HomeMy WebLinkAbout2025.05.15 District Board Agenda Packet 50VTH TAHOF
Se tet,
AEI M'er 1950 ' 44a
6��c t1TILITY
SOUTH TAHOE PUBLIC UTILITY DISTRICT
AMENDED REGULAR BOARD MEETING AGENDA
Thursday, May 15, 2025 - 2:00 p.m.
District Board Room
1275 Meadow Crest Drive, South Lake Tahoe, California
TELECONFERENCE LOCATION:
350 Calle Principal, Marriott Business Center, Monterey, California 93940
Joel Henderson, Director BOARD MEMBERS Kelly Sheehan, Director
Nick Haven, Vice President Shane Romsos, President Nick Exline, Director
Paul Hughes, General Manager Andrea Salazar, Chief Financial Officer
1. CALL TO ORDER REGULAR MEETING - PLEDGE OF ALLEGIANCE(At this time, please silence phones and
other electronic devices so as not to disrupt the business of the meeting.)
2. COMMENTS FROM THE PUBLIC (This is an opportunity for members of the public to address the Board on
any short non-agenda items that are within the subject matter jurisdiction of the District. No discussion or action can
be taken on matters not listed on the agenda, per the Brown Act. Each member of the public who wishes to
comment shall be allotted five minutes.)
3. CORRECTIONS TO THE AGENDA OR CONSENT CALENDAR (For purposes of the Brown Act, all Action and
Consent items listed give a brief description of each item of business to be transacted or discussed.
Recommendations of the staff, as shown, do not prevent the Board from taking other action.)
4. ADOPTION OF CONSENT CALENDAR (Any item can be removed to be discussed and considered separately
upon request. Comments and questions from members of the public, staff or Board can be taken when the
comment does not necessitate separate action.)
5. CONSENT ITEMS BROUGHT FORWARD FOR SEPARATE DISCUSSION/ACTION
6. ITEMS FOR BOARD ACTION
a. Fiscal Year 2025/26 Water and Sewer Service Charge Rates
(Andrea Salazar, Chief Financia Officer)
Approve Resolution No. 3308-25 confirming the water and sewer service charge rate
increases of 9.5% and 9.5% for Fiscal Year 2025/26.
b. Fiscal Year 2025/26 Water Enterprise Fund Budget
(Andrea Salazar, Chief Financial Officer)
Adopt Resolution 3309-25 for the Fiscal Year 2025/26 Water Enterprise Fund Budget and
authorize staff to incorporate any adjustments or changes necessary as a result of
Board action.
REGULAR BOARD MEETING AGENDA-May 15, 2025 PAGE-2
C. Fiscal Year 2025/26 Sewer Enterprise Fund Budget
(Andrea Salazar, Chief Financial Officer)
Adopt Resolution 3310-25 for the Fiscal Year 2025/26 Sewer Enterprise Fund Budget and
authorize staff to incorporate any adjustments or changes necessary as a result of
Board action.
d. 2025 Test Well Project
(Mark Seelos, Water Resources Manager)
Reauthorize staff to advertise for construction bids for the test well drilling and
installation component of the 2025 Test Well Project
e. Al Tahoe/Bayview Well Backup Power
(Mark Seelos, Water Resources Manager)
1) Approve exemption from formal competitive solicitation based on the District's
Purchasing Policy exemption when using competitively awarded cooperative
agreements that leverage the State's buying power; and 2) Authorize the General
Manager to execute a purchase order with Empire Cat under Sourcewell Contract
Number 092222-CAT in the amount of $379,344 for the purchase of a Cat XQ570 Mobile
Generator Set to be provided for the Al Tahoe/Bayview Well Backup Power Project.
f. Bijou 1 Waterline Replacement Project
(Laura Hendrickson,Associate Engineer)
1) Waive minor irregularities identified in the bid from the lowest responsive, responsible
bidder; 2) Award the Contract for the Bijou 1 Waterline Replacement Project to the
lowest responsive, responsible bidder; and 3) Authorize the General Manager to enter
into a Reimbursement Agreement with the City of South Lake Tahoe to provide road
repairs related to the Bijou 1 Waterline Replacement Project in an amount not to
exceed $662,500.
g. City of South Lake Tahoe Reimbursement Agreement
(Chris Stanley, Manager of Field Operations)
Approve Reimbursement Agreement with the City of South Lake Tahoe for work
performed on District facilities related to the City's 2025 Road Rehabilitation Project in
an amount not to exceed $137,250.
7. STANDING AND AD-HOC COMMITTEES AND LIAISON REPORTS (Discussions may take place; however,
no action will be taken.)
8. BOARD MEMBER REPORTS (Discussions may take place; however, no action will be taken.)
9. STAFF/ATTORNEY REPORTS (Discussions may take place; however, no action will be taken.)
10. GENERAL MANAGER REPORT (Discussion may take place; however, no action will be taken.)
11 . NOTICE OF PAST AND FUTURE MEETINGS/EVENTS
Past Meetings/Events
05/01/2025—2:00 p.m. Regular Board Meeting at the District
05/06/2025—3:30 p.m. Operations Committee Meeting at the District
05/09/2025— 10:00 a.m. El Dorado Water Agency Meeting in Placerville
Future Meetings/Events
05/21/2025—8:00 a.m. Employee Communications Committee Meeting (Henderson Representing)
05/26/2025—Memorial Day Holiday District Offices Closed
06/05/2025 - 2:00 p.m. Regular Board Meeting at the District
REGULAR BOARD MEETING AGENDA-May 15, 2025 PAGE-3
12. ITEMS FOR CLOSED SESSION (The Board will adjourn to Closed Session to discuss items identified below. Closed
Session is not open to the public; however, an opportunity will be provided at this time if members of the public
would like to comment on any item listed-three minute limit.)
a. Pursuant to Section 54956.9(d)(1) of the California Government code, Closed Session may
be held for conference with legal counsel regarding existing litigation: Yolo County
Superior Court Case CV 2021-1686, Alpine County vs. South Tahoe Public Utility District; et al.
ADJOURNMENT (The next Regular Board Meeting is Thursday, June 5,2025, at 2:00 p.m.)
The South Tahoe Public Utility District Board of Directors regularly meets the first and third Thursday of each month.A complete Agenda
packet is available for review at the meeting and at the District office during the hours of 8:00 a.m.and 5:00 p.m.,Monday through Friday.
A recording of the meeting is retained for 30 days after Minutes of the meeting have been approved.Items on the Agenda are numbered
for identification purposes only and will not necessarily be considered in the order in which they appear.Designated times are for particular
items only.Public Hearings will not be called to order prior to the time specified,but may occur slightly later than the specified time.
Public participation is encouraged.Public comments on items appearing on the Agenda will be taken at the same time the Agenda items
are heard;comments should be brief and directed to the specifics of the item being considered.Please provide the Clerk of the Board with
a copy of all written materials presented at the meeting.Comments on items not on the Agenda can be heard during"Comments from
the Audience;"however,action cannot be taken on items not on the Agenda.
Backup materials relating to an open session item on this Agenda,which are not included with the Board packet,will be made available
for public inspection at the same time they are distributed or made available to the Board,and can be viewed at the District office,at the
Board meeting and upon request to the Clerk of the Board.
The meeting location is accessible to people with disabilities.Every reasonable effort will be made to accommodate participation of the
disabled in all of the District's public meetings.If particular accommodations are needed,please contact the Clerk of the Board at(530)
544-6474,extension 6203.All inquiries must be made at least 48 hours in advance of the meeting.
REGULAR BOARD MEETING AGENDA-May 15, 2025 PAGE -4
50uT H rA HOF
AGe _ e
`,C r 1 9 5 o
UTILITY D
SOUTH TAHOE PUBLIC UTILITY DISTRICT
CONSENT CALENDAR
Thursday, May 15, 2025
ITEMS FOR CONSENT
a. 2025 GARDNER MOUNTAIN TANKS RECOATING PROJECT-AAMP COATING INSPECTIONS
(Taylor Jaime,Staff Engineer)
1) Approve the proposed Scope of Work from Construction Materials Engineers, Inc. to provide
specialty AMPP-certified Coating Inspection services for the 2025 Gardner Mountain Tanks
Recoating Project and warranty inspection of previously coated water storage tanks Flagpole
2 and Iroquois 2; and 2) Authorize the General Manager to execute Task Order No. 25 in the
amount of $61,705.
b. STANDARDIZATION OF ELECTRICAL INSTRUMENTATION
(Mark Seelos, Water Resources Manager and Jared Aschenbach, Electrical and Instrumentation Supervisor)
1) Designate Schweitzer Engineering Laboratories as the District's sole brand for power quality
meters; 2) Designate Keller Pressure as the District's sole brand for submersible level transmitters
used in water supply wells; and 3) Designate the Watlow F4T as the District's sole brand and
model of process controller used for pressure control in water supply wells.
c. RECEIVE AND FILE PAYMENT OF CLAIMS (Greg Dupree, Accounting Manager)
Receive and file Payment of Claims in the amount of $1,715,561 .35.
d. REGULAR BOARD MEETING MINUTES: May 1, 2025
(Melonie Guttry, Executive Services Manager/Clerk of the Board)
Approve May 1, 2025, Minutes
General Manager
Paul Hughes
Directors
NICK Haven
South an
eRomsos
Joel Henderson
Kelly Sheehan
public Utility D15trict NICKExline
1275 Meadow Crest Drive•5outh Lake Tahoe•CA 9(0-150-74C1
Phone 530 544-6474•Fax 530 541-0614•www.stpud.uF,
BOARD AGENDA ITEM 4a
TO: Board of Directors
FROM: Taylor Jaime, Staff Engineer
MEETING DATE: May 15, 2025
ITEM- PROJECT NAME: 2025 Gardner Mountain Tanks Recoating Project-AMPP
Coating Inspections
REQUESTED BOARD ACTION: 1) Approve the proposed Scope of Work from Construction
Materials Engineers, Inc. to provide specialty AMPP-certified Coating Inspection services
for the 2025 Gardner Mountain Tanks Recoating Project and warranty inspection of
previously coated water storage tanks Flagpole 2 and Iroquois 2; and 2) Authorize the
General Manager to execute Task Order No. 25 in the amount of $61,705.
DISCUSSION: On March 6, 2025, the Board authorized staff to advertise for bids for the
2025 Gardner Mountain Tanks Recoating Project. District staff expect to make a
recommendation to the Board for Award of this project at the June 5, 2025 Board
meeting. The District requires special coating inspection services for this project by an
AMPP-certified Coating Inspector to ensure the following:
• Surface preparation meets contract specifications and industry standards;
• High-performance coatings are applied as per the manufacturer's
recommendations and to meet contract specifications and industry standards;
• Previously applied coatings on past water storage tanks pass warranty inspection
Under Task Order No. 25, Construction Materials Engineers, Inc. (CME) will provide an
AMPP-certified Coating Inspector, for the 2025 Gardner Mountain Tanks Recoating
Project, to observe the mixing, surface preparation, application of the coating systems,
and final required testing for each of the tanks under contract. CME will provide daily
inspection reports documenting the work performed by the Coating Contractor. The
two tanks included in the project are: Gardner Mountain 1 and Gardner Mountain 2.
Additionally, under Task Order No. 25, CME will provide warranty inspections of two
previously coated water storage tanks, Flagpole 2 and Iroquois 2, to ensure that the
Taylor Jaime
Page 2
May 16,2024
previously applied coating system is free of defects covered under the warranty period
of the associated project contract.
The work will be performed by CME under Task Order No. 25 under the current Master
Services Agreement for Consulting Services.
SCHEDULE: May 2025 - October 2025
COSTS: $61,705
ACCOUNT NO: 20.30.8679 (Gardner Mountain 1); 20.30.8484 (Gardner Mountain 2);
20.26.6054 (Water and Sewer Field Operations O&M)
BUDGETED AMOUNT AVAILABLE: $439,966 (GM 1&2 - FY 25/26); Additional $15,000 (Water
and Sewer Field Operations O&M)
ATTACHMENTS: CME 2025 AMPP Coating Inspection Proposal
CONCURRENCE WITH REQUESTED ACTION: CATEGORY: Water
GENERAL MANAGER: YES NO
Aq
CHIEF FINANCIAL OFFICER: YES 7 NO
CONSTRUCTION
MATERIALS
ENGINEERS, INC.
300 Sierra Manor Drive, Suite 1
Reno, NV 89511
April 16, 2025
Revised May 6, 2025
Mr. Taylor Jaime, EIT
SOUTH TAHOE PUBLIC UTILITY DISTRICT
1275 Meadow Crest Drive
South Lake Tahoe, CA 96150
RE: AMPP (NACE) Coatings Inspection and General Inspection Services Proposal
2025 Gardner Mountain Tanks Recoating &Additional Warranty Inspections on Existing Tanks
South Lake Tahoe, California
Dear Mr. Jaime:
Construction Materials Engineers, Inc. (CME) is pleased to submit the following proposal to provide
professional services for AMPP (NACE) Coatings Inspection and General Inspection services for the 2025
Gardner Mountain Tanks Recoating Project, as well as additional warranty inspections for two previously
coated tanks.
1.0 PROJECT DESCRIPTION
We understand that the project will include improvements of the two Gardner Mountain Tanks, both at 38 feet in
diameter and 0.212 MG in capacity. The improvements on tank #1 will include complete removal of existing
coating and recoating of the interior with an NSF 61/UL Water-approved lining system, as well as coating spot
repairs on the tank exterior. Additionally, tank#2 will require coating spot repairs on the reservoir interior with
an NSF 61/UL Water-approved lining system, with a complete removal of existing coating and recoating of the
tank exterior roof and knuckle and spot repairs on the exterior shell.As requested by STPUD personnel,warranty
inspections for two additional, previously coated tanks will be required this year in May or June and have been
added to this proposal. The project schedule for the Gardner Mountain Tanks project is not determined at this
time; however, we anticipate 10 total weeks to complete the project.
2.0 SCOPE OF WORK
An itemized list of the specific activities included within this Task is attached as part of our itemized
estimated cost. At a minimum,the following inspection services will be provided as detailed in the following
four subtasks:
2.1 PROJECT MANAGEMENT
Provide construction project management on an as needed basis for 3 hours per week for 10 weeks.
• Provide construction observation services oversight during construction
• Review and submit inspector field reports
• Review and provide recommendations of coating observations
2.2 MEETINGS
• Attend Pre-Construction Meeting
• Attend Bi-Weekly Progress Meetings
office 775-851-8205 fax 775-851-8593 www.cmenv.com
Mr. Taylor Jaime, EIT
SOUTH TAHOE PUBLIC UTILITY DISTRICT
2025 Gardner Mountain Tanks Recoating Project&Additional Warranty Inspections on Existing Tanks
April 16, 2025
Revised May 6, 2025
Page 2 of 3
2.3 AMPP (NACE) INSPECTION AND GENERAL INSPECTION SERVICES
Provide the following inspection services:
• Monitor the overall work performed by the Contractor and verify that the work is in accordance
with the plans and specifications
• Observation of Contractors compliance with the Contract Documents
• Provide AMPP (NACE) inspections during completion of cleaning and surface preparation
activities, completion of each coating application (including mil thickness testing), observation
of Holiday testing of final surface coating and completion of any recoats after Holiday or mil-
thickness testing
• Provide inspections per part 3 (Execution)of sections 09 97 13.13 (Interior Coating for Welded
Steel Reservoir) and 09 97 13.23 (Exterior Coating for Welded Steel Reservoir) in the project
specifications for hold points for environmental and site conditions, pre-surface preparation and
cleanliness, monitoring of surface preparation, final inspection of surface preparation, coating
applications, post application, post cure evaluation and final inspection
• Provide quality assurance inspection per part 3 (Execution)of sections 09 97 13.13 and 09 97
13.23 of the project specifications. Inspection will include finding degrees of cleanliness,
recording substrate profile, recording of environmental conditions, verify correct mixing of
coating materials, perform adhesion testing (if required), record thickness of applied coatings,
observe holiday testing, marking of holidays and performing a final inspection.
• Monitor contractors quality control checks for holidays and dry film thicknesses
• Provide general inspection while on-site to aid the District in information collection and
reporting. General inspection will include recording contractor staff present on-site, providing
periodic daily weather updates, reporting and documentation of contractor activities, the
completion of daily field logs with the use of the District's Procore Project Management
software, and additional services requested by the District as needed.
• Daily Field Reports including photo documentation
• Review approved submittals and verify compliance in the field
• Assist with development of final project punch list
• Perform 11 month warranty inspection and any repair inspections per part 1.07 of sections 09
97 13.13 and 09 97 13.23 of the project specifications
2.4 WARRANTY INSPECTIONS FOR ADDITIONAL EXISTING TANKS
Provide the following inspection services:
• Perform 11 month warranty inspection and repair inspections on two additional tanks
• Daily Field Reports including photo documentation
• Brief report summarizing site observations
3.0 ESTIMATED FEES
Based on our understanding of the project and our assumed construction schedule of 10 weeks, we will
provide our AMPP (NACE) Coatings Inspection and Inspection Services, as outlined above, on a time and
materials basis not to exceed the estimated total task fees of$61,705.00.
Mr. Taylor Jaime, EIT
SOUTH TAHOE PUBLIC UTILITY DISTRICT
2025 Gardner Mountain Tanks Recoating Project&Additional Warranty Inspections on Existing Tanks
April 16, 2025
Revised May 6, 2025
Page 3 of 3
Our services are dependent on our assumed construction schedule and the provided scope of work. Any
changes to the mentioned scope and provided project schedule may result in a change in cost. All services
outside the mentioned scope including retests will be provided on a time and materials basis in accordance
with our current standard fee schedule.
