell Cove as listed on Exhibit A- II and includes the total projected cost of $3,401,630,the first three items of Phase 2 on Exhibit A-ll)." 2.The first sentence of section II.A.1.,as amended by section 2 of Amendment I,is deleted and replaced with the following: "1.The Tribe and County agree that the estimated cost for the Repairs and Improvements as contemplated in Exhibit A-ll totals $5,466,480." 3.The following text is added to Article II of the Agreement,in section II.A.1., at page 3,after line 17: "c.The Tribe shall plan,construct,and complete the Pipeline Capacity Improvements entirely at its own cost,in accordance with: (i)the plans and specifications for the Pipeline Capacity Improvements as approved by the County's Director of Public Works and Planning,including any special provisions or amendments approved by the Director;(ii)the mitigated negative declaration,including Mitigation Measures,adopted by the Fresno County Board of Supervisors on December 10,2013, (Initial Study Application No.6241,State Clearing House No.2011071042);(iii)the "License for Use of Bureau of Reclamation Land,"granted by the United States Department of the Interior,Bureau of Reclamation on November 10,2009 through Contract Number 09-LC-20-10,007 (County Agreement 09-596)and Contract Number 13-LC-20-365 (County Agreement );and (iv)this Agreement as amended (the "Pipeline Construction Documents").The cost of the Pipeline Capacity Improvements actually paid by the Tribe and under the terms of this Agreement will be 3 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 credited against the $5,466,480 contemplated in Exhibit A-ll. d.The Tribe shall not commence construction of the Pipeline Capacity Improvements until the United States Department of Interior,Bureau of Reclamation, has granted a license allowing the work and the Pipeline Construction Documents have been reviewed and approved by the County.The Tribe and the County agree to work in good faith in performing the terms of this Amendment such that the Pipeline Capacity Improvements will be completed in an expedient manner. e.The Tribe shall dedicate the Pipeline Capacity Improvements to the County,subject to the terms and conditions of this Amendment upon completion of the Pipeline Capacity Improvements in accordance with the Pipeline Construction Documents,and upon approval of completion by the County. f.The Tribe shall allow the County,at the County's convenience,to inspect Pipeline Capacity Improvements,including Pipeline Capacity Improvements performed on the Tribe's property,and shall make available upon request by the County or its agent all planning,environmental,and other documents related to the Pipeline Capacity Improvements prior to and during the course of construction of the Pipeline Capacity Improvements. g.The Tribe shall retain the technical experts,consultants,and contractors necessary to complete the Pipeline Capacity Improvements in accordance with the Pipeline Construction Documents,relevant environmental documents,any applicable State or Federal agency permits or licenses,and as otherwise required by this Agreement as amended.All technical experts,consultants,and contractors involved in the work outlined in this Agreement as amended shall be duly licensed in the State of California to the extent such a license for the type work involved is required by the State of California,and approved by the County's Director of Public Works and Planning or his or her designee,which approval shall not be unreasonably withheld. h.Without limiting the County's right to obtain indemnification from the Tribe or any third parties,the Tribe shall require its construction contractor (Tribe's 4 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 Contractor),at its sole expense,to maintain in full force and effect the following insurance policies throughout the term of this Agreement: i Commercial General Liability Commercial General Liability Insurance with limits of not less than One Million Dollars ($1,000,000.00)per occurrence and an annual aggregate of Two Million Dollars ($2,000,000.00).This policy shall be issued on a per occurrence basis. ii Automobile Liability Comprehensive Automobile Liability Insurance with limits of not less than One Million Dollars ($1,000,000)per accident for bodily injury and property damage.Coverage should include owned and non-owned vehicles used in connection with this Agreement and all applicable endorsements. iii Professional Liability If the Tribe's Contractor is a licensed professional or employs professional staff, (e.g., Architect, Engineer, Surveyor, etc.) in providingservices, Professional Liability Insurance with limitsof not less than One Million Dollars ($1,000,000.00) per occurrence,Two Million Dollars($2,000,000.00) annual aggregate with a provision for 3 year tail coverage. iv Workers'Compensation A policy of Worker's Compensation insurance as may be required by the California Labor Code. v Insurance Certificates 1)Prior to the commencement of performing its obligations under this Agreement, the Tribe's Contractor shall provide certificates of insurance and formal endorsements for the foregoing policies,as required herein,to the County of Fresno,stating that such insurance coverages have been obtained and are in full force; that the County of Fresno,its officers,agents and employees will not be responsible forany premiumson the policies;that such Commercial General Liability insurance names the County of Fresno,its officers,agents and employees,individually 5 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 and collectively,as additional insured,but only insofar as the operations under this Agreement are concerned;that such coverage for additional insured