HomeMy WebLinkAbout2025.05.20 Special Meeting District Board Agenda Packet SOUTH TAHOE PUBLIC UTILITY DISTRICT
AMENDED SPECIAL BOARD MEETING AGENDA
Wednesday, May 21, 2025 - 2:00 p.m.
District Board Room
1275 Meadow Crest Drive, South Lake Tahoe, California
Nick Haven, Vice President BOARD MEMBERS Kelly Sheehan, Director
Joel Henderson, Director Shane Romsos, President Nick Exline, Director
Paul Hughes, General Manager Andrea Salazar, Chief Financial Officer
1. CALL TO ORDER SPECIAL 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 (Public Comment in a Special Meeting is limited to only those items described
in the agenda (Government Code § 54954.3(a)). Each member of the public who wishes to comment shall be
allotted five minutes, and no more than four individuals shall address the same subject.)
3. CORRECTIONS TO THE AGENDA (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. BIJOU 1 WATERLINE REPLACEMENT PROJECT (Laura Hendrickson, Associate Engineer and Trevor Coolidge, Senior Engineer)
1) Find the bid received from White Rock Construction, Inc. to be non-responsive and reject
the bid; 2) Find the bid protest from Vinciguerra Construction, Inc. to be moot and reject the
protest; 3) Waive minor irregularities identified in the bid from Vinciguerra Construction, Inc.; 4)
Award the Contract for the Bijou 1 Waterline Replacement Project to Vinciguerra
Construction, Inc. in the amount of $3,974,140; and 5) 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.
5. ADJOURNMENT
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.
Public participation is encouraged. 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 for the disabled are needed
(i.e., disability-related aids, or other services), please contact the Clerk of the Board at (530) 544-6474, extension 6203, at least 24 hours in
advance of the meeting.
South Tahoe Public Utility District 1275 Meadow Crest Drive South Lake Tahoe, CA 96150
Phone 530.544.6474 Facsimile 530.541.0614 www.stpud.us
BOARD AGENDA ITEM 4
TO: Board of Directors
FROM: Laura Hendrickson, Associate Engineer
Trevor Coolidge, Senior Engineer
MEETING DATE: May 21, 2025
ITEM – PROJECT NAME: Bijou 1 Waterline Replacement Project
REQUESTED BOARD ACTION: 1) Find the bid received from White Rock Construction, Inc.
to be non-responsive and reject the bid; 2) Find the bid protest from Vinciguerra
Construction, Inc. to be moot and reject the protest; 3) Waive minor irregularities
identified in the bid from Vinciguerra Construction, Inc.; 4) Award the Contract for the
Bijou 1 Waterline Replacement Project to Vinciguerra Construction, Inc. in the amount
of $3,974,140; and 5) 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 and 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.
General Manager
Paul Hughes
Directors
Nick Haven
Shane Romsos
Joel Henderson
Kelly Sheehan
Nick Exline
Laura Hendrickson
May 21, 2025
Page 2
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.
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. As indicated in the attached
memorandum and bid summary by the Contracts Specialist, staff reviewed the two
apparent lowest bids for irregularities. There is an important distinction between
irregularities that are immaterial and ones that are material. Immaterial irregularities
may be waived by the Governing Board, in its discretion. Material irregularities generally
give the bidder an unfair competitive advantage or contain errors that would permit
the bidder to withdraw its bid. Material irregularities may not be waived.
The apparent low bid received from White Rock Construction, Inc. (WRC) included a
material irregularity in Bid Form 4: Subcontractor List. WRC listed two subcontractors with
the same description of work and failed to distinguish between the scope of work that
the two subcontractors would be performing. The bid form was ambiguous and may
have violated Public Contracting Code regarding subcontractor listing requirements. A
bid protest was received from Vinciguerra Construction, Inc. (VCI) on May 15, 2025 on
that basis. District staff considered the bid protest in its decision to recommend that
WRC’s bid be rejected.
District staff recommend rejecting the bid protest from VCI on the grounds that it is no
longer relevant. The second lowest bid received from VCI contained only minor
irregularities as listed in the attached memorandum prepared by the District’s Contracts
Specialist. Staff recommend that the Board waive these minor immaterial irregularities
and award to VCI as the lowest responsive, responsible bidder in the amount
$3,974,140.