According to California Travel and Subsistence Provisions for Building/Construction Inspectors (ID #63-3-
9), travel in excess of 50 miles from our South Reno office will require compensation at straight-time rates
to our inspector. The project site is approximately 58 miles from our South Reno office.
3.1 SUMMARY OF FEES
Table 1 below contains a rolled up summary of the estimated fees for all tasks.
Table 1: Summary of Estimated Fees
Task Estimated Fees
Per Task
Task 1 — Project Management $5,600.00
Task 2— Meetings (if required) $2,925.00
Task 3—AMPP (NACE) Coating Inspection and General Inspection Services $49,390.00
Task 4—Warranty Inspections for Additional Existing Tanks $3,790.00
Total Estimated Fees: $61,705.00
We thank you for the opportunity to submit this proposal and look forward to its favorable consideration. If
you have any questions, please contact us.
Sincerely,
CONSTRUCTION MATERIALS ENGINEERS, INC.
Ik �04OYh'a4—
Jordan M. Miller, El Jon A. Del Santo, PE
Assistant Project Manager Principal
0miller(a)-cmenv.com ]delsanto(cDcmenv.com
Direct: 775-737-7563 Direct: 775-737-7564
Mobile: 530-917-6612 Mobile: 775-846-4399
JMM:JAD:jmm
V:\Projects\Minor Proposals\2025\STPUD-2025 Gardner Mtn Tanks Recoating\STPUD_2025 Gardner Mtn Tanks Recoating_CME Proposal.docx
CME, INC. 775-846-4399
STPUD 2025 GARDNER MOUNTAIN TANKS RECOATING PROJECT
NACE COATINGS&GENERAL INSPECTION SERVICES
NEAR GARDNER STREET,SOUTH LAKE TAHOE, CA
SOUTH TAHOE PUBLIC UTILITY DISTRICT DATE: 4/16/2025
REVISED 5/6/2025
ACTIVITY QTY/DAYS HRS/DAY RATE TOTAL COMMENTS
TASK 1 -PROJECT MANAGEMENT 10 WEEKS
PROFESS.ENGINEER/SENIOR PROJECT MANAGER 1 10 1 2 1 $ 215.00 $ 4,300.00 1 10 WEEKS CONSTRUCTION
PROJECT MANAGER ASSISTANT 10 1 $ 130.00 $ 1,300.00 10 WEEKS CONSTRUCTION
$ 5,600.00
TASK 2-MEETINGS INCLUDES PRE-CON
NACE/GENERAL INSPECTOR-REGULAR 5 3 $ 180.00 $ 2,700.00 BI-WEEKLY(IF REQUIRED)
VEHICLE 15 1 1 $ 15.00 1 $ 225.00
$ 2,925.00
TASK 3-NACE INSPECTION AND GENERAL INSPECTION
FIELD
NACE/GENERAL INSPECTOR-REGULAR 8 8 $ 180.00 $ 11,520.00 TANK#1 INT-FULL RECOAT
NACE/GENERAL INSPECTOR-OT 8 1 $ 220.00 $ 1,760.00 OVERTIME-IF NEEDED
NACE/GENERAL INSPECTOR-REGULAR 4 8 $ 180.00 $ 5,760.00 TANK#1 EXT-SPOT REPAIRS
NACE/GENERAL INSPECTOR-OT 4 1 $ 220.00 $ 880.00 OVERTIME-IF NEEDED
NACE/GENERAL INSPECTOR-REGULAR 4 8 $ 180.00 $ 5,760.00 TANK#2 INT-SPOT REPAIRS
NACE/GENERAL INSPECTOR-OT 4 1 $ 220.00 $ 880.00 OVERTIME-IF NEEDED
NACE/GENERAL INSPECTOR-REGULAR 6 8 $ 180.00 $ 8,640.00 TANK#2 EXT-ROOF RECOAT/SPOT REPAIRS
NACE/GENERAL INSPECTOR-OT 6 1 $ 220.00 $ 1,320.00 OVERTIME-IF NEEDED
GENERAL INSPECTOR-REGULAR 4 8 $ 180.00 $ 5,760.00 MISC.CALLOUT GENERAL INSPECTIONS
GENERAL INSPECTOR-OT 4 1 $ 220.00 $ 880.00 OVERTIME-IF NEEDED
NACE INSPECTOR-REGULAR 2 8 $ 155.00 $ 2,480.00 11 MONTH WARRANTY-INSPECT/REPAIRS
VEHICLE 250 $ 15.00 $ 3,750.00
$ 49,390.00
TASK 4-WARRANTY INSPECTIONS FOR ADDITIONAL EXISTING TANKS
FIELD
NACE INSPECTOR-REGULAR 2 6 $ 155.00 $ 1,860.00 11 MONTH WARRANTY-INITIAL INSPECTION
NACE INSPECTOR-REGULAR 2 4 $ 155.00 $ 1,240.00 11 MONTH WARRANTY-REPAIR INSPECTION
PROJECT MANAGER ASSISTANT 1 3 $ 130.00 $ 390.00 WARRANTY SUMMARY REPORT
VEHICLE 20 $ 15.00 $ 300.00
$ 3,790.00
1. BASED ON CME PAYING CA PREVAILING WAGE RATES FOR GROUP 4 AT$79.06/HR(NACE ONLY-WARRANTY)&GROUP 2 AT$92.24/HR
2. FULL-TIME INSPECTION ASSUMED WHEN NACE REQUIRED;PREVAILING WAGE RATE TRAVEL RULES WILL APPLY TO THE INSPECTOR
3. CONTRACTOR IS REQUIRED TO FURNISH&PERFORM HOLIDAY DETECTION TESTING EQUIPMENT&DRY-FILM THICKNESS GAUGE
4. CME HAS HOLIDAY DETECTION TESTING EQUIPMENT IF NEEDED TO SPOT CHECK CONTRACTORS EQUIPMENT&PROCESS
5. CME WILL PROVIDE A NACE CERTIFIED INSPECTOR&WILL UTILIZE A DRY-FILM THICKNESS GAUGE FOR SPOT CHECKS
6. CONFINED SPACE TRAINING&A SECOND PERSON WILL BE PROVIDED BY THE CONTRACTOR TO OUR ON-SITE INSPECTOR
7. GENERAL INSPECTION WILL BE PROVIDED WHILE THE NACE INSPECTOR IS ON-SITE
8. GENERAL INSPECTION INCLUDES RECORDING&REPORTING OF INFORMATION TYPICALLY CAPTURED BY THE DISTRICT'S INSPECTOR
9. SCAFFOLDING AND EQUIPMENT FOR ACCESS REQUIRED FOR TASK 4 WILL BE PROVIDED BY THE CONTRACTOR
ESTIMATED TOTAL FEE: $61,705.00
General Manager
Paul Hughes
Yg5p Directors
��e� h'8ter 5outh Tahoe Nici<Haven
Shane'Romsos
Joel Henderson
Public, Utility District
Kelly Sheehan
NicK Exline
1275 Meadow Crest Prive•South Lake Tahoe■CA 96150-7401
Phone 530 544-0474•Fax 530 541-0614•www.5tpud.u5
BOARD AGENDA ITEM 4b
TO: Board of Directors
FROM: Mark Seelos, Water Resources Manager
Jared Aschenbach, Electrical and Instrumentation Supervisor
MEETING DATE: May 15, 2025
ITEM- PROJECT NAME: Standardization of Electrical Instrumentation
REQUESTED BOARD ACTION: (1) Designate Schweitzer Engineering Laboratories as the
District's sole brand for power quality meters; (2) Designate Keller Pressure as the
District's sole brand for submersible level transmitters used in water supply wells; and (3)
Designate the Watlow F4T as the District's sole brand and model of process controller
used for pressure control in water supply wells.
DISCUSSION: Subdivision (c) of Public Contract Code Section 3400 permits the District to
specify brand-name products when necessary for operational consistency across
facilities. In alignment with this provision, the District's Purchasing Policy includes a
formal process for standardizing equipment and materials. Standardizing electrical
instrumentation supports efficient operations by promoting staff familiarity, streamlining
training, minimizing spare parts inventory, enhancing diagnostic accuracy, and
ensuring seamless integration with existing systems.
To support these goals, the District is seeking authorization to standardize the following
equipment:
• Schweitzer Engineering Laboratories as the District's sole brand for power quality
meters,
• Keller Pressure as the District's sole brand for submersible level transmitters used in
water supply wells, and
• Watlow F4T as the District's sole brand and model of process controller used for
pressure control in water supply wells.
Mark Seelos
May 15,2025
Page 2
SCHEDULE: Upon Board Approval
COSTS: N/A
ACCOUNT NO: N/A
BUDGETED AMOUNT AVAILABLE: N/A
IDENTIFIED CAPITAL IMPROVEMENT PROJECT (CIP): ❑ Yes ❑ No ® N/A
ATTACHMENTS: (1) Schweitzer Engineering Labs Sole Brand Justification Form, (2) Keller
Pressure Sole Brand Justification Form, (3) Watlow Sole Brand Justification Form
CONCURRENCE WITH REQUESTED ACTION: CATEGORY: Water
GENERAL MANAGER: YES Ir NO
CHIEF FINANCIAL OFFICER: YES NO
k� t L ft't' �_ I
SOUTH TAHOE PUBLIC UTILITY DISTRICT
Note: Please do not modify this original form which is located in the public drive. Either print it out or copy the form to
a personal work file to use. Answer questions and utilize as much space as required.
Sole Brand / Sole Source Justification Approval Form
EXPLANATION: Complete this form when specifications limit bidding to one brand name (whether or not the item can
be purchased from more than one source).
1. The District follows legal requirements to obtain competition whenever possible. Competitive purchases are
easy to justify in regards to price and also encourage suppliers to remain competitive in price and service.At
times however, it may be necessary or economically preferable to purchase products or services on a sole brand
or sole source basis. Since sole brand/sole source purchasing is an exception to the normal procurement
function, it must be objectively justified. Completion of this form should facilitate that process and provide a
written record of the basis used in sole procurement decisions.
2. Criteria that may be considered in determining sole brand includes (but is not limited to):
-unique features •service & support reliability -availability -operational familiarity
*part interchangeability •programming ease ■repair ease -size limitations
3. The purchase of products or services often requires research of the market and District needs regardless if the
purchase will result in a competitive solicitation later.The research is an internal process. Departments are
requested to use discretion in their discussion with vendors so as not to compromise any competitive advantage
the buyer may have, regardless of the acceptance or rejection of the sole brand/source justification. Staff is also
asked to anticipate future needs and research products/services prior to any substantial investment to avoid
being committed to certain products without recognizing and comparing all variables.
GENERAL DESCRIPTION OF COMMODITY or SERVICE
J C'� oel, EnI3r1H�Q{� V7 • 3 7
Supplier Name Not-
Street Address
City/State/ZIP
Contact, Phone
INSTRUCTIONS: Please initial all entries below that apply to the proposed purchase. Attach additional
information or support documentation if needed. More than one entry will apply to all sole source
justifications.
SOLE BRAND JUSTIFICATION
ITEM INITIAL JUSTIFICATION
1 This is the only known product or service that will meet the minimum essential needs of this
department or perform the necessary intended function.
(if this item is initialed, please explain below.)
*Explanation (unique performance features of required functions&why they are necessary):
-What methods were utilized to find r-so urces—be specific(i.e., Internet search engines, sourcing sites, other
users, the competition):
+List the other vendors.that were researched. Detail reason rejected.
1
ITEM INITIAL JUSTIFICATION
2 Product or service has been previously Standardized (documentation attached). It is not due for
review, and it is not interchangeable with a similar product/service from another manufacturer.
Comments:
ITEM INITIAL JUSTIFICATION
3 MS Staff wishes to ad the product or service to the standardization list. If this item is initialed, describe
1 in detail below.
Explanation: Eh cu,-ed opp-A0+ —.a �+ . I:��+> a h d 6Q•, �.s zy fa,r4 Lo �ke--
�1�
SOLE SOURCE JUSTIFICATION
ITEM INITIAL JUSTIFICATION
4 Purchase is to be made from the original manufacturer or provider.
5 Purchase must be made through the manufacturer-the manufacturer is the exclusive distributor
6 Purchase must be made through the only area distributor of the product or only authorized service
provider.
7 None of the above 6 items apply. A detailed justification for this sole source purchase is provided
below
Suggested REVIEW date: ?•Q 3
Based on the above, I recommend that competitive procurement be limited,and that the product or service
indicated be solicited on a sole brand basis.
Based on the above, I recommend that competitive procurement be waived, and that the product or service
indicated be purchased on a sole brand and sole source basis.
I have made a diligent effort to review comparable products or services. I feel confident that the sole brand/sole source
purchase is justified and feel confident in explaining the justification to the general public. I also understand that I may
be required to provide a detailed cost analysis/estimate since price reasonableness may not be established through the
competitive process.
EMPLOYEE NAME& DEPARTMENT AUGHO IZED SIGNATURE DATE
l�AilC fe-edo ,
MANAGER NAME AUTHORIZED SIGNATURE DATE
Based on the above statements and justification, I hereby agree with the purchase of this product or service on a sole
brand/source basis.
PURCHASING AGENT SIGNATURE DATE
!— 5 7 ��
Other approvals may be require p to and includingtoard of Director approval.
Gener&hY4r .5 naoEvAt
40
2
SOUTH TAHOE PUBLIC UTILITY DISTRICT
Note: Please do not modify this original form which is located in the public drive. Either print it out or copy the form to
a personal work file to use. Answer questions and utilize as much space as required.
Sole Brand Sole Source Justification Approval Form
EXPLANATION: Complete this form when specifications limit bidding to one brand name (whether or not the item can
be purchased from more than one source).
1. The District follows legal requirements to obtain competition whenever possible. Competitive purchases are
easy to justify in regards to price and also encourage suppliers to remain competitive in price and service.At
times however, it may be necessary or economically preferable to purchase products or services on a sole brand
or sole source basis. Since sole brand/sole source purchasing is an exception to the normal procurement
function, it must be objectively justified. Completion of this form should facilitate that process and provide a
written record of the basis used in sole procurement decisions.
2. Criteria that may be considered in determining sole brand includes(but is not limited to):
unique features -service & support reliability -availability -operational familiarity
part interchangeability programming ease -repair ease -size limitations
3. The purchase of products or services often requires research of the market and District needs regardless if the
purchase will result in a competitive solicitation later.The research is an internal process. Departments are
requested to use discretion in their discussion with vendors so as not to compromise any competitive advantage
the buyer may have, regardless of the acceptance or rejection of the sole brand/source justification.Staff is also
asked to anticipate future needs and research products/services prior to any substantial investment to avoid
being committed to certain products without recognizing and comparing all variables.
GENERAL DESCRIPTION OF COMMODITY or SERVICE
Supplier Name No t
Street Address
City/State/ZIP
Contact, Phone
INSTRUCTIONS: Please initial all entries below that apply to the proposed purchase. Attach additional
information or support documentation if needed. More than one entry will apply to all sole source
justifications.
SOLE BRAND JUSTIFICATION
ITEM INITIAL JUSTIFICATION
1 This is the only known product or service that will meet the minimum essential needs of this
department or perform the necessary intended function.
{If this item is initialed,please explain below.) • _ ar#
■Explanation (unique performance features of required functions&why they are necessary):
a
■What methods were utilized to finA ex sources—be specific(i.e., internet search engines, sourcing sites, other
users,the competition):
■List the other vendors that were researched. Detail reason rejected.
1
ITEM INITIAL JUSTIFICATION
Product or service has been previously Standardized (documentation attached). It is not due for
2 review, and it is not interchangeable with a similar product/service from another manufacturer.
Comments:
ITEM INITIAL JUSTIFICATION
3 Staff wishes to ad the product or service to the standardization list. If this item is initialed, describe
in detail below.
Explanation: ppe,--r,r?*o e-.n.:(;gr,ty ak IV , p
SOLE SOURCE JUSTIFICATION
ITEM INITIAL JUSTIFICATION
4 Purchase is to be made from the original manufacturer or provider.
5 Purchase must be made through the manufacturer-the manufacturer is the exclusive distributor
6 Purchase must be made through the only area distributor of the product or only authorized service
L7 _
provider. _
None of the above 6 items apply. A detailed justification for this sole source purchase is provided
below
Suggested REVIEW date:
Based on the above, I recommend that competitive procurement be limited,and that the product or service
indicated be solicited on a sole brand basis.
lBased on the above, I recommend that competitive procurement be waived,and that the product or service
inclicated be purchased on a sole brand and sole source basis.
I have made a diligent effort to review comparable products or services. I feel confident that the sole brand/sole source
purchase is justified and feel confident in explaining the justification to the general public. I also understand that I may
be required to provide a detailed cost analysis/estimate since price reasonableness may not be established through the
competitive process.
EMPLOYEE NAME&DEPARTMENT AUGHORIZED SIGNATURE DATE
A. y d a-, r,-1-7 Z
r
MANAGER NAME AUTH6K1ZED SIGNATURE DATE
Based on the above statements and justification, I hereby agree with the purchase of this product or service on a sole
brand/source basis.
PURCHASING AGENT SI NATURE DATE
Other appro a s may be req d up to and incluf jng Board of Director approval.