shall apply as primary insurance and any other insurance,or self-insurance,maintained by the County,its officers,agents and employees,shall be excess only and not contributing with insurance provided under the Tribe's Contractor's policies herein;and that this insurance shall not be cancelled or changed without a minimum of thirty (30)days advance,written notice given to the County.The Tribe shall require that any insurance proceeds available to the Tribe's Contractor under its Commercial General Liability insurance in excess of the minimum coverage and limits specified for that policy in this Agreement shall be available to the additional insured under the endorsement required by this agreement.If the Tribe permits the Tribe's Contractor to sub-contract any of the Pipeline Capacity Improvements,Tribe's Contractor shall require all sub-contractors to obtain endorsements to their Commercial General Liability insurance naming County, the United States Bureau of Reclamation,and the State of California Department of Parks and Recreation as additional insureds with coverage at least as broad as that provided by Insurance Services Office (ISO) form number CG 20 38 04 13. 2) In the event the Tribe's Contractor fails to keep in effect at all times insurance coverage as herein required,the County may,in addition to other remedies it may have,suspend all work under this Agreement by order of the County Director of Public Works and Planning,and,after providing the Tribe fifteen (15) days'notice to cure any lapse in coverage under this section,terminate this Agreement. 3)All policies shall be with admitted insurers licensed to do business in the State of California.Insurance purchased shall be purchased from companies possessing a current A.M.Best,Inc.rating of A and FSC VIII or better.The Certificate of Insurance shall be issued in duplicate to the County Of Fresno,the United States Bureau of Reclamation,and the State of California Department of Parks and Recreation." /// 6 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 i.The Tribe shall obtain an assignable warranty from the Tribe's Contractor.The Warranty shall be as follows: "Should any of the materials or equipment prove defective or should the work as a whole prove defective,due to faulty workmanship, material furnished or methods of installation,or should the work or any part thereof fail to operate properly as originally intended and in accordance with the plans and specifications,due to any of the above causes,all within twenty-four (24)months after the date Pipeline Capacity Improvements are accepted by the County of Fresno,the undersigned contractor (Contractor)agrees to reimburse the County of Fresno,upon demand,for its expenses incurred in restoring said work to the condition contemplated in said project,including the cost of any such equipment or materials replaced and the cost of removing and replacing any other work necessary to make such replacement or repairs,or, upon demand by the County of Fresno,to replace any such material and to repair said work completely without cost to the County of Fresno so that said work will function successfully as originally contemplated. The County of Fresno shall have the unqualified option to make any needed replacement or repairs itself or to have such replacements or repairs done by the Contractor.In the event the County of Fresno elects to have said work performed by the Contractor,the Contractor agrees that the repairs shall be made and such materials as are necessary shall be furnished and installed within a reasonable time after the receipt of demand from the County of Fresno." j. Upon acceptance of the Pipeline Capacity Improvements by and assignment ofthe Warranty to the County, the County does hereby agree to release and forever discharge the Tribe from any and all liability which it now has,have had or may have,whether known or unknown, and from allclaims, suits,demands,liens, actions,and causes of action,and from all damages,injuries,losses,contributions, indemnities,compensations,costs,attorneys'fees,and expenses of any kind or nature whatsoever,whether known or unknown,fixed or contingent,whether in law or equity, whether asserted or unasserted,and whether sounding in tort or contract,relating to or connected with the Pipeline Capacity Improvements. k.Notwithstanding anything to the contrary in this Agreement,the Tribe hereby acknowledges and understands that should it decide to begin construction ofthe Pipeline Capacity Improvements before Millerton New Town Infrastructure Plan and the Infrastructure Plan Implementation Procedures are amended as contemplated 7 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 in Section III.D.,below,the Tribe does so at itsown risk of not being reimbursed in any way for the costs and expenses associated with the Pipeline Capacity Improvements." 4. The first sentence of Section III.C.ofthe Agreement,on page 6,including lines 10 through 12,as amended by section 5 of Amendment I,is deleted in its entirety and replaced with the following: "Phase I of the Repairs and Improvements to be performed under the terms of this Agreement are to those facilities designated as the Intake and Transmission Facilities in the Millerton New Town Infrastructure Plan." 5.Section III.C.1.on page 6 of the Agreement,including lines 18 through 22, is deleted in its entirety and replaced with the following: "1.The cost of Phase I of the Repairs and Improvements as listed on Exhibit A-ll and as paid for under the terms of this Agreement shall be included in the calculation of the Intake and Transmission Facility Fee.The costs of maintenance work (i.e.,replacement of 2 existing pumps and check valves)shall not be included in the calculation of the Transmission Facility Fee." 6.Section III.D.on page 7,Lines 1 through 4, is redesignated as section III.E. 7. A new section III.D. is added the Agreement after section III.C.2., beginning on page 6,after line 27: "D.The obligations of the County under this Section III of the Agreement as amended are conditioned upon amendment of the Millerton New Town Infrastructure Plan and the Infrastructure Plan Implementation Procedures,as required, to create a new facility fee to be referred to as the "Winchell Cove Pipeline Improvement Project Fee". 