With Board approval and award, staff expects the project to proceed as follows:
-Bid Award: May 21, 2025
-Notice to Proceed: June 11, 2025
-Work Complete: October 15, 2025
SCHEDULE: Upon Board Approval
COSTS: $3,974,140 (Contract Award); Not to exceed $662,500 (Reimbursement Agreement)
ACCOUNT NO: 2030.7520 (BIJ1WL)
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): ☒ Yes ☐ No ☐ N/A
ATTACHMENTS: Bid Summary Memo, Draft City Reimbursement Agreement
___________________________________________________________________________________
CONCURRENCE WITH REQUESTED ACTION: CATEGORY: Water
GENERAL MANAGER: YES NO
CHIEF FINANCIAL OFFICER: YES NO_______________
South Tahoe Public Utility District ● 1275 Meadow Crest Drive, South Lake Tahoe, CA 96150
Phone 530.544.6474 ● Facsimile 530.541.0614
South Tahoe
Public Utility District
1275 Meadow Crest Drive
South Lake Tahoe, CA 96150
Telephone: (530)544-6474 Fax: (530)541-4319
Memorandum
Date: May 14, 2025
To: Board Members, Paul Hughes
From: Starlet Glaze, Contracts Specialist
Subject: Bijou 1 Waterline Replacement Project
At 2:00 PM on Thursday May 8, 2025, we received four (4) electronic bids via PlanetBids for the
above-referenced project. The bids submitted ranged from $3,918,930.00 to $4,652,860.00. The
engineer’s estimate was $4,128,975.00. A careful review and analysis of the lowest bid received
showed only three minor deviations. See attached spreadsheet and list of deviations for full
breakdown of each bid.
White Rock Construction, Inc. is the apparent low bidder, with only three minor deviations noted.
I contacted the Contractors State License Board and confirmed the following:
• License Number: 640958
• Status: Current and active
• Expiration Date: July 31, 2026
• Entity Type: Corporation
• License Classification: Class A – General Engineering
Additionally, I verified with the California Department of Industrial Relations that White Rock
Construction, Inc. is properly registered under PWCR Number 1000011381.
Bijou 1 Waterline Replacement Project
Bid Opening: May 8, 2025, at 2:00 p.m.
Deviations and information gathered during bid analysis of the two lowest bids:
White Rock Construction, Inc.:
• List of Subcontractors:
o The entity names of two of the subcontractors listed on the Bid form did not
match either the California Contractor’s State License website or the
California Department of Industrial Relations (CA DIR). We were, however,
able to verify the correct entity names, and that the subcontractors have an
active California License, and are registered and current with the CA DIR.
o The address of one of the subcontractors listed on the Bid Form did not
match either the California Contractor’s State License website or the
California Department of Industrial Relations (CA DIR). We were, however,
able to verify that both addresses are currently active and are used for
receiving company correspondence.
• Bidder’s General Information:
o The name, address, and phone number of the surety company were
provided. Only the name of the agent was included. However, we were able
to verify that the Bid Bond is valid, and that the surety company meets the
District’s specifications.
Vinciguerra Construction, Inc.
• Equipment Materials and Supply List
o One of the Equipment and Suppliers listed on the Bid form was spelled
incorrectly. We were however able to verify the correct entity name and that
they meet District requirements.
Advertised on 03/21/2025
Bid Opening on May 08, 2025 2:00 PM (PDT)
Item
Num Description
Unit of
Measure Quantity
White Rock
Construction, Inc.
Vinciguerra
Construction, Inc.
Flowline Contractors
Inc.
Burdick Excavating Co.,
Inc.Engineer's Estimate
1
Mobilization and Demobilization. (Note: this lump sum figure cannot exceed 10 percent of the total cost of the total bid
(excluding this item.)LS 1 $78,000.00 $165,000.00 $103,206.00 $265,820.00 $229,600.00
2 Construction Traffic Control LS 1 $86,000.00 $45,000.00 $38,701.00 $150,000.00 $153,100.00
3 Sheeting, Shoring and Bracing or Equivalent Method LS 1 $22,000.00 $20,000.00 $19,079.00 $15,000.00 $20,500.00
4 Erosion Control Measures and Other Required BMPs LS 1 $11,200.00 $30,000.00 $40,104.00 $25,000.00 $44,200.00
5 Groundwater Dewatering LS 1 $6,000.00 $10,000.00 $18,671.00 $15,000.00 $17,500.00
6 Surveying LS 1 $39,000.00 $50,000.00 $33,260.00 $30,000.00 $15,000.00
7 Pre-Layout Potholing LS 1 $44,000.00 $25,000.00 $304,155.00 $50,000.00 $50,000.00
