Loading...
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.