1.The cost of the Pipeline Capacity Improvements actually paid by the Tribe and under the terms of this Agreement shall be included in the calculation of the Winchell Cove Pipeline Improvement Project Fee.In addition,any funds expended from the Contingency set forth in Exhibit A-ll to pay for engineering 8 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 and/or construction costs for the Pipeline Construction Work shall also be included in the calculation of the Winchell Cove Pipeline Improvement Project Fee.The remaining costs identified in Phase II in Exhibit A-ll shall not be included in the calculation of the Winchell Cove Pipeline Improvement Project Fee. 2.The Infrastructure Plan Implementation Procedures provide a procedure for developers to be reimbursed for the costs of construction offacilities that exceed their fee obligation for the facilities.Pursuant to this procedure,the County shall determine the proportionate share of the Winchell Cove Pipeline Improvement Project Fee that each future project should be allocated and shall collect such amounts from each future project.Any monies remaining in the Winchell Cove Pipeline Improvement Project Fee trust account,up to the amount calculated in paragraph D.1., after all facilities are complete,shall be paid to the Tribe." 8.The text of section XII of the Agreement,on page 10,including lines 21 through 25, is deleted in its entirety and replaced with the following: "A.The Tribe agrees to submit to the jurisdiction of the Superior Court of the State of California in and for the County of Fresno and agrees not to assert sovereign immunity as an affirmative defense against the County only if such an action is brought under the following conditions:(1)the action is brought against the Tribe by the County; (2) the action is brought to enforce the terms of this Agreement or to seek a declaration of the Tribe's or the County's rights under the terms of this Agreement;and (3) the action is commenced priorto last of the following events to occur: (a) the County's acceptance ofthe Pipeline Capacity Improvements set forth in Exhibit A-ll,(b) the assignment of the Warranty to the County, and (c) the Tribe's performance of its obligations under Section II.A.1.of this Agreement as amended. B. Nothing contained inthis Agreement as amended is intended by the Parties to benefit,or confer third-party beneficiary status upon,any other entity or individual nor does it create any third-party rights,remedies,or benefits pursuant hereto including, but not limited to, this limited sovereign immunity waiver." 9 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 9. Exhibit A to the Agreement as amended by Amendment I is replaced in its entirety with Exhibit A-ll,attached hereto. 10.COUNTY and Table Mountain Rancheria agree that this Amendment II is sufficient to amend the Agreement as amended by Amendment I and that upon execution of this Amendment II,the Agreement,Amendment I,and this Amendment II together shall be considered the Agreement. 11.The Agreement as amended by Amendment I,and as amended by this Amendment II,is ratified and continued.All provisions,terms,covenants,conditions and promises contained inthe Agreement and not amended by Amendment I or bythis Amendment III remain in full force and effect. /// /// /// /// /// /// /// /// /// /// /// /// /// /// /// /// /// /// 10 ·. ' 1 The parties are signing this Agreement on the date in the introductory clause. 18 19 G:\4360Resources\SPECIAL DISTRICTSICSAICSA 34\TMR 20 Agreement\Amendment 11\Amendment 11\CSA 34 Amendment 11-Final.docx 21 22 23 24 25 26 21 28 11 COUNTY OF FRESNO: BY:~a. DEBORAH A. POOCHIGIAN, CHAIRMAN BOARD OF SUPERVISORS DATE:~~UA~~~~~----~ REVIEWED AND RECOMMENDED FOR APPROVAL: BY: ~(i./~ ALAN WEAVER, DIRECTOR, DEPARTMENT OF PUBLIC WORKS AND PLANNING APPROVED AS TO LEGAL FORM: DANIEL C. CEDERBORG, COUNTY COUNSEL APPROVED AS TO ACCOUNTING FORM: EXHIBIT A-ll PHASE I Fresno County Labor (Special Districts,Cap.Projects,Design) Fresno County Counsel Fresno County Development Services Division Permits Dawson-Mauldin Construction Contract California Department of Fish and Game Provost and Pritchard Engineering Quad Knopf Engineering Pump Repair Service Company Temporary Emergency Pumps PG&E Pump Master Control Center Improvements (includes eng.,const.,and services provided by the County) Rule 16 Preparation Other (Miscellaneous) PHASE I TOTAL PHASE II New raw water main parallel to existing line (including engineering and construction costs) New raw water main parallel to existing line (Engineering,Special Inspections and Project Management Costs) Environmental Clearances (NEPA and CEQA,Consultant,Permits, and Other Mitigating Requirements) Fresno County Labor Special Districts Fresno County Labor Design Fresno County Counsel Fresno County Development Services Division Fresno County Construction Management Services PHASE II SUBTOTAL CONTINGENCY (10%) PHASE II TOTAL $161,515 $305 $4,239 $657,913 $4,483 $69,471 $43,160 $134,000 $72,602 $2,500 $314,693 $10,000 $5,119 $1,480,000 $2,518,500 $485,130 $398,000 $30,000 $135,000 $3,000 $120,000 $45,000 $3,734,630 $251,850 $3,986,480 TOTAL COST $5,466,480