8 As-Directed Pothole EA 5 $5,000.00 $2,500.00 $3,690.00 $2,500.00 $1,250.00
9 Install Fire Hydrant EA 18 $291,600.00 $270,000.00 $279,882.00 $324,000.00 $316,800.00
10 2-inch HDPE Water Main LF 187 $14,960.00 $18,700.00 $20,383.00 $16,830.00 $28,050.00
11 8-inch Restrained C900 DR14 Water Main LF 1670 $323,145.00 $384,100.00 $377,420.00 $400,800.00 $367,400.00
12 8-inch C900 DR18 Water Main LF 5730 $1,103,025.00 $1,117,350.00 $928,260.00 $1,346,550.00 $1,146,000.00
13 2-inch Blow-Off Valve EA 2 $30,000.00 $17,000.00 $18,366.00 $19,000.00 $5,000.00
14 2-inch Curb Stop EA 1 $1,000.00 $1,000.00 $1,933.00 $1,500.00 $1,000.00
15 2-inch Gate Valve EA 1 $1,300.00 $1,000.00 $1,981.00 $1,750.00 $2,300.00
16 8-inch Gate Valve EA 33 $118,800.00 $99,000.00 $114,345.00 $165,000.00 $115,500.00
17 3/4-inch Water Service (Connected to Existing Meter)EA 107 $535,000.00 $481,500.00 $544,630.00 $395,900.00 $374,500.00
18 1-inch Water Service (Connected to Existing Meter)EA 24 $132,000.00 $120,000.00 $133,416.00 $96,000.00 $91,200.00
19 1-1/2-inch Water Service (Connected to Existing Meter)EA 5 $30,500.00 $30,000.00 $31,440.00 $43,000.00 $20,000.00
20 2-inch Water Service (Connected to Existing Meter)EA 2 $15,000.00 $17,000.00 $15,690.00 $19,500.00 $9,000.00
21 Cut, Cap, and Abandon Existing Main EA 5 $13,000.00 $5,000.00 $42,335.00 $4,000.00 $14,250.00
22 Fill Abandoned Waterlies with Slurry CY 4 $3,800.00 $10,000.00 $31,084.00 $28,000.00 $2,000.00
23 Abandon Valve EA 14 $8,400.00 $7,000.00 $14,868.00 $7,000.00 $21,000.00
24 Remove and Salvage Existing Fire Hydrant EA 3 $6,900.00 $2,400.00 $18,849.00 $2,250.00 $6,000.00
25 Remove and Replace Existing Hydrant and Connect to Existing Valve EA 4 $56,800.00 $72,000.00 $61,500.00 $54,000.00 $60,000.00
26 Additional 1-foot Depth of Excavation, Backfill, and Vertical Pipe and Fittings LF 50 $2,500.00 $2,500.00 $1,550.00 $16,000.00 $5,000.00
27 4-inch Trench Patch SF 45000 $454,500.00 $495,000.00 $438,750.00 $630,000.00 $517,500.00
28 3-inch Miscellaneous Patch Paving SF 4000 $40,600.00 $60,000.00 $72,000.00 $60,000.00 $88,000.00
29 3/4-inch Water Service with Water Mater EA 4 $24,200.00 $34,000.00 $28,400.00 $22,000.00 $20,000.00
30 Tie-In At Fremont Ave STA 12+05.64 EA 1 $7,900.00 $7,000.00 $16,851.00 $11,000.00 $11,000.00
31 Tie-In At Juniper Ave STA 9+91.36 EA 1 $22,000.00 $24,000.00 $27,367.00 $25,000.00 $20,000.00
32 Tie-In At Juniper Ave STA 20+10.40 EA 1 $25,500.00 $25,000.00 $27,718.00 $30,000.00 $20,000.00
33 Tie-In At Takela Ave STA 14+50.45 EA 1 $11,800.00 $7,000.00 $16,844.00 $20,000.00 $11,000.00
34 Tie-In At Long Valley Ave STA 10+20.82 EA 1 $23,700.00 $24,000.00 $27,374.00 $29,000.00 $20,000.00
35 Tie-In At Long Valley Ave STA 20+83.60 EA 1 $24,500.00 $24,000.00 $27,374.00 $30,000.00 $20,000.00
36 Tie-In At Pickett Ave STA 12+36.26 EA 1 $23,000.00 $24,000.00 $27,374.00 $30,000.00 $20,000.00
37 Remove and Place Curb and Gutter LF 14 $1,050.00 $700.00 $5,964.00 $4,060.00 $1,050.00
38 Remove and Place Sidewalk SF 38 $1,900.00 $950.00 $4,218.00 $3,800.00 $1,900.00
39 Remove and Reset Mailbox EA 5 $1,250.00 $1,250.00 $3,090.00 $2,750.00 $2,500.00
40 Remove and Stump Grind 15" Tree EA 1 $2,400.00 $3,000.00 $3,256.00 $3,000.00 $5,000.00
41 Non-Excavatable Rock Removal (Revocable)CY 119 $35,700.00 $1,190.00 $90,916.00 $17,850.00 $14,875.00
42 Contingency Work LS 1 $40,000.00 $40,000.00 $40,000.00 $40,000.00 $40,000.00
$3,718,930.00 $3,774,140.00 $4,056,294.00 $4,452,860.00 $3,928,975.00
43 As-Needed Water System Improvements LS 1 $100,000.00 $100,000.00 $100,000.00 $100,000.00 $100,000.00
44 As-Needed Sewer System Improvements LS 1 $100,000.00 $100,000.00 $100,000.00 $100,000.00 $100,000.00
$200,000.00 $200,000.00 $200,000.00 $200,000.00 $200,000.00
$3,918,930.00 $3,974,140.00 $4,256,294.00 $4,652,860.00 $4,128,975.00
Subtotal
Total
Subtotal
Bijou 1 Waterline Replacement Project
1
CITY OF SOUTH LAKE TAHOE AGREEMENT FOR ROAD REPAIRS
BIJOU 1 WATERLINE REPLACEMENT PROJECT
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.
2
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
1. 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.
3
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 twenty-four (24) 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,
4
CITY OF SOUTH LAKE TAHOE AGREEMENT FOR ROAD REPAIRS
BIJOU 1 WATERLINE REPLACEMENT PROJECT
termination, revocation or expiration.