F1c.�c uv�Qene ra My
2
�- �- 3
SOUTH TAHOE PUBLIC UTILITY DISTRICT
Note: Please do not modify this original form which is located in the public drive. Either print it out or copy the form to
a personal work file to use. Answer questions and utilize as much space as required.
Sole Brand Sole Source Justification Approval Form
EXPLANATION: Complete this form when specifications limit bidding to one brand name (whether or not the item can
be purchased from more than one source).
1. The District follows legal requirements to obtain competition whenever possible. Competitive purchases are
easy to justify in regards to price and also encourage suppliers to remain competitive in price and service.At
times however, it may be necessary or economically preferable to purchase products or services on a sole brand
or sole source basis. Since sole brand/sole source purchasing is an exception to the normal procurement
function, it must be objectively justified. Completion of this form should facilitate that process and provide a
written record of the basis used in sole procurement decisions.
2. Criteria that may be considered in determining sole brand includes (but is not limited to):
-unique features -service & support reliability •availability •operational familiarity
•part interchangeability programming ease •repair ease °size limitations
3. The purchase of products or services often requires research of the market and District needs regardless if the
purchase will result in a competitive solicitation later.The research is an internal process. Departments are
requested to use discretion in their discussion with vendors so as not to compromise any competitive advantage
the buyer may have, regardless of the acceptance or rejection of the sole brand/source justification. Staff is also
asked to anticipate future needs and research products/services prior to any substantial investment to avoid
being committed to certain products without recognizing and comparing all variables.
GENERAL DESCRIPTION OF COMMODITY or SERVICE
Supplier Name
Street Address
City/State/ZIP
Contact, Phone
INSTRUCTIONS: Please initial all entries below that apply to the proposed purchase. Attach additional
information or support documentation if needed. More than one entry will apply to all sole source
justifications.
SOLE BRAND JUSTIFICATION
ITEM I INITIAL JUSTIFICATION
1 This is the only known product or service that will meet the minimum essential needs of this
department or perform the necessary intended function.
[If this item is initialed, please explain below.] ..'� ri.-.• ',;
•Explanation (unique performance features of required functions&why they are necessary):
,*What methods were utilized tci.,fii d otfier'sources—be specific(i.e., internet search engines, sourcing sites, other
users,the competition):
■List the other vendors that were researched. Detail reason rejected.
1
ITEM INITIAL JUSTIFICATION
2 Product or service has been previously Standardized (documentation attached). It is not due for
review, and it is not interchangeable with a similar product/service from another manufacturer.
Comments:
ITEM INITIAL JUSTIFICATION
3 Staff wishes to ad the product or service to the standardization list. If this item is initialed, describe
in detail below.
Explanatiop: Y-)-,,'J;a.:�y �,.� oC Gfl�.�;� G� �r�-� aF-4 e--
SOLE SOURCE JUSTIFICATION
ITEM INITIAL JUSTIFICATION
4 Purchase is to be made from the original manufacturer or provider.
5 Purchase must be made through the manufacturer-the manufacturer is the exclusive distributor
6 Purchase must be made through the only area distributor of the product or only authorized service
provider.
7 None of the above 6 items apply. A detailed justification for this sole source purchase is provided
below
Suggeste REVIEW date:
Based on the above, I recommend that competitive procurement be limited,and that the product or service
indicated be solicited on a sole brand basis.
Based on the above, I recommend that competitive procurement be waived, and that the product or service
F—lindicated be purchased on a sole brand and sole source basis.
I have made a diligent effort to review comparable products or services. I feel confident that the sole brand/sole source
purchase is justified and feel confident in explaining the justification to the general public. I also understand that I may
be required to provide a detailed cost analysis/estimate since price reasonableness may not be established through the
competitive process.
EMPLOYEE NAME&DEPARTMENT AUGHOR ED SIGNATURE DATE
_MANAGER NAME AUTHORIZED SIGNATURE DATE
Based on the above statements and justification, I hereby agree with the purchase of this product or service on a sole
brand/source basis.
PU RCHASI NP,AGENTSIGNATURE DATE
Other appr vals may be requ d up o and incldcj g Board of Director approval.
Clerical r- i��r�{hr re
C�lr
2
PAYMENT OF CLAIMS
FOR APPROVAL
May 15, 2025
Payroll 4/29/25 671,885.21
Total Payroll 671,885.21
ADP & Insight eTools 627.40
AFLAC/WageWorks claims and fees 145.20
Ameritas - Insurance Payments 874.50
CA EDD UI pmt 7,009.01
Total Vendor EFT 8,656.11
Weekly Approved Check Batches Water Sewer Total
Wednesday, April 30, 2025 586,409.25 448,002.24 1,034,411.49
Total Accounts Payable Checks 1,034,411.49
Utility Management Refunds 608.54
Total Utility Management Checks 608.54
Grand Total $1,715,561.35
Payroll EFTS & Checks 4/29/2025
EFT CA Employment Taxes &W/H 33,573.41
EFT Federal Employment Taxes &W/H 151,701.25
EFT CalPERS Contributions 103,624.98
EFT Empower Retirement-Deferred Comp 27,241.38
EFT CDHP Health Savings (HSA) 5,347.12
EFT Employee Direct Deposits 350,092.13
CHK Employee Garnishments 304.94
Total 671,885.21
8 To T abed Wd ££:bS:ZO SZOZ/LO/SO uo oauejd ell]Aq and
NI snV SH00219-SL£OS aopuaA
SO'680'T$ b saalonul Sle;ol£13N'lV:)/1'81V-0008b aopuaA
LS'T£ SZOZ/TO/SO SZOZ/0£/ti0 SZOZ/0£/ti0 SZOZ/OZ/ti0 9S6£#1j3 Aq Pled sabaegDleub!S 809Z9££Z0000
ST'STT SZOZ/TO/SO SZOZ/0£/ti0 SZOZ/0£/ti0 SZOZ/OZ/ti0 9S6£#1j3 Aq Pled auoydalal SS£Z9££Z0000
179'0T6 SZOZ/TO/SO SZOZ/0£/ti0 SZOZ/0£/ti0 SZOZ/OZ/ti0 9S6£#1j3 Aq Pled auoydalal tiS£Z9££Z0000
69'T£ SZOZ/TO/SO SZOZ/0£/ti0 SZOZ/0£/ti0 SZOZ/OZ/ti0 9S6£#1j3 Aq Pled auoydalal ZS£Z9££Z0000
£13N-lV0/IV.LV-0008ti aopuaA
L£1783 T saalonul sleTol A1I1I80W 1181V-ZOZSt, aopuaA
L£'b8T SZOZ/TO/SO SZOZ/0£/70 SZOZ/0£/70 SZOZ/6T/ti0 SS6£#1j3 Aq Pled auoydalal SZti 6£686LLSZL8Z
AlIlI80W 1'81V-ZOZSt, aopuaA
6T'bS£$ T saalonuI sleTol ONI H:)3JL-im 1Snam a3I1ddV-£LTBt, aopuaA
6T't,S£ SZOZ/TO/SO SZOZ/0£/ti0 SZOZ/0£/ti0 SZOZ/tiZ/£0 tiS6£#1j3 Aq Pled ;uawdlnb3 Aaewlad ZSJ78ZZT£OZ
:)NI HAI lVI2llSnaNI a3IlddV-£LT8b aopuaA
89'gTg$ T saalonul sleTol SN9IS S,3I9NV-89Ltt aopuaA
89'9T9 SZOZ/TO/SO SZOZ/0£/70 SZOZ/0£/70 SZOZ/tiT/ti0 £S6£#1j3 Aq P!ed Tuawaaelday aullaa4eAA T# no[!q L8S9
SN9IS S,3I9NV-89Lbb aopuaA
178'T80'T$ 9 saalonul sleTol':)NI S30IA213S lV1IdV:)NOZVWV-L£M, aopuaA
Zti'T9b SZOZ/TO/SO SZOZ/0£/ti0 SZOZ/0£/ti0 SZOZ/bZ/b0 ZS6£#ld3 Aq Pled sallddnS aa!}}0 00EXH W-9JlT
SS'99 SZOZ/TO/SO SZOZ/0£/70 SZOZ/0£/70 SZOZ/LT/ti0 ZS6£#1j3 Aq Pled sbu!pl!nq aNLA-NAJl-dW6T
SS'b££ SZOZ/TO/SO SZOZ/0£/70 SZOZ/0£/70 SZOZ/ST/ti0 ZS6£#1j3 Aq Pled sallddnS aaIj10 JAdl-AdMA-TTdT
9£'Tt,T SZOZ/TO/SO SZOZ/0£/70 SZOZ/0£/70 SZOZ/60/ti0 ZS6£#1j3 Aq Pled sallddnS doyS ldl6-Cl9l-1H1T
ZT'6Z SZOZ/TO/SO SZOZ/0£/ti0 SZOZ/0£/ti0 SZOZ/LO/ti0 ZS6£#1j3 Aq Pled sallddnS aalndwOD PPIS!a 1ti)19-JT9C-099T
ti8'8b SZOZ/TO/SO SZOZ/0£/70 SZOZ/0£/70 SZOZ/T£/£0 ZS6£#1j3 Aq Pled sbu!PI!nq CWDW-£C09-dAJT
'ONI S30IAN3S lV1IdV:)NOZVWV-L£M, aopuaA
9S'6t,Z'ST$ T saalonul slelol dn0219 a3HS1131VM 3NIdlV-80TOS aopuaA
9S'6t,Z'ST SZOZ/TO/SO SZOZ/0£/ti0 SZOZ/0£/ti0 SZOZ/£Z/ti0 TS6£#1j3 Aq P1ed ST#ANI WM21I T d021d WO TdM3NIdlVST#
dn02l9 a3HSM31VM 3NIdlV-80TOS aopuaA
0£'S£$ T saalonuI SleTol SlV13W 3NIdlV-bS60T aopuaA
0£'S£ SZOZ/TO/SO SZOZ/0£/70 SZOZ/0£/70 SZOZ/T£/£0 OS6£#1j3 Aq Pled ;uawdlnb3 al!goW ti9£6b
Sltl13W 3NId-IV-VS60T aopuaA
SL'60Z$ Z saalonuI sleTol OD 9NI1SVOII 33=1=10:)Vbl13IS N3dlV-6b6£b aopuaA
SL'SL SZOZ/TO/SO SZOZ/0£/ti0 SZOZ/0£/ti0 SZOZ/ZZ/ti0 6176£#1j3 Aq Pled sanssl AlddnS aa!}}O £8£9bZ
00'b£T SZOZ/TO/SO SZOZ/0£/ti0 SZOZ/0£/ti0 SZOZ/ZZ/ti0 6176£#1j3 Aq Pled sanssl AlddnS aa!40 Z8£917Z
0:)9NIlSVOIJ 33dd0:)"113IS N3d-IV-6b6£b aopuaA
Zb'8ZL$ T saalonuI slelol ill VSn SV921IV-S098b aopuaA
Aaoluanul
ZJ7'8ZL SZOZ/TO/SO SZOZ/0£/i0 SZOZ/0£/i0 SZOZ/ST/i0 8ti6£#ld3 Aq Pled sallddnS A4ajeS'8 doyS'Plaid £TSOOZO916
all VSn SV9bIV-S098ti aopuaA
Z£'S£b'T9Z$ T saalonuI slelol VIdr/VM:)V-TZL£t aopuM
algeAed
Z£'S£b19Z SZOZ/TO/SO SZOZ/T£/SO SZOZ/0£/70 SZOZ/TO/t0 Lb6£#ld3 Aq Pled aaueansul uoISIA/lea!PaW VMDV V6LSOL0
VIdr/VMOV-TZL£b aopuaA
lunowV laN aalonul alea luawAed alea PaAlaaad alea l/g ale(]ana alea aalonul uoseab plaH snlelS uolidlaasaa aalonul aagwnN aalonul
5upsil /uewwns
@DIOAuI - aopuM A8 :podad
SZ/LO/SO - SZ/-WK a6ueld a1e0 IuauaAed "
Sll iel:) jo juaLuAed 0Hb'1 � y00
11 TA Payment of Claims
_ Payment Date Range 04/24/25 - 05/07/25
Report By Vendor - Invoice
1950 �� Summary Listing
UTILITY D1
Invoice Number Invoice Description Status Held Reason Invoice Date Due Date G/L Date Received Date Payment Date Invoice Net Amount
3121217-1 Clothes Washer Rebate Program Paid by EFT#3957 04/25/2025 04/30/2025 04/30/2025 05/01/2025 200.00
Vendor 50375-BROOKS AUSTIN Totals Invoices 1 $200.00
Vendor 50103-AZUL ELECTRIC SUPPLY LLC
008442 Buildings Paid by EFT#3958 04/18/2025 04/30/2025 04/30/2025 05/01/2025 34.55
008454 Buildings Paid by EFT#3958 04/21/2025 04/30/2025 04/30/2025 05/01/2025 358.14
008479 Buildings Paid by EFT#3958 04/22/2025 04/30/2025 04/30/2025 05/01/2025 59.26
Vendor 50103-AZUL ELECTRIC SUPPLY LLC Totals Invoices 3 $451.95
Vendor 49339-BASEFORM INC
04242025-312 Pipe-Covers &Manholes Paid by EFT#3959 04/24/2025 04/30/2025 04/30/2025 05/01/2025 2,430.00
04242025-313 Pipe-Covers &Manholes Paid by EFT#3959 04/24/2025 04/30/2025 04/30/2025 05/01/2025 2,584.87
Vendor 49339-BASEFORM INC Totals Invoices 2 $5,014.87
Vendor 49971-BRANDED SCREEN PRINTING
1313081 Pro-Shop Paid by EFT#3960 03/03/2025 04/30/2025 04/30/2025 05/01/2025 1,984.15
Vendor 49971-BRANDED SCREEN PRINTING Totals Invoices 1 $1,984.15
Vendor 48922-GARTH BUTZ
ACI REIMB 2025 Dues-Memberships- Paid by EFT#3961 04/15/2025 04/30/2025 04/30/2025 05/01/2025 88.00
Certification
Vendor 48922-GARTH BUTZ Totals Invoices 1 $88.00
Vendor 42328-CDW-G CORP
AD7714H District Computer Supplies Paid by EFT#3962 04/22/2025 04/30/2025 04/30/2025 05/01/2025 750.55
Vendor 42328-CDW-G CORP Totals Invoices 1 $750.55
Vendor 48181-CONSTRUCTION MATERIALS ENG INC
17439 Filters 3,4 Rehab Paid by EFT#3963 03/06/2025 04/30/2025 04/30/2025 05/01/2025 5,825.00
Vendor 48181-CONSTRUCTION MATERIALS ENG INC Totals Invoices 1 $5,825.00
Vendor 42897-CWEA
HANNIS APP 2025 Dues-Memberships- Paid by Check#114929 04/24/2025 04/30/2025 04/30/2025 05/01/2025 448.00
Certification
Vendor 42897-CWEA Totals Invoices 1 $448.00
Vendor 48685-ECORP CONSULTING INC
106771 Gardner Mountain #2/4 Waterline Paid by EFT#3964 04/11/2025 04/30/2025 04/30/2025 05/01/2025 335.00
+Wildwood #3/5(+PRV)
Waterline
Vendor 48685-ECORP CONSULTING INC Totals Invoices 1 $335.00
Vendor 48562-EL DORADO COUNTY TAHOE ENGRG UNIT
#15ELDORADOPI DWR PROP 1 IRWM INV#15 Paid by EFT#3965 04/23/2025 04/30/2025 04/30/2025 05/01/2025 512,526.60
Vendor 48562-ELDORADO COUNTY TAHOE ENGRG UNIT Totals Invoices 1 $512,526.60
Vendor 44263-ENS RESOURCES INC
3848 Public Relations Expense Paid by EFT#3966 04/12/2025 04/30/2025 04/30/2025 05/01/2025 500.00
Vendor 44263-ENS RESOURCES INC Totals Invoices 1 $500.00
Vendor 48312-ERS INDUSTRIAL SERVICES INC
24-05A Filters 3,4 Rehab Paid by EFT#3967 03/31/2025 04/30/2025 04/30/2025 05/01/2025 76,447.65
24-05AR Filters 3,4 Rehab Retainage Paid by EFT#3967 03/31/2025 04/30/2025 04/30/2025 05/01/2025 (3,822.38)
Run by Erika Franco on 05/07/2025 02:54:33 PM Page 2 of 8
11 TA Payment of Claims
_ Payment Date Range 04/24/25 - 05/07/25
Report By Vendor - Invoice
1950 �� Summary Listing
UTILITY D1
Invoice Number Invoice Description Status Held Reason Invoice Date Due Date G/L Date Received Date Payment Date Invoice Net Amount
Vendor 48312-ERS INDUSTRIAL SERVICES INC Totals Invoices 2 $72,625.27
Vendor 47836-EVOQUA WATER TECHNOLOGIES LLC
906943340 Service Contracts Paid by EFT#3968 03/21/2025 04/30/2025 04/30/2025 05/01/2025 851.00