6. Indemnity. The District shall defend, indemnify, and hold the City, 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, 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
5
CITY OF SOUTH LAKE TAHOE AGREEMENT FOR ROAD REPAIRS
BIJOU 1 WATERLINE REPLACEMENT PROJECT
If to the District: General Manager
South Tahoe Public Utility District
1275 Meadow Crest Drive
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.
11. 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
6
CITY OF SOUTH LAKE TAHOE AGREEMENT FOR ROAD REPAIRS
BIJOU 1 WATERLINE REPLACEMENT PROJECT
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
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
7
CITY OF SOUTH LAKE TAHOE AGREEMENT FOR ROAD REPAIRS
BIJOU 1 WATERLINE REPLACEMENT PROJECT
EXHIBIT A
PROJECT SCHEDULE AND PLANS
Schedule
Mobilization – June 16th, 2025
Demobilization – October 15th, 2025
HIGHWAY50
HIGHWAY50
US HWY 50
TREEHAVEN DR
SANDY WAY
TA
K
E
L
A
D
R
PICKETT AVE
RU
F
U
S
A
L
L
E
N
B
L
V
D
FR
E
M
O
N
T
A
V
E
LAKE TAHOE
CAPE HORN RD
JU
N
I
P
E
R
A
V
E
LO
N
G
V
A
L
L
E
Y
A
V
E
ISSUED FO
R
DATE: 03-18
-
2
0
2
5
BID
22
BIJOU 1 WATERLINE
REPLACEMENT
PROJECT
300 E 2nd St., Suite 1210
Reno, Nevada 89501
(775) 329-4955 * Fax (775) 329-5098
TITLE SHEET
G1
1
BIJOU 1 WATERLINE REPLACEMENT PROJECT
SOUTH LAKE TAHOE, CALIFORNIA
VICINITY MAP
NTS
ENGINEER
300 E. 2nd St. Suite 1210
Reno, Nevada 89501
(775) 329-4955 Fax (775) 329-5098
SOUTH TAHOE PUBLIC UTILITY DISTRICT
PROJECT
AREA
SHEET INDEX
BOARD OF DIRECTORS
SOUTH TAHOE PUBLIC UTILITY DISTRICT
NICK EXLINE
JOEL HENDERSON
NICK HAVEN
SHANE ROSMOS
KELLY SHEEHAN
DIRECTORS
PAUL HUGHES
GENERAL MANAGER
APPROVED FOR PURPOSES OF GOVERNMENT CODE 830.6
JULIE H RYAN, DISTRICT ENGINEER
P.E. NO CE 59002
SOUTH TAHOE PUBLIC UTILITY DISTRICT
DATE
LOCATION MAP
NTS
PROJECT
LOCATION
03/19/2025
ISSUED FO
R
DATE: 03-18
-
2
0
2
5
BID
22
BIJOU 1 WATERLINE
REPLACEMENT
PROJECT
300 E 2nd St., Suite 1210
Reno, Nevada 89501
(775) 329-4955 * Fax (775) 329-5098
GENERAL NOTES
G2
2
ISSUED FO
R
DATE: 03-18
-
2
0
2
5
BID
22
BIJOU 1 WATERLINE
REPLACEMENT
PROJECT
300 E 2nd St., Suite 1210
Reno, Nevada 89501
(775) 329-4955 * Fax (775) 329-5098
STAGING AREA PLAN
G3
3
ISSUED FO
R
DATE: 03-18
-
2
0
2
5
BID
22
BIJOU 1 WATERLINE
REPLACEMENT
PROJECT
300 E 2nd St., Suite 1210
Reno, Nevada 89501
(775) 329-4955 * Fax (775) 329-5098
LEGEND
&
ABBREVIATIONS
G4
4
F
TR
TA
K
E
L
A
D
R
FR
E
M
O
N
T
A
V
E
TREEHAVEN DR
MONO LN
SANDY WAY
JU
N
I
P
E
R
A
V
E
LO
N
G
V
A
L
L
E
Y
A
V
E
FIR AVE
PICKETT AVE
ASH AVE
CAPE HORN RD
DEER PAR
K
A
V
E
PICKETT AVE
C1
C2
C3
C4 C5
C6
C7
C8
C9
C10
O
A
K
A
V
E
CR
A
I
G
A
V
E
ISSUED FO
R
DATE: 03-18
-
2
0
2
5
BID
22
BIJOU 1 WATERLINE
REPLACEMENT
PROJECT
300 E 2nd St., Suite 1210
Reno, Nevada 89501
(775) 329-4955 * Fax (775) 329-5098
SITE PLAN
&
SHEET INDEX MAP
G5
5
GV
SANDY WAY
TA
K
E
L
A
D
R
ISSUED FO
R
DATE: 03-18
-
2
0
2
5
BID
22
BIJOU 1 WATERLINE
REPLACEMENT
PROJECT
300 E 2nd St., Suite 1210
Reno, Nevada 89501
(775) 329-4955 * Fax (775) 329-5098
SANDY WAY
WATERLINE
PLAN
C1
6
MA
T
C
H
L
I
N
E
(
S
E
E
S
H
E
E
T
C
5
)
MB
MONO LN
FR
E
M
O
N
T
A
V
E
MB
MBMB
TA
K
E
L
A
D
R
MONO LN
ISSUED FO
R
DATE: 03-18
-
2
0
2
5
BID
22
BIJOU 1 WATERLINE
REPLACEMENT
PROJECT
300 E 2nd St., Suite 1210
Reno, Nevada 89501
(775) 329-4955 * Fax (775) 329-5098
MONO LN
WATERLINE
PLAN
C2
7
MA
T
C
H
L
I
N
E
:
"
M
O
N
"
S
T
A
1
3
+
5
0
S
E
E
B
E
L
O
W
MA
T
C
H
L
I
N
E
:
"
M
O
N
"
S
T
A
1
3
+
5
0
S
E
E
A
B
O
V
E
MA
T
C
H
L
I
N
E
(
S
E
E
S
H
E
E
T
C
4
)
MA
T
C
H
L
I
N
E
(
S
E
E
S
H
E
E
T
C
5
)
MBMBMB
MB
MB MB MB MB
MB
TREEHAVEN DR
FR
E
M
O
N
T
A
V
E
MBMB
MBMB
MB
MB MB MB
MB MB
TA
K
E
L
A
D
R
TREEHAVEN DR
ISSUED FO
R
DATE: 03-18
-
2
0
2
5
BID
22
BIJOU 1 WATERLINE
REPLACEMENT
PROJECT
300 E 2nd St., Suite 1210
Reno, Nevada 89501
(775) 329-4955 * Fax (775) 329-5098
TREEHAVEN DR
WATERLINE
PLAN
C3
8
MA
T
C
H
L
I
N
E
:
"
T
R
E
"
S
T
A
1
4
+
5
0
S
E
E
B
E
L
O
W
MA
T
C
H
L
I
N
E
:
"
T
R
E
"
S
T
A
1
4
+
5
0
S
E
E
A
B
O
V
E
MATCHLINE (SEE SHEET C4)
MA
T
C
H
L
I
N
E
(
S
E
E
S
H
E
E
T
C
5
)
MB
MB
F
GV
SA
N
D
Y
W
A
Y
FREMONT AVE
TR
E
E
H
A
V
E
N
D
R
MO
N
O
L
N
ISSUED FO
R
DATE: 03-18
-
2
0
2
5
BID
22
BIJOU 1 WATERLINE
REPLACEMENT
PROJECT
300 E 2nd St., Suite 1210
Reno, Nevada 89501
(775) 329-4955 * Fax (775) 329-5098
FREMONT AVE
WATERLINE
PLAN
C4
9
MA
T
C
H
L
I
N
E
(
S
E
E
S
H
E
E
T
C
3
)
MATCHLINE (SEE SHEET C2)
MB
MB
MB
MB
TAKELA DR
TR
E
E
H
A
V
E
N
D
R
MO
N
O
L
N
GV
SA
N
D
Y
W
A
Y
TAKELA DR
ISSUED FO
R
DATE: 03-18
-
2
0
2
5
BID
22
BIJOU 1 WATERLINE
REPLACEMENT
PROJECT
300 E 2nd St., Suite 1210
Reno, Nevada 89501
(775) 329-4955 * Fax (775) 329-5098
TAKELA DR
WATERLINE
PLAN
C5
10
MA
T
C
H
L
I
N
E
:
"
T
A
K
"
S
T
A
1
3
+
5
0
S
E
E
B
E
L
O
W
MA
T
C
H
L
I
N
E
:
"
T
A
K
"
S
T
A
1
3
+
5
0
S
E
E
A
B
O
V
E
MATCHLINE (SEE SHEET C3)
MATCHLINE (SEE SHEET C2)
MATCHLINE (SEE SHEET C1)
MB
MB
MB
MB
MB
MB
MB
TR
TR
TR
TR
TR
TRTR
JU
N
I
P
E