Vendor 47836-EVOQUA WATER TECHNOLOGIES LLC Totals Invoices 1 $851.00
Vendor 14890-FEDEX
8-827-77174 Postage Expenses Paid by EFT#3969 04/11/2025 04/30/2025 04/30/2025 05/01/2025 73.31
8-834-78052 Postage Expenses Paid by EFT#3969 04/18/2025 04/30/2025 04/30/2025 05/01/2025 53.20
8-841-98956 Postage Expenses Paid by EFT#3969 04/25/2025 04/30/2025 04/30/2025 05/01/2025 130.38
Vendor 14890-FEDEX Totals Invoices 3 $256.89
Vendor 48715-FLEETCREW-ANELLE MGMT SRV
60028 Contractual Services Paid by EFT#3970 04/09/2025 04/30/2025 04/30/2025 05/01/2025 175.00
Vendor 48715- FLEETCREW-ANELLE MGMT SRV Totals Invoices 1 $175.00
Vendor 48402-FLYERS ENERGY LLC
25-348211 Gasoline&Diesel Fuel Inventory Paid by EFT#3971 04/18/2025 04/30/2025 04/30/2025 05/01/2025 5,842.25
25-351532 Gasoline&Diesel Expense Paid by EFT#3971 04/23/2025 04/30/2025 04/30/2025 05/01/2025 1,250.10
25-351385 Gasoline Fuel Inventory Paid by EFT#3971 04/24/2025 04/30/2025 04/30/2025 05/01/2025 2,740.12
Vendor 48402-FLYERS ENERGY LLC Totals Invoices 3 $9,832.47
Vendor 15600-GRAINGER
9431396002 Shop Supplies Paid by EFT#3972 03/07/2025 04/30/2025 04/30/2025 05/01/2025 15.04
9459379864 Buildings Paid by EFT#3972 04/02/2025 04/30/2025 04/30/2025 05/01/2025 1,081.66
9465528397 Pump Stations Paid by EFT#3972 04/08/2025 04/30/2025 04/30/2025 05/01/2025 176.26
9468306254 Pump Stations Paid by EFT#3972 04/09/2025 04/30/2025 04/30/2025 05/01/2025 123.94
9468975108 Pump Stations Paid by EFT#3972 04/10/2025 04/30/2025 04/30/2025 05/01/2025 31.98
9481226679 Shop Supplies Paid by EFT#3972 04/22/2025 04/30/2025 04/30/2025 05/01/2025 (15.04)
9481226687 Shop Supplies Paid by EFT#3972 04/22/2025 04/30/2025 04/30/2025 05/01/2025 16.28
9481992296 Buildings Paid by EFT#3972 04/22/2025 04/30/2025 04/30/2025 05/01/2025 (1,081.66)
9482320349 Buildings Paid by EFT#3972 04/22/2025 04/30/2025 04/30/2025 05/01/2025 1,160.69
9482320356 Buildings Paid by EFT#3972 04/22/2025 04/30/2025 04/30/2025 05/01/2025 480.37
9487181100 Small Tools Paid by EFT#3972 04/25/2025 04/30/2025 04/30/2025 05/01/2025 831.77
Vendor 15600-GRAINGER Totals Invoices 11 $2,821.29
Vendor 48332-HDR ENGINEERING INC
1200689875 Contractual Services Paid by EFT#3973 01/20/2025 04/30/2025 04/30/2025 05/01/2025 1,874.00
1200714684 Contractual Services Paid by EFT#3973 04/18/2025 04/30/2025 04/30/2025 05/01/2025 9,342.70
Vendor 48332-HDR ENGINEERING INC Totals Invoices 2 $11,216.70
Vendor 44430-HIGH SIERRA BUSINESS SYSTEMS
145259 Service Contracts Paid by EFT#3974 04/01/2025 04/30/2025 04/30/2025 05/01/2025 712.65
Vendor 44430-HIGH SIERRA BUSINESS SYSTEMS Totals Invoices 1 $712.65
Vendor 48140-INTEGRITY LOCKSMITH
i43494 Other Supplies Paid by EFT#3975 04/21/2025 04/30/2025 04/30/2025 05/01/2025 312.55
i43522 Shop Supplies Paid by EFT#3975 04/24/2025 04/30/2025 04/30/2025 05/01/2025 105.05
Vendor 48140-INTEGRITY LOCKSMITH Totals Invoices 2 $417.60
Vendor 40821-KENNEDY JENKS CONSULTANTS INC
Run by Erika Franco on 05/07/2025 02:54:33 PM Page 3 of 8
8 Io b abed Wd EE:bS:ZO SZOZ/LO/SO uo ouuea3 ella3 Aq unb
00'ZL$ T saulonuI sle;ol 911391SO 3lAN-£bTOS aopuaA
007L SZOZ/TO/SO SZOZ/OE/b0 SZOZ/OE/b0 SZOZ/8Z/b0 686E#Jig Aq pled uolleunpg-S6ull9aW-laneal SZLTb 8WI321)I'dVd
911391SO TIAN-£bTOS aopuaA
8b'000'ET$ T saulonuI sle;01 all SV3I113WV 1133NOId NI-10-L09M, aopuaA
8b'000'ET SZOZ/TO/SO SZOZ/OE/b0 SZOZ/OE/b0 SZOZ/£Z/b0 886E#Jig Aq pled aI!aolgoodAH ZEEESS006
ill SV:)I113WV N33NOId NIIO-L09bb aopuaA
OS'Z6L'6$ Z SaulonuI Slplol AIIIS31103 d0 AIa Va"M-bLZOb aopuaA
09'E69 SZOZ/TO/SO SZOZ/OE/b0 SZOZ/OE/b0 SZOZ/LT/b0 L86E#Jig Aq pled auueualuleW'8 spunoag OEO-SZd3
06'860'6 SZOZ/TO/SO SZOZ/OE/b0 SZOZ/OE/b0 SZOZ/LT/b0 L86E#Jig Aq P1ed auueua;uleW ig spunoaE) 9E00-OT-SZ
A111S3110d d0 AIa VaVA3N-bLZOV aopuaA
S6'b6T'b$ T SaulonuI sle;Ol SH3AlI3013A V9(3 3NIlNO S(ISW-9LS8b aopuaA
S6'b6T'b SZOZ/TO/SO SZOZ/OE/b0 SZOZ/OE/b0 SZOZ/ZZ/TO 986E#Jig Aq P1ed swea6oad/3aJeS STTSZE
SH3AlI:)013A V9a 3NIlNO SaSW-9LS8b aopuaA
Z0.89T$ Z SaulonuI slelol O:)Alddns 1VI111S11aNI SSW-£ZT£b aopuaA
£L'81 SZOZ/TO/SO SZOZ/OE/b0 SZOZ/OE/b0 SZOZ/bZ/b0 S86E#Jig Aq P1ed Slool IIewS 69LbZOS6
6Z'6bT SZOZ/TO/SO SZOZ/0£/b0 SZOZ/0£/b0 SZOZ/LT/b0 S86E#Jig Lq pled s6u!pl!n9 668Sb8Z6
O:)Alddns 1VI111snaNI SSW-£ZT£b aopuaA
b0'b6Z'Z$ Z SaulonuI Sleiol 3avma11VH 181139W111 SN33W-OST8T aopuaA
b9'E06 SZOZ/TO/SO SZOZ/0E/70 SZOZ/0E/70 SZOZ/TE/£0 b86E#ldg Aq P1ed slool IIewS Q sallddnS doyS Iwls SZ aeW
Ob'06£'T SZOZ/TO/SO SZOZ/OE/b0 SZOZ/OE/b0 SZOZ/TZ/£0 L86E#J_Ag Aq pled wea6Oad TuawanoidwI pug peal 6170-SSTOSOS
31mmaim 19 N39Wf11 SN33W-OST8T aopuaA
SE'OLT$ T SaulonuI sle;ol 03 Alddns ijim 1131SVW:)W-006LT aopuaA
SE'OLT SZOZ/TO/SO SZOZ/OE/b0 SZOZ/OE/b0 SZOZ/bZ/b0 S86E#Jjg Aq P1ed sbu!pl!n8 ZLE89Sbb
03 Alddns 1R1V3 N31SVW:)W-006LT aopuaA
Sb'89L$ Z saulonuI sle;ol:)NI 1N3WdInb3 19 SV9 3aNIl-£06Lb aopuaA
8T'TL SZOZ/TO/SO SZOZ/OE/b0 SZOZ/OE/b0 SZOZ/ZZ/b0 Z86E#Jjg Aq P1ed sallddnS doyS 98TE8Z6b
LZ'L69 SZOZ/TO/SO SZOZ/OE/b0 SZOZ/OE/b0 SZOZ/ZZ/b0 Z86E#Jig Aq pled Sa!lddnS doyS SEMM7
:)NI 1N3WdInb318 SV9 3aNIl-£06Lb aopuaA
6S'6S8'LT$ 9 saulonuI sle;ol S3I1IlI n A11139I1-OSSZZ aopuaA
00'0001 SZOZ/TO/SO SZOZ/OE/b0 SZOZ/OE/b0 SZOZ/EZ/b0 OE6bTT#NuagD Aq pled ewODV-UeOgSeM'Add EST£0-3N1
TL'b£T'TT SZOZ/TO/SO SZOZ/OE/b0 SZOZ/OE/b0 SZOZ/ZZ/b0 086E#Jig Aq pled /q!u!APal3 SZE STESZ68000OZ
ZO'88S'b SZOZ/TO/SO SZOZ/OE/b0 SZOZ/OE/b0 SZOZ/ZZ/b0 8L6E#J�13 Aq pled /q!u!APal3 SZb 66CEZ68000OZ
Lb'Tb£ SZOZ/TO/SO SZOZ/OE/b0 SZOZ/OE/b0 SZOZ/ZZ/b0 6L6E#J�13 Aq pled /q!u!APal3 SZb£096T68000OZ
£8'S9L SZOZ/TO/SO SZOZ/OE/b0 SZOZ/OE/b0 SZOZ/ZZ/b0 6L6E#J�13 Aq pled /q!u!APal3 SZb£bOb0680000Z
9S'6Z SZOZ/TO/SO SZOZ/OE/b0 SZOZ/OE/b0 SZOZ/ZZ/b0 T86E#J�13 Aq pled asuadxg bui4gbil IaaalS SZE 8bSS688000OZ
S3IlIlIlf1 A11139I1-OSSZZ aopuaA
bT'ZOS$ T saulonuI sle;ol lS3MOIW llVOWIN -b69£b aopuaA
bT'ZOS SZOZ/TO/SO SZOZ/OE/b0 SZOZ/OE/b0 SZOZ/9T/b0 LL6E#J�13 Aq pled sallddnS doyS S89ELZEOT
1S3MaIW llV9WIN-V69£b aopuaA
9Z'9S8'TT$ T SaulonuI Sle;ol 3NI S1NV1l11SNOD SNN3C Aa3NN3N-TZ80b aopuaA
J@mOd dnNue8 M@IAAe8/angel
9Z'9S8'TT SZOZ/TO/SO SZOZ/OE/b0 SZOZ/OE/b0 SZOZ/TZ/b0 9L6E#J=3 Aq pled IV q geyad IIaM angel IV ObS6LT
4unowV;aN aulonul algid IuawAed ale(] panlauad a;ea g/g alea on(] area aulonul uoseab plaH snleTS uo!4dlausa(]aulonul aagwnN aulonul
ysla A11-111n
6upsil /uewwns
@DIOAuI - aopuM A8 :podad
SZ/LO/SO - SZ/-WK a6ue'd a1ea 1UGW(ed "
Sll iel:) jo juaLuAed �0Hb'1 � 1.n05
S0U-T " TA Payment of Claims
Payment Date Range 04/24/25 - 05/07/25
- Report By Vendor - Invoice
t
00, 0" r - 195o s��'�G� Summary Listing
UTILITY D
Invoice Number Invoice Description Status Held Reason Invoice Date Due Date G/L Date Received Date Payment Date Invoice Net Amount
Vendor 49820-PACIFIC OFFICE AUTOMATION
817641 Service Contracts Paid by EFT#3990 10/25/2024 04/30/2025 04/30/2025 05/01/2025 899.31
Vendor 49820-PACIFIC OFFICE AUTOMATION Totals Invoices 1 $899.31
Vendor 49579-POLLARDWATER
WP067811 Water Meters&Parts Paid by EFT#3991 03/28/2025 04/30/2025 04/30/2025 05/01/2025 52.72
Vendor 49579-POLLARDWATER Totals Invoices 1 $52.72
Vendor 43332-RED WING SHOE STORE
812-1-155302 Safety Equipment-Physicals Paid by EFT#3992 04/22/2025 04/30/2025 04/30/2025 05/01/2025 223.03
812-1-155303 Safety Equipment-Physicals Paid by EFT#3992 04/22/2025 04/30/2025 04/30/2025 05/01/2025 271.52
Vendor 43332-RED WING SHOE STORE Totals Invoices 2 $494.55
Vendor 47803-REDWOOD PRINTING
36498 Office Supply Issues Paid by EFT#3993 04/03/2025 04/30/2025 04/30/2025 05/01/2025 393.02
Vendor 47803-REDWOOD PRINTING Totals Invoices 1 $393.02
Vendor 49497-REGULATORY INTELLIGENCE LLC
STPUD425 Advisory Paid by EFT#3994 04/16/2025 04/30/2025 04/30/2025 05/01/2025 3,637.34
Vendor 49497-REGULATORY INTELLIGENCE LLC Totals Invoices 1 $3,637.34
Vendor 48144-RELIANCE STANDARD
APR25 Voluntary Life Payable Paid by EFT#3995 04/01/2025 04/30/2025 04/30/2025 05/01/2025 1,406.10
Vendor 48144-RELIANCE STANDARD Totals Invoices 1 $1,406.10
Vendor 48110-ROCKWELL SOLUTIONS INC
3546 Replace Tallac#1 Pump/Motor Paid by EFT#3996 04/18/2025 04/30/2025 04/30/2025 05/01/2025 21,453.70
Vendor 48110-ROCKWELL SOLUTIONS INC Totals Invoices 1 $21,453.70
Vendor 48684-RS AMERICAS INC
9020671615 Pump Stations Paid by EFT#3997 04/09/2025 04/30/2025 04/30/2025 05/01/2025 209.84
Vendor 48684-RS AMERICAS INC Totals Invoices 1 $209.84
Vendor 21753-SAFETY CENTER INC
7473486704 Safety Programs Paid by EFT#3998 03/05/2025 04/30/2025 04/30/2025 05/01/2025 2,275.00
8639150866 Safety Programs Paid by EFT#3998 04/17/2025 04/30/2025 04/30/2025 05/01/2025 2,275.00
Vendor 21753-SAFETY CENTER INC Totals Invoices 2 $4,550.00
Vendor 49911-SEARCHPROS STAFFING LLC
25042227 Contractual Services Paid by EFT#3999 04/22/2025 04/30/2025 04/30/2025 05/01/2025 830.05
Vendor 49911-SEARCHPROS STAFFING LLC Totals Invoices 1 $830.05
Vendor 40633-SIGMA ALDRICH INC
565079188 Laboratory Equipment&Supplies Paid by EFT#4000 04/15/2025 04/30/2025 04/30/2025 05/01/2025 64.35
Vendor 40633-SIGMA ALDRICH INC Totals Invoices 1 $64.35
Vendor 50203-SMARTSIGN
SMT-799559 Grounds&Maintenance Paid by EFT#4001 01/22/2025 04/30/2025 04/30/2025 05/01/2025 101.36
Vendor 50203-SMARTSIGN Totals Invoices 1 $101.36
Vendor 45168-SOUTHWEST GAS
910000175915 425 Natural Gas Paid by EFT#4002 04/22/2025 04/30/2025 04/30/2025 05/01/2025 57.58
910000639911 425 Natural Gas Paid by EFT#4002 04/22/2025 04/30/2025 04/30/2025 05/01/2025 12.49
910000416139 425 Natural Gas Paid by EFT#4002 04/23/2025 04/30/2025 04/30/2025 05/01/2025 102.17
Run by Erika Franco on 05/07/2025 02:54:33 PM Page 5 of 8
11 TA Payment of Claims
_ Payment Date Range 04/24/25 - 05/07/25
Report By Vendor - Invoice
1950 �� Summary Listing
UTILITY D1
Invoice Number Invoice Description Status Held Reason Invoice Date Due Date G/L Date Received Date Payment Date Invoice Net Amount
910000192416 425 Natural Gas Paid by EFT#4002 04/24/2025 04/30/2025 04/30/2025 05/01/2025 335.01
910000421501 425 Natural Gas Paid by EFT#4002 04/25/2025 04/30/2025 04/30/2025 05/01/2025 1,032.37
910000421502 425 Natural Gas Paid by EFT#4002 04/25/2025 04/30/2025 04/30/2025 05/01/2025 1,307.32
910000429959 425 Natural Gas Paid by EFT#4002 04/25/2025 04/30/2025 04/30/2025 05/01/2025 78.17
910000429960 425 Natural Gas Paid by EFT#4002 04/25/2025 04/30/2025 04/30/2025 05/01/2025 9,676.95
Vendor 45168-SOUTHWEST GAS Totals Invoices 8 $12,602.06
Vendor 50062-VINCENT STAGNARO
LYFTREIMB 41725 Travel-Meetings-Education Paid by EFT#4003 04/22/2025 04/30/2025 04/30/2025 05/01/2025 50.75
Vendor 50062-VINCENT STAGNARO Totals Invoices 1 $50.75
Vendor 48617-STEEL-TOE-SHOES.COM
STP042125 Safety Equipment-Physicals Paid by EFT#4004 04/21/2025 04/30/2025 04/30/2025 05/01/2025 157.63
STP042325 Safety Equipment-Physicals Paid by EFT#4004 04/23/2025 04/30/2025 04/30/2025 05/01/2025 125.01
Vendor 48617-STEEL-TOE-SHOES.COM Totals Invoices 2 $282.64
Vendor 48481-SWRCB ACCOUNTING OFFICE
WD-0283271 Regulatory Operating Permits Paid by EFT#4005 12/04/2024 04/30/2025 04/30/2025 05/01/2025 1,500.00
WD-0283272 Regulatory Operating Permits Paid by EFT#4005 12/04/2024 04/30/2025 04/30/2025 05/01/2025 1,500.00
WD-0283273 Regulatory Operating Permits Paid by EFT#4005 12/04/2024 04/30/2025 04/30/2025 05/01/2025 1,500.00
WD-0283275 Regulatory Operating Permits Paid by EFT#4005 12/04/2024 04/30/2025 04/30/2025 05/01/2025 1,500.00
WD-0283276 Regulatory Operating Permits Paid by EFT#4005 12/04/2024 04/30/2025 04/30/2025 05/01/2025 1,500.00
Vendor 48481-SWRCB ACCOUNTING OFFICE Totals Invoices 5 $7,500.00
Vendor 50040-TAHOE FLEET SERVICE
1114 Contractual Services Paid by EFT#4006 03/23/2025 04/30/2025 04/30/2025 05/01/2025 1,181.50
Vendor 50040-TAHOE FLEET SERVICE Totals Invoices 1 $1,181.50
Vendor 48477-THOMAS SCIENTIFIC
3571044 Laboratory Supplies Paid by EFT#4007 04/02/2025 04/30/2025 04/30/2025 05/01/2025 106.14
Vendor 48477-THOMAS SCIENTIFIC Totals Invoices 1 $106.14
Vendor 48262-UPS FREIGHT
0000966628155 Postage Expenses Paid by EFT#4008 04/12/2025 04/30/2025 04/30/2025 05/01/2025 47.57
0000966628165 Postage Expenses Paid by EFT#4008 04/19/2025 04/30/2025 04/30/2025 05/01/2025 42.66
0000966628175 Postage Expenses Paid by EFT#4008 04/26/2025 04/30/2025 04/30/2025 05/01/2025 85.33
Vendor 48262-UPS FREIGHT Totals Invoices 3 $175.56
Vendor 49947-CUST#593278 USABLUEBOOK