R
A
V
E
ASH A
V
E
MB
MB
MB
MB
TR
TR
TR
L
O
N
G
V
A
L
L
E
Y
A
V
E
ASH AVE
ISSUED FO
R
DATE: 03-18
-
2
0
2
5
BID
22
BIJOU 1 WATERLINE
REPLACEMENT
PROJECT
300 E 2nd St., Suite 1210
Reno, Nevada 89501
(775) 329-4955 * Fax (775) 329-5098
ASH AVE
WATERLINE
PLAN
C6
11
MA
T
C
H
L
I
N
E
:
"
A
S
H
"
S
T
A
1
3
+
5
0
S
E
E
B
E
L
O
W
MA
T
C
H
L
I
N
E
:
"
A
S
H
"
S
T
A
1
3
+
5
0
S
E
E
A
B
O
V
E
MA
T
C
H
L
I
N
E
(
S
E
E
S
H
E
E
T
C
9
)
M
A
T
C
H
L
I
N
E
(
S
E
E
S
H
E
E
T
C
1
0
)
MB
MB
MB
MB
MB
MB
MB
TR
TR
TR
JU
N
I
P
E
R
A
V
E
PICKETT AVE
MB
MB
MB
MB
MBMB
MB
TR
TR
TR
TR
TR
MB
TR
L
O
N
G
V
A
L
L
E
Y
A
V
E
PICKETT AVE
PICKETT AVE
O
A
K
A
V
E
ISSUED FO
R
DATE: 03-18
-
2
0
2
5
BID
22
BIJOU 1 WATERLINE
REPLACEMENT
PROJECT
300 E 2nd St., Suite 1210
Reno, Nevada 89501
(775) 329-4955 * Fax (775) 329-5098
PICKETT AVE
WATERLINE
PLAN
C7
12
MA
T
C
H
L
I
N
E
:
"
P
I
C
"
S
T
A
1
4
+
5
0
S
E
E
A
B
O
V
E
MA
T
C
H
L
I
N
E
:
"
P
I
C
"
S
T
A
1
4
+
5
0
S
E
E
B
E
L
O
W
MA
T
C
H
L
I
N
E
(
S
E
E
S
H
E
E
T
C
9
)
MA
T
C
H
L
I
N
E
(
S
E
E
S
H
E
E
T
C
1
0
)
MA
T
C
H
L
I
N
E
(
S
E
E
S
H
E
E
T
C
1
0
)
MB
TR
TR
TR
TR
TR
FIR AV
E
J
U
N
I
P
E
R
A
V
E
MBMB
TR
TR
TR
TR TR
TR
LO
N
G
V
A
L
L
E
Y
A
V
E
FIR AVE
ISSUED FO
R
DATE: 03-18
-
2
0
2
5
BID
22
BIJOU 1 WATERLINE
REPLACEMENT
PROJECT
300 E 2nd St., Suite 1210
Reno, Nevada 89501
(775) 329-4955 * Fax (775) 329-5098
FIR AVE
WATERLINE
PLAN
C8
13
MA
T
C
H
L
I
N
E
:
"
F
I
R
"
S
T
A
1
3
+
0
0
S
E
E
B
E
L
O
W
MA
T
C
H
L
I
N
E
:
"
F
I
R
"
S
T
A
1
3
+
0
0
S
E
E
A
B
O
V
E
M
A
T
C
H
L
I
N
E
(
S
E
E
S
H
E
E
T
C
9
)
M
A
T
C
H
L
I
N
E
(
S
E
E
S
H
E
E
T
C
1
0
)
MBMB
MB
MB
MB
MB
MB
TR
TR
TR
TR
TR
TR
JUNIPER
A
V
E
PI
C
K
E
T
T
A
V
E
F
I
R
A
V
E
C
A
P
E
H
O
R
N
R
D
MB
MB
MB
MB
TR
TR
TR
TR
TR
TR
TR
TR
AS
H
A
V
E
JUNIPER AVE DE
E
R
P
A
R
K
A
V
E
ISSUED FO
R
DATE: 03-18
-
2
0
2
5
BID
22
BIJOU 1 WATERLINE
REPLACEMENT
PROJECT
300 E 2nd St., Suite 1210
Reno, Nevada 89501
(775) 329-4955 * Fax (775) 329-5098
JUNIPER AVE
WATERLINE
PLAN
C9
14
MA
T
C
H
L
I
N
E
:
"
J
U
N
"
S
T
A
1
5
+
5
0
S
E
E
B
E
L
O
W
MA
T
C
H
L
I
N
E
:
"
J
U
N
"
S
T
A
1
5
+
5
0
S
E
E
A
B
O
V
E
MATCH
L
I
N
E
(
S
E
E
S
H
E
E
T
C
8
)
MATCHLINE (SEE SHEET C7)
MATCH
L
I
N
E
(
S
E
E
S
H
E
E
T
C
6
)
MB
MBMB
MB
MB
TR
TR
TR
TR
TR
TR
MB
LONG VALLEY AVE
PI
C
K
E
T
T
A
V
E
F
I
R
A
V
E
CA
P
E
H
O
R
N
R
D
MB
MB
MB
MB MB
TR
TR
TR
TR
MB
TR
A
S
H
A
V
E
LONG VALLE
Y
A
V
E
P
I
C
K
E
T
T
A
V
E
D
E
E
R
P
A
R
K
A
V
E
ISSUED FO
R
DATE: 03-18
-
2
0
2
5
BID
22
BIJOU 1 WATERLINE