INVO0681853 Pump Stations Paid by EFT#4009 04/15/2025 04/30/2025 04/30/2025 05/01/2025 567.57
Vendor 49947-CUST#593278 USABLUEBOOK Totals Invoices 1 $567.57
Vendor 45243-VELOCITY VEHICLE GROUP
XA261151569:01 Automotive Paid by EFT#4010 04/08/2025 04/30/2025 04/30/2025 05/01/2025 253.71
Vendor 45243-VELOCITY VEHICLE GROUP Totals Invoices 1 $253.71
Vendor 44580-VESTIS SERVICES LLC
5980284607 Uniform Payable&Shop Supplies Paid by EFT#4011 04/09/2025 04/30/2025 04/30/2025 05/01/2025 200.62
5980284608 Uniform Payable Paid by EFT#4011 04/09/2025 04/30/2025 04/30/2025 05/01/2025 39.89
5980284609 Uniform Payable Paid by EFT#4011 04/09/2025 04/30/2025 04/30/2025 05/01/2025 24.33
5980284610 Uniform Payable Paid by EFT#4011 04/09/2025 04/30/2025 04/30/2025 05/01/2025 16.82
Run by Erika Franco on 05/07/2025 02:54:33 PM Page 6 of 8
Payment of Claims
_ Payment Date Range 04/24/25 - 05/07/25
Report By Vendor - Invoice
1950 ' �'�� Summary Listing
e�M V'y'ILITY��A
Invoice Number Invoice Description Status Held Reason Invoice Date Due Date G/L Date Received Date Payment Date Invoice Net Amount
5980284611 Uniform Payable Paid by EFT#4011 04/09/2025 04/30/2025 04/30/2025 05/01/2025 14.84
5980284612 Uniform Payable Paid by EFT#4011 04/09/2025 04/30/2025 04/30/2025 05/01/2025 15.14
5980284613 Uniform Payable Paid by EFT#4011 04/09/2025 04/30/2025 04/30/2025 05/01/2025 93.38
5980284614 Uniform Payable Paid by EFT#4011 04/09/2025 04/30/2025 04/30/2025 05/01/2025 61.15
5980284615 Uniform Payable Paid by EFT#4011 04/09/2025 04/30/2025 04/30/2025 05/01/2025 25.44
5980284616 Uniform Payable Paid by EFT#4011 04/09/2025 04/30/2025 04/30/2025 05/01/2025 4.64
5980284617 Uniform Payable Paid by EFT#4011 04/09/2025 04/30/2025 04/30/2025 05/01/2025 76.48
5980284618 Uniform Payable Paid by EFT#4011 04/09/2025 04/30/2025 04/30/2025 05/01/2025 95.56
5980284619 Uniform Payable Paid by EFT#4011 04/09/2025 04/30/2025 04/30/2025 05/01/2025 105.88
5980286335 Uniform Payable Paid by EFT#4011 04/16/2025 04/30/2025 04/30/2025 05/01/2025 79.19
5980286336 Uniform Payable Paid by EFT#4011 04/16/2025 04/30/2025 04/30/2025 05/01/2025 39.89
5980286337 Uniform Payable Paid by EFT#4011 04/16/2025 04/30/2025 04/30/2025 05/01/2025 24.33
5980286338 Uniform Payable Paid by EFT#4011 04/16/2025 04/30/2025 04/30/2025 05/01/2025 16.82
5980286339 Uniform Payable Paid by EFT#4011 04/16/2025 04/30/2025 04/30/2025 05/01/2025 13.75
5980286340 Uniform Payable Paid by EFT#4011 04/16/2025 04/30/2025 04/30/2025 05/01/2025 15.14
5980286341 Uniform Payable Paid by EFT#4011 04/16/2025 04/30/2025 04/30/2025 05/01/2025 93.38
5980286343 Uniform Payable Paid by EFT#4011 04/16/2025 04/30/2025 04/30/2025 05/01/2025 28.43
5980286344 Uniform Payable Paid by EFT#4011 04/16/2025 04/30/2025 04/30/2025 05/01/2025 4.64
5980286345 Uniform Payable Paid by EFT#4011 04/16/2025 04/30/2025 04/30/2025 05/01/2025 76.48
5980286347 Uniform Payable Paid by EFT#4011 04/16/2025 04/30/2025 04/30/2025 05/01/2025 105.88
5980288019 Uniform Payable Paid by EFT#4011 04/23/2025 04/30/2025 04/30/2025 05/01/2025 69.19
5980288020 Uniform Payable Paid by EFT#4011 04/23/2025 04/30/2025 04/30/2025 05/01/2025 39.89
5980288021 Uniform Payable Paid by EFT#4011 04/23/2025 04/30/2025 04/30/2025 05/01/2025 24.33
5980288022 Uniform Payable Paid by EFT#4011 04/23/2025 04/30/2025 04/30/2025 05/01/2025 16.82
5980288023 Uniform Payable Paid by EFT#4011 04/23/2025 04/30/2025 04/30/2025 05/01/2025 13.75
5980288024 Uniform Payable Paid by EFT#4011 04/23/2025 04/30/2025 04/30/2025 05/01/2025 15.14
5980288025 Uniform Payable Paid by EFT#4011 04/23/2025 04/30/2025 04/30/2025 05/01/2025 83.38
5980288026 Uniform Payable Paid by EFT#4011 04/23/2025 04/30/2025 04/30/2025 05/01/2025 61.15
5980288027 Uniform Payable Paid by EFT#4011 04/23/2025 04/30/2025 04/30/2025 05/01/2025 28.43
5980288028 Uniform Payable Paid by EFT#4011 04/23/2025 04/30/2025 04/30/2025 05/01/2025 4.64
5980288029 Uniform Payable Paid by EFT#4011 04/23/2025 04/30/2025 04/30/2025 05/01/2025 66.48
5980288030 Uniform Payable Paid by EFT#4011 04/23/2025 04/30/2025 04/30/2025 05/01/2025 85.56
Vendor 44580-VESTIS SERVICES LLC Totals Invoices 36 $1,780.86
Vendor 48405-WAXIE SANITARY SUPPLY
83179410 Janitorial Supplies Inventory Paid by EFT#4012 04/18/2025 04/30/2025 04/30/2025 05/01/2025 120.16
Vendor 48405-WAXIE SANITARY SUPPLY Totals Invoices 1 $120.16
Vendor 50363-WEST COAST PUMP&WELL WORKS
3007 Grounds&Maintenance Paid by EFT#4013 04/11/2025 04/30/2025 04/30/2025 05/01/2025 1,223.77
Vendor 50363-WEST COAST PUMP&WELL WORKS Totals Invoices 1 $1,223.77
Vendor 25850-WESTERN NEVADA SUPPLY
31706152 Small Tools Paid by EFT#4014 04/14/2025 04/30/2025 04/30/2025 05/01/2025 118.85
11707768 Dead End Improvement Program Paid by EFT#4014 04/16/2025 04/30/2025 04/30/2025 05/01/2025 570.12
Run by Erika Franco on 05/07/2025 02:54:33 PM Page 7 of 8
500-fH TA"OF Payment of Claims
_ Payment Date Range 04/24/25 - 05/07/25
m Report By Vendor - Invoice
AG@SIC r 1950 G� Summary Listing
UTILITY D1
Invoice Number Invoice Description Status Held Reason Invoice Date Due Date G/L Date Received Date Payment Date Invoice Net Amount
31706131 Pipe-Covers &Manholes Paid by EFT#4014 04/16/2025 04/30/2025 04/30/2025 05/01/2025 474.69
11707771 Dead End Improvement Program Paid by EFT#4014 04/21/2025 04/30/2025 04/30/2025 05/01/2025 828.13
11718995 Small Brass Parts Inventory Paid by EFT#4014 04/23/2025 04/30/2025 04/30/2025 05/01/2025 1,181.28
11718997 Saddles&Fittings Inventory Paid by EFT#4014 04/23/2025 04/30/2025 04/30/2025 05/01/2025 2,256.02
11721161 Pipe-Covers &Manholes Paid by EFT#4014 04/24/2025 04/30/2025 04/30/2025 05/01/2025 349.09
Vendor 25850-WESTERN NEVADA SUPPLY Totals Invoices 7 $5,778.18
Grand Totals Invoices 161 $1,034,411.49
Run by Erika Franco on 05/07/2025 02:54:33 PM Page 8 of 8
yoVTH TA
s
a
A(/ ek,ef 1950
UTILITY
SOUTH TAHOE PUBLIC UTILITY DISTRICT
Joel Henderson, Director BOARD MEMBERS Kelly Sheehan, Director
Nick Haven, Vice President Shane Romsos, President Nick Exline, Director
Paul Hughes, General Manager Andrea Salazar, Chief Financial Officer
REGULAR MEETING OF THE BOARD OF DIRECTORS
SOUTH TAHOE PUBLIC UTILITY DISTRICT
May 1, 2025
MINUTES
The South Tahoe Public Utility District Board of Directors met in a regular session, 2:00 p.m., at the
District Office, located at 1275 Meadow Crest Drive, South Lake Tahoe, California.
ROLL CALL: Board of Directors: President Romsos, Directors Haven, Henderson, Sheehan
Absent: Director Exline
Staff: Paul Hughes, Ryan Jones, Melonie Guttry, Shannon Chandler, Juan Marquez, IV Jones, Shelly
Thomsen, Vincent Stagnaro, Mark Seelos, Greg Dupree, John Sheridian, Aaron Buckman, Phil Trella,
Doniell Morse, Julie Ryan, Megan Colvey, Lauren Benefield, Ryan Lee, Laura Hendrickson, Adrian
Combes, Brent Goligoski, Brian Chernago
1. PLEDGE OF ALLEGIANCE:
2. COMMENTS FROM THE PUBLIC: None
3. CORRECTIONS TO THE AGENDA OR CONSENT CALENDAR: None
4. ADOPTION OF CONSENT CALENDAR:
Moved Haven/Second Sheehan/Henderson Yes/Haven Yes/Romsos Yes/Sheehan Yes/Exline
Absent to approve the Consent Calendar as presented.
a. MARCH 31, 2025 FISCAL YEAR TO DATE FINANCIAL STATEMENTS
(Andrea Salazar, Chief Financial Officer)
Received and filed the March 31, 2025 Income Statement and Balance Sheet Reports.
b. RECEIVE AND FILE PAYMENT OF CLAIMS
(Greg Dupree,Accounting Manager)
Received and filed Payment of Claims in the amount of $1,932,707.16.
c. REGULAR BOARD MEETING MINUTES: April 17, 2025
(Melonie Guttry, Executive Services Manager/Clerk of the Board)
Approved April 17, 2025, Minutes
REGULAR BOARD MEETING MINUTES: May 1, 2025 PAGE-2
5. CONSENT ITEMS BROUGHT FORWARD FOR SEPARATE DISCUSSION/ACTION: None
6. ITEMS FOR BOARD ACTION:
a. Acquisition of 2438 Cattlemans Trail (Mark Seelos, Water Resources Manager) -Mark Seelos provided
details regarding the acquisition of 2438 Cattlemans Trail.
Moved Sheehan/Second Henderson/Henderson Yes/Haven Yes/Romsos Yes/Sheehan
Yes/Exline Absent to 1) Approve purchase of 2438 Cattlemans Trail (El Dorado County
Assessor's Parcel Number 80-1 12-002) in the amount of $229,775; and (2) Authorize the General
Manager to execute the associated real estate transaction documents.
b. 2025 Test Well Project (Mark Seelos, Water Resources Manager) -Mark Seelos provided details
regarding the 2025 Test Well Project and addressed questions from the Board.
Moved Sheehan/Second Haven/Henderson Yes/Haven Yes/Romsos Yes/Sheehan Yes/Exline
Absent to authorize staff to advertise for construction bids for the test well drilling and
installation component of the 2025 Test Well Project.
c. Washoan Pressure Reducing Valve Station (Laura Hendrickson, Associate Engineer) - Laura
Hendrickson provided details regarding the Washoan Pressure Reducing Valve Station and
addressed questions from the Board.
Moved Sheehan/Second Romsos/Henderson Yes/Haven Yes/Romsos Yes/Sheehan Yes/Exline
Absent to 1) Waive minor irregularities identified in the bid from White Rock Construction, Inc.;
and 2) Award Contract for the Washoan Pressure Reducing Valve Station to White Rock
Construction, Inc. in the amount of $396,050.
d. Herbert Walkup Pipeline Replacement Project (Brent Goligoski,Senior Engineer) - Brent Goligoski
provided details regarding the Herbert Walkup Pipeline Replacement Project and he and
Adrian Combes addressed questions from the Board.
Moved Henderson/Second Sheehan/Henderson Yes/Haven Yes/Romsos Yes/Sheehan
Yes/Exline Absent to authorize the General Manager to enter into a Reimbursement
Agreement with the City of South Lake Tahoe to provide for Road Repairs related to the
Herbert Walkup Pipeline Replacement Project in the amount of $319,416.
e. City of South Lake Tahoe Storm Water Projects Reimbursements (Brent Goligoski,Senior Engineer) —
Brent Goligoski provided details regarding the City of South Lake Tahoe Storm Water Projects
Reimbursement Agreements. Paul Hughes added that the District will look at these projects in
the future when preparing the District budget.
Moved Sheehan/Second Henderson/Henderson Yes/Haven Yes/Romsos Yes/Sheehan
Yes/Exline Absent to authorize the General Manager to enter into Reimbursement Agreements
with the City of South Lake Tahoe to provide for the relocation of water and sewer utilities
related to the (1) Tahoe Valley Stormwater & Greenbelt Improvement Project, Phase 1 in the
amount of $326,561.25; (2) Tahoe Valley Stormwater & Greenbelt Improvement Project, Phase
2 in the amount of $1 12,862.50 and; (3) Upper Bijou Park Creek Watershed Restoration Project-
Rockwood To Blackwood Drainage Improvements in the amount of $59,728.75.
REGULAR BOARD MEETING MINUTES: May 1, 2025 PAGE-3
7. STANDING AND AD-HOC COMMITTEES AND LIAISON REPORTS: None
8. BOARD MEMBER REPORTS: President Romsos reported that he is attending a retirement party for
Tahoe Truckee Sanitation District's retiring General Manager tomorrow afternoon. He further
reported that he will be attending the May 15 Board meeting remotely as he will be at the
Association of California Water Agencies Conference in Monterey, California.
9. STAFF/ATTORNEY REPORTS:
John Sheridan provided background information as well as a PowerPoint presentation regarding
California Water Environment Association (CWEA) recognition recently received by staff including:
Juan Marquez- Collection System Operator of the Year
Brian Chernago - Laboratory Analyst of the Year
South Tahoe Public Utility District- Wastewater Treatment Plant of the Year and Plant Safety of the
Year
South Tahoe Public Utility District Collections Team - 2025 Collection System of the Year
He further thanked the Board for their support of CWEA. The Board congratulated and thanked
staff for all their hard work.
Melonie Guttry reported that the Board recognition plaque in the District lobby is being updated
to provide more prominent recognition for the current and past Board Members and thanked
Shannon Chandler for her work on coordinating this recognition.
10. GENERAL MANAGER REPORT:
Paul Hughes reported on several items:
• The next meeting will include adoption of potential District rate increases and the District
budget.
• The District has been notified that the Civic Spark Fellow Program funding is in jeopardy and
the details are still being worked out.
11. NOTICE OF PAST AND FUTURE MEETINGS/EVENTS
ADJOURNMENT: 2:53 p.m.
Shane Romsos, Board President
South Tahoe Public Utility District
Melonie Guttry, Executive Services Manager/
Clerk of the Board
South Tahoe Public Utility District
General Manager
Paul Hughes
Yg5p Directors
��e� h'8ter 5outh Tahoe Nici<Haven
Shane'Romsos
Joel Henderson
Public, Utility District
Kelly Sheehan
NicK Exline
1275 Meadow Crest Prive•South Lake Tahoe■CA 96150-7401
Phone 530 544-0474•Fax 530 541-0614•www.5tpud.u5
BOARD AGENDA ITEM 6a
TO: Board of Directors
FROM: Andrea Salazar, Chief Financial Officer
MEETING DATE: May 15, 2025
ITEM- PROJECT NAME: Fiscal Year 2025/26 Water and Sewer Service Charge Rates
REQUESTED BOARD ACTION: Approve Resolution No. 3308-25 confirming the water and
sewer service charge rate increases of 9.5% and 9.5% for Fiscal Year 2025/26.
DISCUSSION: On May 16, 2024, the Board of Directors passed Ordinance No. 589-24
which included five-year rate schedules for both water and sewer service charge rates.
The Ordinance adopted the rates for Fiscal Year 2024/25 but requires confirmation by
Resolution from the Board before the rates for years 2025/26, 2026/27, 2027/28 and
2028/29 are effective.
The rate increases were developed through a cost-of-service study prepared by HDR
Engineering to continue funding the long-term infrastructure needs of the District. The
District issued the required Proposition 218 Notice to its customers and included the five-
year rate schedules. During the April 3, 2025 budget workshop, the Board directed staff
to incorporate the proposed 9.5%water and sewer rate increases into the proposed
2025/26 budget and bring forward the adopting Resolutions for Board action on May
15, 2025.
Resolution No. 3308-25 confirms the rates for 2025/26: water increase of 9.5% and sewer
increase of 9.5%. The approximate fiscal impact to a typical residential customer is
$13.00/month.
The proposed 2025/26 budget has been developed with these rate increases and is
scheduled for adoption immediately following Board action on this Agenda Item. If
Resolution No. 3308-25 is not adopted as prepared, the budget will need to be
adopted with Board direction for staff to adjust the proposed revenues and
expenditures accordingly.
Andrea Salazar
May 15,2025
Page 2
SCHEDULE: Rate changes effective July 1, 2025
COSTS: N/A
ACCOUNT NO: N/A
BUDGETED AMOUNT AVAILABLE: N/A
IDENTIFIED CAPITAL IMPROVEMENT PROJECT (CIP): ❑ Yes ❑ No ® N/A
ATTACHMENTS: Resolution 3308-25, Service Charge Rates
CONCURRENCE WITH REQUESTED ACTION: CATEGORY: Sewer/Water
GENERAL MANAGER: YES NO
CHIEF FINANCIAL OFFICER: YES NO
1
RESOLUTION NO. 3308-25
2
3 A RESOLUTION OF THE BOARD OF DIRECTORS
OF THE SOUTH TAHOE PUBLIC UTILITY DISTRICT
4 CONFIRMING THE WATER AND SEWER SERVICE CHARGE RATES
5 FOR FISCAL YEAR 2025/26
6
7 WHEREAS, on May 16, 2024, the Board of Directors of the South Tahoe Public
Utility District held a public hearing on proposed changes in rates and charges which
8 were issued with a Proposition 218 notice that was mailed to all District account
9 holders; and
10 WHEREAS, on May 16, 2024, the Board of Directors of the South Tahoe Public
11 Utility District approved Ordinance 589-24, adopting a five-year water service charge
rate schedule and a five-year sewer service charge rate schedule; and
12
WHEREAS, Ordinance 589-24 requires the District's Board of Director's
13 confirmation of the water and sewer service charge rates in Fiscal Years 2025/26,
14 2026/27, 2027/28 and 2028/29; and
15 WHEREAS, on April 3, 2025, the Board of Directors of the South Tahoe Public
16 Utility District held a public meeting and directed District staff to develop the
proposed budget for fiscal year 2025/26 with a proposed water service charge rate
17 increase of 9.5% and a sewer service charge rate increase of 9.5% to fund the
18 2025/26 capital improvement plan and operating budget of the Water and Sewer
Enterprise Funds.
19
20 NOW, THEREFORE BE IT RESOLVED, by the Board of Directors of the South Tahoe
Public Utility District that the water and sewer service charge rates for the Fiscal Year
21 2025/26 included in the attached Water and Sewer Rate Schedules are confirmed,
22 effective July 1, 2025.
23 WE, THE UNDERSIGNED, do hereby certify that the above and foregoing
24 Resolution was duly and regularly adopted and passed by the Board of Directors of
the South Tahoe Public Utility District at a regular meeting duly held on the 15t" day of
25 May 2025, by the following vote:
26
AYES:
27
28 NOES:
ABSENT:
1
2
3
4
5 Shane Romsos, Board President
South Tahoe Public Utility District
6
7 ATTEST:
8
9
Melonie Guttry, Executive Services Manager/
10 Clerk of the Board
11 South Tahoe Public Utility District
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
Resolution No.3308-25
Page 2
May 15,2025
General Manager
Paul Hughes
Yg5p Directors
��e� h'8ter 5outh Tahoe Nici<Haven
Shane'Romsos
Joel Henderson
Public, Utility District
Kelly Sheehan
NicK Exline
1275 Meadow Crest Prive•South Lake Tahoe■CA 96150-7401
Phone 530 544-0474•Fax 530 541-0614•www.5tpud.u5
BOARD AGENDA ITEM 6b
TO: Board of Directors
FROM: Andrea Salazar, Chief Financial Officer
MEETING DATE: May 15, 2025
ITEM- PROJECT NAME: Fiscal Year 2025/26 Water Enterprise Fund Budget
REQUESTED BOARD ACTION: Adopt Resolution 3309-25 for the Fiscal Year 2025/26 Water
Enterprise Fund Budget and authorize staff to incorporate any adjustments or changes
necessary as a result of Board action.
DISCUSSION: The Fiscal Year 2025/26 Water Fund proposed budget in the amount of
$29,520,561 is fully funded and includes a 9.5% increase in service charge rates. The
budget includes $8,264,916 (28%) for capital projects, $2,675,000 (9.1%) for debt service,
$8,1 10,252 (27.5%) for operations and maintenance, and $10,470,393 (35.5%) for salaries
and benefits. If prior Board action is taken to adopt a service charge rate increase of
less than 9.5% staff is seeking as part of the requested Board action, approval to adjust
the budget and Resolution 3309-25 accordingly.
SCHEDULE: Budget must be adopted by July 1, 2025
COSTS: $29,520,561
ACCOUNT NO: Various
BUDGETED AMOUNT AVAILABLE: N/A
IDENTIFIED CAPITAL IMPROVEMENT PROJECT (CIP): ❑ Yes ❑ No ® N/A
ATTACHMENTS: Resolution 3309-25, Water Fund Budget Summary
CONCURRENCE WITH REQUESTED ACTION:_ CATEGORY: Water
GENERAL MANAGER: YES r NO
CHIEF FINANCIAL OFFICER: YES NO
1 RESOLUTION NO. 3309-25
2
A RESOLUTION OF THE BOARD OF DIRECTORS
3 OF THE SOUTH TAHOE PUBLIC UTILITY DISTRICT
4 ADOPTING THE BUDGET FOR THE WATER ENTERPRISE FUND
FOR FISCAL YEAR 2025/26
5
6
7 WHEREAS, on April 3, 2025, the Board of Directors of the South Tahoe Public Utility
8 District held a public meeting and directed District staff to develop the proposed
9 budget for fiscal year 2025/26 with a proposed water service charge rate increase of
9.5% to fund the 2025/26 water capital improvement plan and operating budget of the
10 Water Enterprise Fund.
11 NOW, THEREFORE BE IT RESOLVED, by the Board of Directors of the South Tahoe
12 Public Utility District that:
13 The attached budget in the amount of $29,520,561 is adopted for the Fiscal Year
14 beginning July 1, 2025, and ending June 30, 2026.
15 WE THE UNDERSIGNED, do hereby certify that the above and foregoing
16 Resolution No. 3309-25 was duly and regularly adopted and passed by the Board of
17 Directors of the South Tahoe Public Utility District at a regular meeting duly held on the
18 15t" day of May 2025, by the following vote:
19
AYES:
20 NOES:
21 ABSENT:
22
23
Shane Romsos, Board President
24 South Tahoe Public Utility District
25 ATTEST:
26
27 Melonie Guttry, Clerk of the Board
28 South Tahoe Public Utility District
29
30
General Manager
Paul Hughes
Yg5p Directors
��e� h'8ter 5outh Tahoe Nici<Haven
Shane'Romsos
Joel Henderson
Public, Utility District
Kelly Sheehan
NicK Exline
1275 Meadow Crest Prive•South Lake Tahoe■CA 96150-7401
Phone 530 544-0474•Fax 530 541-0614•www.5tpud.u5
BOARD AGENDA ITEM 6c
TO: Board of Directors
FROM: Andrea Salazar, Chief Financial Officer
MEETING DATE: May 15, 2025
ITEM- PROJECT NAME: Fiscal Year 2025/26 Sewer Enterprise Fund Budget
REQUESTED BOARD ACTION: Adopt Resolution 3310-25 for the Fiscal Year 2025/26 Sewer
Enterprise Fund Budget and authorize staff to incorporate any adjustments or changes
necessary as a result of Board action.
DISCUSSION: The Fiscal Year 2025/26 Sewer Fund proposed budget in the amount of
$40,515,796 is fully funded and includes a 9.5% increase in service charge rates. The
budget includes $10,034,175 (24.8%) for capital projects, $3,896,000 (9.6%) for debt
service, $1 1,184,589 (27.6%) for operations and maintenance, and $15,401,032 (38%) for
salaries and benefits. If prior Board action is taken to adopt a service charge rate
increase of less than 9.5% staff is seeking as part of the requested Board action,
approval to adjust the budget and Resolution 3310-25 accordingly.
SCHEDULE: Budget must be adopted by July 1, 2025
COSTS: $40,515,796
ACCOUNT NO: Various
BUDGETED AMOUNT AVAILABLE: N/A
IDENTIFIED CAPITAL IMPROVEMENT PROJECT (CIP): ❑ Yes ❑ No ® N/A
ATTACHMENTS: Resolution 3310-25, Sewer Fund Budget Summary
CONCURRENCE WITH REQUESTED ACTION: CATEGORY: Sewer
GENERAL MANAGER: YES 14L NO
CHIEF FINANCIAL OFFICER: YES NO
1 RESOLUTION NO. 3310-25
2 A RESOLUTION OF THE BOARD OF DIRECTORS
3 OF THE SOUTH TAHOE PUBLIC UTILITY DISTRICT
ADOPTING THE BUDGET FOR THE SEWER ENTERPRISE FUND
4 FOR FISCAL YEAR 2025/26
5
6
7 WHEREAS, on April 3, 2025, the Board of Directors of the South Tahoe Public Utility
8 District held a public meeting and directed District staff to develop the proposed
budget for fiscal year 2025/26 with a proposed sewer service charge rate increase of
9 9.5% to fund the 2025/26 sewer capital improvement plan and operating budget of the
10 Sewer Enterprise Fund.
11 NOW, THEREFORE BE IT RESOLVED, by the Board of Directors of the South Tahoe
12 Public Utility District that:
13 The attached budget in the amount of $40,515,796 is adopted for the Fiscal Year
14 beginning July 1, 2025, and ending June 30, 2026.
15 WE THE UNDERSIGNED, do hereby certify that the above and foregoing
16 Resolution No. 3310-25 was duly and regularly adopted and passed by the Board of
17 Directors of the South Tahoe Public Utility District at a regular meeting duly held on the
18 15t" day of May 2025, by the following vote:
19
AYES:
20 NOES:
21 ABSENT:
22
23
Shane Romsos, Board President
24 South Tahoe Public Utility District
25
ATTEST:
26
27 Melonie Guttry, Clerk of the Board
28 South Tahoe Public Utility District
29
30
General Manager
Paul Hughes
Yg5p Directors
��e� h'8ter 5outh Tahoe Nici<Haven
Shane'Romsos
Joel Henderson
Public, Utility District
Kelly Sheehan
NicK Exline
1275 Meadow Crest Prive•South Lake Tahoe■CA 96150-7401
Phone 530 544-0474•Fax 530 541-0614•www.5tpud.u5
BOARD AGENDA ITEM 6d
TO: Board of Directors
FROM: Mark Seelos, Water Resources Manager
MEETING DATE: May 15, 2025
ITEM- PROJECT NAME: 2025 Test Well Project
REQUESTED BOARD ACTION: Reauthorize staff to advertise for construction bids for the
test well drilling and installation component of the 2025 Test Well Project.
DISCUSSION: At its regular meeting on May 1, 2025, the Board authorized staff to
proceed with advertising construction bids for the 2025 Test Well Project. This scope of
work included the construction of a single test well at the District-owned parcel located
at 942 Tanglewood Drive.
At the same meeting, the Board also authorized the General Manager to finalize the
acquisition of the property at 2438 Cattlemans Trail. One of the primary objectives of
this acquisition is to explore potential water resources; however, the unknown depth to
basement rock at the site introduces uncertainty that requires further investigation. To
address this, staff has been collaborating with the District's hydrogeological consultant,
Best Environmental Subsurface Sampling Technologies (BESST), to develop a scope of
work for a seismic survey that would determine the depth to basement rock.
Due to extended lead times of 6-8 weeks and uncertain cost estimates for the seismic
work, staff opted to proceed with the Tanglewood test well to ensure project progress
during the Summer 2025 window. While the Board approved advertising bids for a one-
well program with an estimated cost of $900,000, they also expressed a strong
preference to include testing at the Cattlemans site if feasible, citing potential cost
savings and operational efficiencies.
Following the Board meeting, staff met again with BESST to explore alternatives. BESST
provided a proposal for the seismic survey and data interpretation at a cost of $29,000,
approximately double staff's initial estimate. As an alternative, staff suggested including
the Cattlemans site as an additive bid item in the construction contract. This approach
would allow test well construction at the site without the delay and added cost of a
separate seismic study. If drilling encounters basement rock at an impractically shallow
Mark Seelos
May 15,2025
Page 2
depth, the District would instruct the contractor to halt work at that location, and the
borehole would be properly abandoned in accordance with regulatory requirements.
BESST estimates that this would cost approximately the same as conducting the seismic
study.
Staff requests reauthorization to advertise for construction bids for the 2025 Test Well
Project to include two sites: 942 Tanglewood Drive and 2438 Cattlemans Trail. The
updated cost estimate is $1,600,000.
SCHEDULE: May 2025 - October 2025
COSTS: $1,600,000
ACCOUNT NO: 20.30.8677
BUDGETED AMOUNT AVAILABLE: $1,753,000 (2026 CIP)
IDENTIFIED CAPITAL IMPROVEMENT PROJECT (CIP): M Yes ❑ No ❑ N/A
ATTACHMENTS: None
CONCURRENCE WITH REQUESTED ACTION: CATEGORY: Water
GENERAL MANAGER: YES NO
CHIEF FINANCIAL OFFICER: YES NO
General Manager
Paul Hughes
e( �g50 W Directors
at South
Tahoe Nici<Haven
ShaneRomsos
_ _ � Joel Henderson
FubIic Utility District Kelly$heehan
Nick Exline
1275 Meadow Crest[Drive•5outh Lake Tahoe■CA 96150-7401
Phone 530 544-6474•Fax 530 541-0614•www otpud.u5
BOARD AGENDA ITEM 6e
TO: Board of Directors
FROM: Mark Seelos, Water Resources Manager
MEETING DATE: May 15, 2025
ITEM- PROJECT NAME: Al Tahoe/Bayview Well Backup Power
REQUESTED BOARD ACTION: (1) Approve exemption from formal competitive solicitation
based on the District's Purchasing Policy exemption when using competitively awarded
cooperative agreements that leverage the State's buying power; and (2) Authorize the
General Manager to execute a purchase order with Empire Cat under Sourcewell
Contract Number 092222-CAT in the amount of $379,344 for the purchase of a Cat
XQ570 Mobile Generator Set to be provided for the Al Tahoe/Bayview Well Backup
Power Project.
DISCUSSION: The Al Tahoe/Bayview Well Backup Power Project (Project) is currently
advertised for construction bids, with the bid opening scheduled for June 3, 2025. The
Project includes the use of a shared portable generator to provide emergency power
to either the Al Tahoe Well or the Bayview Well. To reduce costs and mitigate potential
scheduling delays, the project specifications and contract documents designate the
generator as owner-furnished equipment.
In alignment with District standards, which specify the use of Caterpillar generators for
units 500 kilowatt and larger, the District's design consultant, Kennedy Jenks, solicited a
quote from Caterpillar for a 500 kilowatt XQ570 generator. The quote returned a price
of $475,000 and a lead time of 72 weeks. To explore cost-saving opportunities, the
District contacted Empire Cat and received Sourcewell pricing of $379,344 for an
equivalent in-stock unit with a two-week lead time.
Pre-purchasing this generator would save the District over$100,000 plus contractor
markup and secure the equipment well in advance of the Fall 2025 operational need:
when the generator will be required to support the Bayview Well during construction at
Al Tahoe Well. Empire Cat has held this unit under a right of first refusal for the District
since February 26, 2025.