REPLACEMENT
PROJECT
300 E 2nd St., Suite 1210
Reno, Nevada 89501
(775) 329-4955 * Fax (775) 329-5098
LONG VALLEY AVE
WATERLINE
PLAN
C10
15
MA
T
C
H
L
I
N
E
:
"
L
G
V
"
S
T
A
1
5
+
5
0
S
E
E
B
E
L
O
W
MA
T
C
H
L
I
N
E
:
"
L
G
V
"
S
T
A
1
5
+
0
0
S
E
E
A
B
O
V
E
MATCHLI
N
E
(
S
E
E
S
H
E
E
T
C
8
)
MATCHLINE (SEE SHEET C7)
MATCHLINE (SEE SHEET C7)
MATCHLINE (SEE SHEET C6)
FREMONT AVE
JUNIPER A
V
ECA
P
E
H
O
R
N
D
R
TR
DE
E
R
P
A
R
K
A
V
E
LONG VALLEY AVE
CA
P
E
H
O
R
N
R
D
D
E
E
R
P
A
R
K
A
V
E
LONG VALLEY AVE
GV
TAKELA AVE
PICKETT AVE
OA
K
A
V
E
22
BIJOU 1 WATERLINE
REPLACEMENT
PROJECT
300 E 2nd St., Suite 1210
Reno, Nevada 89501
(775) 329-4955 * Fax (775) 329-5098
WATER
CONNECTION
DETAILS
C11
16
ISSUED FO
R
DATE: 03-18
-
2
0
2
5
BID
22
BIJOU 1 WATERLINE
REPLACEMENT
PROJECT
300 E 2nd St., Suite 1210
Reno, Nevada 89501
(775) 329-4955 * Fax (775) 329-5098
DETAILS
D1
17
ISSUED FO
R
DATE: 03-18
-
2
0
2
5
BID
S O U T H T AHOE
PUBLIC UTI L I TY D I S T R I C TSTANDARD DETAIL
DATE:SCALE:
WM04
FIRE HYDRANT
6/2/2022 NTS
WM04
NOTES:
1)FIRE HYDRANTS SHALL HAVE TWO 2-1/2" HOSE NOZZLES AND ONE 4" PUMPER NOZZLE AND BE FACTORY PAINTED RED.
2)FIRE LINE TEE ON NEW WATER MAINS AND EXISTING WATER MAINS 6" AND SMALLER SHALL BE DUCTILE IRON WITH 6"
FLANGED BRANCH. WRAP DUCTILE IRON TEE WITH POLYWRAP PER AWWA C105. TAPPING SADDLE TO BE USED ON
EXISTING WATER MAINS 8" AND LARGER SHALL BE STAINLESS STEEL WITH 6" FLANGED BRANCH.
3)EXPOSED NUTS AND BOLTS ON MJ FITTINGS TO BE PAINTED WITH TWO COATS OF KEPPERS 505, TNEMEC 46-450,
AMERON, OR EQUAL. 15 MILS EACH COAT.
4)ALL FLANGES TO BE BURIED, COAT ENTIRE ASSEMBLY WITH PETROLATUM SATURATED FABRIC TAPE WRAP SYSTEM.
5)THE ENTIRE HYDRANT ASSEMBLY FROM THE MAIN TO THE HYDRANT SHALL BE RESTRAINED.
6)COMPLETELY WRAP DRAIN ROCK IN FILTER FABRIC AND SECURE TO HYDRANT RISER WITH TAPE. DRAIN ROCK SHALL
COVER HYDRANT WEEP HOLES WITH 6" MINIMUM COVER.
7)TAPPING SADDLES SHALL BE PRESSURE TESTED PRIOR TO SCHEDULING HOT TAP. HOT TAP TO BE PERFORMED BY
DISTRICT CREW. SCHEDULE HOT TAP 48 HOURS IN ADVANCE.
8)ON NEW WATER MAINS HYDRANT ASSEMBLY SHALL PASS HYDROSTATIC PRESSURE AND DISINFECTION TESTING ALONG
WITH THE NEW PIPELINE. FOR INSTALLATIONS ON EXISTING MAINS WHERE HYDRANT LATERAL IS LESS THAN 20 FEET,
PIPING, HYDRANTS AND FITTINGS SHALL BE SWABBED. ALL DISINFECTION SHALL CONFORM TOP AWWA C651.
9)THE EXACT LOCATIONS FOR THE FIRE HYDRANT INSTALLATIONS WILL BE DETERMINED IN THE FIELD.