Mark Seelos
May 15,2025
Page 2
Staff recommends that the Board authorize the General Manager to execute a
purchase order with Empire Cat for the generator as owner-furnished equipment. The
generator will then be supplied to the selected contractor for integration into the Al
Tahoe/Bayview Well Backup Power Project.
SCHEDULE: Upon Board Approval
COSTS: $379,344
ACCOUNT NO: 20.30.8372/ATWPWR
BUDGETED AMOUNT AVAILABLE: $43,565 (2025); $3,157,000 (2026-2028)
IDENTIFIED CAPITAL IMPROVEMENT PROJECT (CIP): M Yes ❑ No ❑ N/A
ATTACHMENTS: Empire Cat Quote
CONCURRENCE WITH REQUESTED ACTION: CATEGORY: Water
GENERAL MANAGER: YES AL NO
CHIEF FINANCIAL OFFICER: YES NO
Date Feb 26, 2025
emraiRe
i Quote Expires June 1,2025
Quote No.
1550 E Greg St/Sparks, Nevada 89431
Revision 01
775-527-8818
Sourcewell Proposal
Sourcewell Contract#092222-CAT
Project Name: South Tahoe Public Utility District—02/26/25
We are pleased to provide pricing per the following proposal and bill of materials.
The following documents were reviewed prior to completion and delivery of this proposal:
1. None.
CAT XQ570 Mobile Generator Set List Price: $482,716
SW Member Discount: $111,025
Net Priced Items: N/A
Sourcewell Sale Price: $371,691
Services/Sourced Goods
Freight, Startup and Commissioning List Price: $8,056
SW Member Discount: $403
Sourcewell Services Total: $7,653
Sourcewell Total Price: $379,344
LEAD TIMES:
- SUBMITTALS 1-3 Weeks
- PRODUCTION—
o XQ570 Mobile Generator Set—2 weeks after equipment release
Price includes freight to job site, start up, commissioning, site testing and owner training on equipment provided by Empire Southwest.
Also includes Standard Caterpillar parts and labor warranty on generator from date of startup.
This quote does not include additional testing,equipment or certifications in specifications/drawings not supplied to Empire
Southwest.
ALL PRICES UNLESS SPECIFICALLY NOTED ARE FOB SITE WITH OFFLOAD AND INSTALLATION BY OTHERS, PLUS ANY
APPLICABLE TAX.
NOT INCLUDED: CRANE TO OFFLOAD, INSTALLATION, FUEL,TAX.
Thank you for the opportunity to quote this equipment.
Sincerely,
Page 1
EMPIRE SOUTHWEST
Bob St. Denis
Power Rental Account Manager
Cell: (775)527-8818 1 Email: bobst.den is(o)_empire-cat.com
Page 2
Project Clarifications, Deviations, and Exceptions:
Empire Southwest takes general exception to specified products, services, and attachments which are proprietary to any
other manufacturer.
1. Full submittal will be issued for review and approval before equipment is released to order.
2. All installation provided by others.
3. All nameplates, infrared scanning and coordination study provided by others.
4. Anchoring provided by others.
5. Clarification—Maintenance contract cost will be provided upon installation and commissioning of equipment. A Product
Support Sales Representative will be chosen and will contact the end user for contract pricing.
TERMS AND CONDITIONS
Client acknowledges that this quotation is subject to price changes and availability of goods. Machine sales payments are due Net 10;
all others Net 30. Unless otherwise agreed in writing by an Executive of Empire Southwest, LLC("Empire"),the purchase of goods or
services from Empire will be governed solely by Empire's terms and conditions of sales and service(the"Sales and Service terms"),
which are available at www.Empire-cat.com/salesserviceterms, and the rental of equipment from Empire will be governed solely by
Empire's rental terms and conditions(the"Rental Terms"),which are available at www.Empire-cat.com/rentalterms, or such other
successor websites at which Empire posts its Sales and Service terms and its Rental Terms(collectively, the"Terms")from time to
time.A hard copy of the Terms is available upon written request to terms.conditions(a)Empire-cat.com. Empire's Terms are hereby
incorporated by reference into this document. By purchasing goods or services from Empire, delivering equipment to Empire for
service, or renting equipment from Empire,you agree to be bound by Empire's Terms exactly as written. Client is responsible for all
disassembly and reassembly charges. Because it is impossible to determine the extent of wear on internal components, additional
labor and parts may be required following disassembly.
Page 3
General Manager
Paul Hughes
�g5p rectors
` '�� Tahoe
NicK Haven
5u Shane Romsos
_ Joel Henderson
Public, Utility District Kellysheehan
NICK Exline
1275 Meadow Crest IJrive•South Lake Tahoe■CA 96150-7401
Phone 530 544-0474•Fax 530 541-0614•www.5tpud.u5
BOARD AGENDA ITEM 6f
TO: Board of Directors
FROM: Laura Hendrickson, Associate Engineer
MEETING DATE: May 15, 2025
ITEM- PROJECT NAME: Bijou 1 Waterline Replacement Project
REQUESTED BOARD ACTION: 1) Waive minor irregularities identified in the bid from the
lowest responsive, responsible bidder; 2) Award the Contract for the Bijou 1 Waterline
Replacement Project to the lowest responsive, responsible bidder; and 3) Authorize the
General Manager to enter into a Reimbursement Agreement with the City of South
Lake Tahoe to provide road repairs related to the Bijou 1 Waterline Replacement
Project in an amount not to exceed $662,500.
DISCUSSION: On March 6, 2025, the Board authorized staff to advertise for construction
bids for the Bijou 1 Waterline Replacement Project (Project). The Project replaces
approximately 7,400 feet of undersized and failing steel waterlines in the Deer Park and
Takela/Fremont neighborhoods. The Project will upsize water mains, replace water
services, while both adding and replacing fire hydrants throughout the neighborhoods.
The Project scope has been increased to eliminate dead ends and improve water
quality on Sandy Way in the Takela/Fremont neighborhood. The Project is within the City
of South Lake Tahoe and construction is planned for summer 2025.
A mandatory pre-bid conference was held on April 2, 2025, with nine general
contractors in attendance.
The original Engineer's Estimate for this project was $3,572,400. An additional 990 linear
feet of waterline was added to the scope before bid opening, bringing the Engineer's
Estimate to $3,928,975. This project also includes a $100,000 lump sum bid item for as-
needed work on the sewer system and a $100,000 lump sum bid item for as-needed
work on the water system, to be performed by the contractor at the direction of the
District.
A total of $2,629,606 is budgeted for the Project. The Project is being funded by a low-
interest Drinking Water State Revolving Fund (SRF) Loan. The current loan amount is
$2,300,000. District staff is coordinating with SRF staff to amend the final budget to
reflect the total bid and cost of City reimbursement.
Laura Hendrickson
May 15,2025
Page 2
The bid opening occurred at 2:00 p.m. on Thursday, May 8, 2025. Four bids were
received, ranging from $3,918,930 to $4,652,860. The protest period has been scheduled
to end at 2:00 p.m. on Wednesday, May 15, 2025. A summary of all bids, along with staff
recommendations will be provided prior to and at the Board meeting.
SCHEDULE: Upon Board Approval
COSTS: $3,918,930
ACCOUNT NO: 20.30.7520 (BIJ1 WL)
BUDGETED AMOUNT AVAILABLE: $38,606 (FY 24/25); $1,200,000 (FY 25/26);
$1,391,000 (FY 26/27)
IDENTIFIED CAPITAL IMPROVEMENT PROJECT (CIP): M Yes ❑ No ❑ N/A
ATTACHMENTS: Bid Summary Memo to be provided prior to and at the Board meeting;
Draft City Reimbursement Agreement
CONCURRENCE WITH REQUESTED ACTION: CATEGORY:
CATEGORY: Water
GENERAL MANAGER: YES— /4� NO
CHIEF FINANCIAL OFFICER: YES NO
CITY OF SOUTH LAKE TAHOE
AGREEMENT
FOR ROAD REPAIRS
This Agreement is made and entered into as of by and between
the City of South Lake Tahoe, a municipal corporation ("City") and South Tahoe Public
Utility District, a California Special District ("the District").
RECITALS
1 . In the 2025 construction season, the District intends to replace waterlines and
associated appurtenances as part of the Bijou 1 Waterline Replacement
Project in the Bijou neighborhood of the City of South Lake Tahoe in
accordance with plans and the schedule attached hereto as Exhibit "A"
("Project").
2. The Project requires cutting the pavement surface to allow trenching and
subsurface excavations within the City' s public rights- of way. Accordingly, on
May 13, 2025 the District applied for an Encroachment Permit with the City of
South Lake Tahoe, so that its contractor can construct the Project (the
"Permittee").
3. As provided in the City's Encroachment Permit, the Permittee is required to
repair the section of the road impacted by the Project in accordance with the
City' s Public Improvements and Engineering Standards (PIES).
4. The City's PIES requires full-width traffic lane pavement surface grinding and
asphalt concrete overlay, two inches in depth where trenching work extends
250 linear feet or more. In addition, transverse pavement trenching in excess of
3 road cuts within 250 lineal feet of roadway also require full-width traffic lane(s)
of pavement surface grinding and asphalt concrete overlay, two inches in
depth.
5. For the purpose of the Project, the City and the District have agreed to limit
the extent of pavement repair work performed by the District and the District
will compensate the City in the amount provided in this Agreement for the
cost of pavement grinding and overlay of City streets required in accordance
with the City's PIES. For the purpose of the Project, the City prefers receipt of
payment from the District in lieu of the District performing the standard PIES
required pavement grinding and overlay work.
6. The City has an annual pavement rehabilitation program that may involve
grinding or pulverizing the full street width of existing pavement surfaces and
paving streets with asphalt concrete pavement.
1
CITY OF SOUTH LAKE TAHOE AGREEMENT FOR ROAD REPAIRS
BIJOU 1 WATERLINE REPLACEMENT PROJECT
7. The City routinely enters into public works contracts to maintain City roads and
may achieve economies of scale by including more road sections in future
contracts. The parties desire to enter into this Reimbursement Agreement to
achieve efficiencies and better service for their respective customers.
8. The parties desire to enter into this Reimbursement Agreement to achieve
efficiencies and better service for their respective customers.
AGREEMENT
l . District Obligations
a. Instead of repaving the City-maintained roads following the Project, the District
agrees to make permanent trench or pothole repairs and compensate the City
in the amount provided in Exhibit B, to repave the sections of City-maintained
roads, which is the amount the District would have paid its contractor for
pavement surface grinding and asphalt concrete overlay under the PIES
("Repavement Work"). For the purposes of this Agreement, the permanent
trench repairs performed by the District are defined as repairing the pavement
the width of the trench (minimum of 4 ft) with 4" minimum compacted AC or
match existing AC depth.
b. The District shall pay City for Repavement Work in the amount provided in
Exhibit B, based on actual all-inclusive bid unit prices received by the District.
The District's payment shall be made in a lump sum amount within 30 days of
receiving a written payment request from the City.
c. In no case shall the District be responsible for additional reimbursement to the
City for Repavement Work associated with the Project, regardless of any price
escalation or increased costs to the City for its future paving work including the
Repavement Work.
d. Neither City or any officer or employee thereof is responsible for any injury,
damage, or liability occurring by reason of anything done or omitted to be
done by District under or in connection with any work, authority, or jurisdiction
arising under this Agreement. It is understood and agreed that District shall fully
defend, indemnify, and save harmless City and all of its officers and employees
from all claims, suits, or actions of every name, kind, and description brought
forth under, including, but not limited to, tortious, contractual, inverse
condemnation, and other theories or assertions of liability occurring by reason
of anything done or omitted to be done by District under this Agreement.
2. City Obligations
2
CITY OF SOUTH LAKE TAHOE AGREEMENT FOR ROAD REPAIRS
BIJOU 1 WATERLINE REPLACEMENT PROJECT
a. All Repavement work performed by the City shall be completed under a public
works contract for road repair and be awarded through a competitive bid
process in accordance with California Public Contract Code, section 22030 et
seq. City shall pay prevailing wage for the Repavement Work in accordance
with California Labor Code section 1770 et seq. City shall require Payment and
Performance Bonds in the amount of 100% of Repavement Work.
b. City will complete the paving of the Repavement Work at the appropriate
time, in its sole discretion, based on the City's annual paving needs and
priorities.
c. City shall send to the District a written reimbursement request.
d. City shall use the funds received for the Repavement Work towards repaving
roads within the City of South Lake Tahoe, including minor storm drain and
ancillary roadway improvements.
e. Neither District or any officer or employee thereof is responsible for any injury,
damage, or liability occurring by reason of anything done or omitted to be
done by City under or in connection with any work, authority, or jurisdiction
arising under this Agreement. It is understood and agreed that City shall fully
defend, indemnify, and save harmless District and all of its officers and
employees from all claims, suits, or actions of every name, kind, and description
brought forth under, including, but not limited to, tortious, contractual, inverse
condemnation, and other theories or assertions of liability occurring by reason
of anything done or omitted to be done by City under this Agreement.
3. Term/Time of Performance. This Agreement shall be effective as of the date written
above, and shall terminate twelve (12) months after the effective date, or sooner
if full payment has been made in accordance with the provisions of this
Agreement or this Agreement is terminated in accordance with Section 3.
4. Payment. The City will prepare a written invoice based on the unit price for
Repavement Work as defined in Exhibit B and the actual area of Repavement
Work as determined by the method detailed in Exhibit B after completion of the
Project. The City will submit the invoice to the District for payment within thirty (30)
days after completion of the Project. The District will issue payment within sixty (60)
after receipt of invoice.
5. Termination. This Agreement may be terminated by City or District for cause or
without cause upon written notice of termination within thirty (30) days after
Project bid opening. Termination, revocation, or expiration of this Agreement shall
not release either party from liability resulting from an event which occurred prior
to such termination, revocation or expiration.
6. Indemnity. The District shall defend, indemnify, and hold the City, its officers,
3
CITY OF SOUTH LAKE TAHOE AGREEMENT FOR ROAD REPAIRS
BIJOU 1 WATERLINE REPLACEMENT PROJECT
officials, employees, and volunteers harmless against and from any and all claims,
suits, losses, damages, and liability for damages of every name, kind, and
description, including attorney' s fees and costs incurred, brought for, on or
account of, injuries or death to any person, including but not limited to workers,
City employees, and the public, or damage to property, or any economic or
consequential losses, which are claimed to or in any way arise out of the District's
performance under this Agreement, except for the sole or active negligence of
the City, its officers and employees, or as expressly prescribed by statute. This duty
of the District to indemnify and save City harmless includes the duties to defend
set forth in California Civil Code section 2778.
City shall defend, indemnify, and hold the District, its officers, officials, employees,
and volunteers harmless against and from any and all claims, suits, losses,
damages, and liability for damages of every name, kind, and description,
including attorney' s fees and costs incurred, brought for, on or account of, injuries
or death to any person, including but not limited to workers, District employees,
and the public, or damage to property, or any economic or consequential losses,
which are claimed to or in any way arise out of City' s performance under this
Agreement, except for the sole or active negligence of the District, its officers and
employees, or as expressly prescribed by statute. This duty of City to indemnify and
save the District harmless includes the duties to defend set forth in California Civil
Code section 2778.
7. Insurance Requirements. City and the District attest to having adequate insurance
for General Liability and Automobile Liability, and in accordance with California
Labor Code section 3700 for Workers' Compensation and shall provide evidence
of insurance if requested to do so by the other party.
8. Notices. Any notice required to be given under this Agreement shall be in writing
and either served personally or sent prepaid, first class mail. Any such notice shall
be addressed to the other party at the address set forth below. Notice shall be
deemed communicated within 48 hours from the time of mailing if mailed as
provided in this section.
If to City: Public Works Director
City of South Lake Tahoe
1740 D Street
South Lake Tahoe, CA 96150
Provide a copy to: City Attorney's Office
City of South Lake Tahoe
1901 Maloff Way, Suite 300
South Lake Tahoe, CA 96150
If to the District: General Manager
South Tahoe Public Utility District
1275 Meadow Crest Drive
4
CITY OF SOUTH LAKE TAHOE AGREEMENT FOR ROAD REPAIRS
BIJOU 1 WATERLINE REPLACEMENT PROJECT
South Lake Tahoe, CA 96150
9. Assignment. Neither party shall assign this Agreement or any part thereof of any
monies due hereunder.
10.No Third Party Beneficiaries. This Agreement shall not be deemed to confer any
rights upon any individual or entity which is not a party hereto, and the Parties
hereto expressly disclaim any such third-party benefit.
1 'I .Waiver. Waiver of a breach or default under this Agreement shall not constitute a
continuing waiver of a subsequent breach of the same or any other provision
under this Agreement.
12.Dispute Resolution. The parties to this Agreement agree that their respective staffs
shall meet and confer in good faith for the purposes of resolving any dispute under
this Agreement. If the meet and confer between staff is unsuccessful to resolve the
dispute, the City Manager and the District General Manager shall then meet and
confer in attempt to resolve the dispute. If the dispute is still not resolved, either
party may file an action in court.
13.Controlling Law Venue. This Agreement and all matters relating to it shall be
governed by the laws of the State of California and any action brought relating to
this Agreement shall be held exclusively in the Superior Courts in the County of El
Dorado, South Lake Tahoe Division.
14.Amendments. This Agreement may be modified or amended only by a written
document executed by both the District and City and approved as to form by the
City Attorney.
15.Severability. If any term or portion of this Agreement is held to be invalid, illegal, or
otherwise unenforceable by a court of competent jurisdiction, the remaining
provisions of this Agreement shall continue in full force and effect.
16.Entire Agreement. This Agreement constitutes the complete and exclusive
statement of Agreement between City and the District. All prior written and oral
communications, including correspondence, drafts, memoranda, and
representations, are superseded in total by this Agreement.
17.Execution. This Agreement may be executed in several counterparts, each of
which shall constitute one and the same instrument and shall become binding
upon the Parties when at least one copy hereof shall have been signed by both
Parties hereto. In approving this Agreement, it shall not be necessary to produce
or account for more than one such counterpart.
18.Authority to Enter Agreement. The Parties have all requisite power and authority to
conduct their business and to execute, deliver, and perform the Agreement. Each
party warrants that the individuals who have signed this Agreement have the legal
power, right, and authority to make this Agreement and to bind each respective
5
CITY OF SOUTH LAKE TAHOE AGREEMENT FOR ROAD REPAIRS
BIJOU 1 WATERLINE REPLACEMENT PROJECT
party.
IN WITNESS WHEREOF, the parties have caused this Agreement to be executed on the
date first written above.
CITY OF SOUTH LAKE TAHOE SOUTH TAHOE PUBLIC UTILITY DISTRICT
Tamara Wallace, Mayor Paul Hughes, General Manager
APPROVED AS TO FORM:
Heather Stroud, City Attorney
ATTEST: ATTEST:
Susan Blankenship, City Clerk Melonie Guttry, Clerk of the Board
ATTACHMENTS:
Exhibit A: Project Schedule and Plans
Exhibit B: Costs for Repavement Work
6
CITY OF SOUTH LAKE TAHOE AGREEMENT FOR ROAD REPAIRS
BIJOU 1 WATERLINE REPLACEMENT PROJECT
EXHIBIT A
PROJECT SCHEDULE AND PLANS
Schedule
Mobilization - June 1 st, 2025
Demobilization - October 15t", 2025
7
CITY OF SOUTH LAKE TAHOE AGREEMENT FOR ROAD REPAIRS
BIJOU 1 WATERLINE REPLACEMENT PROJECT
EXHIBIT B
COSTS FOR REPAVEMENT WORK
Item Value
Repavement Area (sf)* 106,000
Negotiated Unit Price $/sf $5.00
Total Anticipated Repavement Cost ($)* $530,000
(Negotiated Unity Price x Repavement Area)
Maximum Authorized Repavement Cost ($)
Total Anticipated Repavement Cost + 25% $662,500
*Estimated value only. Actual Repavement Cost to be determined after
construction, based on actual installed quantity of mainline trench in paved areas.
8
CITY OF SOUTH LAKE TAHOE AGREEMENT FOR ROAD REPAIRS
BIJOU 1 WATERLINE REPLACEMENT PROJECT
General Manager
Paul Hughes
Yg5p Directors
��e� h'8ter 5outh Tahoe Nici<Haven
Shane'Romsos
Joel Henderson
Public, Utility District
Kelly Sheehan
NicK Exline
1275 Meadow Crest Prive•South Lake Tahoe■CA 96150-7401
Phone 530 544-0474•Fax 530 541-0614•www.5tpud.u5
BOARD AGENDA ITEM 6g
TO: Board of Directors
FROM: Chris Stanley, Manager of Field Operations
MEETING DATE: May 15, 2025
ITEM- PROJECT NAME: City of South Lake Tahoe Reimbursement Agreement
REQUESTED BOARD ACTION: Approve Reimbursement Agreement with the City of South
Lake Tahoe for work performed on District facilities related to the City's 2025 Road
Rehabilitation Project in an amount not to exceed $137,250.
DISCUSSION: The City of South Lake Tahoe (City) is performing its 2025 Road
Rehabilitation Project in the Herbert Walkup area where South Tahoe Public Utility
District (District) replaced its waterlines last year. The purpose of this item is to enter into
a Reimbursement Agreement (Agreement) to pay for work performed on District
facilities. The only anticipated work is lowering and raising manholes and valve boxes to
accommodate the pavement grind, a normal industry practice. The work to lower or
raise the District's facilities were included in the City's bid and includes sixty-one
manholes and/or valves. The low bidder's price for the work was $1,800 for each unit
resulting in a total of $109,800. The final reimbursement amount will be based on a
report provided by the City which will be verified by District staff. A 25% contingency is
included in the Agreement for quantity changes, resulting in a total amount of
$137,250.
SCHEDULE: Upon Board Approval
COSTS: Not to exceed $137,250
ACCOUNT NO: 20.24.6043; 10.22.6043
BUDGETED AMOUNT AVAILABLE: $9,120; $15,000 (2024/2025); $50,000 (2025/2026)
ATTACHMENTS: Reimbursement Agreement with City of South Lake Tahoe
CONCURRENCE WITH REQUESTED ACTION: CATEGORY: Sewer/Water
GENERAL MANAGER: YES 14r NO
CHIEF FINANCIAL OFFICER: YES NO
Reimbursement Agreement
Between
City of South Lake Tahoe&
South Tahoe Public Utility District
This AGREEMENT, entered into effect on , is between the City of South Lake
Tahoe,a municipality of the State of California,referred to herein as"CITY,"and the South Tahoe Public Utility
District,referred to herein as"DISTRICT."
Recitals
1. CITY secured funding,prepared contract documents,will advertise,and intends to award and administer
a construction contract for the approved work, to be completed by the lowest responsible bidder, for
installation of improvements for the 2025 Road Rehabilitation Project, PWC #30150005, referred to
herein as "PROJECT." The project area includes the following streets: Walkup Rd, Hobart Rd, Aloha
Rd, Red Lake Rd, Warr Rd, Herbert Ave, Woodland Rd, Gilmore Lake Rd, Susie Lake Rd, Angora
Lakes Rd.
2. DISTRICT owns and maintains sanitary sewer and potable water utility facilities with surface
completions (valve boxes and sewer manholes) within the limits of the PROJECT which require
relocation and modifications to accommodate the PROJECT improvements, while continuing to meet
their intended purpose as water and sewer utilities in conformance with applicable regulations,as shown
on the PROJECT plans,identified by bid items,and referred to herein as"WORK."
3. DISTRICT hereby acknowledges review of PROJECT plans and contract specifications for the WORK
and agrees in principal to the construction in the manner proposed.
4. DISTRICT agrees to pay the CITY for the approved WORK,on the basis of identified bid items for the
PROJECT,which are incorporated by this reference and noted herein to this Agreement.
5. DISTRICT agrees to make payment to the CITY for the WORK performed on behalf of the DISTRICT.
6. The terms of this Agreement shall supersede any inconsistent terms of any prior agreement or
Memorandum of Understanding relating to the WORK.
7. The parties define herein below the terms and conditions under which the WORK is to be financed,
constructed,owned,operated, and maintained.
I. CITY Agrees:
1. To perform the WORK in accordance with the PROJECT plans in order to achieve its intended purpose.
2. All WORK performed by CITY or on its behalf by a licensed contractor, shall be monitored for
compliance with the PROJECT plans and contract specifications by CITY personnel or CITY's
designated representative.
3. To permit DISTRICT personnel to monitor, participate, and perform any additional quality assurance
measures as deemed necessary for compliance of the WORK with DISTRICT standards and practices.
4. Upon completion of the WORK and all work incidental thereto,to furnish the DISTRICT with a detailed
statement of construction costs,including specific location of each unit being charged,the basis of which
is identified bid items for the PROJECT subject to reimbursement from the DISTRICT
5. To the extent that the guarantees or bonds required by the CITY's contracts for the PROJECT pertain
to the WORK, the CITY agrees to enforce its rights thereunder in order to protect the DISTRICT'S
interests in the sanitary sewer and potable water utility facilities.
6. After completion of the WORK, the CITY agrees to enforce any contractor or product manufacturer
warranties or guarantees for the portion of the WORK that the CITY is performing for the DISTRICT
for the benefit of the DISTRICT.
7. Neither DISTRICT nor any officer or employee thereof is responsible for any injury,damage,or liability
occuring by reason of anything done or omotted to be done by CITY under or in connection with any
work,authority,or jurisdiction arising under this AGREEMENT. It is understood and agreed that CITY
shall fully defend, indemnify, and save harmless DISTRICT and all of its officers and employees from
all claims, suits, or actions of every name,kind, and description brought forth under, including,but not
limited to, tortious, contractual, inverse condemntation, or other theories or assertions of liability
incurring by reason of anything done or omitted to be done by CITY under this AGREEMENT.
II. DISTRICT Agrees:
1. To reimburse the CITY for the WORK performed, as shown on the PROJECT plans as well as any
additional relocation or modifications to the DISTRICT'S sanitary sewer and potable water utility
systems that is found necessary during construction that is first approved in writing by the DISTRICT.
2. The reimbursement payment to the CITY will be within 30 days of receipt of a detailed statement of
construction costs for the WORK; subsequent to final acceptance of the WORK by the DISTRICT and
payment for the WORK by the CITY to its contractor.
3. To perform, at no cost to CITY, any additional quality assurance measures as DISTRICT deems
necessary, beyond that which is currently scheduled for and identified in the PROJECT plans and
contract specifications.
4. To accept ownership of the completed constructed WORK, operate and maintain the constructed
facilities as part of the DISTRICT sanitary sewer and potable water utility systems.
5. Neither CITY nor any officer of employee thereof is responsible for any injury, damage, or liability
occurring by reason of anything done or omitted to be done by DISTRICT under or in connection with
any work, authority, or jurisdiction arising under this AGREEMENT. It is understood and agreed that
DISTRICT shall fully defend,indemnify,and save harmless CITY and all of its officers and employees
from all claims, suits, or actions of every name, kind, and description brought forth under, including,
but not limited to,tortious,contractual,inverse condemnation,and other theories or assertions of liability
occurring by reason of anything done or omitted to be done by DISTRICT under this AGREEMENT.
III. Mutually Agreed:
1. Upon completion of the WORK to be performed by CITY in accordance with the PROJECT plans and
contract specifications, the new sanitary sewer and potable water utilities shall become the property of
the DISTRICT. Deviations from the PROJECT plans and contract specifications for the WORK,
initiated by either the CITY or DISTRICT, shall be agreed upon by both parties hereto by Amendment.
2. Modifications to the WORK shall be mutually agreed upon by the parties to this Agreement and
memorialized in an Amendment to this Agreement.
3. If the PROJECT, which precipitated this Agreement, is canceled or modified so as to eliminate the
necessity of the WORK;the CITY will notify DISTRICT in writing and either party may then terminate
2
this Agreement. The DISTRICT shall reimburse the CITY for any portion of the WORK completed
prior to termination.
4. The CITY agrees to pay the contractor for work completed on the identified bid items, which are
incorporated by this reference as the WORK, subject to reimbursement from the DISTRICT. Any
changes in quantities of the bid items shall be agreed to by both the CITY and DISTRICT. The
DISTRICT Staff is authorized without Amendment to approve up to 125% of the total WORK of the
identified bid items herein which are based on the Unit Cost contract price for lowest responsible bidder
for the PROJECT.
5. That the parties will be relieved of their respective duties and obligations hereunder if performance of
this Agreement is prevented by the elements,natural disaster or acts of God, or if they are ordered or
enjoined from performing hereunder by any court or regulatory agency having jurisdiction. Either
party may discontinue performance of its duties and obligations hereunder if the other party breaches
any term or condition of this Agreement.
6. That the PROJECT bid items (by No.) representing the WORK are as follows, excluding storm drain,
gas or any other miscellaneous boxes:
Base Bid -Walkup Rd,Hobart Rd,Aloha Rd,Red Lake Rd, South Herbert Ave.
BID ESTIMATED UNIT BID BID ITEM
ITEM BID ITEM DESCRIPTION UNIT BID QTY PRICE TOTAL
NO.
Adjust Existing Manholes and Utility
4 Boxes/Valves to Grade EA 27 $1,800 $48,600
ADD BID ALT 1 Woodland Rd,ALT 2 North Herbert Ave,ALT 3 Gilmore Lake Rd,ALT 4 Susie
Lake Rd,ALT 5 Angora Lakes Rd,ALT 6 Warr Rd
BID
ITEM BID ITEM DESCRIPTION UNIT ESTIMATED BID BID ITEM TOTAL
NO. BID QTY PRICE
Adjust Existing Manholes and
A1.3 Utility Boxes/Valves to Grade EA 11 $1,800 $19,800
A2.3 Adjust Existing Manholes and
Utility Boxes/Valves to Grade EA 5 $1,800 $9,000
A3.3 Adjust Existing Manholes and
Utility Boxes/Valves to Grade EA 5 $1,800 $9,000
A4.3 Adjust Existing Manholes and
Utility Boxes/Valves to Grade EA 3 $1,800 $5,400
A5.3 Adjust Existing Manholes and
Utility Boxes/Valves to Grade EA 4 $1,800 $7,200
3
A6.3
Adjust Existing Manholes and
Utility Boxes/Valves to Grade EA 6 $1,800 $10,800
Contingency for changes in quantity(25%) $27,450.00
Maximum authorized reimbursement $137,250.00
IV General Provisions
1. Notices. Any notice required to be given under this Agreement shall be in writing and either served
personally or sent prepaid, first class mail. Any such notice shall be addressed to the other party at the
address set forth below.Notice shall be deemed communicated within 48 hours from the time of mailing
if mailed as provided in this section.
2. If to CITY: Anush Nejad
Director of Public Works
City of South Lake Tahoe
1052 Tata Lane
South Lake Tahoe, CA 96150
Provide a copy to: City Attorney
City of South Lake Tahoe
1901 Airport Road, Suite 300
South Lake Tahoe,CA 96150
If to DISTRICT South Tahoe Public Utility District
Attn: Paul Hughes, General Manager
1275 Meadow Crest Drive
South Lake Tahoe,CA 96150
3. No Waiver. Waiver of a breach or default under this Agreement shall not constitute a continuing waiver
of a subsequent breach of the same or any other provision under this Agreement.
4. Dispute Resolution. The parties to this Agreement agree that their respective staffs shall meet and confer
in good faith for the purposes of resolving any dispute under this Agreement. If the meet and confer
between staff is unsuccessful to resolve the dispute, the CITY Manager and the DISTRICT General
Manager shall then meet and confer in attempt to resolve the dispute. If the dispute is still not resolved,
either party may file an action in court.
5. Controlling Law Venue. This Agreement and all matters relating to it shall be governed by the laws of
the State of California and any action brought relating to this Agreement shall be held exclusively in the
Superior Courts in the County of El Dorado, South Lake Tahoe Division.
6. Amendments. This Agreement may be modified or amended only by a written document executed by
both DISTRICT and CITY and approved as to form by the City Attorney.
7. Severability. If any term or portion of this Agreement is held to be invalid, illegal, or otherwise
unenforceable by a court of competent jurisdiction, the remaining provisions of this Agreement shall
continue in full force and effect.
8. Entire Agreement. This Agreement constitutes the complete and exclusive statement of Agreement
between DISTRICT and CITY. All prior written and oral communications, including correspondence,
4
drafts,memoranda, and representations,are superseded in total by this Agreement.
9. Execution. This Agreement may be executed in several counterparts,each of which shall constitute one
and the same instrument and shall become binding upon the parties when at least one copy hereof shall
have been signed by both parties hereto. In approving this Agreement, it shall not be necessary to
produce or account for more than one such counterpart.
10. Authority to Enter Agreement. CITY and DISTRICT have all requisite power and authority to conduct
its business and to execute, deliver, and perform the WORK defined in this Agreement. Each party
warrants that the individuals who have signed this Agreement have the legal power,right,and authority
to make this Agreement and to bind each respective party.
11. No Third party Beneficiaries. This Agreement shall not be deemed to confer any rights upon any
individual or entity which is not a party to this Agreement and the parties expressly disclaim any such
third-party benefit.
IN WITNESS WHEREOF,the parties have caused this Agreement to be executed on the date first written above.
Tamara Wallace,Mayor Shane Romsos, Board President
City of South Lake Tahoe South Tahoe Public Utility District
APPROVED AS TO FORM:
Heather Stroud, City Attorney
ATTEST: ATTEST:
Susan Blankenship,City Clerk Melonie Guttry,Clerk of the Board
5
General Manager
Paul Hughes
Yg5p Directors
��e� h'8ter 5outh Tahoe Nici<Haven
Shane'Romsos
Joel Henderson
Public, Utility District
Kelly Sheehan
NicK Exline
1275 Meadow Crest Prive■South Lake Tahoe■CA 96150-7401
Phone 530 544-0474■Fax 530 541-0614■www.5tpud.u5
BOARD AGENDA ITEM 12a
TO: Board of Directors
FROM: Paul Hughes, General Manager
MEETING DATE: May 15, 2025
ITEM- PROJECT NAME: Conference with Legal Counsel - Existing Litigation
REQUESTED BOARD ACTION: Direct Staff
DISCUSSION: Pursuant to Section 54956.9(d)(1) of the California Government code,
Closed Session may be held for conference with legal counsel regarding existing
litigation: Yolo County Superior Court Case CV 2021-1686, Alpine County vs. South
Tahoe Public Utility District; et al.
SCHEDULE: N/A
COSTS: N/A
ACCOUNT NO: N/A
BUDGETED AMOUNT AVAILABLE: N/A
ATTACHMENTS: N/A
CONCURRENCE WITH REQUESTED ACTION: CATEGORY: General
GENERAL MANAGER: YES / NO
CHIEF FINANCIAL OFFICER: YES NO