6" FLG X MJ GATE VALVE
AND SUPPORT BLOCK PER
DETAIL WM03
SEE NOTE #5
MAIN SIZE TEE OR TAPPING
SADDLE, SEE NOTE #2
10 GA. PTW SOLID
COPPER TRACER WIRE
VALVE BOX, COVER AND
RISER PIPE PER WM03
WRAP TRACER
WIRE AROUND
HYDRANT
HYDRANT BURY LINE
NOT TO EXCEED 3"
ABOVE FINAL GRADE
WRAP FILTER FABRIC OVER
DRAIN ROCK, SEE NOTE 6
MIN 5 CUBIC FEET OF
3/4" DRAIN ROCK
HYDRANT WEEP HOLES
TO REMAIN CLEAR OF
CONCRETE AND DIRT
2"8"X16" PRECAST
STRUCTURAL BLOCK
18" MIN
MIN 6 SQ. FT
THRUST BLOCK
PER WM09
BRANCH TEE
TAPPING SADDLE
ROMAC 501 COUPLING
OR APPROVED EQUAL
EXISTING WATER MAIN
8" AND LARGER
2' MIN
EXISTING WATER MAIN 6"
AND SMALLER
TAPPING SLEEVE
WITH TEST PORT,
SEE NOTE 7
MAIN SIZE PVC
OR DIP PIPE
BRANCH TEE
2' MIN
NEW WATER MAIN
HYDRANT LATERAL,
6" PVC OR DIP PIPE
HYDRANT LATERAL,
6" PVC OR DIP PIPE
HYDRANT LATERAL,
6" PVC OR DIP PIPE
6" PVC OR DIP
HYDRANT SIGN PROVIDED
BY DISTRICT
48" MIN
6' MIN
FROM EOP
2' MIN FROM CURB2' FROM ROW
MIN 1 CUBIC FEET OF
CONCRETE
EXISTING WATER
MAIN
CONNECT TO EXISTING HYDRANT
WHERE SPECIFIED IN PLAN
CONNECT TO EXISTING VALVE
WHERE SPECIFIED IN PLAN
NEW HYDRANT
UNLESS
OTHERWISE
SPECIFIED IN PLAN
WARNING TAPE
S O U T H T AHOE
PUBLIC UTI L I TY D I S T R I C TSTANDARD DETAIL
DATE:SCALE:
WM01
WATER MAIN TRENCH
WITHIN PAVED AREAS
3/3/2023 NTS
WM01
22
BIJOU 1 WATERLINE
REPLACEMENT
PROJECT
300 E 2nd St., Suite 1210
Reno, Nevada 89501
(775) 329-4955 * Fax (775) 329-5098
DETAILS
D2
18
ISSUED FO
R
DATE: 03-18-
2
0
2
5
BID
1) ALL JOINTS SHALL BE RESTRAINED.
2) IF COMPACTION UNDER EXISTING UTILITY CAN NOT BE ACCOMPLISHED, USE TWO (2) SACK SAND
SLURRY TO FILL THE VOID UNDER THE UTILITY.
S O U T H T AHOE
PUBLIC UTI L I TY D I S T R I C TSTANDARD DETAIL
DATE:SCALE:
SS04
SEWER LATERAL REPLACEMENT
AT PIPE TRENCH
11/7/2023 NTS
SS04
S O U T H TAHOE
P
UBLIC UTIL I TY D I S T R I C TSTANDARD DETAIL
DATE:SCALE:
WS01
NTS11/7/2023
WATER SERVICE
WS01
DOUBLE SERVICE
S O U T H T AHOE
P
UBLIC UTIL I TY D I S T R I C TSTANDARD DETAIL
DATE:SCALE:
WM13
TRANSITION COUPLER
10/16/2023 NTS
WM13
22
BIJOU 1 WATERLINE
REPLACEMENT
PROJECT
300 E 2nd St., Suite 1210
Reno, Nevada 89501
(775) 329-4955 * Fax (775) 329-5098
DETAILS
D3
19
ISSUED FO
R
DATE: 03-18
-
2
0
2
5
BID
22
BIJOU 1 WATERLINE
REPLACEMENT
PROJECT
300 E 2nd St., Suite 1210
Reno, Nevada 89501
(775) 329-4955 * Fax (775) 329-5098
DETAILS
D4
20
ISSUED FO
R
DATE: 03-18
-
2
0
2
5
BID
S O U T H T AHOE
P
UBLIC UTIL I TY D I S T R I C TSTANDARD DETAIL
DATE:SCALE:
WS02
NTS11/7/2023
INSTALLATIONS
BASE METER
WS02
S O U T H T AHOE
PUBLIC UTIL I TY D I S T R I C TSTANDARD DETAIL
DATE:SCALE:
WS02A
NTS11/712023
WITHIN TRAFFIC AREA
WATER METER 3/4" AND 1"
WS02A
S O U T H T AHOE
P
UBLIC UTI L I TY D I S T R I C TSTANDARD DETAIL
DATE:SCALE:
WS03
NTS11/7/2023
METER INSTALLATIONS
TRAFFIC RATED
WS03
22
BIJOU 1 WATERLINE
REPLACEMENT
PROJECT
300 E 2nd St., Suite 1210
Reno, Nevada 89501
(775) 329-4955 * Fax (775) 329-5098
BMP DETAILS
D5
21
ISSUED FO
R
DATE: 03-18
-
2
0
2
5
BID
22
BIJOU 1 WATERLINE
REPLACEMENT
PROJECT
300 E 2nd St., Suite 1210
Reno, Nevada 89501
(775) 329-4955 * Fax (775) 329-5098
TRAFFIC
CONTROL
PLAN
T1
22
8
CITY OF SOUTH LAKE TAHOE AGREEMENT FOR ROAD REPAIRS
BIJOU 1 WATERLINE REPLACEMENT PROJECT
EXHIBIT B
COSTS FOR REPAVEMENT WORK
Item Value
Waterline Repavement Area (sf)* 106,000
Bid Unit Price ($/sf) $5.00**
Total Anticipated Repavement Cost ($)*
(Bid Unity Price x Repavement Area) $530,000
Maximum Authorized Repavement Cost ($)
Total 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.
**Based on actual all-inclusive unit bid items received by the District.